32
1 DNIT Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon. MUNICIPAL CORPORATION, GURGAON Website: www.mcg.gov.in

DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

1

DNIT

Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.

MUNICIPAL CORPORATION, GURGAON Website: www.mcg.gov.in

Page 2: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

2

ISSUED TO: M/s ------------------------------------------- --------------------------------------------

TENDER FEE DETAILS: Cash vide receipt no Dated Amount DD No. Dated drawn on Rs. 2500/- LAST DATE FOR SALE OF TENDER: -------------------------------- LAST DATE FOR SUBMISSION OF TENDER: --------------------------------- OPENING OF TECHNICAL BID: ---------------------------------

Page 3: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

3

MUNICIPAL CORPORATION, GURGAON PHONE: 0124-222011, 0124-2300185

Website: www.mcg.gov.in

Sealed & Separate Tenders are invited in the form of “Technical” and “Financial Bid” from reputed manufacturers of LED Lights (as per DNIT) for "Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs

The tender specifications with terms & conditions can be obtained from MCG office by depositing cost of document & earnest money on-line or through DAC/demand draft/cash in favour of Commissioner, Municipal Corporation, Gurgaon up to 3.00 PM of --------------. The duly filled tender will be accepted up to 3.00 P.M on the tender opening date i.e--------------- and technical part will be opened at 4.00 PM on the same day in the office of MCG in the presence of tenderers who wish to be present. The financial bid of only those bidders who qualify in technical bid shall be opened, for which a suitable date shall be communicated to the technically eligible bidders separately. The undersigned reserves the rights to reject any or all the tenders without assigning any reason.

Executive Engineer -V Endst. No. EE-V/MCG/2012/ Dated: 1. Commissioner, Municipal Corporation Gurgaon. 2. Deputy Commissioner, Gurgaon. 3. Chief Engineer, Municipal Corporation Gurgaon. 4. Superintending Engineer, Municipal Corporation Gurgaon. 5. Chief Account Officer, Municipal Corporation Gurgaon. 6. R.A.O., Municipal Corporation Gurgaon. 7. Notice Board, Municipal Corporation Gurgaon.

Executive Engineer –V

Cost of document

EMD

Last date of receiving

Date of opening of Technical Bid

Rs. 2500 (non-refundable)

Rs.

up to 3.00 PM at 4.00 PM in the office of MCG

Page 4: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

4

MUNICIPAL CORPORATION, GURGAON

PHONE: 0124-222011, 0124-2300185 Website: www.mcg.gov.in

Sealed & Separate Tenders are invited in the form of “Technical” and “Financial Bid” from reputed manufacturers of LED Lights (as per DNIT) for"Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs 1. BACKGROUND INFORMATION To promote the efficient use of energy and its conservation, Govt. of India enacted the Energy Conservation Act 2001 and subsequently Bureau of Energy Efficiency was established in 2002. Accordingly MCG has approved a proposal to"Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs 2. SCOPE OF WORK "Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.” ApproxAmt 93.58lacs 3. ELIGIBLE BIDDERS

A. The bidder should be a manufacturer of LED light system of the following makes

i. Philips

ii. GE

iii. Spaceage

iv. Bajaj

v. Crompton

vi. Schreder

B. Satisfactory completed similar type of work of not less than 50% of the value put to tender

under a “single agreement” in any one of the preceding “three” years (2009-10,10-11& 11-12)

from any of the Central/ State Govt. Department/ Board/ Corporation/ Agency/PSU. Proof

(work order along with installation report of the client (s) should be enclosed in Proforma-II.

C. Minimum annual average turnover of the bidders in the last three years, i.e. 2009-10 to 2011-12

should be equal to the estimated cost. Balance sheet duly signed by the Charted Accountant

should be enclosed.

D. The bidder should not be debarred for supply of quoted items/ systems from any of the Central/

State Govt. Department/ Board/ Corporation/ Agency/PSU. Bidder shall submit a certificate in

this context with the Technical Part of the Bid

4. SPECIFICATIONS OF THE SYSTEMS The specifications of the LED street lighting fixtures are enclosed at Annexure-I.

Page 5: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

5

5. GUARANTEED TECHNICAL PARTICULARS (TO BE SUBMITTED BY THE BIDDER) Bidder shall submit the following guarantee technical particulars with the technical part of bid in

the following table:

S. No

Parameters Guaranteed value

1 Input Voltage

2 Input Frequency

3 LED Efficacy (lumens/watt)

4 Total Harmonic Distortion (THD)

5 Power Factor (PF)

6 Life Expectancy

7 Colour Temperature

8 No. of LEDs used & rated wattage of each

9 Working Humidity

10 Working Temperature

11 Average Lighting angle

12 Ingress Protection

13 Make of LED

14 Total system power consumption (including LED & drive part) in watts

15 Lamp starting time

16 Colour rendering index (CRI)

17 System power efficiency (%)

18 LED Drive current

19 Internal surge protection against lighting or any other electrical surge

20 Uniformity (ratio of minimum & average illumination)

21 Lumens flux of fitting

Page 6: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

6

6. EARNEST MONEY DEPOSIT

i. The tender shall be issued only to those agencies that will submit earnest money of Rs------------------ /- on-line or in the form of DAC/demand draft in favour of Commissioner Municipal Corporation, Gurgaon

ii. EMD of unsuccessful tender shall be returned after award of the contract /order or

three months whichever is earlier

iii. No interest will be paid on the earnest money. 7. PERFORMANCE SECURITY DEPOSIT The successful bidder shall bound to submit performance security deposit @ 10% of the order value within 15 days from the day of placing the work order with the MCG in the form of DD or Bank Guarantee valid for five years. The firm to cover the total period may extend the validity of the bank guarantee or the firm shall be required to submit the fresh bank guarantee of requisite amount. 8. WARRANTEE

• All equipment shall be warranted for a period of 5 years from the date of taking over the installation by the agency against unsatisfactory performance and/or breakdown due to defective workmanship of material. The equipment or components, or any part thereof, so found defective during warrantee period shall be forthwith repaired or replaced free of cost, to the satisfaction of the MCG.

• 10 years free replacement warranty on luminaries against rust, corrosion and paint peeling off etc.

Preventive/ Routine Maintenance: This shall be done by the agency at least once every six month and shall include activities such as cleaning and checking the health of the systems, tightening of all electrical connections and any other activity that may be required for proper functioning of the system as a whole. Breakdown/Corrective maintenance: whenever the user lodges a complaint, the bidder shall attend to the same within a reasonable period of time and in any case the breakdown shall be corrected within a period not exceeding two days from the date of complaint. 10. PAYMENT TERMS The Municipal Corporation, Gurgaon, shall release 50% of the payment against receipt of duly approved material. Balance 50% payment shall be released after complete installation, commissioning, testing and handing over 11. VALIDITY OF BID The bids shall be valid for a period of 90 days from the date of opening of financial bid. 12. WITHDRAWAL OF THE OFFER Earnest money shall be forfeited in case of withdrawal of an offer within the validity period as required in Notice Inviting Tender after opening of tender.

Page 7: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

7

13. ALTERATION: MCG reserves the right to waive off or to issue any amendments to the terms and provisions of the work order/Purchase order as the emergency demands. The department reserves the right to delete any item. For details not covered in the specifications, relevant I.S / applicable Code shall be followed. The design shall comply with all statutory requirements, safety codes, regulating bodies, whether or not explicitly specified in this document. Any observations noticed shall immediately be brought to the notice of the department at the time of submission of tender. 14. TIME SCHEDULE, PENALTY/LIQUIDATED DAMAGES These systems are to be supplied, installed & commissioned within --------months time from the date of issue of work order. 15. INSPECTION OF MATERIAL (i) Inspection of the sample submitted with offer. Inspection of the sample submitted with the offer by the bidder shall be carried out by the person/s nominated by the MCG by installing the fixture on pole (preferably at site) to prove the suitability of the fitting matching with the requirement in regards to fitting with pole, lux level and quality of illumination. The bidder in coordination with Municipal Corporation, Gurgaon shall make all necessary arrangements for above inspection (ii) Inspection of the material to be supplied against work order. The firms should carry out the complete job along with sample proto type fittings in five consecutive poles (for demonstration) for LED street light fixtures to prove the suitability of the fittings matching with the requirement in regards to lux level & quality of illumination and provide professional, objective & impartial advice and at all times hold the client’s interests paramount. Commissioner MCG or team constituted by his/ her shall also carry out the inspection of the installations at site at the time of said demonstration to ensure that quality & quantity of the project is as per the work order. Firm shall request to the MCG in written for the above said inspection. Material shall only be erected after the approval of the MCG or team constituted by her/ him. The supplier shall provide without any extra charge, all materials, tools, testing equipment, labour and assistance of every kind that the inspecting officer may consider necessary for any test or examination that he may require to be made on the supplier premises. MCG can also get the systems tested from any Govt. approved test centre/ laboratory and the expenses shall be borne by the supplier. Rejected material (if any) will have to replace by the supplier at its cost within a week time. In case the material offered for inspection fails to meet the specifications stipulated in NIT /Order /Contract and the samples are rejected by the Inspecting Committee, the Indenting Department will have the right to levy a penalty at 0.1% of the order value. In case the material offered for inspection fails during the 2nd inspection also, the Indenting Department will have the right to increase the penalty to 0.25% of the order value. In case, the material offered fails during the 3rd and final inspection also, the firm will be liable for penal action including forfeiture of EMD, risk purchase, debarring/blacklisting in future, and no further opportunity for inspection will be provided to the supplier firm. In case of LED street lighting fixtures, the firm will emboss or engrave the words ‘MCG’ so as to minimize any possible malpractices. 17. TEST CERTIFICATES AND INSTRUCTION BOOK ETC. The supplier shall furnish to the department the following documents along with the consignment.

Page 8: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

8

i. Four Copies of Printed Pamphlets/Catalogues: for each item of equipment it includes all the specification ii. Drawing of all the equipments iii. Any other relevant information to be incorporated at the time of placing the purchase order four copies. iv. The supplier shall furnish the required certificates along with consignment of material. v. In-house Test Certificate of all the materials. vi. The bidder will carry out necessary testing for the uniformity of lighting levels achieved on completion of the work and submit final lighting levels to the Indenting Department & the Consignee. 18. INSURANCE: Comprehension insurance cover for men, machinery and all parts shall be arranged by the firm for entire period of Contract/during the maintenance period. The firm shall make his own arrangement to receive and store the material at site. The settlement of claims with the insurance company, railway authorities etc. for any loss/damage occurring during transit and storage at works site shall entirely be the responsibility of the firm. 19. INSTRUCTIONS TO THE BIDDERS a) Incomplete /conditional bids are liable to be straightway rejected. b) No request for extension of the above mentioned due date shall be entertained. c) Bids shall be accepted only from the said firms who had purchased a copy of this tender on submission of Rs. 1000/- as non-refundable tender fee. d) Any deviations to the Clauses in the tender specifications must be clearly and separately indicated otherwise it shall be presumed that the offer is in line with the requirements of tender. e) The firm will have to produce invoice/gate pass of the manufacturer for major items of material to be installed against supply & erection of work for genuineness of the material. f) The firm will be responsible to achieve the desired lux level and uniformity and all the testing equipment shall be arranged by the firm at its own cost to check the same in the presence of the authorized representative of Commissioner, MCG MCG. 20. SUBMISSION OF TENDER i) Sealed tender should be submitted in two parts i.e. Part-I (technical and commercial) in the Annexure-II and Part-II (price part) in the Annexure-III. The firm should submit their offers in two separate sealed envelopes, marked on one envelop as “Part-I “Technical and Commercial Part” and on other envelope as “Part-II: Price Part”. These envelopes should again be sealed in a covering envelope along with forwarding letter, super scribed on top with"Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs”. Tender should be submitted by 3.00PM of -------------. ii) Offer should be addressed to Commissioner MCG by designation not by name. iii) MCG shall resume no responsibility for misplacement or pre-mature opening of any part of tender, in case of above instructions or not complied by the tenderers. iv) Any offer received after the deadline for submission of offers shall be rejected and returned unopened to the tenderers.

Page 9: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

9

v) All the pages of tender documents, technical specifications, bids, supporting documents etc. shall be duly signed by the authorized signatory and company seal should be affixed or each page. Any part of the tender that is not specifically signed by the authorized signatory and not affixed with company seal shall not be considered for the purpose of evaluation. vi) The offers should be signed and sealed by the tenderers or his authorized representative. The names and designation of all persons signing shall be typed or printed below the signature. vii) Failure of furnish all information and documentary evidence as stipulated in the tender document or submission of an offer i.e. not substantially responsive to the tender document in all respects shall be summarily rejected. 21. DOCUMENTS TO BE ENCLOSED WITH THE OFFER Part-I & Part-II of the tender should comprise the following documents:

i) Technical & commercial: Part-I

The technical & commercial Part: Part-I of tender shall be offered and furnished complete in all respect in Annexure-V along with following documents: a) Forwarding letter in Proforma-I b) Minimum eligibility condition-qualification in Proforma-II c) Certified copies of up to date Income Tax Clearance Certificate d) Earnest Money Deposit (EMD). e) Balance sheets & copy of work orders. g) Guaranteed technical parameters.

ii) Price part: Part-II

a) The price of all components & LED street light fixture in full and complete set including all parts inclusive of design, supply, installation, testing, commissioning, packaging, transportation, FOR, all taxes &levies, octroi, VAT etc. with five years warranty should be quoted in Annexure-VI (price part). b) Price shall remain firm and fixed. Price variation clause is not acceptable. c) Any conditional discounts on the prices offered will not be entertained/considered. 22. OPENING AND EVALUATION OFFERS

i) Part-I: Commercial & Technical part will be opened on -----------------at 4.00 PM in the office of MCG in the presence of tenderers of their authorized representative who chose to attend the meeting.

ii) MCG, if required, may at its discretion obtain clarifications on offer by requesting such clarifications from any or all the tenderers. Such requests for clarification and the response shall be in writing.

iii) The Part-II: Price part of only those tenderers, whose offer the technically and commercially acceptable after evaluation of the technical and commercial part will be opened and evaluating. Date & time for the price part of bid which shall be opened in the office of MCG in the presence of tenderers / their authorized representative who chose to attend the meeting will be intimated separately.

iv) MCG if required may at its discretion extend the schedule date of opening of Commercial & Technical Part / Price Part of tender.

Page 10: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

10

23. OTHER TERMS AND CONDITIONS i. The offer shall be submitted on original tender form issued by this office; conditional tender shall not be accepted. ii. The rates quoted should be FOR inclusive of all taxes, Supply, installation, testing, commissioning, octroi, VAT with five years warranty iii. In the event of bid being submitted for a firm, each member thereof must sign it separately, or in the event of the absence of any partner, it must be signed on his behalf by a person holding a Power of Attorney authorizing him to do so. In case of a company, the quotation should be executed in the manner laid down in the said Companies Article of Association. The signature on the quotation should be deemed to be authorized signatures. iv. All columns of the technical and financial bid shall be duly filled in; the rates shall not be overwritten and be both in figures and words. v. The tenderers must sign all corrections. vi. MCG reserves the right to distribute the order/place the order on more than one supplier/firm. vii. The tenders shall be opened in the presence of the bidders who wish to be present at the time of opening of technical as well as financial bid. viii. The offer shall be accompanied with a set of complete technical literature along with operation and maintenance manual in English and Hindi. ix. The offer shall be accompanied by the sample of each LED street light fixture. The offer received without sample is liable to be rejected. x. Material shall be strictly as per DNIT specifications. If there is any left out specification, the same shall be considered as per the applicable BIS/ international specification if any. xi. All disputes relating to this work shall be subject to the jurisdiction of Gurgaon and Commissioner, MCG shall be the sole arbitrator. xii. The quantity of supply mentioned in the DNIT is tentative which can be increased or decreased. xiii. Commissioner, MCG will have the right of rejecting all or any of the quotation without assigning reason thereof. xiv. The bidder shall acquaint with the work and working conditions at site and locality. No claim shall be entertained on this issue after the offer has been submitted. xv. Any accessories/item which may not have been mentioned ion the specification but are required for satisfactory commissioning the work shall be deemed to be included in the contract and shall be provided by the bidder without extra charges later on. xvi. Replacement of street light fixtures shall be done under the supervision of authorized representative of the Municipal Corporation, Gurgaon on one to one basis. The old material to be collected by the Municipal Corporation, Gurgaon may be destroyed/ auctioned by following due Government procedure or may be disposed of as per the instructions of the State Pollution Control Board.

Page 11: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

11

xvii. The agency shall also carry out Maintenance of poles, cables, LED light fixtures & panel etc as and where required to perform the work for five years. Therefore bidders are advised to quote their competitive rates as per the specifications at annexure-I in the price part of bids. xviii. EMD is liable to be forfeited in case of evidence of cartel formation by the bidder(s). Further, in case where cartel formation amongst the manufacturers-suppliers is apparent, complaint shall be filed with the Competition Commission of India and /or other appropriate forum. Read and accepted. I/ We hereby quote to supply the goods and materials specified in the under written schedule in the manner in which and within the time specified as set forth in the conditions of contract at the rates given in the financial bid. The conditions will be binding upon me / us in the event of acceptance of my /our tender. I / we herewith enclose Earnest Money deposit of Rs. -----------/- (--------------------------)/ and should I / We fail to execute the work order released by MCG in case our bid is accepted, I / We hereby agree that the above sum of earnest money/ security deposit shall be forfeited by the Commissioner, MCG. (Signature of the authorized signatory) Name: Designation: Company seal:

Page 12: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

12

ANNEXURE-I

Technical Specifications of 120W LED Light fixtures S. No Parameters Value 1 Input Voltage 100-270 V AC 50 Hz

2 LED Lamp Efficiency

(lumens/watt) 110 (lumens/watt)

3 Uniformity Ratio of minimum and average illumination should be minimum 50% ,Ratio of minimum and maximum should be minimum 33%

4 Usage hours 10- 12 hrs per day

5 Power Factor > 0.95

6 Life expectancy Above 50,000 hours with 70% Lumens

7 Rated Wattage 120 W +/- 10%

8 Lumens Flux 11220 lumens

9 Colour Temperature 5500- 7000K

10 LED High Power LED 1 – 2 Watt

11 Working Humidity 10% to 90% RH

12 Working Temperature 0 to 60 degree Celsius

13 Ingress Protection IP 66

14 Colour Rendering Index (CRI)

Ra > 75

15 Total harmonic distortion (THD)

< 15 % maximum

16 Average lighting/ beam Angle

LM 79 ,Photometric Report of Luminaire to be submitted.

17 Make of LED lamp NICHIA (Japan) OSRAM (Germany) PHILIPS CREE (USA) Bridelux (USA)

18 Luminary casing High pressure Die cast Aluminium Alloy housing & toughened glass

19 Pole entry Should be suitable for mounting of 30 to 56 mm diameter of 9 M high Octagonal poles with locking bolts/ should provide with complete bracket with locking bolt.

20 System Components All printed circuit board must be MCPCB

21 Control circuit Compatible to LED

Page 13: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

13

22 Lamp Starting Time Should not be more than 10 seconds

23 Energy Consumption of the system

Not more than 1.18 times

24 Thermal Management of LED Good thermal management system should be provided and LED must be mounting on Heat sink conductive aluminium with suitable large area surface by means of fins to dissipate the heat to ambient air

25 Electrical connector Lead wire of required length for connection

26 System Power efficiency More than 85%

27 Protection Electrical Insulation Class-1

28 LED Drive current 500 mA ( firm may give LED drive current of their product)

29 Internal surge Protection against lighting or any other electrical surge

Up to 2 KV

30 Design Documents The fixtures are to be installed on the road fromGadoliKhurdVillage to GhariHarsru Village MCG limitdual carriageway with 7.5 m wide road. The fixtures to be mounted on the Octagonal poles of 9m height with 1.5 m bracket . The firm shall supply complete design data to achieve an average lux level of 20-25 lux with a uniformity of not less than 50%

31 Standard 1 The luminary should confirm to IEC 6v598/IS10322 LM80 Report of LED 2. LM 79 Photo Metric Report of Luminaire 3. Driver should confirm to EMC Standard IEC 61547, 610-3-2 4. safety Standard IEC 61347-2-13

32 Driver Efficiency More than 80%

33 Lumens per Watt of System More than 80 Lumens per watt

34 Maintenance factor 0.8

Page 14: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

14

ANNEXURE-II

SPECIFICATIONS FOR INTELLIGENT GPRS BASED STREET LIGHT FEEDER PILLAR

(OUT DOOR TYPE)

1) Street light feeder pillar shall be suitable for 415 V, 3 phase, 4 wire, 50 Hz supply and shall outdoor

type with canopy and shall be free standing floor type.

2) It should be robust in construction and capable of withstanding the vibration normally experienced

due to vehicular traffic.

3) The cubical will be required to be mounted on cement concrete plinths by the road side or in central

verge.

4) Street light feeder pillar shall be provided with incoming & outgoing MCCB / MCB of appropriate

rating and in desired quantity depending on total no. of circuits in use. Outgoing shall have a least

one sparecircuit all the time. Major switchgears shall have potential free terminals for

communication with RTU.

5) Street light feeder pillar shall be made up of CRCA sheet steel and shall be dust and vermin proof

providing a degree of protection of IP 55. The thickness of sheet steel enclosures shall be 2 mm

minimum for load bearing and 1.6 mm for other members.

6) Bus bars will be made up of aluminium, colour coded for easy identification and of appropriate size.

7) Internal hinged doors shall be provided, where all the material & control equipment shall be flush

mounted. The incomer switchgear shall have interlocking mechanism so as to prevent opening of

the door when the switch is ON and to prevent closing of the switch when the door is not fully

closed. However, a device for bypassing the door interlock shall be provided to enable the operation

of the switch with the door open, when necessary, for examination / maintenance.

8) External hinged door shall be provided with all round neoprene gasket with padlocking

arrangement.

9) All accessible live connection/metals shall be shrouded and it shall be possible to change individual

fuses, switches, from the front of the boards/panels without any danger of contact with live parts.

10) Adequate interior cabling space and suitable removable cable gland plate (min. 3 mm thickness)

plates shall be provided for bottom entry of cables through glands. Necessary number of glands to

suit the required cable sizes shall be provided. Cable glands shall be double compression type made

of chrome-plated brass.

11) Every Street light feeder pillar will have LED type ‘SUPPLY ON” indicating lamps. Indicating lamps

shall be of the clustered LED type and low watt consumption. Lamps shall be provided with series

resistors.

12) Earth bus of 50x6 GI flat with zinc plated bolts and nuts shall be provided in the bottom of the

panel.

Page 15: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

15

13) The Street light feeder pillar shall be provided with individual labels with equipment designation /

rating. Also the boards shall be provided on the front with a label engraved with the designation of

the Street light feeder pillar. Labels shall be made of non-rusting metal or 3 ply lamicoid or engraved

PVC.

14) Internal wiring of the panel shall be done using flexible copper cables of appropriate sizes. All the

wires shall be numbered and ferrules shall be provided for easy identification.

15) Proper clip-on stud type terminals of appropriate rating shall be provided for termination of

incoming as well as outgoing cable inside the Street light feeder pillar.

16) Each Street light feeder pillar shall have appropriate antenna, GSM modem, Feeder interface unit

and major switchgears with potential free terminals for communication with Feeder interface unit.

17) Inside the door of lighting panels a single line circuit diagram / description shall be fixed for ready

reference.

18) As required all sheet steel enclosures of panels will be chemically cleaned rinsed, phosphate &

dried. After the treatment steel surfaces will be given two coats of primer & finished grey enamel

paint or powder coating of shade 631 of IS - 5. Coating thickness shall be minimum 50 microns.

19) Street light feeder pillar should be mounted on angle iron ISA50X50X6 (NS) 90 cm long legs out of

which 45 cm duly grouted in cement concrete 1:2:4 ( 1 cement 2 send 4 stone aggregate)

20) Feeder pillar of suitable size not less than 30 cm and upto 45 cm deep made out of M.S. sheet

2mm.Thick powder coated duly compartmentalised having 4 strip busbar of 200 amp capacity

double door with locking arrangement for protection from rain, dust.Feeder Pillar duly fixed on MS

angle iron frame work of size 50mmX50mmX6mm (NS) 90 cm long legs out of which 45 cm duly

grouted in cement concrete 1:2:4 ( 1 cement 2 sand 4 stone aggregate 20mm) with the following

equipment mounted inside the panel under:

A Incomer MCCB 100 Amp.16 KA 4pole with thermal magnetic release 1

B Outgoing MCCB 40Amp. 16 KA 4 pole with thermal magnetic release 2

C Power Contactor 95 Amp. 3 pole 1

D Voltmeter 0-500 volts 96 sq.mm flush type with selector switch. 1

E Ammeter 0-100 volts 96 sq mm flush type with selector switch. 1

F LED Indication lamps (RYB)with HRC control fuse with fuse fitting 3

G Astro timer Rex modular D-21 model (legrand or equivalent ) 1

H Push Button 4

I Danger Plate 1

J GPRS Based feeder inter face unit and power monitor unit complete with power

supply system, battery for 48 hours power back up, relay for switching the

contactor mounted in the feeder pillar, modem, MCB for isolation and protection of

feeder interface unit, wiring, Auto/Manual by pass switch and fixing arrangement as

required to be installed inside the above Feeder Pillar complete specification

mention above

1

Page 16: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

16

ANNEXURE-III

Specification for GPRS based Monitoring and Controlling System (Feeder

Interface Unit)

Street light Monitoring and Control System (Feeder Interface Unit)

The objective of the system is to operate and monitor the street lights, and to record and the report

failure event to take corrective actions immediately.

The automation of the street light consists of a single integrated Feeder Panel Interface Unit and

Central Server having WEB based SCADA software. The entire existing feeder pillar with Feeder

Interface Unit shall connect to the server through GPRS. The server is maintained and hosted by the

provider at its own cost, MCG shall simply access the system over simple internet browser and there

should not be any requirement of local software.

We can see the status of the street light through user login on internet at any timefrom anywhere in the

world.

1. Operational features

a) The system should be capable of switching ON and OFF the lights connected to the feeder pillar

from any department’s computer (or laptop) having internet connection at minimum or

automatically throughout the year the basis of sunrise and sunset time depending on the

geographical location of the feeder pillar

b) The Feeder Interface Unit shall work on GPRS and should send the status of the feeder and the

electrical parameters data collected from the inbuilt Energy Meter in housed inside the each Feeder

Interface Unit.

c) The system should monitor the following parameters

(1) Voltage each phase

(2) Current each phase

(3) PF each phase

(4) Frequency of Supply

(5) KWH cumulative

(6) KW each phase

(7) KVA each phase

d) Further system should be able to indicates various faults

(1) Number of operational light

(2) Number of non operation light

(3) Status of incoming supply (power failure)

(4) High / Voltage

(5) The feeder interface unit should be capable of sending SMS directly to the maintenance

staff.

e) Event alarm logging facility can be customized for analysis of the fault duration and types of the

faults.

f) The Web Based Application Software and Services should provide tabular as well as graphical reports on

following intervals:

• 15 minutes

• Hourly

• Daily

• Weekly

Page 17: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

17

• Monthly

• Yearly

g) Security operation by password at the server or user login.

h) Tabular/Graphical Data Representation: view data in both tabular as well as Graphical format with selective or

composite view of parameters & in different styles viz. bar & line.

i) Zooming: Graphic Reports should have functionality of zoom in & Zoom out.

j) Menu Guidance: Menu option should be available for reviewing each data reports. The options should be

enabling based on the availability of the data, for the selected Feeder Interface Unit / Meter / Sensor.

k) It should be possible to modify / change the authorised mobile phone number of the zonal staff

from the server.

l) Any deviation beyond predefined percentage should be reported as an exception to the zonal staff

mobile phone by SMS and server by GPRS with the absolute value of the deviated parameter.

m) Calculation of the efficiency and distinctive as per given format should be provided by the SCADA.

n) The system should be generate an event massage, in case of loss of communication with power

monitor (PM) and generate an alarm at SCADA.Central Server and Web based SCADA software

should be capable of handling minimum 5000 number unit and must be future scalable without any

further cost implication on the department at any stage.

o) If required, there should be flexibility to customize theWeb based SCADA software, taking into consideration

the specific needs of the department.

p)

q) The Web based SCADA Software should provide a login interface to the administrator to interact with user

management module. Administrator shall be able to Add User / Delete User / Define roles of user / Edit User

Information and their Roles.

r) The Web based SCADA Software should support the role based access of the information. The Web Based

Application Software should have features to define/ select information to be viewed based on User Role.

s)

t) Feeder interface unit should have power backup of minimum 4 hours in case of power failure and

battery should inside the box not visible outside.

u) The RTC of the entire feeder interface unit should be remotely configured from the server and

synchronized with server.

v) In case of GPRS or GSM failure, the feeder interface unit should store all the data for at least 15

days and send it to the server in FIFO order when GPRS resume.

w) The DATA sent by the feeder interface unit should have real time stamping of the feeder interface

unit.

x) The minimum interval for the update of the DATA should be five minute.

2) FEEDER INTERFACE UNIT HARDWARE REQUIREMENT:

The feeder interface unit should have the following specification:

a) should be rugged and industrial grade rated for operation -20 to 55 degree.

b) should be capable of operating at 100 to 265 VAC.

c) should have capability of selection of best phase out of three phases and give the output of best

phase only with latching arrangement.

d) should work on GPRS and also capability to send SMS.

e) should have minimum of 3 to 4 digital input and 3 to 4 digital outputs, and minimum one analog

input.

f) should be capable of measuring the ambient temperature of the installed location.

g) should have a battery backup of at least 4 hours.

h) should be single unit with integrated modem, energy meter, power supply and I/O’s.

i) should have LCD display and LED indication for health status.

j) should have a RTC, which should be remotely configurable.

k) should have memory of at least 2.5 MB for DATA storage.

l) should be capable of sending and receiving SMS also.

m) should be capable of sending the DATA itself on any event at feeder pillar.

n) should be capable of updating the data to Server at a minimum of every 5 minute.

Page 18: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

18

o) should have 2 communication port, having RS232 or RS485.

p) The data stored or sent by feeder interface unit should be time stamped.

q) Each Feeder Interface Unit should have unique connection channel for communication with the central

server at central data centre.

r) There should be no requirement of polling of data of the Feeder Interface Unit by the Central Server.

s) The Feeder Interface Unit should be capable to automatically connect to central server for hassle free field

data transmission, event logging, control command execution and remote device configuration using the

same dedicated unique communication channel.

t) The Intelligent Field Devices should publish their data to the central server on their own at a frequency of 5

minutes and above as per configured by User.

u) In case of interruption in the communication, the Feeder Interface Unit should be capable of resuming the

communication from the last point.

v)

w) The Feeder Interface Unit should establish and maintain connection with the central server using static IPs

without any hardware requirement such as Modem etc.The Feeder Interface Unit must have inbuilt Energy

Meter for Electrical Parameters Monitoring and shall be- be part of the feeder interface unit, the technical

specification are as follows:

i. Accuracy shall be class 1.0

ii. Parameter name and value display with seven segment LED or LCD.

iii. PT, CT of suitable burden.

iv. Measurement shall be true RMS.

v. The Aux supply shall be 90 to 270 VAC with a burden of 4 VA max.

vi. Communication shall be RS 485 or RS 232.

vii. CT and PT ratio shall be programmable.

x) The Feeder Interface Unit must have inbuilt modem for GPRS based Communication for data transmission

and command execution. In-built GPRS modem with following specifications.

i. Plug-in modules for direct interfacing with micro-controllers

ii. Compliant to GSM phase 2 specifications

iii. Maximum power output: 2 W@900 MHz, 1W@ 1800 MHz

iv. Normal operation temperature -20 Degree Celsius to +55 Degree Celsius

v. Dual Band E-GSM/GPRS 900/1800 MHz

vi. Class 10 GPRS Communication

vii. Standard Magnetic Mount 3dBi Dipole Antenna with 2 meter Cable

viii. Data/SMS facility

ix. TCP/IP Full (FT P & E-Mail add)

x. Input/output Digital - 01

xi. Download over the air

xii. AT demand set (GSM 07.05, GSM 07.07 and Wave com) > 300

xiii. Auto restore - time reset

y) annel.

z) The Feeder Interface Unit should compatible with the Remote Over The Air Firmware (OTAF) Updates for

future updates, trouble shooting and secured full proof deployment.

aa) The Server should be able to request anFeeder Interface Unit time and to set time of an Feeder Interface

Unit remotely.

bb) The Feeder Interface Unit should capable of inherent local intelligence as following;

• Self monitoring of the Battery Status and Battery Charging.

• SMS Based Control through Website/Mobile.

• Perform regular operations of monitoring, scheduled On/Off and communication with data center.

• Accept the commands from data centre when on battery backup.

• Automatic time synchronization with server.

• Default Data Updates to central server at duration of 15 Minutes.

Page 19: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

19

• On Demand Device Reading

• Configurable Device Data Sampling Time (15-60 Minutes)

• Automatic connection to Server over GPRS / 3G as Prime medium

• Time stamping of data stored or sent by the Feeder Pillar Interface Unit.

cc) The Feeder Interface Unit should have Power Supply module with following specifications:

• Operating voltage will be 140VAC – 315VAC Phase to Neutral, 240VAC-550VAC phase to phase.

• Power supply work with neutral with any one phase, without neutral usingany two phases.

• Filter circuit with fuses to protect the system against Surge up to 6KV, againstfire.

• Protection against faults like neutral missing/weak, phase to phase shorting.

• DC Supply output to user for sensor conditioning - 12V @1A and24V@300mA.

• DC supply to main controller is isolated from field supply for better noiseimmunity.

• Power Supply status indications for Mains fail, Battery charging and lowbattery.

• In-built short circuit protection for each DC output using resettable fuses

• Power supply should comply with EN-60950-1

• 4 - Fuses for all phases and neutral.

dd) The Feeder Interface Unit should send Power Fail and Power Restoration alerts to server and an Intelligent

Field Device should operate on battery power mode during this condition.

ee) The Feeder Interface Unit enclosure should have following;

• Ingress Protection with IP54 Compliant.

• LCD Display for Meter Parameters, GPRS status, GPRS Strength

• Keypad for user interaction

• Status Indication Buzzer

• A Weather Proof Metal Enclosure with provision for wall mounting suitable for outdoor installations.

• Provision for Proper Earthing

ff) The Feeder Interface Unit should be properly marked with manufacturing details such as

• Type,

• Model Number,

• Name &Trade mark of the manufacturer with Serial Number etc.

gg) The Intelligent Field Device should be properly marked with technical details such as

• Rated KVA/KW,

• Phase,

• Rated frequency,

• Rated voltage,

• Rated current.

hh) The Feeder Interface Unit should have tamper proof enclosure with inbuilt tamper detection alarm.

ii) The Feeder Interface Unit must be CE marked

3) Web Based SCADA Software:

The Web based SCADA software shall have the following items with required specifications:

a) The Web based SCADA software should work only with any ordinary computer / laptop having

windows operating system and internet connection and there should be no any specific

additional SCADA software to be installed at any ordinary computer / laptop for monitoring,

control and status viewing.

b) The Web based SCADA software shall not have any limitation on number of computers / laptops

used for the monitoring, control and status viewing at any stage. Based on the requirement of

accessibility Department may ask any number of accessibility from head office level to site

office as per convenience. There shall not be any cost implication on the department at any

condition. The system has to made available on existing street lighting automation portal used

by the department.

Page 20: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

20

c) The Web based SCADA should be competent enough to perform mathematical, analytical and

DATA logging for generating various reports.

d) The Web based SACADA should have enough flexibility to incorporate changes even at the time

of commissioning or regular operation.

e) The Web based SCADA should be capable handling 5000 no’s of feeder interface unit at the

same time.

f) The Web based SCADA should be capable of having unified DASHBOARD for .

g) Data updation for each feeder interface unit should be done at minimum five minute interval

and maximum upto 60 minutes as per department requirements and shall be stored in the

server with real time stamping and can be retrieved using function for analysis purpose. The

facility for report generation as per MCG requirement in excel or word or other window format.

h) The SCADA shall work on high speed broadband on static IP for GPRS.

4) CENTRAL SERVER / DATA CENTRE:

a) The entire system should be hosted by the solution provider at its own cost at a minimum Tier-III Data

Centre and must be support Web Based operation. The Central Server / Data Centre architecture shall be

based on Service Oriented Architecture (SOA) and must ensure scalability to incorporate all future needs.

The Central Server / Data Centre should be in operation for a minimum of 3 years. There shall be

provision of Antivirus Server to be deployed at Central Data Center for protection against any virus

attacks to the network and servers. The Central Data Servers should be protected by a firewall with

features such as flood control, intrusion prevention services and anti-spamming etc.

b) The successful bidder will provide the central server / data centre for minimum of 5000 nos. units

connection capacity and the cost of establishing and maintaining of central server / data centre at their

own premises shall be borne by the successful bidder. The central server / data centre must be modular

and future scalable so that it can at a later date be integrated into an integrated large scale Information

Management System without any further enhanced cost implication on the department at any stage.

c) The Web Interface should be on secured layer using https protocol based on 128-bit SSL encryption. The

Bidder is required to design the database in RDBMS platform with SAN Storage so as to store all meter or

sensor readings and events at a pre-defined frequency along with meter or sensor configuration data to

have regular back up of the data and to ensure high availability of data and information.

5) Accessories

The following accessories shall be required:

a) MCB for isolation and protection of feeder interface unit

b) Relay has to be used for switching the contactor mounted in the feeder pillar the relay shall be 2 CO

rated at 5 amps. Having facility of manual override,

c) Wiring shall be of industrial standards. Electrical Cables, Control Cables and Antennas or Communication

Cables should be terminated inside the Intelligent Field Device Enclosure to avoid Tampering.

Page 21: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

21

ANNEXURE-IV

TECHNICAL SPECIFICATION FOR OCTAGONAL STREET LIGHTING POLES 1) Scope:

This specification cover the design; manufacture assembly and testing of Conical / Octagonal Uniform tapered flanged type poles to be fixed on the foundation bolts with base plate arrangement as per approved drawing and design.

2) General Standard:

a) The Octagonal Poles and bracket shall comply with the requirement as per latest Indian standard.

b) The material used shall comply with BSEN 10025 with yield strength of 355 MP for Conical / Octagonal Pole shaft.

c) Hot Dip Galvanizing shall be in accordance with IS 2629 or latest IS specification. 3) Design:

a) The Octagonal Poles and brackets shall be suitable for use in climatic conditions found in Gurgaon. They shall be designed and fabricated from such material and provided with such finish as to withstand the Gurgaon atmospheric conditions.

b) Calculation of wind pressure shall be as per IS 875 PART-III. c) The Octagonal Poles shall be designed as per the procedures. The safety factor for the

loads shall be as per the standards. Force and moments on Octagonal Poles shall be as per calculations

d) Deflection: The maximum horizontal deflection of the top point of the Conical /Octagonal Poles. When subject to two thirds of the design wind speed shall not exceed 1/40 of the length above the ground.

e) Safety Factor: Safety factor, which is defined, as ratio of yield stress to allowable stress must be allowed as 1.25 in the design.

4) Material:

a) The steel used for the manufacture of Octagonal Pole shall be as per BSEN 10025 Grade 355 J or equivalent and the material for the base plate, bracket, flange plates, shall be equivalent to or better than IS 2062.

b) The Steel used shall be Weldable, aging resistant and suitable for hot dip galvanizing which should be in accordance to IS 2629 or upgraded IS specification.

5) Galvanising:

a) All components of the pole and brackets shall be hot dip galvanized after completion of fabrication No further touching up finalizing or modification shall be done after galvanizing. It is recommended that the overall length of each section bracket is immersed in one dipping operation to ensure smooth and aesthetic finish.

b) The galvanizing coating shall be smooth, continuous and uniform. It shall be free from acid spots and shall not scale or blister nor be removable while handling or packing.

6) Design recommendations:

a) The Octagonal pole shall be evenly tapered from base to top. b) The Octagonal pole shall preferably be fabricated in one single section. c) There shall be no circumferential welded joint in Octagonal Poles. d) Electrodes used shall be compatible with the grade of steel being used and have

Mechanical properties equal to those of the steel used.

Page 22: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

22

e) All welds shall ensure no fissures inside or outside or outsides surfaces, and no Blowholes.

f) Door Reinforcement must be firm with locking arrangement preferably with LN Keys/ padlocks.

g) Fixing of poles shall be on foundation bolts with base plate arrangement. h) 25 sq. mm Aluminium cable shall be used for loop in/loop out wiring between street light

poles. i) Lugs of appropriate size of proper quality suitable for 25 sq. mm cables should be used

to terminate cable on terminals. j) Wiring between terminals, MCB and the light fittings shall be with 2 core copper wire of

2.5 sq mm. k) Octagonal poles shall be in single length of 8.0 m as required. l) The double arm bracket shall be at a tilt angle of 0 degree for poles of height 8m. The

bidder could submit their own designs & specifications for better look. m) The detailed drawing of street light poles should be enclosed. n) Sample of street light pole complete in every respect shall be got installed at site for

testing purpose and got approved from Engineer in-charge. o) Octagonal poles should be designed to mount the street light luminaires. (with weight

approx. 15-17 Kgs each) p) The Octagonal poles should be Hot Dip Galvanized to give average thickness of

galvanization as per IS 4759 / BSEN 1461 standards – 65 microns. q) The Octagonal poles are to be designed for maximum wind speed of 50 m/s (180 km /

hr). (IS 875 Part-III) r) Details of the Octagonal poles with their approximate dimensions shall be as below:

Height of poles Top dia Bottom dia Plate thickness

Base plate Foundation bolt size mm

9 Metres 100 mm 200 mm 3 mm 320x320x20

mm. 4 Nos X

M25 X750mm

long ‘J’ bolt

Page 23: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

23

ANNEXURE-V

Part- I TECHNICAL AND COMMERCIAL BID

1 Name & address of the firm/supplier complete

with telephone, fax nos. & Email etc. Registration Number & registered at

2 Name & designation of the authorized signatory to whom reference shall be made

3 Present status of the firm/ bidder (a) Manufacturer of LED lighting or (b) Authorized Company of the LED manufacturing firm (enclose proof)

4 Type of organization - Sole proprietor - Partnership firm - Private Ltd. Company - Public Ltd. Company - Any others

5 Sale tax registration number 6 Detail of any existing service network in

Haryana or NCR (Name & address of service centre, with year of opening)

7 (a) Submit following in Proforma- II (i) No. of LED lighting lamps / fixtures supplied by the bidder in the last seven year i.e. from 2004-05 to up to the date of submission of the bid. (Attach copy of work orders) (ii) Value of work order completed in the last seven year i.e. from 2004-05 to up to the date of submission of the bid. (please attach copy of installation report of the client (s) (b) Certificate from the manufacturer for confirmation of efficacy ( as per specifications in DNIT) of the LED Lamp. (c) Guaranteed technical parameters

8 Turnover of the bidders in the last three years i.e., 2007-08 to 2009-2010. Balance sheet duly signed by the charter Accountant should be enclosed

Page 24: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

24

9 EMD of Rs.90,000/- Attached / Not attached DD No. _____________dated _________ Bank________________ payable at _____

10 Sample of the system Attached / Not attached

11 Authority letter from company for signing the papers on behalf of company with steal

(Signatures of the authorized signatory) Name: Designation: Company seal:

Page 25: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

25

ANNEXURE-VI Part- II

FINANCIAL BID

Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.

Schedule A----HSR ITEMS

SNO ITEM OF HSR

DESCRIPTION QUANTITY,RATE AND AMOUNT AS PER AGREEMENT

QTY UNIT Basic Rate

CP % / Amount

Total Rate

TOTAL AMOUNT

a b c d S F g H I

HSR ITEMS

1 31.21 Pipe Laying.

Supply and erection of pipe

for wiring purposes including bends inspection boxes etc. where necessary and painting as required.

350%

(xiv) Galvanised iron pipe 65 mm dia on flushed.

50 Metre 90.10 315.35 405.45 20272.50

2 31.22 Earthing 350%

(i) Earthing with GI earth pipe 4.5 m long and 40 mm dia with masonry enclosure on the top etc. as required .

20 Each 378.00 1323.00 1701.00 34020.00

(ii) Extra for using salt and charcoal / coke for pipe earth electrode as required.

20 Each 125.00 437.50 562.50 11250.00

31.22(iii)

Earthing with GI earth plate 600 mm x 600 mm x 6 mm thick including accessories and providing masonry enclosures with cover plate having locking arrangement and watering pipe etc. ( but without charcoal or coke and salt ) complete as required.

4 Each 453.00 1585.50 2038.50 8154

31.22(v)

Extra for charcoal or coke and salt for G.I. Plate or copper plate earth electrode.

4 Each 186.00 651.00 837.00 3348

Page 26: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

26

31.22(viii)

Supplying and laying of 25 mm x 5 mm G.I. Strip at 0.50 metre below ground level as strip earth electrode including soldering etc. as required .

18 Metre 16.20 56.70 72.90 1312.2

31.22(xi)

Pdg. and fixing 25 mm x 5 mm G.I. strip in 40 mm dia G.I. pipe from earth electrode as required .

8 Metre 65.10 227.85 292.95 2343.6

(xii) Pdg. and laying earth connections from earth electrode with 4.00 mm dia G.I. wire in 15 mm dia G.I. pipe from earth electrode as required .

40 Metre 24.50 85.75 110.25 4410.00

(xvi) Pdg. and fixing 4.00 mm diaG.I.wire on surface or in recess for loop earthing as required .

2880 Metre 3.40 11.90 15.30 44064

3 31.26 Supply and erection of under groundcable ,loose in existing pipe or trenches complete with necessary connections .

140%

(xli) Ard.

25 Sq. mm 4 Core Cable . 3080 Metre 56.30 78.82 135.12 416169.60

4 31.45 Supply and erection of copper lugs including crimping etc. up to entire satisfaction of Engineer-in-charge of work

10%

(d) 25 sqmm 824 Each 14.50 1.45 15.95 13142.80

31.67 S/E of mark double walled corrugated (DWC) HDPE pipe laid 1 Mtr below ground level including digging and refilling of earth including cost of suitable size socket/coupler for HDPE Pipe including cost of labour and material required to complete the job in all respects upto the entire satisfaction of the engineer-in-charge of the work.

(ii) HDPE Pipe 90/75 mm Outer dia/Inner dia

2600 Metre 135.00 0.00 135.00 351000.00

TOTAL 909486.70

Page 27: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

27

NON- SCHEDULE ITEMS-- PRICE SCHEDULE

"Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.” Sr

No. Description QTY UNIT Rates Quoted

by the Contractor

Rs

TOTAL AMOUNT

a b C D E

1 Supply, installation, Testing & commissioning of LED type IP-66 120W Street Light Fitting as per technical specification & making connection with 3 core 2.5 sq mm Cu wire.as per specifications enclosed at Annexure-1. With Free Replacement Guaranttee --- 5 years ( As per specifications in Annexure-1)

200 Each

2 Supply and erection of 9 meter

long galvanised octegonal pole continuously tapered octagonal pole(bolt fixing type in single section made out of 3 mm thick sheet suitable for Double brackets per approved design top dia and bottom dia with 4 nos foundation bolt with anchor plate of suitable size and having suitable control door with pad lock arrangement ,including cost of RCC 1:1.5:3 for foundation of size 0.7x0.7x1.00 meter for fixing of pole and 1500 mm (on each side) Double ornamental/decorative bracket ( suitable to mount luminaries specified below)(pole with 200 mm bottom A/F and 100 mm A/F top) ( As per specifications in Annexure-IV)

100 Each

Page 28: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

28

3 Supply and erection of terminations for octogonal poles consisting of 1no 4 pole 40 A connector with brass/copper links,2 no 10A , SP MCB 10 KA mounted on 5 mm thick bakelite sheet duly fixed inside of the pole.

100 Each

4 Supply, Erection, Testing and Commisioning of Intellegent GPRS Based Street Light Cubical Feeder Pillar (Out Door Type) (As per specification in Annexure-II & III)

2 Each

Total

(Signature of the authorized signatory) Name___________________ Designation________________ Company seal

Page 29: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

29

ABSTRACT OF COST

HSR ITEMS : Rs. 9909487

NON SCHEDULE ITEMS : Rs 8448000

TOTAL : Rs 9357488 Say 93.58 lacs

Junior Engineer Assistant Engineer Executive Engineer -V M.C. Gurgaon M.C. Gurgaon M.C. Gurgaon

Page 30: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

30

APPROVED MAKES OF MATERIALS

S.NO Description Makes

1 WIRES RR/L&T/SKYLINE/ECKO/POLYCAB

2 MCCB

SPACEAGE/L&T/SIEMENS/GE/MERLINGERIN(FRANCE)/ABB/LE

GERAND

3 MCB

LEGERAND/ L&T (HAGER)/ ABB/ SCHNEIDER(FRANCE)/

HAVELLS

4 UNDER GROUND

CABLES

ECKO/ SKYTONE/ NICCO/ HAVELLS/ GRANDLAY

5 GLANDS

COMET / GRIPWELL

6 THIMBLES

DOWELLS / JAINSONS

7 INTELLIGENT GPRS

BASED STREET

LIGHT FEEDER

PILLAR (OUT DOOR

TYPE)

SPACEAGE/ INSTRUMENTS UNIVERSAL/ SERVOMAX

8 POLE

BAJAJ, SURYA, PHILIPS, CROMPTON, PARUTHI

9 ASTRO TIMER Rexmodular Rex 2000 D-21 Astro type (LEGRAND / GE /

SIEMENS)

10 POWER

CONTACTORS

HYUNDAI/ L&T/GE/ SIEMENS

11 HDPE/ DWC PIPE DURALINE/REX/ EMTELLE

12 LED STREET LIGHT Philips, GE , Spaceage, Bajaj , Crompton, Schreder

13 VOLT METER MECO/AE

14 AMMETER MECO/AE

Page 31: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

31

PROFORMA-I

Format for forwarding letter

(To be submitted by tenderers on the official letterhead of the company) No. Dated: To Commissioner Municipal Corporation Gurgaon Subject: - Offer in response to Notice Inviting Tender dated_______ for "Providing LED Street Lighting from near GadoliKhurd Village(4.70 Kms) to MCG Limit near GarhiHarsru Village( 7.28 Kms) at Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs. Sir, We are hereby submitting our offer in compliance with terms and conditions of the Notice

Inviting Tender dated_______. As specified, the offer has been submitted in two different

envelopes duly marked and sealed

We also further declare:

a) That we are submitting this offer under the above mentioned notice after having fully

read and understood the nature of the work and having carefully noted all the

specifications, terms and conditions laid down in the tender document.

b) That we have never been debarred from executive similar type of work by any

central/state/public sector undertakings/departments

c) That we shall execute the offer work as per specifications, terms and conditions of the

tender document.

d) That our offer shall remain valid for placement of purchase order up to 90 days from the

opening of financial bids.

Yours faithfully, (Authorized signatory) Name: Designation: Company seal

Page 32: DNIT Providing LED Street Lighting from near GadoliKhurd ...mcg.etenders.in/tpoimages/mcg/tender/Tender989.pdf · Gurgaon- Pataudi Road- Gurgaon.”ApproxAmt 93.58lacs The tender

32

PROFORMA-II Information in support of meeting eligibility conditions

Details of orders received and executed by Bidder for LED lighting fixtures in the last three year to different Agencies / Govt. Organizations/State Nodal Agencies etc.:

Sr. No

Name of agency

/organization

Supply order no & date with

ordered

Qty.

Value of the

Supply order

(In Rs)

Name of the device

& model

Delivery

schedule

Qty. supplied

within delivery schedul

e

Qty. supplied after deliver

y schedu

le

Date of full

supply

1 2 3 4 5 6 7 8 9

Note: (1) Attach photocopies of Supply orders

(2) Attach photocopies of certificate of satisfactory performance issued by concerned Agency/Organization

(Signature of Authorized Signatory) Name _______________________ Designation___________________ Company seal__________________