~ 1 ~

Draft Tender( REQUEST FOR PROPOSAL)

Supply of ONLINE HD Cameras along with complete chain for PCR on SITC basis. (Supply, Integration, Testing & Commissioning)

FOR SRI VENKATESWARA BHAKTI CHANNEL Opposite Regional Science Centre, .

~ 2 ~

CONTENTS

Sl. Details Page No. No. 1. Important Dates 04

2. Contact Information 05

3. Process Overview 06,07

4. Functional Concept 07

5. System Requirement 07 to 10 6. Commercials 11 7. Validity of Proposal 11 8. Rights of the Management 11 9 Eligibility Criteria & Important Conditions 12 10 Payment Terms 12 11 Bid Security 12,13 12 Export Packing 13 13 Guarantee and Warranty 13 14 Performance Guarantee 14 15 Annual Maintenance Contract 14 16 Insurance 14 17 Receipt & Installation of Equipment 14 &15 18 Inspection ( Inspection & Commissioning ) 15

~ 3 ~

19 Training Facility 15 20 Technical Literature, System Drawing 15 &16 and Supply of Manuals.

21. 16 UP TIME GUARANTEE.

22 Delivery Schedule 16 &17

23 Clearance 17 . 24. Documents Required at the time of 17 supply of material and Execution of work on SITC basis.

25 Special Notes 18 .. 26. Additional Information 18 &19 27. Arbitration 19 28 Other Information 19 29 Detailed Specification of Equipment 20 to (Appendix-1 to Appendix-10) 49

30. Annexure-I (Bill of Material) 50 to 55

31. Packing Norms 56

~ 4 ~

1. Important Dates

Last date of submission of Proposal Bids Technical Bid Opening Camera & Equipment Demo for Technical Evaluation and quality check

Commercial Bid Opening

Evaluation of Commercial bid opening and declaration of L1 vendor

Discussions if required with L1 vendor Placement of purchase order Last date of equipment supply

Last date of equipment supply integration Testing and commissioning

Total project completed period from date for releasing of purchase order

~ 5 ~

2. Contact Information

For Technical & Commercial queries

Chief Executive Officer Email id:[email protected]

E. Chandrasekhar +91-9000222601 Sr. Manager (Technical) Email id: [email protected]

~ 6 ~

3. Process Overview

A The The Technical and Commercial offer along with other details should be process submitted through Regd. Post/ Courier or by hand by due date to: -

CHIEF EXECUTIVE OFFICER SRI VENKATESWARA BHAKTHI CHANNEL Opposite Regional Science Centre , ALIPIRI TIRUPATI-517507.

The envelope should display at the top ‘ Supply of Online HD Camera setup along with complete chain for PCR ON SITC BASIS for SV BHAKTHI Channel (TTD)’.

2.The financial bid should be placed in a cover kept sealed separately inside the main envelope.

3.The proposals will be evaluated for meeting technical requirements and respective system completeness based on which commercial analysis will be carried out. One Vendor shall submit one solution only. Multiple quotations or Multiple solutions from same vendor will be firmly rejected.

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. The following Factors will be considered during evaluation: 1.Product Quality :- Reputed and industry tested equipment.

2...Compatibility: - System is envisaged to be compatible with the present Setup and equipment.

3.Upgradation/Modular Design :-System/equipment should be

future and long term oriented and open to technology up gradations besides capable of adding on facility and features in phased manner. 4. Assurance of Supply: - Vendors technical capability, Organizational stability, reliability and durability of Equipment, 5. Quality: - Equipment stability, guaranteed uptime Parameters, life of equipment.

~ 7 ~

6 Service :- After Sales service, Availability of Spare Parts/ Technical support, warranty/guarantee. 7. Cost :- Cost of the system as proposed and the Apparent future implication Operating Expenses, Total cost of ownership. 8. Past performance ;- Vendor’s past performance, in the relevant Field and reliability factor perceived in the industry. 9. Regulatory Delivery schedule - Regulatory compliance, Safety Requirement, Environmental Objectives. Adherence to delivery Schedule keeping with overall Project execution philosophy. B Location S.V.Bhakti Channel, , Alipiri,Tirupati.

4. Functional Concepts

The set-up is envisaged to cater to Outdoor Online coverage’s with HD Camera and also to be down converted to SD. .The scope of this project include Supply, Installation, Testing & Commissioning (SITC) of the relevant component (subsystem) of the H.D Camera online setup.

5. System Requirement

The system required comprises of Eleven main components which will be called as sub-systems, as under:

1. Online Digital HD Cameras setup–

Basically Online Digital HD cameras setup consist of Studio and EFP Camera chain with 2/3 inch, three-chip MOS/CMOS/CCD Sensor with a camera chain consisting of Camera Head, Camera Control unit/ Cameras Base Station, Remote Control Panel for CCU/ Base station along with connecting cable, View finder. Essential Requirements and Features required for above mentioned Camera Chain are in “Appendix-1”S.NO-1, 2, 2.1,2.2, 2.3,2.4 and the Detailed Technical Specifications are given in “Appendix- 1.A, S.NO- A, A-I, A-II, A-III, A-IV.

~ 8 ~

Mandatory Testing condition for Camera Chain:

A. The Camera Body/Head should have Motorized N.D filter with Five positions and also have at least four C.C filters. The said filters should be able to be controlled in Remote Control Panel of C.C.U / Base Station.

B. The Camera Control Unit (C.C.U)/ Base Station should drive 2000 meters of Lemo Type Hybrid Fiber Optical Cable without any external power supply.

C. The Camera Body/Head and the Camera Control Unit / Base station should withstand when connected to multiple sizes of Lemo type Fiber Optical cable in heavy rain conditions. A test will be carried out in SVBC Tirupati Studio by connecting 2000 meters of Fiber Optical cable of different sizes. Testing cubes filled with water are placed at the joints of OFC cable.

The above test will be done on specified dates mentioned in Important dates tabular form which was mentioned at page 3, in important dates table.

Vendors /Bidder should be ready with complete set of camera chain which comprises of Camera Head / camera body, Camera lens, C.C.U / Base unit, Tripod along with base plate, 24” or above HD professional Monitor, Servo Zoom & focus kits along with supporting side rods, View finder on the dates given in the tabular form for Demo purpose and also for testing purpose. Testing of Camera chain is mandatory for this Tender, without test the offer will be treated as rejected.

2. Lens : H.D Lens System

SVBC requires H.D Lens, Wide angle and tele-lenses to work with quoted camera system. All the lenses should be of Broadcast quality from reputed manufacturers. Lenses should have the Bayonet mount B4 matching with Camera along with servo focus and zoom kits .The Detailed Technical Specifications were given in “Appendix-2 B, B-I, B-II, B-III, B-IV.

3. Tripod System :

As Mentioned above , the cameras will be used for the TV Studio and Out Door Broadcasting mainly Live Coverages. Therefore, different type of Tripod System is required to match with the pay load requirements. All the Tripods should be supplied with camera fixing plate. The Detailed Specifications were given in “Appendix-3 C,C-I,C-II, C-III.

~ 9 ~

4. Digital Video Production Switcher :

Two M/E (2 M/E) HD Digital Video Production Switchers having at least 32 inputs HD-SD Digital Video Production Switcher supporting multiple formats i.e SD/HD-SD-1080/50 i& 50 P or SD/HD-SD-1080/50i . The Detailed General & Essential features are given in “Appendix – 4 (1, 1.1 to 1.22 and 2 ).

5. Digital Signal Pulse Generator :

Five (5) No’s of Digital Signal Pulse Generators having 5 outputs of each B.B signal, Tri level Sync and HDTV sync out puts. The Detailed Technical Specifications are given Appendix—5.

6. Glues, Routers ,HD UP& DOWN CONVERTORS , Multiplexer ..etc :

SVBC Requires the fallowing Analog and Digital Distribution cards, H.D to S.D and S.D to H.D up &down convertors, Tri level distribution and B.B Signal distribution cards and HDTV Sync Distribution cards and routers, Analog Audio & SDI Video Multiplexer unit (Embedder) . The Detailed Technical Specifications are given in “Appendix- 6 ” a) H.D to S.D down convertor cards – 08nos. b) S.D to H.D up convertors cards – 8 nos. c) Analog Distribution cards – 8 nos. d) S.D to S.D Distribution card – 8nos. e) H.D to H.D Distribution cards- 8 nos. f) Analog Audio & SDI Video Multiplexer unit (Embedder)-8 nos g) 19" rack frame mounting with hot swappable redundunt power supply unit to hold minimum 10 nos of different cards – 8 nos h) H.D/SD SDI routers -05 nos

7. Professional Monitors :

7.A : 17 inch LCD professional Monitors :

SVBC Requires high intensity, high contrast wide screen 17", wide viewing angle LCD Panel to view stable images from various angles: both horizontally and vertically, with no reduction in picture contrast, brightness and colour saturation, the Details Technical Specification of Monitors given in “Appendex- 7.A”.

7B : 52’’ LCD professional Monitors.

SVBC requires high intensity & high contrast wide screen of size 55” (diagonal) and wide viewing angle LCD Panel to view stable images from various angles - both horizontally and vertically, with no reduction in picture contrast, brightness and colour saturation

The Detail Technical Specifications are given in Appendix-7.B

~ 10 ~

8. Digital Hard Disk Recorders :

6 numbers of Digital Hard Disk Recorders having recording format of HD and SD- SDI with 50 Mbps or more. Recorders should have 4 channel analog audio inputs along with digital AES audio inputs. The Digital Hard Disk Recorders should display video input along with Audio levels. 12 number of Digital Hard Disks are also required . The Detailed Specifications are given “Appendix-8 ”.

9. Intercom System :

Professional Intercom system having at least 4 channels for communication from Production side (in the P.C.R Section one for Producer and one for online Editor and two C.C.U operator) to communicate and delivery the Commands to at least 16 cameramen and the system should be compatible to the Camera chain which is having 2000 meters of Lemo type fiber optical Camera Cable. camera Control unit which can drive 2000 meters of fiber optical cable.

The Detail Technical Specifications are given in Appendix-9

10. Multi- Viewer : SVBC Requires Multi-viewer should provide simultaneous monitoring of multiple HD/SD-SDI sources 32 tiled in a single big display device. The Deiatail Techincal Specification given in Appendix- 10

11. Installation Material :

Installation material like HD Video Cables, Audio cables, LAN cables, matching BNC, XLR connectors, video patch panels , Equipment racks to install 2 no’s of productions Control rooms . etc along with ferrules has to be quoted for two PCR configuration giving the breakup of all the quoted material with unit prices. Power distribution is also within the scope of the System Integrator.

At this stage the bidder can quote for the estimated requirement, matching with their system support by indicative drawing. However, qualified bidder will be paid as per the actual consumption as per the approved video/audio schematic. Completeness of the system is the responsibility of the bidder.

~ 11 ~

6. Commercials

The vendor shall provide a completed detailed quotation as per the Prescribed format given in Appendix-11. The Quote Shall include FOB prices and as an option all import duties , taxes , Storage and transportation of these equipment’s.

The Vendor shall detail :

6.1. Complete setup including all accessories and Optional items. 6.2. List of Critical Spares. 6.3. Import duties , taxes or other tariffs , wherever applicable. 6.4. Comprehensive Documents for operational Maintenance. 6.5. Testing Procedures 6.6. Testing equipment /system for installation and testing except 2000 meters of fiber optical cable. 6.7. Reference list of Customers with contact details (with purchase order if any supplied to them) 6.8. Support Capabilities and Maintenance facilities in . 6.9. The expected MTBF for these equipment and projected failure rate for the first 5 years of operation. 6.10. A detailed breakdown must be provided describing the pricing of applicable components. 6.11. Vendor should Maintain time line for commissioning and testing as per SVBC requirements. 6.12. All Equipment & Material proposed for the Project Should meet high quality standards with full technical information pertaining to the equipment / item quoted. Product brochures and system drawings wherever applicable should be submitted. 6.13. All the above mentioned information should be submitted in the envelope containing Technical bid. 6.14. Commercial bid should contain only price information.

7. Validity of proposal :

The Commercial Proposal submitted by the Vendor Shall have a validity period of six months from closing date of RFP. SVBC may accept the proposal anytime in these six months and the vendor is bound to supply the mentioned equipment within three months at the prices indicated in the Detailed Quotation from the date of Purchase Order.

8. . Rights of the Management :

The Management reserves the right to alter/ Modify/ add/ delete its requirement in part or full to the above said RFP without notice and without assigning any reason what so ever in its interest .

SVBC Management also reserves the right to cancel the RFP / Tender at any time without notice and without assigning any reasons what so ever in its interest.

~ 12 ~

9. Eligibility Criteria & Important Conditions :

9.1 Bids will be accepted only from OEM’s or their authorized dealers / distributors. Authorized dealers/ distributors should submit their authorization letter from the OEM falling which the bids will not be considered. Management reserves the right to verify the authorization from the OEM .

9.2 . Vendor company should have turn of over 40 Corer rupees for last 3 consecutive years and should be in profits. Balance sheets of last 3 consecutive years should be produced ( 1+ 3 copies). The Vendor company which does not meet this criteria will be rejected.

9.3 Vendor company must have 20 years of experience in supplying this type of equipment solution to the Television Field (Electronic media) . The vendor company which does not meet this criteria will be rejected.

9.4 Two Hard copies of the technical bid and one hard copy of the commercial bid should be submitted in sealed covers.

9.5 It is mandatory for the selected bidder of each category of equipment to integrate his equipment with other connected equipment in the chain as a turn key job.

10. Payment Terms :

The Payment by the company will be through RTGS in Indian rupees in following phases.

a. 90 % will be released upon successful completion of inspection and certification given by Authorized representative /agency appointed by Sri Venkatewsara Bhakti Channel.

b. Remaining 10 % will be released after satisfactory onsite training and other terms and conditions as per purchase order.

c. NO advance will be paid under any circumstances.

11. Bid Security

The bidder shall furnish as part of his bid a bid security of Rs 40,00,000-/- (Rupees Forty lakhs only) for the bid in the form of Demand Draft from reputed Bank drawn in favor of M/S Sri Venkateswara Bhakti Channel , Tirupati. The Bid Security of unsuccessful bidder will be returned within 30 days after finalization of the bid.

The successful bidder’s Bid Security will be discharged upon the bidder’s acceptance of purchase order. The successful bidder shall deposit a performance

~ 13 ~ guarantee of 5 % of the value of the purchase order in the form of Bank Guaranty in favor of Sri Venkateswara Bhakti Channel , which shall be returned after completion of warranty and guarantee period mentioned in the purchase order and agreement. The Bid Security amount will be forfeited if,

a. The bidder withdraws his bid during the period of bid validity specified by the bidder in the BID form; Or b. The bidder fails to sign the agreement / Contract or c. Fail to honor his quoted price for any of the items or part thereof.

12. EXPORT PACKING :

a) The goods shall be dispatched in good packed condition and ensure absolute care. Protective measure have to be taken to see that no damage whatsoever due to weather/ and or handling is caused to the consignment.

b) Packing Norms are to be observed as per details given In Annexure - 2

13. GUARANTEE AND WARRANTY :

a) All the equipment systems should be guaranteed for a period of at least one year from the date of commissioning on site.

b) The supplier shall provide a warranty for the all the equipment supplied for a period of 3 years from the expiry date of Guarantee period.

c) The equipment including all peripheral items shall be replaced or repaired , when components or subsystems are found defective during warranty period on free of cost including labour and material by the successful bidder.

d) This Guarantee / Warranty is subject to periodic preventive maintenance to be done by the Successful vendor.

e) During warranty replacements, SVBC will not bear any cost including taxes, customs duty etc. The firm shall provide all software up gradations at free of cost during warranty period.

f) During Guarantee / Warranty period Vendor should provide 2 numbers of service engineers (Maintenance Engineers) at SVBC office premises located at Tirupati/ on yearly basis. Manpower charges for these 2 numbers of service engineers should be mentioned in the Main Quotation . These Manpower charges will taken into account while finalizing the Commercial bids. These service engineers are liable to work in any place in India as per the requirement of SVBC without any extra cost.

~ 14 ~

14. Performance Guarantee :

A Bank Guarantee equal to 5 % of the purchase order value should be submitted by the supplier as soon as the purchase order for the equipment is released . The Bank Guarantee will be released by the SVBC after successful completion of the warranty period. Any failures/ outage /failures in the equipment or systems reported during the warranty period shall be rectified by the supplier within 48 hours at free of cost including component replacement.

15. Annual Maintenance Contract :

The Bidder shall also offer to undertake maintenance and repair of the equipment after warranty period on AMC Basis. Quotation for Comprehensive AMC shall be submitted along with Financial Bid. This Annual Maintenance contract charges will be taken in to account during finalization of commercial bids . Vendors who does not offer “AMC” is liable to be rejected. The AMC will come into effect after the expiry of Guarantee / Warranty period and the AMC charges will be paid only after the commencement of the AMC Year and the Contract shall be renewed each year upto 10 years on the same Terms and Conditions and Price.

In addition to the above, Two Service Engineers (Maintenance Engineers) are to be provided by the vendor at SVBC office premises located at Tirupati and Tirumala throughout the AMC Period on yearly basis. Manpower charges for above mentioned service engineers should be mentioned in AMC Quotation .

16. INSURANCE :

Successful Vendor is advised to take a Comprehensive Insurance Policy covering all risks for the safe delivery, installation and commissioning of all the equipment at SVBC Tirupati and Tirumala, .

17. RECEIPT & INSTALLATON OF EQUIPMENT :

a) Receipt of Equipment :

i) After Supply of the equipment as mentioned above and after the consignment lands in SVBC premises, the representative of the successful bidder shall be present when the cases / crates are unpacked to certify the correctness of the items received.

ii) Should any deficiencies be established, these must be made good by dispatch under “No Charge “ Invoice “. Any Complaints with regard to

~ 15 ~

materials will be notified within 90 days of receipt of consignment in our premises and defective materials will be retuned at the supplier’s risk & cost. The successful bidder should replace them with new goods / materials and deliver the same without any additional charge/cost.

b) Installation, Testing Commissioning and integration.

Installation and commissioning charges shall also be mentioned in the Financial Bid. Supplier shall depute specialized engineer / Technical Specialist to supervise the installation, check calibration of all concerned subsystems/ components and conduct trail test and stabilize image quality , etc, before handing over the system to the satisfaction of SVBC as fully commissioned.

18. INSPETION (INSPECTION & COMMISSIONING) :

A) Inspection Authority : Any Authorized representative /agency appointed by Sri Venkatewsara Bhakti Channel.

B) The system will be subject to inspection and comprehensive testing . All the Parameters claimed by the firm in the tender will be checked for Authenticity.

The supplier will be required to furnish at least two sets of full factory tested data along with the delivery of equipment.

Two Sets of the Final Acceptance Test Report for each piece of equipment and an overall system performance report will be required to be submitted upon completion of the final testing and commissioning . This will be the essential part of the final acceptance of the system.

19.Training Facility :

On site training should be included as part of the proposal to train our Engineers in the operation and maintenance of the equipment supplied. Vendor must provide details of post-installation and training schedule will be drawn by SVBC in consultation with the supplier. Vendors should not raise any objection if SVBC wants to record the Training Classes for its future use.

20.Technical Literature , System Drawing& and Manuals

1.Proposals must be accompanied with complete system drawings and schematic for system configuration

2. Each equipment must be accompanied with operational manual.

3. The electrical load of each equipment is specified.

4. Operational and Servicing Manuals for all equipment must be provided . it is mandatory.

~ 16 ~

5. The tools which are originally attached to equipment to complete chain of system must be handed over to SVBC.

21. UPTIME GUARANTEE :

a) Vendor have to keep the equipment at its utmost functional capacity i.e 95 % (Ninety five percent) uptime in a calendar year. The period of non- functioning of the unit shall not exceed seven working days and not more than three days at a time , in year for a period of minimum four years including Guarantee / Warranty Period.

b) Any break downs shall be attended within 24 hours . The period of Procurement of spares which are available locally, shall not exceed 3 days and which are not available locally , shall not exceed 7 days. However in either case supplier will ensure continuity of SVBC Service without any interruption. (Here Local means with in India and Non Local means Outside India).

c) In the event , Breakdown call is not attended within 24 hrs, or non functioning of equipment exceeds the permissible period as mentioned above , supplier have to extend the period of warranty by 10 days for every one single day or supplier have to pay suitable compensation as decided by SVBC. If the equipment is unattended within 24 hours/ equipment is down continuously for 7 days or if the equipment is going out of order frequently with in short intervals, the SVBC will forfeit the security deposit and if it is not sufficient the excess amount will be claimed from supplier. Decision of SVBC Management will be final in this regard.

22.Delivery Schedule

The project is to be executed in a time bound manner and strict delivery schedule is to be adhered. Equipment shall be supplied with in 12 weeks from the date of Purchase Order and Installation, Testing & Commissioning works need to be completed within 4 weeks form the last date of supply of the equipment. Hence, the complete process i.e Supply, Installation , Testing and Commissioning to the satisfaction of SVBC should be completed within 16 weeks from the date of placing the purchase order. Penalties for deviation from the agreed schedule will be impose as given below.

All the works such as equipment supply , installation , commissioning , on site training etc.., should be completed as per prescribed dates . Any delay in the execution of these works invite damages / penalty to the tune of 1 % of the contract value for each week of delay, subject to maximum of 10 % of the contract value. If the delay prolongs beyond , SVBC reserves the right to cancel the contract and forfeit the EMD.

Shipping address : The package should contain the following specific markings.

~ 17 ~

SRI VENKATESWARA BHAKTI CHANNEL. Opposite Regional Science Centre, ALIPIRI TIRUPATI-517501. 23. Clearance :

Freight charges from Point i.e Godwon / warehouse etc to the destination at Tirupati and Tirumala and other customs clearance are to be borne by the successful vendor / supplier. 24. Documents Required at the time of supply of material and Execution of work on SITC basis :

A) i) Signed invoices (Customs and commercial) showing FOB/ CIF Price original plus three copies. ii) Bill of Landing - Original Plus Three copies. iii)Packing list – original plus three copies. i) Equipment warranty certificate for three years in addition to one year Guarantee certificate – Original Plus three copies. ii) Certificate of Origin if a single equipment worth more than Rs 10 Lakhs- Original plus three copies. iii) Certificate confirming that the equipment is not refurbished from any government agency for the equipment worth more than Rs 10 lakhs.

B) A Guarantee Certificate in the following format is required to be furnished, “ We hereby Guarantee that the equipment supplied is in accordance with the description and quantity as per purchase order and are complete in all respects and of good material and workmanship throughout and that in the event equipment on receipt in India , being found not in accordance with the purchase order, we will replace the same free of cost CIF Basis.

C) Three copies of the brouchers/ product data/ catalogue (in original) of the equipment.

D) A Certificate obtained from the local chamber of Commerce for the quality of equipment and are exportable one.

E) all the above certificates, shipping documents , equipment brochures, Manuals etc. as enumerated in (a) to (d) should be sent to us by courier service so as to arrive in advance of the equipment consignment.

~ 18 ~

25. Special Notes : i) Please Mention the country of Origin as required by the Indian Customs Authorities. ii) Please quote Reference No. Invariably in all correspondence pertaining to this order . i) Supplier shall continue to support the equipment supplied by making available spare parts and assemble of the equipment supplied for a period of 10 years from the date of commissioning. ii) In the event of change of local agent by the Vendor , either supplier or supplier new agent has to continue the post sale services as per terms &conditions of the purchase order. iii) If the supplier decides to discontinue manufacture of any product for any reason what so ever , six month notice should be given to SVBC to enable us to procure the requisite life time spares. iv) SVBC reserve the right to reject the material in part or in full which is given in purchase order. Variation in quality or material of substandard will be summarily rejected. v) List of consumables, which does not come under warranty should be submitted. vi) All the formalities for the import of the articles at the place of destination shall be completed by the seller at its own cost. vii) It shall be the buyers right to examine the goods for its satisfaction at the point of destination. If the goods are not in accordance with the specifications of the buyer, the buyer shall have the right to reject the goods at the risk and cost of the seller. viii) The supplier to enter into “Agreement” with SVBC after successful commissioning of the equipment and before releasing of final payment.

26. Additional Information

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.

Particulars of Vendor’s partners in India for sales, installation/commissioning and support (for principals /OEMS) OR, principals with whom the Vendor have a tie-up (in the case of integrators).

Any other detailed information of relevance (such as market shares etc.) with supporting documents or references.

~ 19 ~

SV.BHAKTICHANNEL reserves the right to augment the bill of quantity and configuration of the system at any stage.

27. Arbitration:

Any Dispute arising out of the agreement shall be settled in the jurisdiction of Courts at Tirupati, Andhra Pradesh.

28.Others:-

1. Each proposal should be complete in every respect for the respective sub systems.

2. Proposal should include the scope of installation, testing and commissioning of the respective sub-system including installation material and that the installation will be done by the vendor using their own tools, test and measuring equipment.

3. Price of each unit of the subsystem to be given in the quote and the added value should form the basis for the total quote for the subsystem.

4. All software backups are to be supplied on CDs/USB drive with lifetime license in the name of SV Bhakti channel

5. Software upgrades within ten years of installation should be supplied at free of cost.

6. Any proposal, which is incomplete & doesn’t provide full automation, is liable to be rejected..

7. Break-up of the Prices for Software & Hardware wherever required should be given along with the equipment.

8. Financial bid should include all prices of imported and indigenous items in Indian Rupees deliverable on site at S.V.BHAKTI CHANNEL, TIRUPATI ,ANDHRA PRADESH.

~ 20 ~

APPINDEX -1

1. ESSENTIAL REQUIREMENTS:

a) The bidder should offer digital HD Camera chain with 2/3 inch, three chip CCD/MOS/CMOS for Studio/ EFP camera chain b) The offered equipment should be rugged in design, modular in construction and easy for operation and Maintenance. c) The offer should include all essential accessories required for making the camera chain operational for providing the live coverage/OB and TV Studio applications. d) The offer should also include the matching Camera Base Station/ Camera Control Unit, Remote Control Unit,, Camera adapter etc., for hybrid optical fiber operation in multiple camera environment in digital domain. e) The detailed technical specifications for the required camera chain and associated accessories are given in Appendix-1A

2. FEATURES REQUIRED:

2.1 CAMERA BODY :

a) The offered cameras having digital processing should provide HD-SDI / 3G HD-SDI Digital Serial Component Signal 4:2:2, 10 bit, HDTV 1920x1080/ 50p and 50i selectable (16:9 aspect ratio) outputs conforming to SMPTE 425M & 292M and ITU 709 (CIF) HD-SDI: 3Gb/s , 1.485 Gb/s and SD-SDI outputs SDTV 576/50i (4:3 aspect ratio) conforming to SMPTE259M and ITU 601 SDI: 270 Mb/s. as per ITU-R BT. 601.

Or

The offered cameras having digital processing should provide HD-SDI Digital Serial Component Signal 4:2:2, 10 bits, HDTV 920x1080/50i (16:9 aspect ratio) outputs conforming to SMPTE 292M and ITU 709 (CIF) HD-SDI: 1.485 Gb/s and SD-SDI outputs SDTV 576/50/1 (4:3 aspect ratio) conforming to SMPTE259M and ITU 601 SDI: 270 Mb/s. 270 Mbps as per ITU-R BT. 601

b) The offered cameras should have three of 2/3" CCDs CMOS/ MOS sensors, 16:9 Aspect Ratio, 1920 x 1080 or better native resolutions sensors, with total 2.2 Mega pixel or better, supporting 1920 x1080/ 50p & 50i HDTV standard, with 1000 Horizontal TV lines or better resolution

c) The offered camera should support high sensitivity of F10 or more (at 2000 lx, 89.9% reflectance) with 60dB or better S/N.

~ 21 ~

d) The offered camera should reproduce faithful of the gradation in mid-to-dark- tone areas of the picture . While Camera with CMOS sensors should have the global shutter or high speed rolling shutter .

e) It should be capable of handling wide dynamic range of 600%without clipping to clearly reproduce a high- luminance subject. f) It should employ DSP (Digital Signal Processing) for low interference and high signal integrity and maximize the clarity of the images. g) The offered camera should have ergonomic design and low-profile body. It should be lightweight having low-Center-of-gravity design.The camera should also be rugged enough to withstand the environmental hazards such as vibration, shocks etc. It should withstand varied Indian tropical conditions. h) The offered camera should be capable of giving best quality and sharp pictures without disturbing artifacts. Aliasing should be extremely low and unnoticeable without any cross color artifacts. It should also be free from interference like RF field, magnetic field etc. i) The offered camera should have the clear scan facility with variable shutter speed for shooting the computer and other monitors. j) The offered camera should have focus assist function to make more accurate and fine focus adjustments through view-finder. k) The offered camera should be equipped with motorized, remotely controlled ND filter and Electronic Colour Correction filter wheels.

ND Filter: Five positions – CAP, Clear, 1/4,1/16, 1/64. OR ND Fillter : Five positions Cross , Clear, 1/4,1/16, 1/64.

ECC Filters: Five position – Cross , Diffusion, 3200K, 4300K, 6300K. OR ECC Filters : Four position - , 3200K, 4300K, 5600k, 6300K. l) For communications the offered cameras should have at least two independent channels one for maintenance purpose and other one for Program purpose. It should provide clean, clear and noise free talk back. m) One dual muff headsets for communication are also required to be supplied with each Camera. n) The offered camera should have provision of real time self-diagnostic system for checking the working of the various circuits with a provision to display the status in the viewfinder and RCP.

~ 22 ~

o) The offered camera should support external memory devices such as SD card/ USB drive to store user setup and Scene for later recall and to transfer it to a group of cameras for quick adjustment for multi-cam production. Necessary USB drivel SD card need to be included in the offer.

p) The offered camera head is required to be operated in conjunction with CCU / Base Station having hybrid optical fiber cable(HOFC) with LEMO Connectors.

2.2 CAMERA CONTROL UNIT/BASE STATION:

a) The offered camera head and matching CCU / Base Stations are required to be connected by HDTV hybrid optical fiber cable for high quality long distance transmission.

b) The offered system should carry out signal processing and provides an interface for external equipment.

c) The CCU should be combined with a Remote Control Panel to form a camera control system.

d) The offered base station should have switches and status LEDs on the front panel.

e) CCU should provide 3 or more BNCs, HD (1920x1080 50p, 1920x1080 50i), and SD (576/50i) out puts.

f) The offered system should have intercom, tally and audio out facility.

g) The facility to communicate between individual camera heads & base stations should be available for Maintenance purpose.

h) The offered system should provide Two return 3G HD/1.5GHD /SD SDI video inputs.

i) The offered system should have gen-lock facility to work in multi camera environment with BB or tri-level Sync.

j) The offered system should provide the simultaneous HD–SDI 1080/50p or 50i and SD-SDI output. It should have built-in down converter to convert HD signals into SD component SDI Signals.

k) The offered system should be EIA 19-inch rack mountable.

l) All the cables and connectors such as control cable and HFOC should also be included in the offer.

~ 23 ~

2.3 REMOTE CONTROL PANEL (RCP) a) The offered camera chain should consists of remote control panel for remote operation of the offered camera.

b) The offered RCP should have joystick type control for lens iris and pedestal/ master black adjustment. It should have auto iris function.

c) The offered RCP should have direct operation knobs and switches.

d) The offered RCP should have panel enable/disable function to prevent unintentional operation.

e) The offered RCP should display the iris setting as an F number. It should also tally display.

f) The offered RCP should control remotely ND/ CC filters as well as master gain.

g) The offered RCP should have camera power on/ off, auto white & black balance, Shutter, RGB paint, details and controls.

h) The offered RCP should have call button for camera person as well as CCU.

i) The offered RCP should store the scene files for later recall.

2.4 VIEWFINDER:

a) The camera should have the provision of 9"or 10” or above size HD Colour LCD viewfinder having the resolution of 1280 (H)x 768 (V) pixels or better. In case of OLED panel size 7.4" or better having the resolution of 960 (H)x 540 (V) pixels or better

b) The offered viewfinder should provide fluctuation free stable picture regardless of screen brightness.

c) The offered viewfinder should have Centre 16:9, 4:3 and safe area markers.

d) The offered viewfinder should indicate zoom position of the lens.

e) The offered viewfinder should have variable peaking for easy and accurate focusing of the images.

f) The offered viewfinder should have front and rear tally lamps. Rear tally lamp should be bright and large enough to be visible clearly from all the angles.

g) The offered viewfinder should be supplied with studio hood. Outdoor hood should also be offered as an option).The offered viewfinder should have front panel control for contrast, brightness, peaking etc. It should also be adjustable to suite the requirements of the Camera person.

~ 24 ~

Appendix - 1A

A - DETAILED TECHNICAL SPECIFICATIONS: HD Camera System

(I) CAMERA HEAD:

Sr.No Description Specifications/Parameter Values 1. Pick up Device 2/3 inch or better three sensors with MOS/CMOS/CCD 2. TV Standard HD - 1080/ 50i, HD-1080/50p (optional) , 3 G/bits,1.485 G/bits or Better 3. Sensor Aspect Ratio 16:9 4. Picture Element Approx, 10 million Pixels or better 5. A/D Conversion 16 bit conversion 6. Optical System F 1.4 prism System 7. Optical filters Motorized, remotely controlled (A) ND Filter Five position – Clear, 1/ 4, 1/16,1/64. OR Five positions Cross , Clear, 1/ 4, 1/16, 1/64 (B) CC Filter Five position – Cross , Diffusion, 3200K, 4300K, 6300K Or four Position - 3200K, 4300K, 5600k, 6300K 8. Lens Mount B4 bayonet-type 9. Sensitivity Better than F10 at 2000 lx, (White reflection 89.9%) 10. Horizontal Resolution HD: 1000 TV lines (at center of screen) or Better 11. Signal to Noise Ratio 60dB or Better 12. Preferred shutter Speed 1/60, 1/250, 1/500, 1/1000, 1/2000 (sec.): Seconds 13. Built- in Auto Knee Should be available 14. Depth of Modulation : 55% or better (800 TV Lines at center, 27.5 MHz, 1080/50i) 15. Auto Black Balance & Should be available Black set up 16. Iris Control Auto & Manual 17. Gain Selections -6 dB to +24 dB or more, adjustable from remote control. 18. Input Signals: a Gen-lock PAL black burst or tri-level HDTV sync b Audio XLR-3-pin (x2) (female), Mic/Line c Power input 1X 4-pin XLR, 12 VDC 19. Weight Less than 5 Kg 20. Operating temperature 0˚ to 45˚ C

~ 25 ~

(II) VIEW FINDER:

Sr.N Description Specifications/Parameter Values 1. Picture Tube/ LCD Panel 9" 0r 10” diagonal or better compatible Size with camera Or Or OLED Panel size 7.4” diagonal or better 2. Power supply Matching -supplied by the camera 3. Power consumption 10.5 v to 17.0v dc

4. Controls on the body of VF Brightness, Contrast, peaking, front tally on/off, power switch 5. Signal format 1080/50i 6. Resolutions of LCD panel 1280x768 pixels or better Or Or Resolutions of OLED panel 960x540 pixels or better 7. Colour more than 16 million colours 8. Pan & Tilt Should be Possible 9. Metal Chassis and Mount Should be supplied with Camera mount

. III CAMERA CONTROL UNIT (CCU)/BASE STATION:

Sr.No Description Specifications/Parameter Values 1. Input signals a. SYNC/GEN LOCK Tri-sync signal 0.3Vp-p ±6dB or 1Vp-p reference Signal CCVS, Sync. Negative 300 mV p-p BB, loop through. Auto switchable. b. Return Video 2 x BNC c. HD-SDI 3 G/bps, 1.485 G/bps d. SD-SDI 270 Mbps e. Analog PAL Composite 1xBNC 1 V pp across 75 ohms f. Prompter (Analogue) 1x BNC HD/SD OR 1X BNC Analog 1 Vp-p, loop through g. Camera Head in Hybrid HDTV optical fiber, HOFC connector–LEMO type h. HOFC Cable length support 2000 meters or more with CCU Power/ without any external/ utility Power i. LAN & LAN Trunk 10/10/ 1000 Tx 2. Output signals a. Digital Video Out 3X BNC or more HD-SDI: SMPTE 292M & 424M 0.8 Vp-p, 75Ω , 1.485 & 2.97 Gbp/s OR 3X BNC or more HD-SDI: SMPTE 292M 0.8 Vp-p, 75Ω , 1.485 & 2.97 and 3X BNC or more SD-SDI: SMPTE 259M, 0.8Vp-p, 75 ohms, 270Mbps

b. Analog Composite video 1X BNC or more PAL Video 1 Vpp across

~ 26 ~

75 Ohms c. Microphone out: 2 x XLR, 2 channels 3. Communication a. Inter com Engineering and Programing two channels: Four wired duplex b. Tally/PGM Two, Red &Green, Standard Connector c. RCP Standard Connector/Ethernet RJ 45 4. Cable (HFOC) with LEMO Camera System should be capable of Connectors at both end working with HOFC cable 2000 meters without any external power to camera 5. Operating temperature 5˚ C to 40 ˚ C 6. Mounting / Dimensions 19” rack mount 7. Power Supply 230±5% Volts, 50 Hz. . :

(IV) REMOTE CONTROL PANEL (RCP): Matching with the system

Sr.N Description Specifications/Parameter Values 1. Power Supply 12 V DC from Camera (10-16 V DC) Power over Ethernet PoE Power supply 2. Operating Temperature 0 ˚C to 40 ˚C 3. Dimensions (W/H/D) Approx. About 3 to 4” width 4. Weight ≤ 2 kg 5. Control Cable Length (fitted 50m or more with CCU. with matching connector at both the ends)

~ 27 ~

Appendix - 2

B - DETAILED TECHNICAL SPECIFICATIONS: HD Lens System

We require for normal, wide and tele-lenses to work with the offered Cameras. All the lenses should be Broadcast quality lenses from reputed manufacturers. Lenses should have the Bayonet mount B4 matching with Camera. Detailed specifications given below: B. (I) Normal/Regular Lens: EFP Lens Sr. Description Specifications/Parameter Values N 1. Zoom ratio 22 X or more with built in 2X extender (not less than 22x) 2. Minim um focal length 7.5 to 7.6 mm 3. Aspect Ratio 16:9 4. Lens control Servo Zoom and Servo focus should be supplied with Tripod mountable control kit 5. Lens Hood Regular B.(II) Wide Lens: EFP Lens Sr. Description Specifications/Parameter Values N 1. Zoom ratio 14X or less with built in 2X extender (not higher than 14X) 2. Minimum focal length 4.3 to 4.5 mm 3. Aspect Ratio 16:9 4. Lens control Servo Zoom and Servo focus should be supplied with Tripod mountable control kit 5. Lens Hood Regular B.(III) Tele Lens: EFP Lens Sr.N Description Specifications/Parameter Values 1. Zoom ratio 40x or 42X or more with built in 2X extender (not less than 40x ) 2. Minimum focal length 9.7 to 10 mm 3. Aspect Ratio 16:9 4. Lens control Servo Zoom and Servo focus should be supplied with Tripod mountable control kit 5. Lens Hood Regular B.(IV) Tele Lens: Big Box Lens Sr.N Description Specifications/Parameter Values 1. Zoom ratio 76 X or 77X or 86x more with built in 2X extender (not less than 76x and not higher than 86x) 2. Minimum focal length 9 to 9.5 mm 3. Aspect Ratio 16:9 4. Lens control Servo Zoom and Servo focus should be supplied with Tripod mountable control kit with quick zoom & focus on demand feature. It should have built-in image stabilizer 5. Large Lens Adapter Matching/Compatible with the offered Camera.

~ 28 ~

Appendix - 3

C - DETAILED TECHNICAL SPECIFICATIONS: Tripod System

As mentioned these Cameras will be used for the TV Studio and Out Side Broadcast Live Coverages. Therefore we shall be requiring three different type of Tripod System to match with the pay load requirements. All the Tripods should be supplied with Camera fixing plate.

Detail Specs are given below :

(I) OB/Studio Tripods: For Studio & OB application :

Sr.N Description Specifications/Parameter Values (A) Fluid Head: 1. Payload Capacity 25 Kg or more 2. Counter balance range Sliding Top Plate for Quick Balancing (+/- 40 mm) 3. Tilt range +/-60 better 4. Pan Angle 360 deg 5. Ball Base 100 mm or better 6. Leveling bubble Illuminated 7. Pan bars Two telescopic (B) Tripod 1. Material Lightweight Aluminum or Carbon Fiber 2. Stage Single Stage 3. Height 1630mm or more

(II) OB/Studio Tripods: For Studio & OB application

Sr.N Description Specifications/Parameter Values (A) Fluid Head: 1. Payload Capacity 30 Kg or more 2. Counter balance range Fully variable with digital readout 3. Tilt range +/-75 deg or better 4. Pan Angle 360 deg 5. Ball Base 150 mm or better 6. Leveling bubble Illuminated 7. Pan bars with clamp Two nos telescopic 8. Drag Knobs Backlit and calibrated (B) Tripod 1. Material Lightweight Aluminum or Carbon Fiber 2. Load capacity 55 Kg approx. 3. Stage Two Stage 4. Minimum Height 65 cm or less 5. Maximum Height 157cm or more

~ 29 ~

(III) OB/Studio Tripods: OB application with box lens- Heavy duty

Sr.N Description Specifications/Parameter Values (A) Fluid Head: 1. Payload Capacity 75 Kg or more 2. Tilt range +/-52 deg at 75kg/165.3 lbs or better 3. Pan Angle 360 deg 4. Camera fixing plate Wedge adaptor 5. Leveling bubble Illuminated 6. Pan bars with clamp Single telescopic (B) Tripod 1. Material Lightweight Aluminum or Carbon Fiber 2. Load capacity 120 Kg or more 3. Stage Two Stage/elevation unit 4. Maximum Height 146 cm or more

~ 30 ~

Appendix - 4

Specifications for Digital Video Production Switcher

1. General & Essential Features:

1.1 These specifications are laid down to procure 2ME Digital Video Production Switcher which will support multiple formats SD/HD-1080/50i, 50P. 1.2 The Production Switcher should have minimum 32 video inputs supporting SD- SDI and HD-SDI formats. The system should be consisting of main frame and 24/28 or more cross points 2ME control panel/surface. 1.3 The switcher should have the FS (Frame Synchronizer) in all inputs. Out of 32 Video inputs at least 4 inputs should be multi-format and should have internal Up-conversion SD(4:3)/(16:9) to HD (16:9) to accept SD sources. 1.4 The control panel of the switcher should be simple ergonomically designed for producing any complex live broadcast environment providing complete operational ease to the operation especially for fast faced broadcast production environments. 1.5 The Panel should have 24/28 directly accessible SDI INPUTS (including black). 1.6 All the buttons should have source mnemonics/Display showing the assignable source names, macro names etc. with different colors (RGB) for easy identification & operations. 1.7 It should support at least 16 or more outputs including Auxiliary outputs and Multi Viewer output. Out of 16 video outputs at least 2 outputs should be multi- format and should have internal Down-conversion (HD (16:9) to SD(4:3)/(16:9) to provide SD outputs. 1.8 The switcher should be capable of producing minimum 8/ 12 windows (boxes) in live environment matching with dynamics of teaching/learning productions with required supers in lower one third. 1.9 It should have built-in Wipe Generator with pattern generators for each M/E. It should also be possible to modify various wipes with softness, position, aspect ratio, rotation, multiplication, modulation, border width, border softness, border color etc. 1.10 The switcher should have 4 or 8 Keyers with functions like Chroma/Linear / Luminance Key on each ME. And also having 4 channels of 3D DVEs or 12 or more channels of 2.5D DVEs/DMEs. 1.11 The switcher should have at least two or more format-independent built-in multi- viewers (MV) with in monitor labels and tally (Green/red). Multi Viewers should be capable of showing all input sources including PVW and PGM of both MEs. It should be capable of storing layouts and recalling the same as per the production requirement with names and tally indicators. 1.12 The switcher should able to do at least one or more High quality chroma key upto four Chroma Keyers with 2MEs but all Keyers should have Chroma Keyer capabilities. 1.13 The switcher should have enough memory or more for the storage of switcher set-up parameters. These Memory/Memory Drive should capable for storing and

~ 31 ~

recalling the various settings of the switcher. It should also have in built in memory drive for storage and recalling the various events, macros of the switcher. 1.14 The switcher should have 4 or more channels Animated Clip Stores with audio with sufficient memory. “OR” The switcher should have 4 or more channels to output Stills Animated Clip Stores with audio with sufficient memory. 1.15 The switcher should have auto as well as manual transition facility. 1.16 It should be possible to preview all the sources and various effects created on them. It should allow each Keyers to be adjusted simultaneously. 1.17 There should enough buttons /macros to automate multiple keystroke operations and can be recalled with a single button press. It should be possible to real time preview and editing of macros through on-screen menu, and can be attached to the control panel buttons for operational flexibility. 1.18 Control panel design should be users friendly easy to use with dedicated effect control module for each ME to allow simultaneous memory recall and trimming etc. It should also have high quality 3 axis joystick & T bar to provide position wipes, pattern washes and DVE effects etc. Switcher should. also support separate media wipe transaction key per ME 1.18 The control panel should also have the provision to attach a high resolution touch screen internally or externally (minimum 14 inch of diagonal size) having instant functionality selection with intuitive user control. It should be highly rugged, reliable and industrial grade for use in harsh environment. 1.19 It should have tally out for all the cross buttons for tally light indication of on -air source via tally indicator distributor 1.20 The switcher should have standard serial interface ports for editors, DVE etc. It should also have GPI inputs & outputs. 1.21 Redundant power supplies for switcher electronics and control panel are essentially required 1.22 The equipment should be from an internationally reputed manufacturer and the proposed model should be field proven and in use by leading broadcasters.

2. Technical Specifications

Sr.N Technical Parameter Parameter Value (A) Video performance 1. Signal processing 10 bits, 4:2:2 digital processing for SD & HD 2. Data rates 270 Mbps for SD-SDI and 1.485 Gbps for HD-SDI, 2.97Gbit/sec for HD-SDI 1080/50p 3. Supported Video SMPTE 259M, SMPTE 292M. formats SMPTE424M 4. Aspect ratio 4:3 & 16:9 for SD-SDI and 16:9 HD-SDI 5. System delay ≤ single line (without FS,FC & DVE)

~ 32 ~

6. Return loss ≥ 15dB for SD-SDI input ≥ 12dB for HD-SDI input (B) INPUTS: 1. Video input Minimum 32 Nos, confronting to SMPTE 292M (HDTV), SMPTE 259M (SDTV) on 75Ω BNC with FS and up conversion on at least 4 input. 2. Reference Input SD Black burst/ composite sync, HD Tri- level sync, on 75Ω BNC with loop through (C) Output 1. Video -output i. Minimum 16 nos or more, conforming to SMPTE 292M (HDTV), SMPTE 259M(SDTV) on 75Ω BNC configurable as Preview, Program dedicated or assignable to any Bus including Auxiliary Bus ii. 2 Channel Multi-viewer on BNC output. (D) Interfaces 1. GPI/Tally IO Minimum 32 nos, on D-Type 2. External interfaces RS 422, RJ 45 Ethernet, USB 3. Cable equalization 100 meters for HD 1080/50i and better than 200 meters for SD SDI. 576/50i (using Belden 1694 cable) (D) Power parameters & general 1. Power supply 220 V AC ± 10%, 50Hz (Two fully independent hot swappable power supplies for Main frame and Control panel) 2. Operating temperature Processor (5 to 40°C) & control panel: (5 to 35°C)

~ 33 ~

Appendix – 5

Specifications of Digital Pulse Generator :

1. The specifications describe the required performance characteristics of precision multi-format Digital Sync Pulse Generator (SPG) for master synchronization and reference application in Digital broadcast Studios & OB facilities. 2. The offered equipment should be from an internationally reputed manufacturer and the quoted model should be filed proven and in use by leading broadcasters in various continents of the world. 3. The SPG should be standalone units and should be 19 inch rack mountable. 4. The SPG should provide multiple video reference signals, such as black burst, HD tri-level sync, audio reference signals. It should also provide LTC outputs and VITC on black burst outputs. 5. It should have compatibility to upgrade with GPS module to have GPS-based synchronization for an accurate time-of- day reference in future. 6. Configuration and operation of the SPG should be possible from the front panel selection switches. It should also have Ethernet interface for remote access and monitoring system status. 7. The SPG should have redundant power supplies. 8. Technical Specifications: Sr.N Technical Parameter Parameter Value (A) Reference outputs 1. Format PAL-B Back burst, HD Tri-level sync 1080/50i & 50P 2. Sync level PAL:-300mV HD:±300mV 3. No of Outputs 6 or more 4. Configurable outputs Minimum 3 independently Configurable Black/Tri-Level Output. (B) INPUTS: 1. Video input Minimum 32 Nos, confronting to SMPTE 292M (HDTV), SMPTE 259M (SDTV) on 75Ω BNC with FS and up conversion on at least 4 input. 2. Reference Input SD Black burst/ composite sync, HD Tri- level sync, on 75Ω BNC with loop through (C) SDI Output 1. No of output Minimum 2 or more 2. Format support SD-SDI, HD-SDI, 3G-SDI (D) Audio output 1. Digital Audio output DARS/AES/EBU

~ 34 ~

2. Embedded Audio Yes (E) Time code Outputs • LTC balanced outputs: 2 or more • VITC output • World clock output (F) Other feature 1. Upgradable feature GPS module 2. Power supply Redundant power supply

~ 35 ~

Appendix – 6

Specifications for Digital Glues, Converters, Routers

1. The specifications lay down the performance requirement of the broadcast quality analog & digital peripherals and associated equipment, which are required for TV Studio/OB Chain of SVBC TV Channel. The equipment are to be installed at different TV Studios/OB Van in SVBC channel for processing of audio & video signals. 2. The offered equipment should be from an internationally renowned manufacturer and the offered model should be field proven and in use by leading broadcasters in various continents of the world. 3. In order to keep the symmetry and to maintain inter-changeability, all the items must be from same manufacturer. Items from different manufacturer will not be acceptable. 4. The offered product shall be modular in construction and card type. It should be offered along with the 19" frame/housing with hot swappable redundant power supply unit. 5. The offered product should be capable of monitoring the performance of individual module/card by using SNMP or any other industry accepted interface. It should be to adjust parameters of the different peripheral equipment mounted in the rack frame from a remote PC or any other similar device. 6. General technical specifications: All the offered items except Analog Video distribution Amplifier (AVDA) should meet the following specifications, wherever applicable:-

Sr.N Technical Parameter Parameter Value 1. Standard a. HDTV 1920x1080/50/I (SMPTE 292 M) 1920 x 1080/50/P (SMPTE 424M) b. SDTV 625/50i (SMPTE 259M) 2. Digital processing a. Sampling Ratio 4:2:2 b. Quantization 10 bit or more c. Data Rate 3G SDI : 2.970 Gbit/s HD SDI: 1.485 Gbit/s SDI:270 Mbps 3. Input/output handling Minimum 10 bit or more 4. Connectors a. Video BNC as per IEC 61169-8 b. Control BNC, Mini XLR, RS-422 or GPI 5. Signal

~ 36 ~

a. Input/output SDI signal 0.8 V p-p ±10% across 75Ω / BNC b. Output Jitter For SD-SDI ≤0.2 UI (10 Hz) / ≤0.2 UI (1 KHz) For HD-SDI ≤1.0 UI (10 Hz) / ≤0.2 UI (1 KHz) For 3G-SDI ≤1.0 UI (10 Hz) / ≤0.2 UI (1 KHz) 6. Power supply 230 ± 5% Volts, 50 Hz

7. Technical Specifications for various types of peripheral equipments: a. 19" rack mountable frame (Modular frame) Sr.N Technical Parameter Parameter Value c. Size of frame 2 RU or more d. Module capacity 15 or more e. Compatible mix of Analog, Digital, Video and Audio cards/modules. in the modules in the same frame same frame f. Interface (I/O) Panel IO connector facility for each card g. Power supply Redundant, Hot swappable h. No of Genlock/ Two (2) reference inputs i. Control and monitoring SNMP control and monitoring j. Status & Alarming Power supply, card status or similar alarming facility

b. HD/ SD-SDI distribution Amplifier 1) It should provide automatic equalized output. 2) The offered product should auto detect the defined standard of video input signal. 3) Monitoring software should allow management of all the signal paths. etc.. 4) It should ensure no cross channel loading effects. 5) Visual indications should also give its status about power supply, input 6) Brief technical specifications etc. Sr.N Technical Parameter Parameter Value 1. Inputs 1 x 3G/ HD/ SD-SDI 2. Outputs 8 or more 3G/ HD/ SD-SDI Input equalization Automatic (with Belden 1694A or equivalent cable) minimum 120m @ 3Gb/s

~ 37 ~

minimum 200m @ 1.5Gb/s minimum 380m @ 270Mb/s 3. Return loss > 10dB up to 3GHz, > 15dB up to 1.5GHz c. Analog Video distribution amplifier (AVDA) 1. It should support analog standard definition signal. 2. It should be able to provide high quality cable equalization to the input signal up to the length of 300m of Belden 8281 cable or equivalent 3. It should provide adjustable gain range. 4. There should be excellent isolation between the outputs. 5. AVDA is to be used in digital system to distribute color black reference and Tri-level sync. 6. Visual indicators should also give its status about power supply, input etc. 7. Brief technical specifications etc. Sr.N Technical Parameter Parameter Value 1. Standard a. Analog PAL , 2:1 Interlace, 625 lines, 25 frames 2. Inputs 1 no a. Impedance 75 Ω b. Signal level Nominal 1VPP ± 3dB 3. Processing a. Gain range ± 3dB or better b. Signal to noise ratio > 60 db or better (un-weighted) c. Frequency response ± 0.2 dB upto 10 Mhz d. Coupling DC input coupling 4. Connectors BNC as per IEC 61169-8

5. Output

a. No of Outputs 8 or more

b. Isolation > 40 db or better

6. Power supply 230 ± 5% Volts, 50 Hz d. Down converter and distribution amplifier 1) Brief technical specifications etc. Sr.N Technical Parameter Parameter Value 1. Format support 1080/50i, 1080/50P, 576i 2. Input 3G/ HD -SDI or SD-SDI 3. Output parameters a. Format SD-SDI or composite b. No of outputs 4 or more re-clocked outputs

~ 38 ~

(HD if HD inputs applied, SD if SD inputs applied)

3 or more software selectable SDI digital / Analog composite outputs (down converted from HD if HD input applied, from re clocked SD if SD input applied) 4. ARC support a. HD to SD ARC 16:9, 14:9, 4:3 center cut/crop b. SD to SD ARC 16:9 / 4:3 5. Preserving parameters Embedded audio, time code e. Up/Down/Cross converter 1) Brief technical specifications etc. Sr.N Technical Parameter Parameter Value 1. Format support for 1080p, 1080i, 720p, 480i, 576i Up/down/ cross, ARC conversion 2. Frame synchronization Built-in/ integrated capability 3. General features a. Audio channels 16 channel embedded Audio support with SRC and gain control b. Active Format Supportive Description (AFD) c. Keying feature with external key / fill inputs to key overtop of the PGM input d. Logo insertion Storage for logo insertion supporting static and animated at least 2GB f. Analog Audio and SDI video Multiplexer unit (Embedder) 1) The offered product should auto detect the defined standard on video input signal. 2) It should be able to provide programmable audio deploy for lip sync issues. 3) The offered Embedder should have excellent performance features like "high Input Impedance", "flat frequency response", "very low total harmonic distortion" and "extremely high signal to noise ratio (S/N)". 4) It should be able to remove all available audio before embedding or allow overwriting with channel shuffling. 5) Brief technical specifications etc. Sr.N Technical Parameter Parameter Value

~ 39 ~

(a) Input 1. Analog Audio inputs 4 or more analog balanced audio with high input impedance ≥ 10KΩ and maximum input level of 24 dBu. 2. Serial digital Video 1 no 3G/HD/SD-SDI (b) Output 1. No of outputs 1 or more 3G/HD/SD-SDI signal with Embedded audio (c) Processing 1. Audio processing 24 bits or more, 48 kHz sampling 2. Audio frequency ± 0.1 dB (20 Hz to 20 kHz) or better

response

3. THD (Audio) < 0.005% (20 Hz to 20 kHz) or better

4. Channel phase ± 10 or better

difference

5. Audio delay Equal to video delay

6. Serial Input & output > 15 dB up to 1.5 gbps return loss

G. Specifications for - 32X32: 3 G/HD-SD ROUTERS. a) The offered HD/SD SDI Auto-sensing Routing Switcher should be highly rugged, reliable Supporting 32X32 or more. b) The offered routing switcher should support 1080/50p, 1080/50/i format for HDTV and 576/50i format for SDTV. c) The offered routing switcher should accept multi rate (from 270 Mbps to 3 Gbps) HD/SD- SDI inputs. d) The offered routing switcher should accept HD-SDI and SD-SDI signals on any of the inputs and should route the desired input to any of the desired outputs. e) The offered routing switcher should have control panel with minimum 32 or more backlit LCD display in two row 16 characters for displaying the source and destination. It should support the control input and out puts, as a single bus control or XY control. Configuring the panel should be easy and swift. Should be quote with required Power supply if required. f) Routing Switcher should be gen lockable with the local reference sync. g) The offered Router should be transparent to embedded audio. h) The offered Routing Switcher should have redundant power supply (redundant/ parallel operation) units. i) Brief Technical Specifications: I. InputI 32xBNC inputs - HD-SDI and SD-SDI with embedded audio. II. OutputI 32X BNC outputs - HD-SDI and SD-SDI with embedded audio. III. ConnectorI BNC

~ 40 ~

IV. ImpedanceV 75Ω V. ReturnV Loss > 15 dB 5MHz to 1.5 GHz. VI. SignalI Level 800mV± 10% VII. EqualizationI Automatic up to 100m (1.5Gb/s) for Belden 1694 or equivalent cable

~ 41 ~

Appendix – 7A

SPECIFICATIONS FOR VIDEO MONITORS

VIDEO MONITORS

17" HD-SDI & SD-SDI VIDEO MONITOR: a) The offered monitor should incorporate high intensity, high contrast wide screen 17", wide viewing angle LCD Panel to view stable images from various angles: both horizontally and vertically, with no reduction in picture contrast, brightness and colour saturation. b) The LCD panel of the offered monitor should either have resolutions of 1920x1080 pixels in 16:9 aspect ratio . c) The offered monitor should support 16:9 and 4:3 aspect ratios of the video signal. The monitor should also support 1920x1080/50p, 1920X1080/5Oi (HD) and 720X576/5Oi (SD) video formats. d) LCD colour monitor should accept SD and HD SDI input (detected automatically) e) The offered monitor should support embedded audio. It should also have analogue audio input and built in speaker for audio monitoring. f) The offered monitor should have 10-bit signal processing. k) The LCD panel should be coated with Anti-Reflection protection layer to provide high transmission rate of the internal light source and to keep the reflection from ambient light to a minimum. n) It should have front panel controls to control the display parameters like brightness, contrast, colour saturation etc. o) The brief Technical Parameters are as under:

No Parameter Specification 1 Display size 17" about diagonally or more 2 Drive system a-Si TFT active matrix 3 Resolution 1920X1080 4 Colour 10 bits- ( 1.073 G colours) reproduction 5 Response time ≤27 ms (Ton + Toff) 6 Contrast ratio 800: 1 or better 7 Viewing Angle 175 degrees in Horizontal & 175 degrees in Vertical or better 8 Brightness 300 cd/ sq.m or better (B) VIDEO INPUT 1 CVBS 1xBNC, PAL

~ 42 ~

2 SDI 2xBNC – 3G/HD /SD- SDI ( should support576/50i, 1080/50i & 1080/50p

3 DVI 1 DVI-I 4 Components 1x 3 BNC (c) VIDEO OUTPUT 1 CVBS 1xBNC 2 SDI 1xBNC 3 Component 1x 3BNC (d) AUDIO INPUT 1 Analogue Audio 1xRCA Input 2 Audio de- 16 channels multiplexing 3 Speakers 2X 8 ohms 4 Components 1x 3 BNC (e) Operation 1 Power supply 230 Volt 50 Hz or adaptor and 12 DC 4 pin XLR for field operation 2 Power 25 watt (about) Consumption 3 Working 0-40 deg C temperature

Appendix – 7B

Specifications for 55” VIDEO MONITOR

a) The offered monitor should incorporate high intensity & high contrast wide screen of size 55” (diagonal) and wide viewing angle LCD Panel to view stable images from various angles - both horizontally and vertically, with no reduction in picture contrast, brightness and colour saturation. b) The incorporated LCD panel should employ LED backlight technology to make offered monitor thinner and lighter with lower power consumption. It should have faithful colour reproduction. c) The LCD panel of the offered monitor should be of 16:9 aspect ratio with resolution of 1920X1080 or better pixels. The offered monitor should support 16:9 and 4:3 aspect ratio format of the video signal.

~ 43 ~ d) The offered monitor should have a minimum response time and high refresh rate of 50Hz for viewing fast moving picture like sports events without motion artifacts such as blur, judder etc. It should therefore reproduce smooth, sharp and clear fast moving images. e) The monitor should have 3G/HD/SD-SDI or HDMI input which is required to be compatible with professional multi-viewers/multi image display systems. f) The product should have high reliability for continuous operation. g) The monitor should be offered with mounting unit complete in all respect. h) The brief Technical Parameters of 55” Video Monitor are as under:

Sr. Specifications Parameter Values No. Parameters 1 Active Screen Size : 54.3"(approximately 55") diagonal or better 2 Aspect Ratio : 16:9 3 Resolutions : 1920 x 1080 or better 4 Viewing angle : 178o or more (H & V) 5 Brightness : 500 Cd/m2 or better 6 Contrast 1400:1 (Typical) or better 7 Colour Resolutions : 1.06 billion colours 8 INPUTS (a) 3G/HD/SD-SDI or : 1 or more HDMI (1.3 or better) compatible with professional multi- input viewers/ multi image display systems (b) Supporte d format 1080/50i, 1080/50p, 576i

~ 44 ~

Appendix – 8 Specifications of Digital Hard Disk Recorder :

1. The specifications describe the required performance characteristics of Digital Hard disk recorder for recording of Live signal in Digital broadcast Studios & OB applications 2. The offered equipment should be from an internationally reputed manufacturer and the quoted model should be filed proven and in use by leading broadcasters in various continents of the world. 3. The Digital Hard disk recorder should be standalone unit along with monitor. 4. The unit should support popular recording format.

Basically we required 6 numbers of Digital Hard Disk Recorders having recording format of HD and SD SDI with 50 Mbps and more and also having 4 channel audio inputs along with digital AES audio inputs. The Digital Hard Disk Recorders Must have displaying input video along with Audio levels and also we required 12 numbers of Digital Hard Disks .

1. File based Recorder

1.1 RECORDER integrated with Broad cast Monitor ( with 06 Display Monitor)

o Rack Mountable file based recorder o Supported formats: 1080p, 1080i, 720P, 576i o Codec Support : Direct editable formats like Apple ProRes 422, Avid DNxHD o Video input : SD/HD SDI, HDMI, SD/HD Component (3 x BNC)

o Video Output SD/HD SDI, HDMI, SD/HD Component (3 x BNC) o Audio Input: 4-Channel, Embedded in SDI/HDMI, 4- ChannelAES/EBU, Four Channel Analog Audio (XLR)

o Audio Output: 4-Channel, Embedded in SDI/HDMI,4- Channel AES/EBU, Four Channel Analog Audio (XLR)

o Reference Input

o Dual Storage Slot with roll over recording

o 12 nos of 500GB HDD (For Each hard disk recorder 2 no’s of 500Gb HDD

~ 45 ~

Appendix – 9

SPECIFICATIONS FOR THE DIGITAL INTERCOMMUNICATION SYSTEM.

1. GENERAL

1.1 The specifications are lay down the required performance characteristics of high quality Digital Intercom talkback system to be used in SVBC OB Van for the live coverage.

1.2 The offered equipment should be from an internationally reputed manufacturer and the quoted model should be field proven and in use by leading broadcasters. Bidder should submit the list of the broadcasters to whom the quoted model has been supplied. The tenders without the proper user list shall be rejected.

1.3 The talkback system will be used by SVBC in their OB Van for intercommunication between producer /director, up eight to sixteen cameras persons individually or in one/more groups ,floor manager/floor assistant, Commentators/talent/anchor and other technical facilities such as lighting, CCU, VCR etc. during live Broadcasting of an event in OB situation.

1.4 System requirement is two sets as described below:

a. 32 Ports matrix with auto redundant PS, with four control panels one with 16 keys remaining three with 12 keys ( expandable to 16 keys) and sixteen analogue 4 wire ports/connectivity to sixteen Cameras.

b. 32 Ports matrix with auto redundant PS, with four control panels one with 16 keys remaining three with 12 keys ( expandable to 16 keys) and eight analogue 4 wire ports/connectivity to sixteen Cameras.

2 REQUIRED FEATURES

2.1 The talkback systems should be modular expandable to meet future requirements. Matrix size should be around 32X32 which will be required to be populated to meet the current requirement of duplex analogue four wire ports for Camera , PGM audio , CCU , video recorder player, FM/ talent/ commentator communication.

2.2 The central matrix should have broadcast quality digital audio processing and self- contained redundant power supply with Auto Change over Facility in 19" rack mounting. It should also be equipped reliable & stable CPU. All the interconnections should be made through this central matrix

~ 46 ~

2.3 The central matrix should be modular and scale for future additional ports, panels and interfaces. Client cards/interface cards that populate the matrix for panels, IFBs, four wire ports for Camera, PGM etc., should have either 8 or16 ports. It should have the capability of connecting to remote locations such as another OB location/ SVBC TV Studio in Tirupati / Tirumala by internet connectivity .Though it is not the immediate requirement but may be required in future. It should support VoIP also.

2.4 There should be digital transmission between central matrix and control panels / Belt Packs is preferred through RJ-45 or equivalent connectors.

2.5 The control panels should have excellent ergonomics to give good look in the installed area. It should have. User Interface/ Display should be High resolution, preferably multi-colour, bright displays.

2.6 Control panel should have at least twelve or more keys with at least one shift page. Each key should have its own individual volume control and as well master control. It should have built in loudspeakers and integrated power supply.

2.7 Panel should have be supplied with goose neck mic and should also support the option of using headset.

2.8 Belt packs and remote panels should be constructed of high grade aluminium or steel. These should be shielded against hum, RFI and thyristor switched dimmer noise.

2.9 Dual muff Noise attenuating headsets with dynamic noise cancelling microphones should be used to reduce the ambient noise and minimize feedback.

2.10 The intercom unit should use wide bandwidth system to maximize the intelligibility of the human voice.

2.11 The system should allow two way communications between all remote control panels, producer station and Floor Manager/Floor Assistant belt packs.

2.12 The PCR/Producer panel should be equipped with electronically latching push ON and push OFF selector switches to enable hands free operation and sigma mode of calling. (All select)

2.13 The system should also have IFB (Interrupted fold back) configuration to provide communication to the Commentator/talent/ anchor in the studio through mini earphone jack for both Producer command.

2.14 System should be supplied with all the required hardware’s and software’s.

~ 47 ~

2.15 Two year warranty is required, Bidder should also quote for the second year support as an option.

2.16 System should be quote along with the cost (if any) of configuring, commissioning and training also.

2.17 System should be capable of supporting fail free operations, in any case total failure of the communication will not be acceptable.

2.18 It should also support wireless connectivity for the future wireless operation of belt- pack with use of multiple antennas.

3. Technical Specifications

No Parameter Value 3.1 Matrix Size 32X32 ports – Digital with 48 KHz sampling rate & 16 bit resolution. 3.2 Audio Inputs Balanced inputs, High input impedance (10K ohms or more) 3.3 Maximum level better than – 18 dbu 3.4 Gain Adjustment It should be available on each cross point 3.5 Audio outputs Balanced inputs, Low output impedance (50 ohms or less) 3.6 Frequency Response ±3dB or better 50 Hz to 10.0 KHz 3.7 S/N Ratio Better than - 60 dB 3.8 Cross talk Better than – 70 dB 3.9 Audio sampling rate 48 Khz or better 3.10 Bit resolution 16 bits or better 3.11 Power supply 120 to 230 volts AC, 50 Hz +_ 4%. 3.12 Operating Temperature 50 deg C better

~ 48 ~

Appendix-10

MULTI-VIEWER

1 . The offered Multi-viewer should provide simultaneous monitoring of multiple HD/SD- SDI sources tiled in a single big display device. 2. The Multi-viewer should accept 32 numbers of Video with embedded Audio signals and display them as per the layouts created by the user. 3. The offered Multi-viewer should be capable of auto sensing the HD and SD Video inputs. 4. The offered multi-viewer should simultaneously display the output in HDMI/DVI-I (with HDMI converter) and HD-SDI outputs in BNC connector for driving the LED- LCD displays. 5. The offered system should have dual head output with each output available in HDMI and BNC connectors to cater to two independent displays simultaneously with either same or different layout of the available 32 video inputs. 6. In addition to the video images, the multi-viewer should facilitate displaying other information’s like Time-code, Tally, Source names and alarms. 7. It should also display the embedded audio signals as bar graphs either on the side of each channel or as overlay on respective Video sources. 8. The offered Multi Image Display Processor should facilitate displaying the internally generated Analog & digital Real time clocks. 9. It should have facility to customize the layouts by the user to suit their specific requirements. The computer interface and software required for customizing the layouts should be user friendly and should be part of the offer. 10. The offered system should generate alarms like Video loss, Freeze Picture, incorrect luminance/black level, Audio loss, silence and excessive audio. 11. The offered model should be field proven and in use by leading broadcasters.

TECHNICAL SPECIFICATIONS: Sr. Parameters/ Parameters/Specifications Values No. Specifications 1) Video Inputs : 32 or more 2) Connectors : BNC or Mini DIN 1.0/2.3 3) Serial Digital Interface : Auto detecting inputs 3G/HD/SD-SDI 4) Se rial Digital Standards : SMPTE 424M,292M,259M

~ 49 ~

5) Equalization : 200 m or more for SD SDI and 100 m or more for HD SDI 6) Return Loss : >15db upto 1.5 Gbps 7) Audio : Embedded Audio (SMPTE-272M-A) 8) Input Impedance : 75 ohms 9) Control : Configurable through computer interface 10) Alarms : No audio, audio high/low, no video, video black, video frozen. 11) Black Burst : PAL 0.45 Vp-p, Tri: 0.6 Vp-p 12) Number1 of Heads : Two (two simultaneous outputs giving two Independent layouts on same type of connectors) 13) Output2 Connectors : 2x DVI-I with HDMI Converter or HDMI and 2x HD/SD-SDI on BNC/mini DIN 1.0/2.3 along with standalone BNC to HDMI Converter 14) Analog3 Audio output : For Monitoring purpose 15) Output4 Resolution : 3G/1.5G (including1920x1080i,1920x1080p) 16) On5 screen display : Borders, Labels, fonts, tally, Clock faces, Logos, UMD 17) Control Interface for Tally : RS232 with RS422 or 485 option and GPI for tally and other controls 18) Control Interface for System : RJ 45 Configuration

~ 50 ~

Annexure -11 (Bill of Material)

Unit HSN Price TOTAL CODE % S.N in INR GST AMOUTN Description Make Model Qty FOR OF O With AMOUNT INCLUDING EACH GST out GST ITEM GST 1 CAMERA FOR STUDIOS / OB APPLICATION - HOFC -Hybrid Fiber cable Camera Head or Camera 1.1 Body along 16 with fiber adaptor Tripod adapter 1.2 16 plate. 2 inch front 1.3 8 view finder Camera 16+5+ Control unit or 1.4 3+8 Camera Base =32 Station Remote Control Pannel for C.C.U along 16+5+ Joy stick and 1.5 3+8 30 meters or =32 more length Remote control cable 9" or 10' or more LCD or 7.4 ‘ QLED Studio View 1.6 16 Finder with mounting fixers , View finder Hood 2 H.D Lens 22X or more (not less than 22x) Broadcast quality HD lens, minimum focal length - 7.6mm & max focal length 174.8 2.1 mm along with 16 16 numbers servo kit ,servo focus and servo zoom mentioned inAppendix-2 B-1

~ 51 ~

Unit HSN Price TOTAL CODE % S.N Quant in INR GST AMOUTN Description Make Model FOR OF O ity With AMOUNT INCLUDING EACH GST out GST ITEM GST 14X Broadcast quality wide HD lens (Not higher than 14x) minimum focal length 4.5mm along 2.2 with 2 numbers 3 of full servo kit ,servo focus and servo zoom mentioned in Appendix-3 B-2 40X or 42x Broadcast quality HD lens (not less than 40x) along with 3 numbers of 2.3 3 full servo kit ,servo focus and servo zoom in mentioned Appendix-3 B-3 77X or 80 x or 86 x (Not less than 77x not higher than 86x) Broadcast quality HD Box 2.4 lens along with 1 full servo kit ,servo focus and servo zoom in mentioned Appendix-3 B-4

~ 52 ~

Unit HSN Price TOTAL CODE % S.N Quant in INR GST AMOUTN Description Make Model FOR OF O ity With AMOUNT INCLUDING EACH GST out GST ITEM GST 3 Tripod Tripod - Camera support system which was mentioned in Appendix-3 item C-1 along with 2 no's of 3.1 16 Pan rods for servo focus and zoom kits for each stand total 16 X 2 =32 pan rods) and also second pan arm Tripod - Camera support system which was mentioned in Appendix-3 item C-2 along with 2 no's of 3.2 3 Pan roads for servo focus and zoom kits for each stand total 3 X 2 =6 and also second pan arm Tripod - Camera support system mentioned in Appendix-3 item C-3 along 3.3 with 2 no's of 1 Pan rods for servo focus and zoom kits and also second pan arm

~ 53 ~

Unit HSN Price TOTAL CODE % S.N Quant in INR GST AMOUTN Description Make Model FOR OF O ity With AMOUNT INCLUDING EACH GST out GST ITEM GST 4 Digital Video Production Switcher 2ME Live Switcher as 4.1 3 mentioned in Appendix-4 Digital Pulse Generator 5

Digital Pulse Generator 5.1 (SPG) 5 Mentioned in Appendix-5 6 Glues, Convertors, Routers ,Distribution cards H.D to S.D 6.1 8 convertor cards S.D to H.D up 6.2 8 convertor cards analog 6.3 Distribution 8 cards S.D to S.D 6.4 Distribution 8 Cards H.D to H.D 6.5 Distribution 8 cards Analog Audio & SDI Multiplexer 6.7 8 unit (Embedder) 19” rack frame mounding with 6.8 hot swappable 8 redundant power supply H.D/S.D – S.D.I 6.9 5 Routers 7 Professional Monitors 17 inch Professional 7.1 10 HD/SD-SDI Monitors 52 inch 7.2 Professional 07 LCD Monitor

~ 54 ~

Unit HSN Price TOTAL CODE S.N Mak Quant in INR % OF GST AMOUTN Description Model FOR O e ity With GST AMOUNT INCLUDIN EACH out G GST ITEM GST 8 Digital Hard Disk Recorders Digital Hard 8.1 06 Disk Reorders 8.2 Hard Disks 12 9 Professional Inter comm. System 5 total Sets (1 set = 16 camer a interco m and also Professional upgra 9.1 Intercom de system to32 camer mans +4 Comm unicati ons at P.c.R side) Multi Viewer setup 10

3 sets Multi - viewer for 3 10.1 setup P.C.R s

11 Installations Material & Installation Charges, Testing and commissioning charges if any H.D/S.D video cables, BNC connectors, 75 ohms Terminators, Video Patch Panels along with Patch panel cables, 11.1 3 lots Audio Cables, Standard Equipment rack 3 racks for each P.C.R total 3 P.C.R, Power card, power Distributions …etc

~ 55 ~

Unit Price HSN TOTAL in CODE % S.N Mak Quant GST AMOUTN Description Model INR FOR OF O e ity AMOUNT INCLUDIN With EACH GST G GST out ITEM GST 12 Training Charges if any 12.1 13 Manpower charges (Service Engineer (2nos) charges during Grantee and Warranty period 13.1 2 14 Comprehensive AMC charges on yearly Basis 1 lot for 1 Year and AMC 14.1 Renewal on yearly basis. 14.2 2 15 OTHER CHARGES IF ANY As per the tender Terms and Conditions 15.1

Grand Total

~ 56 ~

Annexure –2

Packing Norms:

a. All Material must be strongly and securely packed in minimum cubic space for safe shipment in such a manner so as to prevent damage, pilferage in transit etc.., from the point of shipment to final destination.

b. Metal parts wherever necessary shall be well slushed with preventives to prevent rusting in transit, or due to delay at Indian port before cleaning.

c. The main equipment, accessories and documentation shall be separately packed and the cases / packages clearly marked accordingly.

d. All timber used in the packing of the materials is to be free from insects and fungi.

e. Every case / package must contain a packing list in triplicate and order no, package No., Number of cases in the consignment, Description and quantity of each item packed shall be clearly shown in the packing list. The description and quantity of each item shall tally with that specified in the order, wherever applicable.

f. Each case shall be marked by paint in bold letters on four sides indicating the following .

1. SRI VENKATESWARA BHAKTI CHANNEL TIRUPATHI-517507, ANDHRA PRADESH, INDIA Purchase order number ______2. Case Number, Dimension of the case gross and net weight in Kgs and Country of Origin.(This Information also should be communicated to us in advance of the shipment)

g. All spares and accessories shall be separately crated and labeled as “ Spare

Parts”.