Академический Документы
Профессиональный Документы
Культура Документы
1
Prasar Bharati
Directorate General: Doordarshan
Doordarshan Bhawan: Copernicus Marg
New Delhi-llOOOl
To,
................................. ,
................................. ,
................................. ,
.................................
Subject: Expression Of Interest (EOI) For Hiring Of Consultant 1 Consultancy Firm 1
consortium For Developing Public Private Partnership (PPP) Model for Expansion Of
Doordarshan Services
4.0 Interested NationallInternational Consultant companyl consortium may submit their offer
as per the EOI Document which can be obtained from the Facilitation Counter, Directorate
General Doordarshan, Doordarshan Bhavan, Copernicus Marg, New Delhi 110001, India on
payment of INR Rs. 100001- (Rupees Ten thousand only) 1 US $200(Dollars two hundred) for
foreign bidder upto 11.08.2009 between 10-00 hrs and 16-00 hrs on any working days. The
payment will be accepted in the form of crossed demand draft in favour of "PBBCI Directorate
General Doordarshan" drawn on any scheduled bank, payable at Delhi. The EOI document can
also be downloaded from Doordarshan website www.ddindia.com. in which case the tender fee
of Rs.10000/- (non refundable) as stated above, must be submitted with the EOI offer through
Demand Draft.
5.0 The EOI offers are to be submitted in two bid system, as detailed in the EOI document at
Room No 403, Doordarshan Directorate, Phase-I, Doordarshan bhavan, Copernicus marg, New
Delhi-I 1000 I, India. Last date for submission of EOI is 12.08.2009 upto 16.00 hours (1ST). The
offers shall be opened on next working day at 15:00 hrs.
2
6.0 Pre bid conference: A Pre bid conference for queries and clarifications on the EOI
document will be held on 12.06.2009 at I 1-00 Hrs at 6th floor, in conference room, Doordarshan
Directorate, Phase-I, Doordarshan bhavan, Copernicus marg, New Delhi-l 10001, India
7.0 Prasar Bharati / Doordarshan reserves the right to accept or reject any / all EOI offers
without assigning any reason whatsoever.
8.0 Further regarding extension of date of opening, Amendments etc shall be posted on
Doordarshan website www.ddindia.com
Director General
3
-
Expression Of Interest (EO!) For Hirinq Of Consultant I Consultancy Firm /
Consortium For Developinq Public Private Partnership (PPP) Model for
Expansion Of Followinq Doordarshan Services:
1.0 Background:
DOORDARSHAN (Prasar Bharati) is the National Public Service TV Broadcaster of
India. It is the only terrestrial television broadcasting organization in the country.
Doordarshan has a vast network of over 1400 Transmitters of various capacities that
provides two Nation wide terrestrial channels namely "Doordarshan National" and
"Doordarshan News", and 31 satellite channels including regional services. Doordarshan-
National has a terrestrial reach to 91% of population in India. Doordarshan also operates a
free-to-air DTH Service in the country, which at present provides 59 free to air TV channels
and 21 radio channels
2.0 Objective:
The present EOI is for inviting offers from experienced, qualified and reputed Consultant I
Consultancy Firm I consortium for providing their expert services. The objective of the
consultancy is to analyze international trends, emerging scenario in Indian context,
identifying probable business models, recommending suitable PPP Business models and
implementation strategies etc. for expansion and commercial earning by DO after
deployment of DVB-H, DVB-T Services in India by DO.
The details of eXIsting infrastructure and present status of the services along with future
expansion plans and vision for National deployment are described in following sections. The
Consultant I Consultancy Firm I consortium, utilizing their expertise in respective domains,
would study and analyze DO plans, recommend a suitable PPP model and draw a roadmap
for its implementation. The Consultant I Consultancy Firm / consortium would identify the
best approach maximizing synergy of operations amongst the delivery platforms while
achieving desired objectives. The PPP Business model must clearly define the investment
of funds by private partner and DO, so that there is net revenue earnings to DO as well as to
private partner to sustain the service in profit.
3.2 Doordarshan, has accordingly planned to introduce mobile TV Services in India. Trial DVB-
H Service with eight Free To Air Doordarshan TV Channels was introduced in Delhi in May
2007,by utilizing existing DVB-T transmitter. This Service has now been upgraded and is
carrying 16 Doordarshan TV Channels. The service is at present available in an area of 12
km radius around Akashvani Bhawan, New Delhi, India where the transmitter is installed.
4
3.3 Based on the successful launch of trial service in Delhi, it is now proposed to expand the
transmission reach I service area in Delhi and NCR, launch similar service in other major
cities of the country and develop PPP model for commercial exploitation of the service. The
present status of the service, existing technical facilities and tentative expansion plans for
the network and service on public private partnership (PPP) basis are given in Annexure-I.
3.4 In this connection, Doordarshan intends to hire a Consultant I Consultancy Firm I consortium
who could advise on various aspects related to the above, develop a suitable business model
on PPP basis and recommend appropriate implementation strategies. So that DD can earn
revenue.
4.3 Based on the successful launch of trial service, it is now proposed to expand the DTT
transmission reach in Delhi, NCR and other major cities of the country and develop
business plans for commercial exploitation of the service wherein number of channels are
transmitted using single DTT Transmitter. The present status of the DTT service, existing
technical facilities and tentative expansion plans for the network and service on public
private partnership (PPP) basis are given in Annexure-II.
5.0 Terms of Reference: The terms of reference for the EOI will be as follows.
5.1 General:
5
iv) Evaluation of present and future competitive environment in India particularly with
reference to tentative expansion plans of DO.
v) Study various network architectures being implemented in the rollout of similar
services world over and recommend suitable network architecture for expansion
and commercial deployment of DO services on suitable PPP business model.
vi) Study and recommend probable content types and sources suitable for the service
platforms.
vii) Packaging and customization strategies for existing Doordarshan content, services,
archives to make it suitable and appealing for the Service platforms of DVB-H and
DTT
ix) Study and recommend suitable mode of transmission whether FTA (Free To Air) !
encrypted including recommendation on the encryption system and content
security! rights management etc.
xi) Recommend various PPP Business structuring model options with revenue
projections, scope of work, guidelines for selection, and methodology for evaluation
etc. of PPP partner(s) for deploying these two services.
xvi) Recommend the assess and identify suitability of a single or multiple PPP partners
in view of huge Indian market size .
•
xvii) Recommendation on interoperability issues in view of Pan-India deployment of
Service.
xviii) Study of existing regulatory aspects in India and their impact on market
development. Assessment of impact on the proposed business models due to
change of regulatory environment in future, particularly opening of terrestrial TV
transmission to private operators. Since at present only DO is having terrestrial TV
transmission service.
xix) Study how the services can be extended to the areas where Doordarshan does not
have any terrestrial infrastructure, usefulness of a franchisee based PPP model or
~ any other suitable model for sue: scenario mayQtined<
~o ~.ll"
S. Vadivazagan
.w)
.q fil~U!f;(~{
Dv~ Directo:'( E)
xx) The Consultant / Consultancy Firm / consortium shall also recommend business
strategies for stand alone broadcast model or any other cooperative business model
e.g. involving telecom operators for interactivity.
xxi) Identification of areas for synergy between DD DVB-H and DTT services for
infrastructure, services and operational aspects.
xxii) Recommendation on potential specifications of minimum requirements for DTT
receivers such as minimum performance requirements and basic features like
supported formats, interfaces decoding etc. in order to protect against premature
obsolescence
xxiii) Recommendations on protection of broadcast content against and from
unauthorized redistribution that is anti-piracy mechanisms for broadcast digital
content
xxiv) Any other issue not listed above, but that is an essential component to achieve the
consultancy project objective in a holistic manner as specified under paras / sub
paras 2, 3 and 4 aove of this EOI and Annexure-I and II.
xxv) PB /DD shall in no circumstance whatsoever, be responsible or liable in any
manner whatsoever, for any costs or expenses incurred or any loss suffered by
the entity, in connection with or in consequence of the preparation or delivery of
any EOI , or compliance with any of the requirements of the Invitation for EOI
or in any other manner.
xxvi) Any concealment of a material facts or a misrepresentation shall lead to
disqualification of the Consultant / consultancy firm / consortium.
xxvii) In case any clarification is sought by PB / DD after opening of EO Is, the reply of
the Entity should be restricted to the clarification sought.
xxix) The Consultant / consultancy firm / consortium should not directly or indirectly
relate to any employee of PB / DD.
xxx) Consultant / consultancy firm / consortium has not been blacklisted/ debarred by
any Government/ Semi Government Organization or Corporation in India, at any
stage.
xxxi) The Consultant / consultancy firm / consortium would be fully responsible to
follow all labour welfare legislations in India and DD will not be responsible for
any default/ violation of labour welfare legislations by the Consultant /
consultancy firm / consortium.
5.2 Arbitration:
~-
:.;.., .... '.,
work or stipulated/extended periods or before or after the compilation or abandonment
thereof, it shall be referred to the sole arbitration of the person appointed by the Chief
Executive Officer, Prasar Bharati . It will be no objection to any, such appointment that
the arbitrator so appointed is an employee of this Organisation or that he had to deal
with the matters to which contract relates and that in the course of his duties as this
Organisation employees he had expressed views on all or any of the matters in dispute
or difference.
If an arbitrator to whom the matter is referred dies or refuse to act or resigns for any
reason from the position of arbitrator, it shall be lawful for the Chief Executive Officer,
Prasar Bharati to appoint another person to act as arbitrator in the manner aforesaid.
Such person shall be entitled to proceed with the reference from the stage at which it
was left by his predecessor if both the parties consent to Chief Executive Officer, Prasar
Bharati to this effect failing which the arbitrator will be entitled to proceed de-novo.
It is a further term of this contract that no person other than the person appointed by the
Chief Executive Officer, Prasar Bharati as aforesaid shall act as arbitrator and that, if for
any reason that is not possible, the matter is not to be referred to the arbitration at all.
The arbitrator(s) may from time to time, with the written consent of all the parties to the
contract enlarge the time for making and publishing the award.
It is a term of the contract that the party invoking arbitration shall specify the dispute or
disputes to be referred to arbitration under the clause.
It is also term of the contract that contractor shall not stop the work under this contract
and work shall continue as expected to continue whether the arbitration proceedings
have commenced or not.
The arbitrator shall give reasoned award in respect of each dispute or difference referred
to him. The award as aforesaid shall be final and binding on all the parties to the contract
in accordance with the Indian law.
The Venue of the arbitration shall be at New Delhi, India. Subject to as aforesaid, the
provision of the Indian Arbitration and Conciliation Act, 1996 and any statutory
modifications or re-enactments there of rules made there under and for the time being in
force shall apply to the arbitration proceedings under this clause.
6.0 Deliverables
All the work products and deliverables shall conform to the industry best practices. The
deliverables will be as follows.
6.1 Consultancy Proiect Plan
The Consultant I Consultancy Firm I consortium shall finalize the Consultancy Project Plan
in collaboration with Doordarshanl Prasar Bharati within one month of the issue of
acceptance letter for commencement of their services. This will be developed on the basis
of "Interim Project Plan and Methodology" submitted by the bidder with their technical offer.
The Project plan shall give details of schedule of various tasks and subtasks, task
durations, deliverables, milestones, resource deployment, proposed meetings, reviews etc.
~ _~\.\.\\ and shall describe how the scope and all the elements of assigned work are proposed to be
~ managed and delivered holistically.
_
,~
~\)~.!'n~
s. V ~(Ev~;:2~m...
r'~·.'<"7.·(~\
,~".•....•...
"."v 4W)
AT.;')
8
M \
b
The Consultant / Consultancy Firm / consortium may propose other deliverables and work
products deemed necessary or appropriate for completion of the objectives of the project.
This plan shall be reviewed and approved by Doordarshan/ Prasar Bharati and a certificate
issued to this effect by the user. The Project Plan will be updated every month by
submitting monthly progress reports to designated official (s) of Doordarshan /
Prasar Bharati.
6.2 Reports :
The Consultant / Consultancy Firm / consortium's shall submit an interim report on the items
of term of reference mentioned above to Doordarshan/ Prasar Bharati within four months
from award of the consultancy. All interim and final documents shall be made available
in four sets, in hard and soft copy including word files, EXCEL spreadsheets, Power Point
Files and other relevant files/formats and documents.
The final report clearly bringing out the Consultant / Consultancy Firm / consortium's
recommendations on all the areas under terms of reference shall be delivered within six
months from award of the consultancy. Four sets of the final report shall be submitted
(Four sets of hard copies & four sets of soft copies in CD form).
The Consultant / Consultancy Firm / consortium may also include other deliverables and
work products deemed necessary or appropriate for the project.
The interim and final reports shall be examined and approved by Doordarshan/ Prasar
Bharati and a certificate shall be issued to this effect by the user.
6.3 Interim Proiect Plan and Methodoloav
The bidder shall submit an "Interim Project Plan and Methodology" for execution of the
project in the Technical Bid. It should explain understanding of the objectives of the
Assignment! job, approach to the assignment / job, methodology for carrying out the
activities and obtaining the expected output, and the degree of detail proposed for such
output. The bidder should highlight how the terms of reference are important for the project,
identify problems areas and explain the approach they would adopt to reach the
deliverables. The bidder should also explain the methodologies proposed to be adopted.
The "Interim Project Plan and Methodology" will be important criteria for deciding the
suitability of the offer.
7.2 Each copy of Technical Bid of the EOI should be a complete document bound as a volume
separately. Different copies must be bound separately. The document should be page
numbered, duly signed with seal and appropriately flagged and contain the list of contents
with page numbers. Any deficiency in documentation may result in rejection of the offer.
9
7.3 Two sets of soft copies of the Technical bid of EOI should also be submitted, in the form of
a non-re-writeable CD (Compact Disc) duly signed by the Consultant I Consultancy Firm I
consortium I authorized representative using a "Permanent Pen I Marker" and should bear
the name of the Consultant I Consultancy Firm I consortium.
7.4 The "Technical Bid" shall contain Bid Security and all other technical details I documents in
support of the offer. There will be no mention of prices anywhere in the Technical Bid.
However a copy of the "Commercial Bid" without price must also be provided with the
Technical Bid.
7.5 The following documents must also be submitted with the technical bid of the offer:
i) The bidder must sign each page of this EOI document, and submit the complete
document without detaching any page with their offer. In such a case the bidder
must attach a certificate conveying acceptance of all the terms and conditions of the
EOI document. The certificate and signed EOI document are to be submitted with
Technical Bid.
ii) All documents related with Partnership Deed I Articles of Memorandum of
Association or Proprietorship Deed and MOU/Coliaboration Deed with foreign I
other collaborators as the case may be attched.
iii) Certificate of Incorporation of the firm.
iv) Power of Attorney/General Power of Attorney or proper authorisation to the person
empowered by the firm to sign the documents on its behalf. Three specimen
signatures duly attested and two latest photographs of the person authorised to
sign, execute and act in respect of this Expression of Interest should be included.
v) List of all key officials to be deputed on the project with their Educational
qualifications, experience, name, telephone No., e-mail 10 etc must be provided.
vi) Turnover certificate of the firm certified by the auditor/CA/CS indicating the turnover
in area of Television Broadcasting I Content development I content management I
content delivery related works must be attached.
vii) Latest Annual Report of the Bidder firm.
viii) Latest valid Income Tax Clearance Certificate (ITCC),
ix) Sales Tax and Service Tax Registration number and attested copy of Registration
Certificates.
x) Details of past experience of executing similar works by the bidder/consortium
partners.
xi) Any other information, documentary evidence in support of suitability of the offer.
xii) Interim Project Plan and Methodology proposed for execution of the present project
xiii) Copy of the "Commercial bid", leaving price columns blank
xiv) Bid security, bid processing fee and EOI document fee (in case of download from
website)
7.6 Financial Bid: The Financial Bid will contain Price Schedule and all the commercial details
of the offer. A format for commercial bid is being prescribed and it is expected to be all
inclusive lumpsum amount covering all items of the work including the cost of staff,
stationery, contingency amounts, travel, living expenses, communication, other resources
and all miscellaneous expenses that may be required to be met in connection with the
execution of the project. The price bid should be unconditional inclusive of all charges.
PB/Doordarshan shall not pay anything over and above the quoted bid amount. The price
10
1''< " .•.•
. .• 'I
~, ,.;
" •
. -' .... ' .~
~7
bid in any other format is liable to be rejected. The bidder is however required to provide
breakup details of all items of their offered price under various heads for justification of the
bid. Break up of all applicable taxes must also be provided as per Financial bid form in
Annexure III.
8 Cost of EOI
The Consultant I Consultancy Firm I consortium shall bear all costs associated with the
preparation and submission of its EOI, including cost of presentation for the purposes of
clarification of the bid, if so desired by the Purchaser. Doordarshan will in no case be
responsible or liable for those costs, regardless of the conduct or outcome of the Tendering
process of the EOI.
10 Confidentialitv
The Consultant I Consultancy Firm I consortium shall treat all the information provided by
DO I Prasar Bharati as confidential and shall also ensure the security and confidentiality of
information, documents, records, software, data, reports, deliverables etc. handled during
the entire Consultancy project and subsequently. The above information shall not be shared
without written approval of DO.
11 CopvriQht
Any material developed during the period and the final report shall have exclusive copyright
of Doordarshanl Prasar Bharati. Also, Doordarshanl Prasar Bharati will be free to use the
information provided by the Consultant I Consultancy Firm I consortium I consultancy firm in
whatever way it deemed fit.
12 Authorized SiQnatorv
The "Consultant I Consultancy Firm I consortium" as used in the EOI shall mean the one
who has signed the EOI dOGumentforms. The Consultant I Consultancy Firm I·consortium
should be the duly Authorized Representative of the Consultant I Consultancy Firm /
consortium, for which a certificate of authority will be submitted. All certificates and
documents (inCluding any clarifications sought and any subsequent correspondences)
received hereby, shall, as far as possible, be furnished and signed by the Authorized
Representative. The power or authorization, or any other document consisting of adequate
proof of the ability of the signatory to bind the Consultant I Consultancy Firm I consortium
shall be annexed to the bid. Doordarshan may reject outright any proposal not supported by
adequate proof of the signatory's authority. The Consultant I Consultancy Firm I consortium
should indicate their contact details in the offer.
13 SubcontractinQ
The Consultant I Consultancy Firm I consortium shall have the option to submit the proposal
either alone or along with other subcontractors including the parent company Ifirm. The
Consultant or the authorized representative of the I Consultancy Firm I consortium shall be
the sole point of contact for all purposes of the Contract. The Consultant I Consultancy Firm
I consortium will have the prime and sole responsibility for the execution of the Statement of
Work. In case of an offer of EOI with subcontractors, the Consultant I Consultancy Firm /
consortium would need to 'Submit a Memorandum of Understanding (MoU) I Agreement with
the subcontractor(s) clearly indicating their relationship I roles and responsibilities. Such a
MoU should be prepared on a stamp paper of requisite value.
The subcontractors should not be involved in any major litigation that may have an impact
of affecting or compromising the delivery of services as required under this contract. The
11
Consultant I Consultancy Firm I consortium or any of the subcontractors should not have
been black-listed by any Govt. entities.
14 Partial Offers
Proposals offering consultancy for partial requirements would be summarily rejected.
15 Misrepresentation offacts:
If at any stage of Tendering process or during the currency of the Contract, any suppression
I falsification of such information is brought to the knowledge, PBI DD shall have the right to
reject the proposal or terminate the contract, as the case may be, without any compensation
to the bidder.
16 Pre Bid Conference for aueries on the EOI Document
A Pre bid conference for queries and clarifications on the EOI document will be
th
held on -------------
.. at
,-
11-00
'--,' ,"
Hrs
....
- ..... at 6 floor , .' ... '. room Doordarshan
conference / .. "
12
.21 Payment terms
The Payment schedule will be be linked to following milestones as follows:
22 EIiQibility Requirements
23.2 The Bidder firm, their jointly owned or independent subsidiary/ sister organization is not
allowed to be a consortium partner under another Bidder for this tender.
23.3 The Bidder / Consortium shall have a turnover of at least INR 100 million (US$ 2 million) or
more. Audited Balance Sheet for the last 2 years shall be enclosed as supporting
document. The turnover mentioned in this clause shall not include business other than
specified above.
23.4 The bidder must have completed at least one similar project in India or abroad in last two
years of not less than INR ten million.
23.5 The Bidder shall supply documentary evidence/verifiable reference (name, address,
telephone number, website address and email ID) of the customer(s) referred to in clause
(23.4) above for enabling assessment of the performance with a certification from the
Service Provider where the solution has been implemented by the Bidder.
23.6 Experience of consortium partners including parent company may be stated only if the
relevant Memorandum of Understanding (MoU) is submitted.
23.7 Should not be involved in any major litigation that may have an impact of affecting or
compromising the delivery of services as required under this contract
23.9 In case the bidder is the consortium of companies, the following requirements should be
satisfied by the bidder:
a.) The leader of the consortium should satisfy the minimum experience requirement as per
para 23.4 above.
13
~-
~o ~rii~1I!f11"
S. \!adivz:.'::,:~.~n
~f~':c'·~.(;;:·· .)
DY. Dire.;::!,-·'·' .:.'
b.) The leader of the consortium should confirm unconditional acceptance of full
responsibility of executing the scope of work for this job. This confirmation should be
submitted along with the bid.
c.) All the members of the consortium must undertake in their MoU that each partner shall
be jointly and severally liable to PB/DD for any and all obligations and responsibilities
arising out of the contract with PB/DD.
23.10. a.)The Bidder shall submit the appropriate price schedule in the Financial Bid form provided
at Annexure-III.
b.) The prices quoted by the bidder shall be firm during the validity period and the entire
period of contract and not subject to variation on any account.
c.) The bid shall be valid for acceptance for the period of one hundread eighty days from
the date of opening of the bids and shall not be with drawn on or after the
submission of the bid till the expiration of the validity period or any extension Agreed
thereof.
d.) In exceptional circumstances PBIDD may requests the bidder for specified extension in
the period of validity.
23.11 The bidder / bidders must provide the full information duly filled in as desired in
24.1 In assessing the "extent of expertise in the field for which the tender is called", the following
will be duly considered. However PBIDD in its sole I absolute discretion can apply any other
criteria deemed appropriate in determining the responsiveness of the EOI submitted by the
respondents.
i) Expertise in the broadcast media space related to DVB-H I DVB- T and convergent
technologies
ii) Manpower resources their qualification, experience and depth of expertise acrossabove
TV technologies
iii) The nature and number of relevant projects carried out globally and in the Asia Pacific
region
iv) The nature and number of trials and successful deployments on the basis of projects
executed
v) Participation in regulatory leadership and consultancy work done on behalf of regulators
vi) Execution capability, size, organization, and management to carry out the entire project.
vii) Specialized manpower with skills and access to particular technologies related to the
assignment.
viii) If necessary, the applicants may be interviewed telephonically or through video-
conferencing or may be asked for presentation in Delhi by the Technical Evaluation
Committee (TEC).
ix) All technical bids shall be graded on a scale of 1 - 70 with the best qualified technical
bidder likely to get highest marks.
x) The Consultant I Consultancy Firm I consortiums who score more than 50 (inclusive) in
technical bid evaluation shall only be eligible for opening of their financial bids.
xi) The financial proposals of the technically qualified Consultant I Consultancy Firm I
consortiums shall be opened at the date and time as informed to the pre-qualified
Consultant I Consultancy Firm I consortiums and in the presence of representatives of
such pre-qualified Consultant I Consultancy Firm I consortiums who may desire to be
present during the opening of the financial bids.
xii) All financial bids shall be graded on a scale of 1 - 30 with the lowest financial bidder
getting highest marks. The total score shall be obtained by adding the technical and
financial scores. Thus, the technical and financial bids would get 70 : 30 weightage
respectively
15 ~-
~") qr:!1<;f~f!1"i
S " ' ,',·1"" ."",,-n'1
-....; •• lL'~ .'. v I.~ ••" _.(~},! ..>•••
c':,·
16
Annexure-I
Tentative expansion plan of DD DVB-H service in India:
1.1 Existina set UP of Doordarshan for DVB-H Transmission
Mobile TV is becoming increasingly popular world over. It provides means to address the
infotainment needs of users while on move. This mode of delivery offers immense potential
for revenue generation also.
Initially 8 programme channels on DVB-H service in free to Air mode with video were
transmitted with provision for simultaneous transmission OMA BCAST and DVB IPDC
ESGs. This service was launched in May 2007.
The head end was subsequently upgraded for statistical multiplexing provIsion. The
upgraded system is being used for carrying 16 DD programme channels in free to air mode.
The earlier system was not having sufficient redundancy and therefore while upgaradtion
additional provisions were made to make the system fully redundant to ensure high
availability of the service. The present headend system can support both either IP6 or IP4
version of handsets and have been tested satisfactorily for both transmission systems. In
the present setup IPV6 has been configured.
Based on the successful launch of trial serviceat Delhi, provision was made to provide DVB-
H Service at 17 major cities, having population of over one million. The expansion is
envisaged to be carried out on PPP basis. The tentative plan is as follows:
17
Annexure-I
1.4 Phase- I : DVB-H Service in 4 Metro cities
In the next phase the main cities having over one million population are proposed to be
covered by DVB-H Service all these cities already have analog TV transmission
infrastructure(Building and Tower), which is proposed to be shared for DVB-H Service also.
Networking for DVB-H service is also proposed so that state wise DVB-H service bouquet
could be offered. This will also help reduce expenditure to be incurred at each DVB-H
transmitter. For this purpose it is proposed to install uplinking facilities at 17 major locations
for providing state-wise DVB-H bouquet. The details of these locations and proposed state
capital networks are indicated in Annexure-I at page no 19.
In the third phase remaining 96 cities where the analog HPT TV Transmission facilities are
available, are proposed to be covered by DVB-H Service.
1.7 Phase-IV:
Doordarshan has proposed 100 new high power DTT TV Transmitter during 12th Plan. Once
these DTT HPTs are installed it is proposed to provide DVB-H Service at these locations
also.
1.8 Phase -V
In the Digitalization scheme priority has been assigned to installation of high power
transmitter. Once all the DTT HPTs are installed at 230 proposed locations, the installation
of Digital LPTs will be taken-up at uncovered places where HPTs are not economically
viable. In phase-V the DVB-H Service is proposed to be provided at 400 DTT LPTs, based
on the population, demographic and socio-economic conditions in the concerned areas.
2.1 Obiectives
2.2.1 Phase-I
It is proposed that Doordarshan may create the DVB-H Head Ends at the four metro cities
where the present DTT transmitters can be easily upgraded for DVB-H transmission, with its
own resources. For expansion of the network and service into the entire urban area and
shadow pockets of the metros, Doordarshan may follow public private partnership (PPP)
model. It is proposed that out of the 16 programme channels Doordarshan can retain about
__ ~H\\ _ 4 programme channels and provide remaining 12 programme channel capacity to the
~
~ •
n
rW"\
\.'~"'~T
,
" ..'~':/"'" (
• •
~.!!. _ ~ •
,-
~ _._ '
.,~ ••
'<!, ,; ,,)
"
.',"
..
private partner on revenue sharing basis. The private partner W
I . 18 6;;
Iso be'1Iresponsible for
\
~
content aggregation, marketing, operation and maintenance of the expanded network in
metro cities.
2.2.2 Phase-II
Once the service becomes popular in metro cities, Doordarshan may consider expanding it
to the other cities in India through PPP model. At this stage it is proposed to install DVB-H
transmitters along with Head ends at 17 state Capitals (including 4 metro cities) as listed in
Annexure I (page no 19) with proposal to setup other DVB-H transmitters in the states.to
provide statewise DVB-H bouquets, which will facilitate speedy expansion and introduction
of the service anywhere in India.
2.2.3 Phase-III to Phase-V
The successful PPP model proposed to be extended for DVB-H service in the other
remaining cities of India
Note: The above expansion plan of DVB-H service is suggestive only. The bidder may give any
expansion plan on the basis of PPP business model which provide revenue generation to DO and
Private partner
19
-
Annexure-I
Phase -I
1. Chennai Tamilnadu, Pondicherry
Phase II
1. Ahmedabad Gujrat
2. Bangalore Karnataka
4. Bhubneshwar Orissa
7. Jaipur Rajasthan
11. Shimla HP
20
--
ANNEXURE-II
Presently DD terrestrial network is completely Analog. There are about 1400 Analog TV
transmitter working in the Network. These transmitters relay DD National, DD News and
Regional Programme services. In Analog domain each transmitter broadcasts a single TV
service in 7 or 8 MHz bandwidth. In Analog domain to provide multiple terrestrial TV
services in an area, multiple transmitters are required or the single transmitter can
broadcast multiple TV services on time sharing basis. The likely possibilities for commercial
use of the existing terrestrial network infrastructure are limited and already being exploited
by Doordarshan. Some of these include sharing and renting of existing infrastructure, like
accommodation and towers etc. for use by Private FM Broadcasters, telecom operators.
Govt. had constituted a core group comprising of technology experts from different agencies
for selection of appropriate DTV standard. The group recommended DVB-T standard for
digital terrestrial broadcasting. Thereafter, four transmitters set up at 4 metro cities namely
Delhi, Mumbai, Kolkata & Chennai during 2002-03 for an experimental service. Each
transmitter is of 5KW power and transmitting five DD Channels, viz., DD-1, DD-News, DD-
Sports, DD-Bharati and one regional channel. Studies were also conducted at Delhi for
portable DTT reception. Satisfactory reception was observed within 35 Km at high speeds.
Modulation - 16 QAM
Guard Interval -1/8
FEC - 3/4
No. of Carriers -8k
Modulation - QPSK
Guard Interval -1/8
FEC -1/2
No. of Carriers - 8k
21
-"
ANNEXURE-II
Frequecy Channel 29, 22 and 21
Video Format ~ MPEG-2.
Encryption FTA (Free to Air)
These above trials and experiments have successfully proved various advantages of digital
technology in Indian scenario. Excellent quality multiple transmission services can be
provided to the all viewers who fall within the coverage area. The services selection is
flexible and can be easily configured for SDTV or HDTV. This has been the prime concern
in analog domain, where the viewers often complained of poor quality of DD signals
received through cable networks inspite of excellent DD transmission service that meets
international quality standards. These users are unable to get good quality reception due to
various factors like improper receiving antenna system installed at their end that are prone
to interference or because of the inferior line equipment like modulators etc. used by cable
operators for distribution of DD services through their cable networks.
Based on these trials it is evident that digital transmission service will ensure good quality
reception at user end thus helping to dispel wrong perception about DD signal quality. This
will help improve viewership of DD programmes and strengthen DD to discharge an
effective role of a Public Broadcaster. It will provide opportunity for value added services,
mobile reception and hand held reception to users. It will play an important role in achieving
the goal of convergence thus contributing in the development of an information society in
the nation.
On the basis of this experience Digitalization of the Terrestrial Network of DD has been
proposed in 11th Plan. The metro cities are expected to be covered by 2010 before
commencement of Commonwealth Games and complete digitalization of the terrestrial
network is to be achieved by 2017.
On the basis of preliminary studies in order to provide outdoor digital coverage equivalent to
present analog coverage, following Digital Terrestrial Network would be required.
Additionally gap filter Txs. Will also be required to cover shadow regions.
• HPTs 230 (130 existing location, 100 new locations) (Tx. > 5Kw)
• LPTs 400 (Tx up to 500w)
_ ~\.\.~ The service is proposed to be introduced by employing latest compression teChnOlog 'e
~-:
s.
~
~'80 ... ~iii~"
Vadivazngan
f~'l~(iff+{o)
(MPEG-4). In addition to this HDTV terrestrial Transmission service is planned to be
22 M )
~
ANNEXURE-II
introduced in the four mega cities by 2010 before the start of Commonwealth Games for
which separate dedicated transmitters are being installed on its own by DO.
The terrestrial set up should remain under exclusive control of the Govt. as it constitutes
most of the assets to have a better mechanism for monitoring and control.
The existing infrastructure should be exploited for maximum revenue earnings. It should not
be rendered as an unproductive asset. It is important to mention that there is immense
possibility of new services in DTT and its commercial exploitation. Therefore like FM
Services, renting of DO infrastructure for DTT should not be resorted to, as a revenue share
model will be more beneficial in the long run. Renting of infrastructure will result in limited
and meager recurring earnings only.
Since the DTT equipments will be installed in DO premises, the overall operation &
maintenance of the DTT facility shall be carried out by the existing HPT staff of
Doordarshan.
In the DO DTT platform out of about 8 channels, some channels can be retained by DO and
the remaining channels can be leased out or shared by private players on per channel/ time
sharing rights basis for a fixed period. There can also be more than one multiplex at a
location.
The content sourcing for the channels leased to private players is to be done by them. They
may also be entrusted with packaging and marketing of the DTT bouquet including DO
channels.
23
ANNEXURE-II
Following two options are proposed, where the infrastructure remains under control of
Prasar Bharati and the platform is leased to Private Broadcasters. This approach may
provide better earning by revenue sharing. Renting of DD infrastructure on private FM lines
is not considered and suggested due to limited potential for earning revenue through
rentals.
a.) POSSIBILITY-I
Doordarshan installs its own digital transmitters, antenna and allied equipments at existing
analog HPT sites utilizing existing infrastructure. Out of about 8 Channels available on this
platform, 2 or 3 channels can be retained by the public broadcaster and the remaining
channels can be leased out to private broadcasters, city Iregion wise on revenue sharing
basis.
b.) POSSIBILITY-II
The existing infrastructure Le. TV Tower, Building, Power Supply etc. of Doordarshan will be
utilized, by the prospective PPP player who may invest on capital expenditure on
transmitter, antenna and allied equipments. The platform so created which will carry about 8
channels can be shared by DD and private broadcasters on revenue sharing basis. Since
the equipment will be installed in DD premises, the operation & maintenance of the DTT
facility shall be carried out by the existing HPT staff of Doordarshan. DD shall occupy up to
four programme channels and remaining channels will be used by the prospective private
broadcaster. After a specified period of few years, say 5 years, the broadcasters shall
handover the equipment to DD free of cost. A new revenue sharing arrangement can then
be worked out.
',~ ,
U;r.
24
6.3 DTT Transmitters proposed at existina HPT locations ~
State Diaital HPT
SI. No. JAMESHEDPUR
Diaital HPT JHA
SI. No. State 49 RANCH I
A&N PORTBLAIR JHA
1 50 BANGALORE
ANANTPUR KAR
2 AP 51 DHARWAD
HYDERADAD KAR
3 AP 52 GULBARGA
AP KURNOOL 53 KAR
4 MEHBOOBNAGAR* KAR HASSAN
5 AP 54 MAN GALORE
AP NAN DIYAL 55 KAR
6 RAJAMUNDRY KAR MYSORE
7 AP 56 RAICHUR
AP TIRUPATI 57 KAR
8 VIJAWADA KAR SHIMOGA
9 AP 58 CALICUT
VISHAKHAPA TTNAM KER
10 AP 59 CAN NAN ORE
WAR RAN GAL KER
11 AP 60 COCHIN
ARUP ITANAGAR 61 KER
12 DIBRUGARH KER TRIVANDRUM
13 ASS 62 AMBAJOGAI
ASS GUWAHATI MAH
14 63 AURANGABAD
KOKRAJHAR* MAH
15 ASS 64 CHANDRAPUR
ASS SILCHAR 65 MAH
16 KATIHAR MAH JALGOAN
17 BIH 66
MUZAFFARPUR MAH MUMBAI
18 BIH 67
PATNA MAH NAGPUR
19 BIH 68
SAHARASA * MAH PUNE
20 BIH 69 RATNAGIRI
CHH AMBlKAPUR MAH
21 70 CHURACHANDPUR
CHH BILASPUR* MAN
22 71 IMPHAL
CHH JAGDALPUR MAN
23 72 SHILLONG
CHH RAIPUR 73 MEG
24 DELHI MEG TURA
25 DEL 74
PANAJ I Mil AilWAL
26 GOA 75
AHEMDABAD Mil LUNGLEI
27 GUJ 76
BHUJ MP BHOPAL
28 GUJ 77 CHATTARPUR*
GUJ DWARKA 78 MP
29 RADHANPUR MP GUNA
30 GUJ 79 GWALIOR
GUJ RAJKOT 80 MP
31 SURA T(KOSAMBA) MP INDORE
32 GUJ 81 JABALPUR
VADODARA(AMOD) MP
33 GUJ 82 SAGAR*
HAR HISSAR* 83 MP
34 KARNAL MP SAHGOL
35 HAR 84
DHARAMSHALA * NAG KOHIMA
36 HP 85 MOKOKCHUNG
HP KASAULI NAG
37 86 BALESHPUR
HP SHIMLA 87 OR I
38 GUREJ ORI
BERAHAMPUR
39 J&K 88 BHAWANIPATNA
J&K KATHUA 89 ORI
40 KUPWARA ORI CUTTACK
41 J&K 90 SAMBALPUR
J&K LEH 91 OR I
42 NAUSERA PON
PONDICHERY
43 J&K 92 AMRITSAR
J&K PUNCH 93 PUN
44 SAMBA BHATINDA
J&K 94 PUN
45 SRI NAGAR FAliLKA
J&K 95 PUN
46 TITHWAL PUN JALLANDHAR
47 J&K 96
DALTONGANJ
48 JHA Contd ....
25
Annexure-II
51. No. 5tate Digital HPT 51. No. 5tate Diaital HPT
97 RAJ AJMAER 117 UP KANPUR
98 RAJ BARMER 118 UP LAKHIPUR
99 RAJ BIKANER* 119 UP LUCKNOW
101 RAJ JAISELMER 120 UP MAU
102 RAJ JODHPUR 118 UP LAKHIPUR
103 SIK GANGTOK 119 UP LUCKNOW
104 TN CHENNAI 120 UP MAU
105 TN DHARMPURI 121 UP VARANASI
106 TN KODAIKANAL 122 UTI MUSSOORIE
107 TN KUMBAKONAM 123 WB ASANOL
108 TN RAM ESHWARAM 124 WB BALURGHA T
109 TN TIRUNEVELLI* 125 WB KHARAGPUR
110 TRI AGART ALA 126 WB KOLKATTA
111 UP AGRA 127 WB KRISHNAGAR
112 UP ALLAHABAD 128 WB KURSEONG
113 UP BANDA 129 WB MURSHIDABAD
114 UP BAREILL Y 130 WB SHANTINIKETAN
115 UP FAIZABAD
116 UP GORAKHPUR
26
ANNEXURE-II
6.4 DTT HPT s DrODosed at new oca fIons
SI. No. State Digital HPT SI. No. State Digital HPT
AP ACHAMPET 51 MAH MAHABALESHWAR
1
2 AP KARIMNAGAR 52 MAH SATARA
3 AP NALGONDA 53 MAH NANDED
4 AP NELLORE 54 MAH SOLAPUR
5 AP NIZAMABAD 55 MAH YEOTMAL
6 AP ONGOLE 56 MP BADWANI
7 ARU PASSIGHAT 57 MP KHANDWA
8 ARU TEZU 58 MP SHAMGARH
9 ASS COOCH BIHAR 59 MP ITARASI
10 ASS JORHAT 60 MP RATLAM
11 ASS TEZPUR 61 MP REWA GOVINDGARH
12 BIH GAYA 62 MP SEONI
13 BIH LAKHISARAI 63 MP SHIVPURI
14 BIH MOTIHARI 64 NAG DIMAPUR
15 BIH RAM NAGAR 65 ORI BOLANGIR
16 BIH SASARAM 66 ORI KEONJHARGARH
17 BIH BHAGALPUR 67 PUN PATHANKOT
18 BIH SIWAN 68 RAJ ALWAR
19 CHH RAIGARH 69 RAJ CHITTORGARH
20 GUJ AMRELI 70 RAJ HINDAUN
21 GUJ BHAVANAGAR 71 RAJ JHALAWAR
22 GUJ DAHOD 72 RAJ JHUNJHUNUN
23 GUJ JAM NAGAR 73 RAJ MT.ABU
24 GUJ JUNAGARH 74 RAJ NATHDWARA
25 GUJ PALANPUR 75 RAJ PHALODI
26 GUJ SILVASSA 76 RAJ RAI SINGH NAGAR
27 GUJ SURENDRANAGAR 77 RAJ RAWATSAR
28 HP KULLU 78 RAJ SARDAR SAHAR
29 HAR MAHENDRAGARH 79 RAJ SAWAIMADHOPUR
30 HAR ROHT AK 80 RAJ SUJAN GARH
31 HAR TOHANA 81 RAJ UDAIPUR
32 JHA DEOGHAR 82 TN ERODE
33 JHA HAZARIBAD 83 TN TIRUCHARAPALLI
34 JHA KOLEBIRA 84 TN VANDISWASH
35 KAR BAGALKOT 85 UP ALiGARH
36 KAR BELGAUM 86 UP BAHRAICH
37 KAR BIJAPUR 87 UP BALRAMPUR
38 KAR CHITRADURGA 88 UP ETAH
39 KAR HOSPET 89 UP ETAWAH
40 KAR TUMKAR 90 UP FARRUKHABAD
41 KER KAYAMKUAM 91 UP JAUNAPUR
42 MAH AKOLA 92 UP JHANSI
43 MAH AHMADNAGAR 93 UP LALITPUR
44 MAH AMARA VATI 94 UP MEERUT
45 MAH NADURBAR 95 UP MORADABAD
46 MAH BULDHANA 96 UP NAZIBABAD
47 MAH DHULE 97 UP ORAl
48 MAH GONDIA 98 UP RAI BAREILY
49 MAH KOLHAPUR 99 UP ROBERTSGANJ
50 MAH NASIK 100 UP SUL TAN PUR
27
," .. :<J)
Uy. "-(Ii)
Annexure-III
The undersigned Consultant I Consultancy Firm I consortium, having read and examined in detail
all the EOI document in respect of appointment of a Consultant / Consultancy Firm I consortium for
For Hiring Of Consultant / Consultancy Firm I consortium For PPP Model For Expansion Of
Services Of Doordarshan , do hereby express their interest to provide Consultancy Services as
specified in the EOI document.
a.) All applicable Taxes are to be provided with its percentage and amount as per
applicable rules in India. Break up details Tax wise are to be provided.
b.) In case of any difference of lump sum amount in figures and words, the amount in
words will be considered.
c.) The bidder is required to enclose a breakup of their offered price under various heads
for justification of the bid along with EOI Financial Bid Form
Signature
Name
Designation
Company Seal
Date
28
EO' Letter Proforma FORM - ,
THE DIRECTOR GENERAL, DOORDARSHAN
Doordarshan Bhawan, Copernicus Marg
New Delhi - 110 001
The undersigned Consunant I Consultancy Firm I consortiums, having read and examined in detail
ail the EOI documents in respect ot appointment of a Consunant I Consunancy Firm I consortium for
Doordarshan tor the preparation of PPP modei as per above subject, do hereby express the interest
to provide the Consultancy Services as specified in the scope of work.
Correspondence details:
1
Name of the Consultancy Agency
2
Address of the Consultant / Consultancy
Firm / consortium
3
Name of the contact person to whom all
references shall be made regarding this
tender
4
Designation of the person to whom all
references shall be made regarding this
tender
5
Address of the person to whom all
references shall be made regarding this
tender
29 ~
'(Vo ~
S. Vadiv:lza,/,an
fi f~1;~tf.(~: '. u)
We hereby declare that our EOI is made in good faith and the information contained is true and
correct to the best of our knowledge and belief.
Thanking you ,
Yours faithfully
Name:
Designation:
Seal:
Date:
Place:
Witness:
Signature _
Name
Address
Date
~ ,\
~U() ~(ZN~t'1"
S. V adiva:::a~otn
W'I fe(,:{{~{!!i ~,0)
'01. Dircctor(E)
30
Form No - II
STATEMENT OF APPLICANT
5 Legal Status
31
~
~o e{~1~
r \T" 1.•.
.., •.•..•• ~,,";I.."'''' •• ) .an
·1 ;~ ~7••"''''-:''f.
n .,
r,7\~;~"'F (;nf ~':o)
• '" ": •••I ~' •••
''Oy. Cil:~ct:o-;:( E)
FORM-III
10.1 Main line of business and Specialization Lead bidder Activity ..... Since ......... year
S \7";lA ;Y"-""'''
• -
0 n
.•••.•...•• .t .•••.. 'c-. ;;:rr.. 32
~ f,;{~ ;(~'~; {::-;r~;o)
Form IV
PROFORMA FOR BANK GUARANTEE FOR PERFORMANCE BOND
(To. be stamped in Accerdance with stamp Act)
(The Nen-judicial stamp paper sheuld be in the name ef issuing Bank)
To
PRASAR SHARATI (BCI) , DG: DOORDARSHAN, DOORDARSHAN BHAWAN, NEW DELHI
Dear Sirs,
2. The Organisatien shall have the fullest liberty witheut affecting in any way the liability of the
Bank under this guarantee, from time to. time to. extend the time fer perfermance ef the centract by
the centracter er vary the terms ef the centract. The Organisatien shall have the fullest liberty
witheut affecting this guarantee to. pestpene frem time to. time the exercise ef pewer vested in them
er ef any right which they might at anytime in any manner, either to. enferce, er to. ferebear to.
enferce, any cevenants centained er implied in the centract between the Organisatien and the
centracter er any ether ceurse er remedy er security available to. the Organisatien. The Bank shall
net be released ef its ebligatiens under these presents by any exercise by the Organisatien of its
liberty with reference to. matter aferesaid er any ef them er by reasen ef any ether act ef
ferbearance er ether acts ef emissien er cemmissien en the part ef the Organisatien er any ether
indulgence shewn by the Organisatien er by any ether matter er thing whatseever, which under law
weuld, but fer this previsien, have the effect ef relieving the Bank.
3. The Bank also. agree that the Organisatien at its eptien, shall be entitled to. enferce, this
guarantee against the Bank as a principal debter, in the first instance, witheut preceeding against
the centracter and netwithstanding any security er ether guarantee that the Organisatien may have
in relatien to.the centracters liabilities.
33
~
~;i'::*,'-1 E;';:'S<';.';P1'~
---,
4. The Bank further agrees that the Guarantee herein contained shall remain in full force
during the period that is taken for the performance of the contract Le. complete delivery of the
material/equipment as the same is a condition of supply contract and all the dues of the
Organisation under or by virtue of this contract, have been fully paid and its claim satisfied or
discharged or till the Organisation discharge this guarantee in writing.
5. The bank further agree that as between the bank and the Organisation for the purpose of
this guarantee any notice given to us by the Organisation that the money is payable by the
contractor and any amount claimed in such notice by the Organisation shall be conclusive and
binding on us notwithstanding any difference between the Organisation and the contractor or any
dispute pending before any court, Tribunal, Arbitrator or any other authority. We further agree that
this Guarantee shall not be affected/discharged by any change in our constitution, in the
constitutions of the Organisation that of the contractor. We also undertake not to revoke this
guarantee during its currency. This guarantee shall not be determined discharged or affected by the
liquidation, winding up, dissolution or insolvency of the contractor and shall remain valid, binding
and operative against the Bank.
6. Notwithstanding anything contained herein above, our liability under this guarantee is
limited to Rs. (Rupees) (In figure) (In words) in aggregate and it shall remain in full force upto and
including 60 days after (Indicate the date of expiry of Guarantee/Warranty period) unless extended
further, from time to time, for such period as may be instructed in writing by M/s. on whose
behalf this guarantee has been given, in which case it shall remain in full force upto the expiry of the
extended period. Any claim under this guarantee must be received by us before the expiry of 60
days from (indicate the date of expiry of Guarantee/warranty period) or before the expiry
of the 60 days after the expiry of extended period, if any, If no such claim has been received by us
within the 120 days after the said date/extended date, the right of the Organisation under this
guarantee will cease,. However, if such a claim has been received by us within and upto 120 days
after the said date/extended date, all the rights of the Organisation under this Guarantee shall be
valid and shall not cease until we have satisfied that claim.
7. * The bank confirm that this guarantee has been issued with the approval of the appropriate
Exchange Control, Rules and regulations of the country. We also agree that this guarantee shall be
governed and construed in accordance with Indian Laws and subject to the exclusive jurisdiction of
Indian courts.
** The bank also agree that Courts of New Delhi, India shall have exclusive jurisdiction
* Applicable where the party is foreign one
** Applicable where the party is Indian.
Witness No. 1
(Signature) (Signature)
Date
~4
INSTRUCTIONS FOR FilLING UP BANK GUARANTEE FOR PERFORMANCE BOND
2) The non-judicial stamp paper should be in the name of the issuing bank.
3) Clause 7 of the bank guarantee is applicable when outside party is a foreign one. When other
party(s) is/are Indian the alternative clause may be retained as follows.
4) The bank also agrees that Court of New Delhi India shall have exclusive jurisdiction.
5) Please indicate the currency in which bank guarantee is being given Rupees/US$ have been
mentioned only for illustrations. Therefore, in cases where bank guarantee is being given in
currency other than Rupees or US$, these terms may be deleted and replaced by relevant
currency.
6) The period 120 days mentioned in clause 6 should be available after the expiry of the validity
period/satisfactory performance, as the case, may be, or any extension of such period.
7) The Bank Guarantee by Indian bidders will be given from Nationalised/Scheduled Bank only.
The Foreign Bidder will give bank GUARANTEE from an Indian bank situated in Bidder's
country. In case, no Indian bank is situated in Bidder's country then Bank guarantee from
foreign bank acceptable to the Organisation will be considered.
8) In the case of guarantee by a foreign bank, the same should be got confirmed by an Indian
Public Sector bank.
35
• ~-
Form V
PROFORMA OF BANK GUARANTEE FOR BID BOND
Bank Guarantee No. _
Ref:
To
The President Of India
Prasar Bharati (BCI),
Og: Doordarshan, .
Ooordarshan Bhawan,
New Oelhi-110001
Dear Sirs,
Whereas the Prasar Bharati (BCI), DG: Doordarshan, Doordarshan Bhawan, New Delhi-
110001, having its head office at address of the organisation, New Delhi, India 110001
(hereinafter called the organisation) which expression shall, unless repugnant to the context
or meaning thereof, include all its successors, administrators, executors and assignees has
on behalf of the President of India floated a Tender
No. and M/s
-----------------------------
having
Registered/head office at (Hereinafter called the
"Tenderer" which expression shall, unless repugnant to the context or meaning thereof,
mean- and include· alt its successors, administrators executors and assignees) have
submitted a quotation Reference No. and tenderer having agree to
furnish as a conditions precede"lt for participation in tender as unconditional and irrevocable
bank guarantee of Rs./US
Dollar (Rupees/US
Dollar Only) for the due
performance of tenderer/'s obligations as contained in the terms of the Notice inviting
Tenders (NIT) and other terms and conditions contained in the Tender Documents supplied
by the Organisation specially the conditions that (a) tenderer shall keep his tender open for
a period of day, i.e., from to or any extension thereof,
and shall not withdraw or modify it in a manner not acceptable to the Organisation(b) the
tenderer will execute the contract, if awarded, and shall furnish performance guarantee in
the format prescribed by the Organisation within the required time. The tenderer has
absolutely and unconditionally accepted these conditions. The Organisation and the
tenderer have agreed that NIT/tender document is an offer made on. the condition that the
tender, if submitted would be kept open in its original form without variation or modification
in a manner not acceptable t:; ~e Organisation for a period of days, i.e., from
____ to or any, extension thereof and that making of the tender itself shall
be regarded as an unconditional and absolute acceptance of the conditions, contained in
NIT and the tender documents. They have further agreed that the contract consisting of
36
•
NITlTender documents as the OFFER and submission of the tender as the ACCEPTANCE
shall be a separate contract distinct from the contract which will come into existence when
the tender is finally accepted by the Organisation. The consideration for this separate initial
contract preceding the main contract is that the Organisation is not agreeable to sell the
NIT/tender documents to the tenderer and to consider the tender to be made except on the
condition that the tender shall be kept open for the period indicated above and the tenderer
~esir~s to make a ten<;leron thiscQndition.after entering into th.is sep~rate initial contract
with the Organisation promises to consider the tender on this condition and tenderer agrees
to keep this tender op~n fC'r the required period. These reciprocal promises form the
CONSIDERATION for this separate initial contract between the parties.
2. Therefore, we registered (indicate the
name of Bank) under the laws of having
head/registered office at (hereinafter) referred to as the
"Bank" which expression shall, unless repugnant to the context or meaning thereof, include
all its successors, administrators and executors hereby issue irrevocable and unconditional
bank guarantee and undertake to pay immediately on first demand in writing Rupees or in
such convertible currency as acceptable to the Organisation and all money to the extent of
Rs/US Dollars (Rupees/US Dollar
__________ only) at any time immediately on such demand without any
demur, reservations, recourse, contest or protest and/ or without any reference to the
tenderer and any such,demand made by th.e Organisation on t~e ba~kshall be co~clusive
and binding notwith'standing any difference between organisation and the tenderer or any
dispute pending before any court arbitrator or any other matter whatsoever. We also agree
to give that Guarantee herein the this Organisation in writing. This guarantee shall not be
determined/discharged/affected by the liquidation, winding up, dissolution or insolvency of
the tenderer and will remain valid, binding and operative against the bank.
3. The bank also undertakes that the Organisation at the option shall be entitled to enforce
this guarantee, against the Bank as a principal debtor,in the first instance, without
proceeding against the tenderer.
4. The bank further agree that as between the bank and the Organisation, purpose of the
guarantee, any notice of the breach of the conditions contained in NIT and other terms and
conditions contained in the Tender Documents as referred above given to the bank by the
Organisation shall be conclusive and binding on Bank, without any proof, notwithstanding
any other matter or difference or dispute whatsoever. We further agree that this guarantee
shall not be affected by any change in our constitution, in the constitution of the
Organisation or that of the tenderer. We also' undertake not fo revbke, in any case, this
Guarantee during its currency.
5. The bank agree with the Organisation that the Organisation shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary
any of the terms of the tender or get extension of the validity period from time to time. We
shall not be relieved from our liability by reason of any such variation or extension of the
37
s. \j ~'-~ ;',".
~f-;i~:~"j;
• lli. D~ : !
validity period or for any forbearance, act of omission and commission on the part of the
Organisation or any indulgence shown by the Organisation to the said tenderer or by any
such matter or thing whatsoever which under the law relating to sureties, would, but for this
provision, have the effect of so relieving us.
6. Notwithstanding anything contained here in above our liability under his Guarantee is
limited to Rs./US Dollar (Rupees/US Dollars only) in
~ggregate and it. shall remain in full. force upto and. including 60 day.s after
unless extended further (indicate the last date of validity
period) from time to time, ~"!" such period as may be instructed in writing by M/s
__________________ on whose behalf this guarantee has been
given, in which case, it shall remain in full force upto and including 60 days after the expiry
of extended period. Any claim under this guarantee must be received by us before the
expiry of 60 days from or (indicate the last
date of validity period) before the expiry of 60 days after the expiry of extended period, if
any, if no such claim has been received by us within 60 days after the said date/extended
date, the rights of the Organisation under this guarantee will cease subject to para 8.
However, if such a claim has been received by us within and upto sixty days after the said
date/extended date, all right of the organisation under this guarantee shall be valid and shall
not cease until we have satisfied that claim.
7. In case contract is awarded to the tenderer here in after referred to as "Contractor" the
validity of this Bank~uarantee will stanej automatically ex~ende<:i until the co.ntractor
furnished to the Organisation a bank guarantee for Rs./ US Dollar
_________ .<in fiC?lJre) Rupees/ US Dollars _
only (in words) towards performance guarantee for satisfactory performance of the contract.
In case of failure to furnish performance bank Guarantee in the format prescribed by this
Organisation by the required date the claim must be submitted to us within 120 days after
the last date of validity period or extended period, if any. If no such claim has been received
by us within 120 days after the said date /extended date, rights, of the organization under
this guarantee will cease. However if such a claim has been received by us within and upto
120 days after the said date/extended date all rights of the Organisation under this
guarantee shall be valid and shall not cease until we have satisfied that claim,
8. The Bank confirms that this guarantee has been issued with the approval of appropriate
Exchange Control Authority in and any other
authority(indicate the name of the country of issue of Guarantee) if required as per the laws
of the country of issue of guarantee. The bank confirms that this guarantee has been issued
with observance of the 'appropriate Exchange C·ontrol rules and Reguratfons of the country ..
In witness where of the Bank, through its authorised officer, has sent its hand & stamp on
this day of at
__________ of (month & year)
38
Witness No.1 Signature
Witness NO.2
39
...•.