RFP NO.:GIL\COM. Of Info\RFP \2012-13

Transcription

RFP NO.:GIL\COM. Of Info\RFP \2012-13
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
RFP DOCUMENT
NAME OF WORK:
Selection of an Agency for establishing of Central Storage Systems for NLE & Digital
Management Video Library on behalf of Commissionerate of Information, Govt. of
Gujarat
RFP NO.:GIL\COM. Of Info\RFP \2012-13
DATE: 15/02/2013
To
Client: Commissionerate Of Information, Government Of Gujarat Gandhinagar.
Name of work:
Selection of an Agency for establishing of Central Storage Systems for NLE & Digital
Management Video Library on behalf of Commissionerate of Information, Govt. of Gujarat
Last Date of Bid Submission : 07/03/2013 up to 1700 hrs.
EMD & Bid Processing fees submitted at:
Gujarat Informatics Limited,
Block no. 1, 8th floor,
Udyog Bhavan, Sector-11,
Gandhinagar-382010
Un-price Bid Opening Date, Time & Venue:
Date
Venue
: 08/03/2013 at 1500 hrs.
: Block no. 1, 8th floor,
Udyog Bhavan, Sector-11,
Gandhinagar-382010,
Bidding Agency Address:
Gujarat Informatics Limited
Block no. 1, 8th floor,
Udyog Bhavan, Gandhinagar-382010
Phone :23256022 fax: 23238925
E-mail: [email protected]
Website: www.gujaratinformatics.com
NOTE: Please address all queries and correspondence to,
Sr. Manager (FM),
Gujarat Informatics Limited,
th
8 Floor, Block No.1, Sector-11, Udyog Bhavan,
Gandhinagar-382010
Phone: 23259239
E-mail: [email protected];
[email protected]
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 1 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
IMPORTANT NOTE
Bid Due Date & Time
07/03/2013 up to 1700 hrs.
Bid Opening Date & Time(Un-price Bid)
08/03/2013 at 1500 hrs.
Bid Processing Fees (Non-refundable)
Rs.5,000/-
Bid security (EMD)
Rs.4,00,000/-
GIL Contact person
Sr. Manager(FM)
Address for Correspondence
Gujarat Informatics Limited,
th
Block no.1, 8 Floor,
Udhyog Bhavan,
Sector- 11,
Gandhinagar-382 010
Phone no. 079-23259239
e-mail: [email protected]
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 2 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
TABLE OF CONTENTS
1.
Introduction
2.
Eligibility Criteria
3.
General Terms & Condition
4.
Scope of Work
5.
Technical Specification
6.
Financial bid
7.
Annexure
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 3 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
1. Introduction
Commissionerate of Information (COI) has approx 4000 hours of Video / Audio footage on DVCAM, U-matic and
Beta tapes. And in next one year time they expect to have total of 5000 Hours of Footage. Most of these footages
are reused on regular basis and since it is valuable assets, it has to be archived for longer duration.
The main users for the video content are NLE systems at post production, content developers for previewing video
from desktop and distribution users who will distribute content on DVD/VCD or Tape mediums.
COI has Studio and Post production facility at Gandhinagar. They have three Sony DVCAM VTRs, Three Analog
Betacam VTR and One U-Matic VTR. They also have three post production Workstations. They are working on
Windows platform and use Adobe CS2/CS3 Editing and Compositing applications. They work in DVCAM and Matrox
MPEG-2 I-Frame 50 Mbps format.
Following are details of existing Post Production Workstations (NLE).
-
One Matrox AXIO SD on HP XW8400 Dual Xeon Workstation with DAS (Direct Attached Storage) on SCSI
interfaces.
One Matrox AXIO LE on HP XW8600 Dual Xeon Workstation with DAS (Direct Attached Storage) on SCSI
Interface.
One Matrox RT.x2 on Dual Xeon Workstation with internal Storage.
They have also Dell Dual Xeon Server with DAS on SCSI Interface.
COI are proposing three new post production Workstations ( now referred as NLE ) as their existing workstation are
not fast enough for editing in HD format and heir existing Matrox AXIO platform is not compatible to latest Adobe
CS5.5/Adobe CS6.0 Editing suits.
COI will also use existing NLE workstation for Ingest and Rough cut.
COI regularly use all tape footages in post production for creating Documentary. Searching footage in different
video tapes and re-capture requires lot of time. So to improve the productivity it is required to digitize all footage
and keep it always online in SAN (Storage Area Network) with large storage capacity. The SAN will interconnect all
new NLE systems and allow shared editing, Project portability, and provide high throughput which is required for
multi layered Video/Audio editing. After Digitization, SAN is expected to deliver a “Tape – Less” workflow
independent of any tape format.
And to preserve final program output and other precious raw content for longer duration, there is requirement to
establish Tape Library Archival system. Digital Media Asset Management (Now referred as DAM in this document)
is required for proper management of this content like Tagging, Archiving, searching and browsing.
The proposed system needs to be integrated with COI’s existing Hardware and Software.
This RFP (Request for Proposal) contains requirement for turnkey solution. This RFP details the required SAN and
DAM system for 5000 hours of content. It explains scope of the work including the deliverables required, technical
specification, Terms & conditions and after sales service / warranty support.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 4 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
2. Eligibility Criteria
1.
The bidder should have a total sum of turnover of Rs. 5 Crore (Minimum) in the last three financial years. The
copies of Audited Annual Accounts for last three years shall be attached along with the bid. (Form no. E-1)
2.
The bidder or their authorized partner must have local office in Gujarat for immediate technical and warranty
support. Please attach the copy of any two of the following: Property tax bill/Electricity Bill/Telephone
Bill/VAT/CST Registration/Lease agreement. (Form no. E-2)
3.
The bidder must have experience of supply, Installation and implementation of SAN, NLE & Media asset
management solution at single location within last three years. Purchase orders/Customer Reference must be
attached along with the bid (Form E-3).
4.
The bidder should be authorized by its OEM to quote the bid (Form no. E-4).
5.
If bidder is Consultants / firm, and any of its affiliates hired to provide consulting services for the
preparation or implementation of a project under this tender, then bidder will be disqualified for providing
goods or works or services related to the initial assignment for the same project.
Note:
1.
Bidders who wish to participate in this bid will have to register on https://gil.nprocure.com. Further bidders
who wish to participate in online bids will have to procure Digital Certificate as per Information Technology
Act 2000 using which they can sign their electronic bids. Bidders can procure the same from (n) code solutions
– a division of GNFC Ltd., or any other agency licensed by Controller of Certifying Authority, Govt. of India.
Bidders who already have a valid Digital Certificate need not procure a new Digital Certificate.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 5 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
3. General Terms & Conditions
1
The last date of submission of bid on the website https://gil.nprocure.com is 1700 Hrs, 07/03/2013. No
physical bids will be accepted under normal circumstances. However, GIL reserves the right to ask the
bidders to submit the bid and/or any other documents in physical form.
2
The bid is non-transferable.
3
The Bidder may quote only one option (i.e. only one product can be quoted) against each item. Bidders are
required to mention make & Model of the product (Do not write “OEM” against items except the items
asked to be integrated with Computers as bidders are expected to give make & model of the product).
4
The bidder will have to supply, installation, commissioning and operation & Management Central Storage
Systems for NLE & Digital Management Video Library on behalf of Commissionerate of Information, Govt. of
Gujarat
5
If in any 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.
6
The Bidder shall bear all the costs associated with the preparation and submission of its bid, and GIL in no
case will be responsible or liable for these costs, regardless of conduct or outcome of bidding process.
7
Technical specifications indicated are minimum specification. Bidder may quote for better solution. The
vendor should provide following with the technical Bid.
 Make & Model Number
 Name of Manufacturer
 Technical Literature
 Manufacturer’s Data Sheet.
 Compliance statement from the OEM of the product
8
Bidder must provide detailed connectivity / Flow diagram of the offered solution. Solution offered should
functionality-wise; adhere to the conceptual system diagram shown in this RFP (figure – 2 of Scope of
Work). Only offers meeting the standards and specification compliance to this RFP will be considered.
9
Bidder should provide integrated turnkey solution comprising all Hardware, Software and interface for
smooth functioning of the system to meet requirement in RFP. Part offers will not be considered.
10
The system will be considered as installed and accepted only after acceptance test clearance. Information
department will carry out mutually agreed Acceptance tests.
11
Bidder should provide full and final offer without expecting any clarification or answer to any quarries after
submission
12
The bidder has to upload the compliance letter on its letter head duly signed by the authorized signature &
other supporting documents as asked for in the bid in scanned format. Failing to submit the same or noncompliance/deviation from any bid terms and conditions, eligibility criteria or technical specifications may
result in rejection of the bid.
13
The Bidder has to examine all instructions, forms, terms, conditions and specifications in the bidding
documents. Failure to furnish all information required by the bidding documents or submission of a bid not
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 6 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
substantially responsive to the biding documents in every respect will be at the Bidder’s risk and may result
in rejection of its bid.
14
Amendment of Bidding Documents (Corrigendum)
14.1
At any time prior to the deadline for submission of bids, GIL may, for any reason, whether its own
initiative or in response to the clarification/queries request by a prospective bidder in the pre-bid
meeting, modify the bidding documents.
14.2
The corrigendum will be published on website http://www.gujaratinformaics.com &
https://gil.nprocure.com.
14.3
In order to allow prospective bidders reasonable time to take into consideration the amendments
while preparing their bids GIL, at its discretion, may extend the deadline for the submission of
bids.
15
Bid Currency - Prices shall be quoted in Indian Rupees only.
16
The Bidder will have to remit Non refundable Bid Processing Fees of Rs. 5,000/- & Earnest Money Deposit
(E.M.D.) of Rs. 4,00,000/- (Rupees Four lacs only) on or before the last date & hours of opening of the bids in a
sealed cover at GIL office with the heading “Bid Processing fees & EMD for RFP for Selection of an Agency for
establishing of Central Storage Systems for NLE & Digital Management Video Library on behalf of
Commissionerate of Information, Govt. of Gujarat” Bid Processing fees & E.M.D. must be in the form of
Demand Draft in the name of “Gujarat Informatics Ltd.” payable at Ahmedabad /Gandhinagar along with the
covering letter.
17
In case of non-receipt of Bid Processing fees & EMD as mentioned above within prescribed time the bid will be
rejected by GIL as non-responsive.
18
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 @ 10% of the total order value as prescribed by GIL, whichever is earlier.
19
In exceptional circumstances, GIL may solicit the Bidder’s consent to an extension of the period of validity.
The request and the responses thereto shall be made in writing. A Bidder may refuse the request without
forfeiting its E.M.D. A Bidder granting the request will not be permitted to modify its bid.
20
The Successful bidder has to submit Performance Bank Guarantee @ 10% of total order value within 15 days
from the date of issue of Purchase order for the duration of warranty of all Nationalized Bank including the
public sector bank or Private Sector Banks authorized by RBI or Commercial Bank or Regional Rural Banks of
Gujarat or Co-Operative Bank of Gujarat (operating in India having branch at Ahmedabad/ Gandhinagar) as
per the G.R. no. EMD-SD/102006/108/DMO Dated 30.03.2012 issued by Finance Department. (The draft of
Performance Bank Guarantee is attached herewith).
21
Successful bidders will have to sign the contract upon receiving the Purchase order with the purchaser(s)
within 15 working days from the date of Purchase order. (The draft of the Contract form is attached
herewith)
22
The successful Bidder’s E.M.D. will be returned upon the Bidder signing the Contract, and furnishing the
Performance Bank Guarantee @ 10% of the total order value and offer of inspection of the ordered
material.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 7 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
23
The E.M.D. may be forfeited:
(a) if a Bidder withdraws its bid during the period of bid validity
(b) in case of a successful Bidder, if the Bidder fails:
(i) to sign the Contract as mentioned above or
(ii) to furnish performance bank guarantee as mentioned above or
(iii) If the bidder is found to be involved in fraudulent practices.
24
Termination for Default
24.1
The Purchaser may, without prejudice to any other remedy for breach of contract, by written
notice of default sent to the Bidder, terminate the Contract in whole or part:
a) if the bidder fails to deliver any or all of the Goods as per the delivery schedule mentioned in
the bid, or within any extension thereof granted by the Purchaser or
b) if the Bidder fails to perform any other obligation(s) under the Contract/Purchase order.
c) If the Bidder, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices
in competing for or in executing the Contract.
“Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value of
influence the action of a public official in the procurement process or in contract execution.
24.2
“fraudulent practice : a misrepresentation of facts in order to influence a procurement process or
the execution of a contract to the detriment of the purchaser, 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 purchaser of the benefits of free and open competition;”
In the event the Purchaser terminates the Contract in whole or in part, pursuant to Clause 20.1
above, the Purchaser may procure, upon such terms and in such manner, as it deems appropriate,
Goods or Services similar to those undelivered, and the Bidder shall be liable to the Purchaser for
any excess costs for such similar Goods or Services. However, the Bidder shall continue the
performance of the Contract to the extent not terminated.
25
Price shall be inclusive of all freight, forwarding, transit insurance, warranty & maintenance for the five
years from the date of installation.
26
Prices shall be inclusive of Excise Duties. The prices shall strictly be submitted in the given format. Quoted
prices shall be without C.S.T. and VAT. The tax components like C.S.T. & VAT as applicable shall be
mentioned separately in the respective columns.
27
Late Bids - The bidder will not be allowed to submit the bid after final submission date and time.
28
Modification and Withdrawal of Bids
28.1
No bids will be allowed to be modified subsequent to the final submission of bids.
28.2
No bid will allowed to be withdrawn in the interval between the deadline for submission of bids
and the expiry of the bid validity. Withdrawal of a bid during this interval will result in the
forfeiture of bidder’s E.M.D.
29
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/attendance sheet evidencing their attendance. 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. In the absence of the bidder(s), the
tender committee may choose to open the bids as per the prescribed schedule.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 8 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
30
The Bidder’s names, Bid modifications or withdrawals, discounts and the presence or absence of relevant
E.M.D. and such other details as GIL/GOG officer(s) at their discretion, may consider appropriate, will be
announced at the opening.
31
Evaluation of the bids: After the closing time of submission, GIL/GOG committee will verify the
submission of Bid Processing Fees & EMD as per bid terms and conditions. The eligibility criteria
evaluation will be carried out of the responsive bids. The technical bids of the bidders who are complying
with all the eligibility criteria will be opened and evaluated next. GIL will seek clarifications if required on
eligibility & technical section. GIL will declare eligible & technically qualified bidders. The financial bid of
the qualified bidders will be opened and financially L1 bidder will be decided from the sum total of prices
for all line items without tax with 3 years warranty and then called for further negotiations if required.
32
The order may be split among a number of technically qualified bidders at the discretion of GIL. The bidder
with overall competitive quote will be given preference on the ordered quantity.
33
The bidder will have to offer the inspection in the manner as decided by GIL before delivering to the
respective sites or at customer sites. The cost of the same has to be borne by the supplier. Any deviation
found in the specification of the produced goods or delivered goods after inspection from the tender
specifications will lead to the cancellation of the order, forfeiture of EMD/PBG and prohibition in the
participation in the future purchase of Government of Gujarat. GIL/GoG will not be responsible for any time
delay which may arise due to any deviation from the bid technical specification found at the time of
inspection and the bidder has to deliver and install the ordered goods within prescribed time limit. At the
time of inspection, Bidder is required to produce OEM’s confirmation on OEM’s Letter head with Sr. nos. of
Equipment, Software and Batteries supplied for back to back warranty support as per tender terms &
conditions.
34
Bidder has to show the required throughput at the time of Inspection.
35
The indenter’s right to inspect, test and, where necessary, reject the Goods after the Goods arrival at
Customer Site shall in no way be limited or waived by reason of the Goods having previously been
inspected, tested and passed by the Purchaser or its representative prior to the Goods shipment.
36
Delivery & installation: Within 8 weeks from the date of purchase order.
37
Bids shall be valid for 90 days after the date of financial bid opening. A bid valid for a shorter period shall be
rejected as non-responsive.
38
Penalty Clause
38.1
If the bidder fails to deliver and install the requisite hardware and software within 8 weeks of the
issue of the confirmed purchase order, then a sum equivalent to one percent (1 %) of the total
contract value shall be deducted from the payment for each calendar week of delay or part
thereof.
38.2
Delay in excess of 10 weeks will be sufficient to cause for termination of the contract. In that case
the Performance Bank Guarantee of the bidder will be forfeited.
38.3
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.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 9 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
39
Warranty
39.1
39.2
39.3
39.4
40
Warranty: Comprehensive onsite warranty for 3 years from the date of FAT. The system will be
considered as installed and accepted only after acceptance test clearance. Information department
will carry out mutually agreed Acceptance tests. 3 year Comprehensive warranty and technical
support must be provided by the bidder.
The bidder shall guarantee a 95% uptime of computer systems/peripherals.
If any equipments continuous troubles say six times in one month during the warranty period, the
bidder shall replace the systems with new equipment without any additional cost to the purchaser.
Maintenance service
39.4.1
Maintenance services shall be provided by the Bidder during the period of warranty for
3 years.
39.4.2
The maximum response time for maintenance complaint from any of the destinations
specified in the Schedule of Requirements/Purchase order(s) (i.e. time required for
bidders maintenance engineer to report at the installation after a request call/telegram
is made or letter is written) shall not exceed 24 hrs.
39.5
During warranty period, if the complaint is not resolved with in 12 hrs the penalty of Rs. 2000/- per
day for Subsystems -1 & 2 & Rs. 1000/- for Subsystem-3 will be levied. However, if the complaints
not resolved within 7 days then from 8th day to 14th day, penalty would be levied @ 150% and from
15th day onwards penalty @ 200% of the above rates would be levied. The amount of penalty will
be recovered from the Performance bank guarantee during warranty period.
39.6
It is expected the average downtime of the item (system) will be less than half the maximum
downtime. In case an item is not usable beyond the stipulated maximum downtime the bidder will
be required to arrange for an immediate replacement of the same till its is repaired. Failure to
arrange for the immediate repair/replacement will be liable for penalty of RS. 2000/- per day for
Subsystems -1 & 2 & Rs. 1000/- for Subsystem-3 per day. The amount of penalty will be recovered
from the Performance bank guarantee during warranty period.
Payment: Payment for Goods and Services shall be made by the Indenting Department in Indian Rupees as
follows:
40.1
No advance payment will be made.
40.2
70% payment after successful inspection, delivery and installation of the ordered goods. The
inspection will be done as decided by GIL.
40.3
Remaining 30% payment will be made after FAT
Training: Minimum of seven days on site operational and configuration training to COI engineers must be
provided by the bidder. Training after Installation, Commissioning and ATP.
41
GIL reserves the right to change any bid condition of any item even after inviting the bids, with/without
prior notification.
42
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.
43
All correction/addition/deletion shall require authorized countersign.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 10 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
44
Force Majeure Shall mean and be limited to the following:
(i)
(ii)
(iii)
(iv)
(v)
Fire, explosion, cyclone, floods;
War, revolution, acts of public enemies, blockage or embargo;
Any law, order, proclamation, ordinance, demand or requirements of any Government or
authority or representative of any such Government including restrictive trade practices or
regulations;
Strikes, shutdowns or labor disputes which are not instigated for the purpose of avoiding
obligations herein, or;
Any other circumstances beyond the control of the party affected;
The BIDDER shall intimate GIL by a registered letter duly certified by the local statutory authorities, the
beginning and end of the above causes of delay within seven (7) days of the occurrence and cessation of
such Force Majeure Conditions.
Completion period may be extended to circumstances relating to Force Majeure by the GIL. Bidder shall not
claim any further extension for completion of work.
The BIDDER shall categorically specify the extent of Force Majeure conditions prevalent in their works at the
time of submitting their bid and whether the same have been taken in to consideration or not in their
quotations. In the event of any Force Majeure cause, the BIDDER shall not be liable for delays in performing
their obligations under this order and the delivery dates can be extended to the BIDDER without being
subject to price reduction for delayed deliverables, as stated elsewhere.
45
The Clarifications/queries must be submitted in writing at GIL on or before the 5 day prior to date of
submission of bid. Thereafter the clarifications/queries received from the bidders will not be entertained.
The bid should be submitted on the website https://gil.nprocure.com on or before 1700 Hours, 07/03/2013
Please address all queries and correspondence to
Shri Vivek Upadhyay, Sr. Manager (FM)
Gujarat Informatics Limited
Block-1, 8th Floor,
Udyog Bhavan.
Gandhinagar-382010.
Fax: (079) 23238925
Fax/email should be followed by the post confirmation copy.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 11 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
4. Scope of Work
SI shall be responsible for the following scope of services and shall be the Single Point of responsibility for the end
user:
1.
Requirement Details:
Following are the requirement to be met using entire proposed system.
-
-
-
Three new NLE systems.
Storage Area Network (SAN ) for shared Editing, Project portability and high throughput. Storage capacity
required is equivalent to 5000 Hours of Video in DVCAM format + Storage for 5000 hours of Low resolution
proxy files.
LTO-5 based scalable Tape Library for long term Archival of Precious contents.
Digital Asset Management System for following purpose.
o NLE user will be able to easily search and instantly use High resolution content from SAN in to
their NLE projects.
o The final Program and important raw content will be tagged and transferred to Tape Library for
long term archival. The low resolution proxy file corresponding to high resolution file will always
remain on line.
o User should be able to search, browse and preview low resolution proxy file and if required should
be able to retrieve high resolution content from Tape Library including partial retrieval of small
portion from large clip with mark-in and mark-out points.
o We already have digitized content of approx 300 Hours. So DAM system must accept our existing
content which is in DVCAM format. The system should have facility to create low resolution proxy
for our existing digitized content.
o A separate Dual channel Ingest system is required to Digitize around 4700 Hours of Video / Audio.
Facility of creating Low resolution proxy files at the time of Ingest.
o Facility of cataloguing with searchable metadata and keywords.
Facility to create DVDs from digitized archive or SAN.
UPS for Server, storage and Tape Library.
Above requirements are to be met by the turnkey solution which will consist of following subsystems.
Sub System – 1: SAN (Storage Area Network)






Storage for 5000 Hours of DVCAM format clips.
Fibre channel Switch.
Metadata Master Controller workstation, SAN to LAN Gateway server.
SAN management software (Five Licenses).
Three New NLE Systems.
Gigabit switch for metadata traffic, Fibre channel cables & Gigabit cables.
Sub System – 2: DAM (Digital Asset Management)



Dual channel Ingest system with IEEE1394, SDI and Analog I/O and with VTR control.
Asset management system for metadata management, low resolution proxy previews and Hierarchical
Storage Management for high resolution content.
Archival Sub system, based on LTO-5 drive based robotic tape library system, with initial capacity
equivalent to 5000 Hours footage in DVCAM format.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 12 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Sub System – 3: Accessories and Cabling.
1.
2.
3.
4.
19” Rack for Installing Storage, Servers, Tape Library, Fibre / Gigabit Switches.
Proper lying of Fibre channel, Gigabit cables and VTR control cables with proper casing capping or PVC
pipes. Vendor can visit our site for location of existing systems and place where new NLEs and 19” rack
is to be installed.
KVM Switch, Rack mountable console with 17” LCD + Keyboard & Touchpad.
UPS for Servers, storage and Tape Library.
 We have asked for complete solution including Sub System – 1: SAN (Storage Area Network), Sub System – 2:
DAM (Digital Asset Management), Sub System – 3: Accessories and Cabling. Bidder should ensure that all the
items quoted under each subsystems should be interconnected & work as a whole system.
 Bidder has to provide product installation media, product installation and operation manuals for all
components of all sub systems.
 Bidder has to supply all other HW, SW and accessories to interconnect new and existing equipments required
for smooth functioning of overall solution.
 Bidder must offer only those systems which are proven (successful case study). COI/GIL reserve right to witness
demonstration at vendor’s existing installation site. Bidder has to bare all expenses of site visit for our 2
engineers. Also if required, Bidder should be prepared to give technical presentation of proposed solution at
our site.
 It is responsibility of vendor to keep system in good working condition with minimum down time. The bidder
should provide name and contact details of engineer based in Ahmedabad / Gandhinagar to whom we have to
contact for support. The bidder should attend the call and identify the problem within 24 hours of receipt of
complaint. In case of component/equipment failure replacement must be done within next 24 hours time.
 COI will provide Space, electricity & Cooling requirement as needed.
 COI will provide VTRs and Source Tapes.
Overall sustain data throughput requirement for SAN:
System
NLE:
Each NLE systems must be able to playback at least 5 Video layers of
MPEG-2 I Frame 50 Mbps format and 3 layers of 16 bit 48K Audio
streams.
Dual Channel Ingest System : Ingest in DVCAM format
Data Transfer to / From Tape Library
Data Transfer from existing NLEs systems
Assuming file push/pull from two NLEs at a time.
Total Throughput requirement from Storage
Qty of
System
Combined
Requirement
3
770 Mbits / Sec
2 Streams
DVCAM
3x
LTO‐5
drives.
2 files push /
pull
50 Mbits / sec
3072 Mbits/sec
960 Mbits / sec
4852 Mbits/sec
This RFP is for the requirement of turnkey project for supply, Installation, Integration, Cabling, training and post
sales service of SAN and DAM system.
Please refer to existing workflow diagram (Fig – 1) and diagram of required system and its connectivity (Fig – 2).
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 13 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
-
-
-
Solution offered must meet the requirements and specification elaborated in this RFP.
Software modules of DAM Sub system like Ingest, Cataloguing, Browsing, Retrieval etc must be from single
vendor. Solutions which consists software modules from multiple vendors will not be accepted.
Solution offered should functionality wise adhere to the conceptual system shown in this RFP (Fig – 2).
Vendor must provide detailed connectivity / flow diagram of the offered solution.
To establish SAN and DAM system in 19” Rack with cable management, and configured it for required
specification. Detail specifications are given in subsequent sections and typical expected deliverables and
line items mentioned as per RFP.
Support for the acceptance testing to by done by our engineers in accordance with mutually prepared
Acceptance Test Plan (ATP) by the vendor. The ATP will be prepared in reference to the detail
requirements and specifications provided in this RFP.
To provide minimum of 7 days on site training to 4 engineers of user department for complete
configuration and operations. (Training during working days at end user premises).
Warranty and AMC as details in this RFP.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 14 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Figure -1
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 15 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Figure- 2
Proposed Solution with
NOTE:
1. The Images used in above figures are just for representation purpose. It does not indicate any particular
brand.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 16 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
5. Technical Specification
Minimum Technical Specification
Sub System-1 SAN (Storage Area Network)
ITEM No. 1- Storage for Video Editing Application
Sr
no.
Item Description
Qty.
1
Two or more number of Storage boxes with required number of
bays. Each with Dual RAID controller and Fiber channel interface.
Each Storage boxes must be 19” Rack mountable.
Both RAID controllers of each storage box must be configurable as
high availability redundant mode or Active-Active high performance
mode. At least Four 8 Gbps Fibre channel ports per RAID controller.
48 x 2TB Enterprise class SATA/NL‐SAS 7200 RPM or better Hot
swappable Hard Disk drives.
( plus 2 HDDs will be extra Spare drives )
Minimum of 2 GB Cache per RAID controller.
1
Matched/
Not
Matched
Fault Tolerance Hardware modules like redundant Hot swappable
RAID controller, Hot swappable redundant Power supply and FAN
modules preventing single point of failure.
6 Gb/s SAS drive connectivity, S.M.A.R.T.support or equivalent, NCQ
support or equivalent, Automatic bad sector assignment, dedicated
bandwidth to each connected drive.
RAID level supported: 0, 1 (0+1), 3, 5, 6.
Facility like online expansion, RAID migration, configurable strip size.
Background Initialization, Automatic rebuilding. Facility for Global,
dedicated or enclosure hot-Spare.
Data Services like Local replication through snapshot, Volume
copy/mirror.
Storage box must be compatible and tested with SAN management
software and Fibre channel switch.
Professional storage Management software must be provided.
Various events notification method like e-mail, LAN broadcast etc.
Front panel LED indicators.
Intelligent system health monitoring through thermal sensor,
Component presence detector and component failure detection.
Each Storage box must have 6 Gb/s SAS Expansion port for
connecting expansion enclosure for future scalability.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 17 of 43
Deviation/R
emarks, if
any
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
ITEM No. 2. - SAN Software for video Editing application
Qty.
Sr
no.
Item Description
2
High-speed file sharing storage area network (SAN) management
5
software.
Should support simultaneous read and write on same volume by
multiple users on FC networks. Simultaneous high speed file level
sharing: NO volume locking. All users could read and write to the
same volume simultaneously.
Per node bandwidth usage control: bandwidth reservation and
bandwidth quota for each SAN member for optimal distribution of the
available bandwidth.
Should allow multiple users to share access to common data files in
workgroups.
Access to SAN should be through dedicated metadata controller, with
real-time failover capability
Native OS file system support ( like NTFS ) for better SAN
maintenance. Should support native OS access right management.
Fiber channel to Ethernet failover: during FC HBA or FC cable failure,
volume should be automatically mounted through Gigabit Ethernet,
so that users can save their work and exit gracefully or continue
working at decreased performance.
Centralized management of SAN: simplifies SAN management by
allowing global, as well as local SAN settings to be controlled from a
single workstation.
Soft-zoning: enables the shared storage to be partitioned in a number
of zones that permit the compartmentalization of data for increased
security.
Facility to assign Volume permission to each user through Login
Name/Password. Volume permissions like Read & Write, Read only &
Not Available.
SAN management software must have successful case studies in
Broadcast and Post Production Industry.
Facility to create and manage large partition. Total available storage
capacity should be available in four or five partitions.
To meet the solution & requirement of the user department, bidder
may provide all the required software in addition to SAN Software
asked in the RFP.
ITEM No. 3. - FC SWITCH ( Qlogic, CISCO, Brocade )
Sr
no.
Item Description
Qty.
3
Ports: Minimum Sixteen enabled 8 Gbps Full Duplex FC ports with
SFP+ Transceivers. Expandable to at least 20 ports in same switch.
All ports must be universal, auto-discovering, self configuring, and
assume the following states: F_port, Fl_port, E_port, G_port, and
GL_port.
1
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Matched/
Not
Matched
Deviation/R
emarks, if
any
Matched/
Not
Matched
Deviation/R
emarks, if
any
Page 18 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Multi switch fabric support:

Topologies like stack, cascade, cascaded loop and mesh.
 Adaptive trunking, intelligent path selection
Fabric latency : Less than 0.2 µs
User interface: LED, command line console and web utility.
Fabric services : Simple Name Server, Hardware Based Zoning, I/O
Streamguard, Automatic Path Selection
Switch should preferably have multiple 8 Gbps ports for connecting
additional switch in future to increase number of ports
Fabric point to point bandwidth:
1700 MBps full-duplex on 8- Gbps ports.
19” Rack Mountable
FC Switch must be compatible & tested by SAN management Software
and Storage Box.
ITEM No. 4. - SAN Metadata Controller Workstation
Sr
no.
Item Description
4
Processor
Qty.
Latest Generation Core i7 3.4 Ghz with 4 cores
and 8 MB L3 cache.
Or better.
8 GB DDR-3 1333 RAM.
RAM
Motherboard
Matched/
Not
Matched
Deviation/R
emarks, if
any
1
Compatible motherboard with Intel Performance
series chipset.
Integrated Gigabit Ethernet Port.
Network
Interface
HDD for OS
FC HBA
Two 250 GB Hot swappable Hard Disk drives
configured as RAID 1 (Mirror) for OS.
USB DVD Writer.
Compatible 8 Gbps FC HBA
Graphics
PCI Express Graphics card with 1 GB RAM.
Power supply
Redundant Hot swappable SMPS.
Operating
system
Form factor
Compatible Windows 7 Professional 64 bit OS.
19” rack-mountable.
ITEM No. 5. - SAN to LAN Gateway Server with LTO-5 Tape Backup
Sr
no.
Item Description
5
Processor
RAM
Qty.
Dual Intel Hexa core Xeon E5 series CPUs ( 2.0
GHz, 15 MB cache, 7.2 GT/s ) or better
16 GB DDR-3 ECC Register 1333 RAM
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Matched/
Not
Matched
1
Page 19 of 43
Deviation/R
emarks, if
any
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Motherboard
Network
Interface
HDD for OS
OS
Server Cabinet
FC HBA
LTO-5
Tape
Autoloader
Original Intel, HP, Dell, IBM, or Supermicro
motherboard.
Integrated Graphics.
Dual integrated Gigabit Ethernet Ports.
10 Gbps Ethernet port for connection with 10
Gbps Switch.
Two 250 GB Hot swappable Hard Disk drives
configured as RAID 1 (Mirror) for OS.
Microsoft Windows server standard 2003 64 bit
or latest OS compatible to Archival software
19” Rack mountable with Redundant hot
swappable SMPS.
Compatible 8 Gbps Fibre channel HBA for
connection with FC Switch.
19” Rack mountable LTO – 5 Tape Autoloader for
temporary backup of ongoing projects.
 SAS or Fibre Interface.
 Supply SAS/FC HBA and cable.
 Supply Five LTO-5 re-writable Cartridges and
one Cleaning cartridge.
 Autoloader should have minimum 8
cartridge slots
 Native data transfer of 140 MBps.
 19” Rack-mountable.
 LTFS support for easy drag and drop backup
and restore.
Item no. 6-NLE Workstation
Sr
no.
Item Description
Qty.
6
NLE Hardware
3
Matched/
Not
Matched
Broadcast Quality Video and Audio Input and Output.
Video Input &
Output on
Breakout Box:
Audio Input &
Output
on
Breakout Box:
* Composite Video Input and Output,
* S-Video Input and Output,
* Component SD/HD Video Input and
Output (YUV or RGB).
* HDMI Input and Output.
* SDI SD/HD input and output with
embedded Audio.
* 2 channel RCA unbalanced input,
* 2 channel RCA unbalanced output,
* 2 channel XLR balanced input,
* 2 channel XLR balanced output,
* 8 channel SDI embedded Audio Input
and output.
* 8 channel HDMI embedded Audio Input and
output.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 20 of 43
Deviation/R
emarks, if
any
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
CODEC
Support:
* DV, DVCPRO, DVCPRO 50, DVCPRO HD, HDV,
and AVCHD.
* 8 bit and 10 bit uncompressed.
* MPEG-2 I frame ( 50 to 300 Mbps ),
* XDCAM, XDCAM EX, XDCAM HD,
P2, P2HD etc.
Real Time Effects * Primary and secondary color correction,
and Transition:
Chroma and Luma keying, Speed changes,
Move & Scale.
* Real time color match and color balance.
* Real time transition like dissolve, SMTPE wipes
and organic wipes with soft edges and color
borders.
10 bit Real-time up, Down and cross conversion on Capture and
output.
Real-time HD to SD downscaling with proper conversion of HD color
space to SD color space and proper aspect ratio conversion to
anamorphic, letterbox and center cut.
Real-time SD to HD up scaling with proper conversion of SD color
space to HD color space.
Real-time cross conversion from 720 to 1080 and from 1080 to 720.
Real-time frame rate conversion with 2:3:2:3 and 2:3:3:2 cadences.
HDMI monitoring with 10 bit 4:2:2 color precision. 1:1 pixel mapping
on HDMI monitor. Calibration facility for Black and white levels.
Controls for Blue-only, Chroma, HUE, Contrast and Brightness.
RS-422 Device control with Cable.
Real-time accelerated Encoding of H.264 files for Blu-Ray, Flash, Web,
Youtube and Mobile devices from various SD and HD video sources.
Specialized dedicated hardware processor for faster than real-time
encoding.
Real-time Playback of 32 bit MPEG2-I frame AVI with Transparency.
WYSWYG support for application like Adobe Photoshop, After Effects
and Encore DVD.
NLE Hardware must be compatible and certified by Adobe Production
Premium CS5 and later versions.
Genlock:
HD Analog tri-level sync or SD Analog bi-level black burst.
Editing
Adobe Production Premium CS6 or latest version.
Software Suite
Workstation Configuration
Processors
RAM
Motherboard
Network
Interface
Dual Intel Hexa core Xeon E5 series CPUs ( each
CPU 2.0 GHz clock speed, 15 MB cache, 7.2 GT/s)
or better
16 GB DDR-3 1333 FSB ECC RAM
Original Intel, HP, Dell, IBM, or Supermicro
motherboard compatible to NLE HW and SW.
Dual integrated Gigabit Ethernet Ports.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 21 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
HDD for OS
OS
Workstation
Cabinet
FC HBA.
Workstation
Display
Professional
Video Monitor
500 GB Enterprise Series SATA Hard Disk drive
for OS.
DVD Writer.
Microsoft Windows 7 Professional 64 bit or latest
compatible OS.
Full Tower workstation cabinet with Proper
cooling and 750W SMPS.
Compatible 8 Gbps Fibre channel HBA for
connecting FC Switch.
One 27” LED Display with DVI Input for editing.
24” LED Video Monitor with HDMI and DVI Input
for monitoring Premiere or After Effects Video
output.
HDMI input resolution of 1920x1080.
1:1 pixel mapping ( dot by dot ) on HDMI Input.
Graphics Card
Nvidia Quadro 2000 or better Adobe Certified
Graphics card with minimum 1 GB GDDR5
Onboard RAM
Multimedia Keyboard and Optical Mouse
Professional
Audio Monitor
Sr
no.
* 2 Way desktop reference Speaker with 20W
continuous per channel dynamic power @ 4
ohms.
* Wood cabinet with BASS reflex. Magnetic
shielding.
* Volume control on front panel.
* Unbalance RCA and Balance TRS Inputs.
* Frequency response: 85Hz – 20KHz.
Item no. 7 – 1 KVA Online UPS with 15 minutes backup for NLE
Item Description
7
Bypass Switch
Qty.
Online UPS with PWM Technology suitable for
single Phase AC input voltage
UPS shall be housed in rugged enclosure made of
M.S. Sheet 1.2 mm (minimum) thick, aesthetically
finished, duly pre-treated and powder coated.
UPS shall be free from workmanship defects,
sharp edges, nicks, scratches, burs etc. All
fasteners shall be fixed properly. The equipment
shall be complete with all parts and all parts shall
be functional
Enclosures shall conform to protection
requirement of IP21 to ISI:3947 (Part 1)/1993
(reaffirmed 1998)
Manual and Static by-pass switch shall be
provided for maintenance of UPS
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Matched/
Not
Matched
3
Page 22 of 43
Deviation/R
emarks, if
any
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
UPS shall supply output power and charging
current at the same time
Switching
Device
Switching Device shall be IGBT
Switching frequency shall be 19 KHz or above
Rating
UPS shall be provided with serial communication
port RS 232 for computer interface for data
exchange of electrical parameters of UPS like
voltage, current, frequency, charging status, mode
of operation etc.
The rating specified is a unity power factor
INPUT
Voltage Range
160 V – 260 V
Frequency
Range
50 Hz +/- 10Percent Hz
Phase
Single Phase AC
OUTPUT
Voltage
Regulation
Output
Frequency
230 V +/-2Percent (with alternative setting for
220V +/- 2Percent)
50 Hz +/- 1 Hz Single Phase (In inverter mode)
Voltage
regulation
From on load to full load Should be within +/1Percent in both the cases, UPS shall also have
facility for operation in synchronous mode in
which output frequency shall be same as that of
mains frequency
Harmonic
Distortion
2Percent max. 1 KVA UPS on resistive load
Efficiency
At rated Output voltage and Frequency
Inverter
90Percent (min)
Overall
85Percent (min)
Power Factor
Load Power
Factor
UPS power
factor
Over load
ENVIRONMENT
Protection
Better than 0.65 lagging
Better than 0.9 lagging
UPS shall withstand 20Percent overload for 5
minutes and 50Percent overload for 1 minute
Noise Level – less than 55 db at a distance of 1
meter
Over voltage, short circuit and overload at UPS
output terminal, Under voltage at battery
terminal, Overshoot and undershoot shall not be
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 23 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Indicators
Digital meters
greater than 4Percent of rated voltage for
duration of 60 msec
Mains Presence, Battery Charging and
Discharging, Low battery voltage
“Input AC Voltage, Output AC Voltage, I/o
Frequency, O/p Frequency, Load Percentage,
Battery Backup available in percentage, (with LED
\ LCD display)”
Battery Detail
400 VAH for 1 KVA - 15 min
Battery Type
Sealed Maintenance Free ( VRLA)
Battery Make
Sr
no.
Item Description
8
16 port
GIGABIT
SMART SWITCH
Exide/Quanta/CSB/Panasonic/Yuasa (Battery Sr.
No on OEM Letter Head with Warranty Assurance
of 1 years)
Item no. 8 to 11
Qty.
16 port GIGABIT SMART SWITCH for SAN
metadata Traffic.
16 Gigabit auto uplink ports,
Matched/
Not
Matched
1
Jumbo Frame Support
Static or Dynamic Link Aggregation,
Web Based configuration.
19” Rack mountable.
9
10
11.1
11.2
Fibre channel
cables for
interconnecting
FC Switch with
Gigabit ( CAT 6)
cables for
interconnecting
Gigabit Switch
with
Three NLE systems (50 meters each).
Metadata controller workstation ( 5 meter )
180m
trs
SAN to LAN Gateway Server ( 5 meter )
Storage Box (At least four links from Storage to
FC Switch) – (3 meter each).
Six 50 meter cables for three NLE systems.
Metadata controller workstation ( 5 meter )
160
mtrs
SAN to LAN Gateway Server ( 5 meter )
10 meter RS422 VTR control cables for connecting each NLE
workstations to VTRs.
Following Audio/Video cables for each NLEs.
- 10 meter Component Video.
- 10 meter IEEE1394.
- 4 x 10 meters XLR Audio ( male to female )
- 10 meter HD/SD SDI.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
3 set
3 set
Page 24 of 43
Deviation/R
emarks, if
any
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
SUB System -2 DAM (Digital Asset Management)
Item no. 12 - INGEST System (Workstation for Video Capturing)
Sr no.
Item Description
12
Channels
CODEC
VTR Control
Video Format
Qty.
Dual channel Ingest system. Facility to Digitizes
(capture) two Video and Audio sources
simultaneously.
Facility of capturing from VTR, Camera or
external Lines.
DVCAM, HDV, DV25 and
MPEG-2.
Matched/
Not
Matched
1
Captured Files must work in real time in all
new NLE Systems and existing Matrox NLE
systems
without
any
intermediate
transcending or rendering.
VTR Control to control our existing DVCAM
and Betacam VTRs using RS232 / RS422 cables.
Facility of controlling minimum of two VTRs
without changing cables.
PAL – B ( 625 lines, 25 frames / Sec )
Video
IN / OUT
( 2 Channel )
Analog – Component & Composite IN and
OUT,
IEEE1394 IN and OUT,
SD-SDI IN and OUT.
Audio
Stereo Balanced Audio for each Analog Video
IN / OUT
Source.
Embedded Audio for SDI and IEEE1394 Source.
Capture Hardware must be reputed brands
Ingest system must allow simultaneous capture from any of two
sources (IEEE1394 / Analog / SDI).
Scalable
Solution should be scalable for additional
industry standard CODECs like AVCHD, MPEGIMX.
Workstation for
Ingest System.
Solution must be scalable to add more ingest
channel by adding additional capture board or
additional Ingest workstation.
1. CPU – latest generation minimum Core i7
3.4 GHz with 4 cores and 8MB L3 cache
2. Motherboard – Compatible board with Intel
performance series chipset. (Integrated
Gigabit LAN Port, Audio, IEEE1394 and USB
Ports )
3. RAM - 8 GB DDR-3 1333 FSB RAM,
4. HDD - 250 GB HDD for OS and 2x 1 TB HDDs
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 25 of 43
Deviation/R
emarks, if
any
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
for Ingest Data.
5. Compatible Graphics card with 1 GB RAM.
6. 22” LED Monitor, Keyboard / Mouse & DVD
writer. Windows 7 64 bit or latest certified
OS.
7. Workstation Tower cabinet with 750W
SMPS.
Audio Monitor
Active Stereo Audio monitors compatible to
video/audio hardware with volume control.
Separate audio monitor for both ingest
channels.
Ingest Software Features.
Recording Modes
Manual Recording
Batch Recording
Schedule periodic Recoding
Facility of Pre-Cataloguing like Title and Description for captured File.
This can be used for searching files after ingest.
Digitized High res files along with associated low resolution proxy
files and Pre-cataloguing data must be transferred automatically to
specified folders or category on SAN through SAN to LAN gateway
server.
Item no. 13 – 2 KVA Online UPS with 60 minutes backup for ingest system & VTR
Sr no.
Item Description
13
Bypass Switch
Switching Device
Qty.
Online UPS with PWM Technology suitable for
single Phase AC input voltage
UPS shall be housed in rugged enclosure made
of M.S. Sheet 1.2 mm (minimum) thick,
aesthetically finished, duly pre-treated and
powder coated.
UPS shall be free from workmanship defects,
sharp edges, nicks, scratches, burs etc. All
fasteners shall be fixed properly. The
equipment shall be complete with all parts and
all parts shall be functional
Enclosures shall conform to protection
requirement of IP2L1 to ISI:3947 (Part 1)/1993
(reaffirmed 1998)
Manual and Static by-pass switch shall be
provided for maintenance of UPS
UPS shall supply output power and charging
current at the same time
Matched/
Not
Matched
1
Switching Device shall be IGBT
Switching frequency shall be 19 KHz or above
UPS shall be provided with serial
communication port RS 232 for computer
interface for data exchange of electrical
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 26 of 43
Deviation/R
emarks, if
any
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Rating
parameters of UPS like voltage, current,
frequency, charging status, mode of operation
etc.
The rating specified is a unity power factor
INPUT
Voltage Range
160 V – 260 V
Frequency Range
50 Hz +/- 10Percent Hz
Phase
Single Phase AC
OUTPUT
Voltage Regulation
230 V +/-2Percent (with alternative setting for
220V +/- 2Percent)
Output Frequency
50 Hz +/- 1 Hz Single Phase (In inverter mode)
Voltage regulation
From on load to full load Should be within +/1Percent in both the cases, UPS shall also have
facility for operation in synchronous mode in
which output frequency shall be same as that of
mains frequency
Harmonic
Distortion
2Percent max. 2 KVA UPS on resistive load
Efficiency
At rated Output voltage and Frequency
Inverter
90Percent (min)
Overall
85Percent (min)
Power Factor
Load Power Factor
Better than 0.65 lagging
UPS power factor
Better than 0.9 lagging
Over load
ENVIRONMENT
Protection
Indicators
Digital meters
Battery Detail
UPS shall withstand 20Percent overload for 5
minutes and 50Percent overload for 1 minute
Noise Level – less than 55 db at a distance of 1
meter
Over voltage, short circuit and overload at UPS
output terminal, Under voltage at battery
terminal, Overshoot and undershoot shall not
be greater than 4Percent of rated voltage for
duration of 60 msec
Mains Presence, Battery Charging and
Discharging, Low battery voltage
“Input AC Voltage, Output AC Voltage, I/o
Frequency, O/p Frequency, Load Percentage,
Battery Backup available in percentage, (with
LED \ LCD display)”
3200 VAH for 2 KVA - 60 min
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 27 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Battery Type
Battery Make
Sealed Maintenance Free ( VRLA)
Exide/Quanta/CSB/Panasonic/Yuasa (Battery Sr.
No on OEM Letter Head with Warranty
Assurance of 1 years)
Item no. 14 – Digital Asset Management
Item no. 14.1 - Archival Server configuration
Sr no.
Item Description
14.1
Processor
RAM
Motherboard
Network
Interface
HDD for OS
HDD for Tape
drive cache
OS
Server Cabinet
HBA for Tape
Library.
Qty.
Dual Intel Hexa core Xeon E5 series CPUs ( each
CPU 2.0 GHz clock speed , 15 MB L3 cache ) or
better
16 GB DDR-3 ECC Register RAM
Matched/
Not
Matched
Deviation/R
emarks, if
any
Matched/
Not
Matched
Deviation/R
emarks, if
any
1
Original Intel, HP, Dell, IBM, or Supermicro
motherboard.
Integrated Graphics.
Dual integrated Gigabit Ethernet Ports.
One 10 Gbps Ethernet port for connecting 10
Gbps switch.
Two 250 GB Hot swappable Hard Disk drives
configured as RAID 1 ( Mirror ) for OS.
2x 2 TB enterprise class SATA Hard Disk drives for
Tape drive cache.
Microsoft Windows server standard 2003 64 bit
or latest OS compatible to Archival software
19” Rack mountable with Redundant hot
swappable SMPS.
SAS or Fibre channel HBA for connecting LTO-5
Tape Library with required interface cables.
Item no. 14.2 - Workflow Software
Sr no.
Item Description
Qty.
14.2
Facility of cataloguing, metadata entry with Keywords, Archival to
Tape library and Retrieval including Partial retrieval from Tape.
Software should support three types of Storage
1
* Online: For metadata, low-res proxy and Important clips which will
be always remain online. All ingest material will also initially available
on online storage.
* Near line: Once the Administrator or Cataloguer decides to move
ingest material, it should automatically copied to automated tape
library.
* Off-line: The software should also maintain records of off-line tapes
which are not there on tape library, through bar coded stickers.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 28 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
The software should have facility to assign different tag to media like
: “Not in archive”, “To be archived”, “Archived” etc.
The solution must support partial restore of small scene from file
stored on tape library with IN and OUT points.
We want total Six Client Licenses (Three NLE + One LAN Gateway +
One Archival Server + One Cataloguing Desktop). Software must have
facility to assign user (client) permission.
Typically we want following client permissions, but we must be able
to change permissions as and when required.




Three new NLE user must be able to Search and browse
High resolution media from SAN. And for the content which
is transferred to Tape library, they must also be able to
search, browse and preview corresponding low resolution
proxy files. And on selection they should be able to retrieve
High resolution files from Tape Library. They must have
facility of partial retrieval of small scene from large clip
based on Mark-In and Mark-Out. These clients should not
have permissions of Cataloguing and Archival to tape.
Archival Server described in B.1 will be used for
Administration and Cataloguing. So this user should have all
permissions like Cataloguing, Archival to tape, Browsing,
searching etc Including permission of deleting clip from
Online storage.
We will use our existing Dell System described in B.2 for
cataloguing. So this user should have permissions like
searching and Cataloguing
Remaining one client will be installed on SAN to LAN
Gateway server.
Vendor should clearly mention the license policy of the offered
solution with detailed breakup
We also keep copy of all our finished documentary and episodes in
MPEG-2 DVD format. Offered solution should have facility to Archive
these MPEG-2 DVD format files to tape library. Offered solution
should have facility to retrieve these files on client computer for DVD
burning and distribution as and when required.
Media asset management software must support tape library of all
leading tape library manufacturer.
The software must be scalable for additional Tape storage or
additional tape libraries in future.
All software modules of DAM must be linked with each other.
Ingest, cataloging, searching/previewing, tape backup, partial
retrieval and transferring high res video to NLE for editing must be
done through interlinked software modules. There must not be
different applications of different vendors for above mentioned jobs.
Solution which involves software application from multiple vendors
will be rejected.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 29 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Facility of Backup/Restore database of metadata and proxy files.
Facility to mark different segments within one large clip with IN and
OUT points. Facility to assign different description for each segment
within one large clip. Facility of partial retrieval of only required
segment from large clip based on IN and OUT points.
Cataloguing and Search option must have following parameters /
filters.
* Facility to search file from specified location like online, near line, All
locations etc.
* Facility to search from selected category of material.
* Facility to search based on title or Description.
* Facility to search based on event date.
* Facility to search based on name of Producer.
* Facility to search with Keywords with logical operator like AND, OR,
NOT.
* Facility to search and Browse existing Keywords.
* Solution must have professional keyword administration for creating
and maintaining keyword tree structure. Following are essential
Keywords required for cataloguing / searching all files/clips.
- Keywords for place of Function / Event.
- Keywords for subject of function / Event.
- Keywords for Date of Function / Event.
- Keywords for Camera men, reporter.
- Keywords for Tape Number.
- Keywords for Dignities / Politicians present in the Function.
- Keywords for speech of Dignities / Politicians.
- Keywords for date of capture.
- Keywords for different scenes.
- Keywords for Name of Documentary, subject of Documentary, Year
of Documentary production.
- Keyword for Audio Song used in documentary.
- Keyword for Voice Over, Music editor used in Documentary.
- Keywords for Stories.
Solution must allow us to create / Delete individual keywords entry or
Keyword Tree as and when required.
Facility to communicate between all clients and administrator by
internal messages.
We will also use our existing Matrox AXIO NLE systems for Ingesting in
DVCAM format. There must be facility to Add our existing footage and
footage captured on AXIO NLE in Asset management system without
recapturing. All these footages are in DVCAM format. Solution should
add existing footage and create low resolution proxy file for preview.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 30 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Item no. 15 - Archive TAPE Library
Sr no.
Item Description
15
System Type
Automatic (Robotic) Tape library with minimum
of 48 cartridges slots. 19” Rack mountable with
Dual power supply.
Minimum of Two LTO-5 tape drives on SAS or
Fibre channel Interface.
Drives
Data transfer
rate
Cartridge
Storage
Expansion
Qty.
&
Matched/
Not
Matched
Deviation/R
emarks, if
any
Matched/
Not
Matched
Deviation/R
emarks, if
any
1
Tape drive must be backward compatible to
Read-Write LTO-4 media.
Minimum native data transfer rate of each LTO5
tape drive should be 450 GB/HOUR
The system should be supplied with 50 LTO-5
WORM cartridges and 2 cleaning cartridges.
Supply at least 60 bar code stickers.
Supplied library must have minimum of 5000
hours of storage capacity in DVCAM format.
Supplied library must be scalable for future
requirement either it should have additional
empty cartridge slots or there should be facility
of adding additional library on same server.
Bar
Code
Library must have Bar code reader for cartridges
Reader
identification.
Tape Library management software features:
- Cartridge Spanning: For better utilization of tape cartridge capacity.
- Off line Tape cartridge management.
- Repack of re-writable tapes.
- Software must be scalable for additional tape library, Tape drives
and slots.
- Optimized restore of multiple files.
Item no. 16 - 16 port SWITCH.
Sr no.
Item Description
Qty.
16
16 port SWITCH.
* At least two 10 Gbps port.
* 16 Gigabit auto uplink ports,
* Jumbo Frame Support,
* Static or Dynamic Link Aggregation,
* Web Based configuration.
1
- All required interface cables (Gigabit and 10 Gigabit cables,
Video/Audio cables for dual channel Ingest system and RS422 VTR
control cables.
NOTE: All Drivers and Original software CDs & licenses must be included.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 31 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
SUB System – 3 (Accessories & Cabling)
Item no. 17- 19” RACK
Sr
no.
Item Description
Qty.
17
19” Rack for Installing Storage Box, Metadata Master controller, SAN
to LAN Gateway server, Archival Server, Tape Library, FC switch,
Gigabit Switches and KVM console. 19” Rack must have enough
Power strips with sockets for all equipments.
KVM
19” Rack mountable 1U or 2U console with 17”
or bigger LCD monitor Keyboard and Touchpad.
1
18
Matched/
Not
Matched
Deviation/R
emarks, if
any
Matched/
Not
Matched
Deviation/R
emarks, if
any
1
19” Rack mountable 4 port KVM switch for
Metadata Master, SAN to LAN gateway server
and Archival Server.
Item no. 19- 10 KVA UPS with 30 Min Backup
Sr
no.
Item Description
Qty.
19
10 KVA Online UPS (with 30 min battery backup)
1
Bypass Switch
Switching Device
Online UPS with PWM Technology suitable for
single Phase AC input voltage
UPS shall be housed in rugged enclosure made of
M.S. Sheet 1.2 mm (minimum) thick, aesthetically
finished, duly pre-treated and powder coated.
UPS shall be free from workmanship defects,
sharp edges, nicks, scratches, burs etc. All
fasteners shall be fixed properly. The equipment
shall be complete with all parts and all parts shall
be functional
Enclosures shall conform to protection
requirement of IP2L1 to ISI:3947 (Part 1)/1993
(reaffirmed 1998)
Manual and Static by-pass switch shall be
provided for maintenance of UPS
UPS shall supply output power and charging
current at the same time
Switching Device shall be IGBT
Switching frequency shall be 19 KHz or above
UPS shall be provided with serial communication
port RS 232 for computer interface for data
exchange of electrical parameters of UPS like
voltage, current, frequency, charging status, mode
of operation etc.
Rating
The rating specified is a unity power factor
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 32 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
INPUT
Voltage Range
Frequency
Range
Phase
OUTPUT
Voltage
Regulation
Output
Frequency
160 V – 260 V
50 Hz +/- 10Percent Hz
Single Phase AC
230 V +/-2Percent (with alternative setting for
220V +/- 2Percent)
50 Hz +/- 1 Hz Single Phase (In inverter mode)
Voltage
regulation
From on load to full load Should be within +/1Percent in both the cases, UPS shall also have
facility for operation in synchronous mode in
which output frequency shall be same as that of
mains frequency
Harmonic
Distortion
3Percent max. for 10 KVA UPS on resistive load
Efficiency
At rated Output voltage and Frequency
Inverter
90Percent (min)
Overall
85Percent (min)
Power Factor
Load Power
Factor
UPS power
factor
Better than 0.65 lagging
Better than 0.9 lagging
Battery Detail
UPS shall withstand 20Percent overload for 5
minutes and 50Percent overload for 1 minute
Noise Level – less than 55 db at a distance of 1
meter
Over voltage, short circuit and overload at UPS
output terminal, Under voltage at battery
terminal, Overshoot and undershoot shall not be
greater than 4Percent of rated voltage for
duration of 60 msec
Mains Presence, Battery Charging and
Discharging, Low battery voltage
“Input AC Voltage, Output AC Voltage, I/o
Frequency, O/p Frequency, Load Percentage,
Battery Backup available in percentage, (with LED
\ LCD display)”
8000 VAH for 10 KVA - 30 min
Battery Type
Sealed Maintenance Free ( VRLA)
Over load
ENVIRONMENT
Protection
Indicators
Digital meters
Battery Make
Exide/Quanta/CSB/Panasonic/Yuasa (Battery Sr.
No on OEM Letter Head with Warranty
Assurance of 1 years)
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 33 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Item no. 20- Standalone DVD Recorder
Sr
no.
Item Description
Qty.
20
Standalone DVD Recorder with 160 GB in-built Hard Disk Drive.
Composite and S-Video Video IN, IEEE1394 IN. Preferably HDMI IN.
1
Note:
1.
2.
3.
4.
Matched/
Not
Matched
Deviation/R
emarks, if
any
For Cataloguing System, COI will use our existing Dell server for cataloguing.
Bidder has to supply all other HW, SW and accessories to interconnect new and existing equipments
required for smooth functioning of overall solution.
Bidder has to submit the OEM compliance letter showing line by line compliance with all tender
specification mentioned above.
The cabling qty. is estimated and for evaluation purpose only. However, at the time of implementation,
the actual consumption should be considered for the billing
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 34 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
6. Financial Bid:
FINANCIAL BID FORMAT
Sr. No
ITEM
Qty. (In
Nos.)
Unit Prices with
3 Year Warranty
(In Rs. Without
tax)
A
B
C
D
Total Price with 3
year warranty
(In Rs. Without tax)
Rate of VAT
/ Service Tax
(%)
E=C*D
F
Sub System-1 SAN (Storage Area Network)
1
2
3
STORAGE for video editing application
SAN Software for video editing
application
FC SWITCH
( Qlogic, CISCO, Brocade )
1
5
1
4
SAN Metadata Controller Workstation
1
5
SAN to LAN Gateway Server with LTO5 Tape Autoloader
1
6
NLE Workstation
3
7
8
9
10
11.1
1 KVA Online UPS with 15 minutes
backup for NLE
16 port GIGABIT SMART SWITCH for
SAN metadata Traffic
Fibre channel cables (per mtrs.)
Gigabit (CAT 6) cables for
interconnecting Gigabit Switch (per
mtrs.)
10 meter RS422 VTR control cables
(Per Set)
3
1
180
160
3
11.2
Audio/Video cables (per Set)
3
11.3
Cable Laying Charge (Per Mtrs.)
420
SUB System -2 DAM (Digital Asset Management)
12
13
14
Ingest System (workstation for Video
Capturing)
2 KVA Online UPS with 60 minutes
backup for ingest system & VTR
Digital Asset Management
(Archival Server, Workflow Software)
1
1
1
15
Achieve Tape Library
1
16
16 Port Switch
1
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 35 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
SUB System – 3 (Accessories)
17
19" RACK
1
18
KVM
1
19
10 KVA UPS-30 min backup
1
20
Standalone DVD recorder
1
21
Cable installation accessories like
casing capping or PVC pipes
1
GRAND TOTAL
Note: L1 will be decided from the lowest Grand Total.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 36 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
7.
Annexure
Annexure A
Performa of Contract-cum-Equipment
Performance Bank Guarantee
(To be stamped in accordance with Stamp Act)
Ref:
Bank Guarantee No.
Date:
To
Name & Address of the Purchaser/Indenter
____________________________
____________________________
Dear Sir,
In consideration of Name & Address of the Purchaser/Indenter, Government of Gujarat, Gandhinagar (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 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 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.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 37 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
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 ___________2013
_____________________
Signed and delivered by
_____________________
For & on Behalf of
Name of the Bank & Branch &
Its official Address
List of approved Banks
(Any Nationalized Bank including the public sector bank or Private Sector Banks authorized by RBI or
Commercial Bank or Regional Rural Banks of Gujarat or Co-Operative Bank of Gujarat (operating in India having
branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD-SD/102006/108/DMO Dated 30.03.2012 issued by
Finance Department)
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 38 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Annexure B
CONTRACT FORM
THIS AGREEMENT made on the __________ day of ____________________, 2013 ____ 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 _________________
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 39 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Annexure C
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,
Sr. Manager (FM)
Gujarat Informatics Ltd.
Block-1, 8th Floor,
Udhyog Bhavan, Gandhinagar.
Sub: Compliance with the tender terms and conditions, specifications and Eligibility Criteria
Ref: RFP NO.:GIL\COM. Of Info\RFP \2012-13 dated 15/02/2013
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 DD/MM/YYYY.
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____________2013
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
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 40 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Annexure D
Bid Processing Fees & Earnest Money Deposit Details
Amount
Rs.)
Sr. No.
Item
1
Bid Processing Fees
2
Earnest Money Deposit (E.M.D.)
(in
Name & Branch of
Bank
Demand Draft No.
ELIGIBILITY CRITERIA
Form no. E1
Financial Year
Financial strength of the bidder
Turnover (Rs. In Crores)
Audited
(Yes/No)
Accounts
uploaded?
Note: Please fill this form and upload the audited Annual Accounts for the last three financial years.
Form no. E2
Sr. No.
Office in GUJARAT
Address
Contact Person
Contact nos.
Type of supporting
document attached
1
2
Note: You may mention more than one office (if applicable) by adding multiple rows which may be added by
“NUMBER OF ROWS TO ADD”.
Form No. E-3.1 Experience Details
(Implementation of Media Asset Management System as per eligibility Criteria (Form E-3)
Sr.
Name of the Contact
Contact
Date/Period
of
List of ItemsNo.
Organization
Person
telephone
implementation
Implementation
no.
&
of SAN, DAM &
Address
NLE
Type
of
Supporting
Document
attached
Note: Please fill this form and upload the supporting documents for each customer reference in scanned format.
Failing the same may lead to the rejection of the bid. You may add the customer references by adding multiple
rows which may be added by “NUMBER OF ROWS TO ADD”.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 41 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
Form no. E4
Authorization Letters
Item
Make & Model
Name of OEM
Authorization
letter
attached? (Yes/No)
Sub System 1 SAN
STORAGE for video editing
application
SAN Software for video
editing application
FC Switch
SAN Metadata Controller
Workstation
SAN to LAN Gateway
Server Configuration
NLE Workstation
1 KVA online UPS
16 Port Switch
Sub System-2 DAM
Ingest System (workstation
for video Capturing)
2 KVA Online UPS
Achieve Server
Workflow Software
Achieve Tape Library
16 Port Switch
Sub systems -3 ( Accessories)
19" RACK
KVM
10 KVA UPS-30 min backup
Make & Model List
Sr.
No.
1
2
3
4
5
6
7
8
Item
Make & Model
Supporting Document
attached? (Yes/No)
Sub System 1 SAN
STORAGE for video editing application
SAN Software for video editing application
FC SWITCH ( Qlogic, CISCO, Brocade )
SAN Metadata Controller Workstation
SAN to LAN Gateway Server
NLE Workstation
One 27” LED Display with DVI Input for editing.
Professional Video Monitor - 24”LED Display with HDMI
and DVI Input.
16 port GIGABIT SMART SWITCH f or SAN metadata
Traffic
Fibre channel cables
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 42 of 43
GUJARAT INFORMATICS LIMITED
BLOCK NO.-1, 8TH FLOOR, UDYOG BHAVAN, SECTOR-11, GANDHINAGAR
9
10
11
12
13
14.1
14.2
15
16
17
18
19
20
Gigabit (CAT 6) cables for interconnecting Gigabit Switch
10 meter RS422 VTR control cables
Audio/Video cables
Sub System-2 DAM
Ingest System (workstation for video Capturing)
22” LED Monitor
2 KVA Online UPS
Archival Server
Workflow Software
Achieve Tape Library
16 Port Switch
Sub systems -3 ( Accessories)
19" RACK
KVM
10 KVA UPS-30 min backup
Standalone DVD recorder
Note: You may quote only one option against any item.
RFP NO.:GIL\COM. Of Info\RFP \2012-13
Page 43 of 43