Sie sind auf Seite 1von 38

Municipal Corporation, Bhopal

(Electrical Section)
Ref No-BMC/ RFPNotice /LED Lights /2014-15/427

Date. 14 /10/14

REQUEST FOR PROPOSAL/NIT


Sub: request for proposal for supply, Installation and commissioning of energy
efficient LED street lights with fixture and other energy efficient lights/ items for
Bhopal city street light network.
Online sealed tenders are invited for item rate in three envelope system (A, B, C) where
envelope-A consists EMD, envelope-B Consists Technical bid and envelope-C consists
price bid-on line only. Major scope of the work under this RFP is for Supply, and
Installation & Commissioning of Energy Efficient LED street lights with fixture suitable
for AC and other energy efficient lights for Bhopal
BMC invites tender for Supply and Installation & Commissioning of Energy Efficient LED
street lights with fixture and other energy efficient lightsfrom Manufacturer.
Name of Item

EMD
(Rs. in Lakhs)

For
Supply,
Installation,
&
Commissioning Energy Efficient LED
street lights with fixture and other Rs.3.78 (Three lakhs
energy efficient lights in Bhopal city seventy eight
street light network.
thousands only)
Copy of the payment
instrument is to be
submitted on line

NIT/ RFP
DOCUMENT FEE
(inRs.)
12,500/- including
e tendering charges
(Twelve thousands
five hundred only)

REQUEST FOR PROPOSAL/NIT

Sub: request for proposal for supply, Installation and commissioning of energy
efficient LED street lights with fixture and other energy efficient lights/ items for
Bhopal city street light network.
Online sealed tenders are invited for item rate in three envelope system (A, B, C) where
envelope-A consists EMD, envelope-B Consists Technical bid and envelope-C consists
price bid-on line only. Major scope of the work under this RFP is for Supply, and
Installation & Commissioning of Energy Efficient LED street lights with fixture suitable
for AC and other energy efficient lights for Bhopal
BMC invites tender for Supply, and Installation & Commissioning of Energy Efficient LED street
lights with fixture and other energy efficient lightsfrom Manufacturer.

Name of Item

EMD
(Rs. in Lakhs)

For
Supply,
Installation,
&
Commissioning Energy Efficient LED
street lights with fixture and other Rs.3.78 (Three lakhs
energy efficient lights in Bhopal city seventy eight
street light network.
thousands only)*

RFP DOCUMENT
FEE
(inRs.)
12,500/- including
e tendering charges
(Twelve thousands
five hundred only)

* Copy of the payment instrument is to be submitted on line

ELIGIBILITY CRITERIA FOR PARTICIPANT


1

Participant having following minimum eligibility criteria would be allowed to


participate in this RFP:-

Since LED are new technology items, the Bidder should be indigenous Manufacturer of
street light & high mast light fixtures suitable for AC Powerand other energy efficient lights;
of the quoted items and should have adequate facilities for testing of the complete system.
However, the use of LEDs of reputed foreign make is allowed. Acceptable LED brands are

CREE, Nichia, Phillips, lumenmax&Osram. Only LED Manufacturers are allowed for
participation in this tender.
b The Bidder should submit proof for (a) i.e. certificate issued by competent Govt. authority
certifying the manufacture of street light fixtures of quoted items.
c) Street lighting / high mast lighting fixtures of only indigenous make shall be accepted.
However, the use of LEDs of reputed foreign make is allowed.
d) The Bidders should have a Branch Office / Service Centre in Bhopal of his own or through its
authorized distributor: in case bidder does not have their office / service centre in Bhopal at
present, he shall be required to submit an undertaking for opening a Branch Office / Service
Centre in Bhopal within seven days of agreement against this tender.
e) Aggregate financial turnover for three years in FY2011-12, 2012-13 & 2013-14 should be
minimum Rs.10.00 Crore in the area of lighting only.
f) The Bidder should have good track record for supply of quoted items to any Central / State
Govt. Departments / Agencies / Boards / Corporations / PSUs in the last 03 years i.e. FY2011
2014 and successful Supply & Installation work of at least Rs.04.00Crore worth in FY 2013-14
of LED lighting systems, is must.
Bidder shall enclose the copies of purchase orders and completion certificates for LED Street
Lights & Energy Efficient High Mast Lights Only for this purpose.
g) The Bidder should not have been debarred from any Central / State Govt. Departments /
Agencies / Boards / Corporations / PSUs / public limited etc.
h) The Bidder shall submit the test report of the quoted products, conforming to the applicable
relevant BIS / International Standard & specifications, with the bid, issued UL laboratory on or
after 1st April, 2013.
i) In addition to above, bidder should compulsorily have in-house testing facility to check every
product as per specification as & when required.
j) Bidder should be an ISO certified company.
k) Bidder shall have successfully executed project worth of Rs.4.00 Crore in one financial year
for government / semi government sector.
l) Bidder who have executed the order of supply, Installation & commissioning of LED lights (in
last three years) in MP must submit the satisfactory certificate from beneficiary organization,
failing which leads to disqualification for this RFP. Bidder is also required to submit an
undertaking, if his company has not done any business / any installation in MP during last three
years.
2.

The Participant shall be required to have adequate post installation localized


service facilities/ centres in Madhya Pradesh. In the case firm not having
these facilities/centres in the State, the Participant will have to submit a
written commitment to establish adequate localized service facilities /
centres within seven days of signing of agreement.

3.

The Participant should have valid CST / VAT / PAN.

4.

The Bid Data should be filled in and the Bid Seals (Hashes) of all the
envelopes and the documents which are to be uploaded by the Bidders
should be submitted online up to as per time schedule (Key Dates)

Instructions and Guidelines to the Bidder for submission of tender


1.

The Bidders shall have to submit their financial bid and other required relevant
documents/certificates if any, online only (decrypt the bids and re-encrypt the bids) as per
time schedule (key Dates).
Technical Bid containing Original (downloaded) RFP document, relevant
documents/certificates etc. duly sealed & signed along with Earnest Money Deposit should
reach the office of the undersigned as per the time lines of this RFP/NIT.
Since the online Bidders are required to sign their bids online using Class III - Digital
Certificates only, Bidders are advised to obtain the same at the earliest. For further
information, Bidders are requested to contact at TATA CONSULTANCY SERVICES,
5thFloor,D.B.Mall,M.P.Nagar, Bhopal, Phone-18002748484,18002745454,
(Note: It may take up to 7 working days to issue Digital certificates.)
RFP / NIT Procurement System. The Bidders are required to contact the
ServiceProvider TATA CONSULTANCY SERVICES, 5th Floor D.B.Mall,M.P.Nagar,
Bhopal, Phone-18002748484,18002745454 for on line purchase of document.
Bidder shall ensure to submit all desired duly signed documents in a single binding for
convenience.
The performance requirements are spelt out in various parts of the contract specification
and the Contractor shall ensure that he fully understand and comply with all the
requirements specified in the RFP.

2.

The Earnest Money Deposit should be deposited ONLINE ACCOUNT OF the tenderer, from
any Nationalized /Scheduled Bank (duly discharged), of the equivalent amount, valid up to
contract period (No other form of EMD will be acceptable). The tender without EMD shall
be rejected.
3.
Validity period for acceptance of rate will be valid for 180 days from the date of opening of
the financial bid.
4. The Commissioner BMC shall have full rights to accept or reject any or all the tenders, in part
or full, without assigning any reason thereof.
5.
Other details can be seen in the RFP documents
6.
Pre-bid meeting will be held as per the schedule mentioned in the time line of this
RFP/NIT at 03.00PM in the BMC Office wherein the Bidder will have an opportunity to
obtain information and clarifications regarding the conditions in the Bid Document. The
Bidder will be free to ask additional information or clarifications. Based on this, a common set

of clarifications, deviations, if any, will be prepared and will be published on the website of
BMC. These common set of clarifications, deviations shall be part of Bid document and
applicable to all Bidders irrespective of whether the Bidder have attended the Pre Bid Meeting
or not. The offers submitted by the Bidder shall be based on the Bid Documents and Common
Set of deviation issued, if any.

TENDER DOCUMERNT

Online sealed tenders are invited for item rate in three envelope system (A, B, C) where
envelope-A consists EMD, envelope-B Cosnists Technical bid and envelope-C consists
price bid- on line only. Major scope of the work under this RFP for rates of Supply, and
Installation & Commissioning of Energy Efficient LED street lights with fixture suitable
for AC and other energy efficient lights for Bhopal under various wards of BMC.

2014

CITY ENGINEER (Electrical)


Engineering Department
BHOPAL MUNICIPAL CORPORATION
ZONE NO: 12
BHEL AREA
BHOPAL

TENDER DOCUMERNT
BMC invites offer for rate contract of the items given in the table below:
Name of Item

EMD
(Rs. in Lakhs)

For
Supply,
Installation,
&
Commissioning Energy Efficient LED
street lights with fixture and other Rs.3.78 (Three lakhs
energy efficient lights in Bhopal city seventy eight
street light network.
thousands only)*

RFP DOCUMENT
FEE
(inRs.)
12,500/- including
e tendering charges
(Twelve thousands
five hundred only)

* Copy of the payment instrument is to be submitted on line

Bids are invited from Bidders having adequate qualification & experience for manufacturing,
supply, Installation/ commissioning as per the Bid Evaluation Criteria (BEC) of this document.
The Bidder should be indigenous Manufacturer.
EMD is indicated in the document is token however it may be appropriately enhanced before
work order. Total 2 % of the bid value of the financial offer shall be required to deposit before
final work order. The EMD will be forfeited in case the successful Tenderer fails to sign the
contract in accordance with terms and conditions.
Bids submitted should be accompanied by the Tender Fee and Earnest Money Deposit ONLINE.
Bids are to be submitted in three parts:
Part I EMD & Tender Fee
Envelope-A
Part II Technical Bid
Envelope-B

Part III Financial Bid


Envelope-C

Proof of Earnest Money Deposit & Tender Fee as per tender


condition.
Containing original Technical Bid duly signed and sealed on
every page, documents in support of Eligibility, Bid
Evaluation Criteria of the Bid, any other documents/ papers
in support of claims made by the party
Schedule of Rates as per the Performa attached in the Bid
Document.

Only On-Line
Envelopes A & B should be packed in an envelope super scribed with Bid detail, Tender No.
and due date.

TENDER FOR
Online sealed tenders are invited for item rate in three envelope system (A, B, C) where
envelope-A consists EMD, envelope-B Cosnists Technical bid and envelope-C consists
price bid- on line only. Major scope of the work under this RFP for rates of Supply, and
Installation & Commissioning of Energy Efficient LED street lights with fixture suitable
for AC and other energy efficient lights for Bhopal under various wards of BMC.

The rates quoted should be inclusive of all taxes, levies, excise, duties, transportation, loading unloading, supply, commissioning, AMC etc. but exclusive of VAT/CST. It may please be
noted that BMC shall not issue any 'C' form against purchase of below stated items:
BMC reserves all rights to accept/reject any or all tenders in full/part without assigning any
reasons.
IMPORTANT-If any Participant feels that space for any requisite information( for
technical bid) at any particular page / section of document is insufficient, may
attach information in same format placed next to concerned page (mentioning
page / section / clause / Para No.), on the page attached there-of.

Time lines for this RFP / NIT


o
o
o
o

Purchase of Tender Start Date :


15-10-2014
17:00
Pre bid meeting Date and Time:
27-10-2014
15.00
Bid Submission End Date:
07-11-2014
12:00
Mandatory Submission hard copies
07-11-2014
15:00
{Technical Bid & EMD (Envelope A & B)}

from
at
up to
up to

Tender Open Dates:


o

Technical Bid & EMD (Envelope A & B)


from 15:30

: 07-11-2014

Financial Bid (Envelope C-on line) Open Date :


from 15:00
(tentative )

12-11-2014

In case of any declared holiday operation will be made on next working day.
All corrigendum will be placed in BMCs website only. Keep watching the website for any information
related. BMC shall not be responsible for any ignorance in this respect.

CHECK LIST
To ensure that your tender submitted to BMC is complete in all respects, please go through the following
checklist & tick mark for the enclosures attached with your tender:
Sr.
Attachments
Attache Remar
No.

Part I
1.A

Earnest Money Deposit (EMD)& Tender Fee

Part II Technical Bid


1

Details of manufacturing unit with proof for


having manufacturing unit, certificate issued by
competent Govt. authority (of LED street light
fixture of quoted items)

2.

The original document duly signed & sealed on


every page, as a confirmation of acceptance of
the terms & conditions of the document.

3.

Details of similar work done in last two years


along with copies of the orders or certificates
from the clients.

4.

Details of Technical Manpower available for


execution

5.

Declaration of the Bidder about any relatives


working with BMC

6.

Details of turnover / net worth. plz. Attach


document in proof of declaration

7.

UL test certificate for the product offered

ks

8.
9

Proof of PAN No:/Service Tax Number


Declaration Letter on official letter head
of bidder stating that
We are not black-listed by any Central /
State Government / Public Sector
Undertaking in India Duly signed by the
authorized signatory with date & seal.

10

Certificate of ISO certified company

11

Certificate for successfully executed


project worth of Rs.04.00 Crore in one
financial year for government / semi
Government sector with supporting
document.
3.0 GENERAL INFORMATION ABOUT THE BIDDER

1
2

Name of the
Consultants
Type of Company

- Individual / Proprietary Firm

(pl. highlight / tick mark


appropriate category and
attach Proof of Company
Registration.

- Partnership Firm
- Pvt. Limited
- Others
(pl specify _____________________)

Professional Registration
(Attach copies of certificate /
proof)

Postal Address

Telephone/Fax No

E-mail address & URL

Name and designation of

Mr. _________________________________

the

Representative of the
Bidder to whom all
reference shall be made to
expedite technical coordination.

(with contact details)

Amount and reference of


the Earnest Money Deposit

Rs. ______________

deposited.

DD No: ___________ Date: ______________


Bank:

Documents in proof of
bidders eligibility

10

Details of Technical
Manpower

11

Details of Infrastructure &


Instruments
Attach list

12

Details of previous Work


Experience (including that
with Government sector, if any)
as per ANNUXURE - III

13

Has the company any relative,


working in BMC, if yes, state
the name, designation &
relationship.

14

Year
of
Registration/Incorporation

15

Service tax Number

(attach details & proofs)

(Sign & Seal of the Manufacturer)


UNDERTAKING BY THE BIDDER

I/We have read carefully and examined the notice inviting tender, schedule, General Rules and
terms and conditions of the contract, special conditions, Schedule of Rates and other documents
and Rules referred to in the tender document for the supply.
I/We hereby tender my rates for the execution of the work for BMC as specified within the time
stipulated in the schedule in accordance with all aspects with the specifications, designs,
drawings and instructions with such conditions so far as applicable.
I/We agree to keep the tender open for Six Months from the due date of submission thereof and
not to make any modifications in its terms and conditions.
A sum of `_____________ is hereby forwarded as Earnest Money in the form of crossed
Demand Draft.
If I/We fail to commence or complete the work ordered in specified time, I/We agree that that
BMC shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest
Money absolutely. The said Earnest Money shall be retained by BMC as the tender documents
terms and conditions contained or referred to therein and to carry out such deviations as may be
required by BMC. I/We shall not claim any relaxation/exemption in Tender Document Fees /
EMD at any stage of the tendering process.
I/We hereby declare that I/We shall treat the tender documents, specifications and other records
connected with the work as secret/confidential and shall not communicate information derived
there-from to any person other than a person to whom I/We have authorized to communicate the
same or use the information in any manner prejudicial to the safety of BMC/the State Govt.
I/We shall abide to all the laws and shall be responsible for making payments of all the taxes,
duties, levies and other Govt. dues etc. to the appropriate Govt. departments.
Our state sales tax registration no. is ________________________________ and CST
registration No. __________________________________________________________. The
PAN No. under the Income Tax Act is ____________________________________ I/We shall be
responsible for the payment of the respective taxes to the appropriate authorities and should I/we
fail to do so, I/we hereby authorize BMC to recover the taxes due from us and deposit the same
with the appropriate authorities on their demand.
Dated:
Signature
Place: Name of Tenderer with seal
Witness
Signature
Name:
Postal Address:

ELIGIBILITY & PRE-QUALIFCATION CRITERIA

Participant having following minimum eligibility criteria would be allowed to participate in this
RFP/ tender:-

Participant having following minimum eligibility criteria would be allowed to


participate in this RFP / tender:-

Since LED are new technology items, the Bidder should be indigenous Manufacturer
of street light & high mast light fixtures suitable for AC Powerand other energy efficient
lights; of the quoted items and should have adequate facilities for testing of the complete
system. However, the use of LEDs of reputed foreign make is allowed. Acceptable LED
brands are CREE, Nichia, Phillips, lumenmax&Osram.
b The Bidder should submit proof for (a) i.e. certificate issued by competent Govt.
authority certifying the manufacture of street light fixtures of quoted items.
c) Street lighting / high mast lighting fixtures of only indigenous make shall be accepted.
However, the use of LEDs of reputed foreign make is allowed.
d) The Bidders should have a Branch Office / Service Centre in Bhopal of his own or through its
authorized distributor: in case bidder does not have their office / service centre in Bhopal at
present, he shall be required to submit an undertaking for opening a Branch Office / Service
Centre in Bhopal within seven days of agreement against this tender.
e) Aggregate financial turnover for three years in FY2011-12, 2012-13 & 2013-14 should be
minimum Rs.10.00 Crore in the area of lighting only. (Turnover of Manufacturer will be
counted)
f) The Bidder should have good track record for supply of quoted items to any Central / State
Govt. Departments / Agencies / Boards / Corporations / PSUs in the last 03 years i.e. FY2011
2014 and successful Supply & Installation work of at least Rs.04.00 Crore worth in FY 2013-14
of LED lighting systems, is must.
Bidder shall enclose the copies of purchase orders and completion certificates for LED Street
Lights & Energy Efficient High Mast Lights Only for this purpose.
g) The Bidder should not have been debarred from any Central / State Govt. Departments /
Agencies / Boards / Corporations / PSUs / public limited etc.
h) The Bidder shall submit the test report of the quoted products, conforming to the applicable
relevant BIS / International Standard & specifications, with the bid, issued UL laboratory on or
after 1st April, 2013.
i) In addition to above, bidder should compulsorily have in-house testing facility to check every
product as per specification as & when required.
j) Bidder should be an ISO certified company.
k) Bidder shall have successfully executed project worth Rs.4.00 Crore in one financial year for
government / semi government sector for LED lights.
l) Bidder who have executed the order of supply, Installation & commissioning of LED lights (in
last three years) in MP must submit the satisfactory certificate from beneficiary organization,
failing which leads to disqualification for this RFP. Bidder is also required to submit an
undertaking, if his company has not done any business / any installation in MP during last three
years.

E.M.D. of Rs3.78 Lakhs shall have to be deposited through bank DD / Bankers Cheque in the
name of "BMC at Bhopal.
No tender shall be considered without requisite Tender Document Fees and EMD and
would be treated as invalid proposal. No exemption will be permitted for tender fees /
EMD. There shall be no liability on BMC to pay any interest on the EMD
GENERAL TERMS & CONDITIONS AND INSTRUCTIONS TO BIDDERS
1. DEFINITION OF TERMS
In writing these General Conditions of Contract, the specification and bill of quantity, the
following works shall have the meanings hereby indicated unless there is something in the
subject matter or content inconsistent with the subject.
BMC shall mean the Bhopal Municipal Corporation represented through the Commissioner /
city Engineer
"Engineer in Charge" shall mean the Engineer or officer authorized by Commissioner / city
Engineer, for the purpose of this contract. BMC Engineer shall mean any Engineering person or
personnel authorized by BMC for this tender.
"Contractor" shall mean the successful bidder awarded with the contract or their successors and
permitted assigns.
Contract Price shall mean the sum named in or calculated in accordance with the provisions of
the contract as the contract price.
General Conditions shall mean these General conditions of Contract.
"Month" shall mean calendar month.
"Writing shall include any manuscript, typewritten; printed or other statement reproduced in any
visible form whether under seal or under hand.
"Contract" shall mean and include the General conditions, specifications, schedules, drawings,
supply orders, issued against the contract schedule of price or their final general conditions, any
special conditions applying to the particular contract specification and drawings and agreement
to be entered into. Terms and conditions not herein defined shall have the same meaning as are
assigned to them in the Indian contract Act.
2. Tenders should only be dropped in the tender box kept in the office of City Engineer, BMC,
Bhopal as per the schedule of time for this RFP/NIT. Tenders received after the time and date
shall not be considered.
Covers should invariably be super-scribed Tender No. ---------- for Supply, Installation &
Commissioning of Energy Efficient LED street Lights with Fixtures and sealed. The technical
bid of the tenders will be opened on date & time mentioned in the time line of this RFP/NIT in
the office of City Engineer, BMC, Bhopal. The price bids of the technically qualified bidders
may be opened on the specified day or any other day as per the decision of the tender committee,
which shall be communicated after the opening of Technical Bid on the spot or through BMC
Website / mail.
3. The Bidders should have a Branch Office / Service Centre in MP State of his own or through
its authorized distributor: in case bidder does not have their office / service centre in MP state at
present, he shall be required to submit an undertaking for opening a Branch Office / Service

Centre in MP State of his own or through its authorized distributor with seven days of agreement
against this tender.
Without the details of Service Centre undertaking in this regard, the Bidder shall not be qualified
for opening of financial bid.
Successful bidders shall have to maintain the Service Centre for minimum period of 03
years in the State of MP The Service Centre details should include:
Address of Service Centre
Name of Head of Service Centre
Mobile Number of Head of Service Centre
Telephone Numbers
Valid Email Id
Staff Strength of Service Centre
4. Pre-bid meeting will be held on the date mentioned in the time line of this RFP / NIT at
03.00PM in the BMC Office wherein the Bidder will have an opportunity to obtain information
and clarifications regarding the conditions in the Bid Document. The Bidder will be free to ask
additional information or clarifications. Based on this, a common set of clarifications, deviations,
if any, will be prepared and will be published on the website of BMC. These common set of
clarifications, deviations shall be part of Bid document and applicable to all Bidders irrespective
of whether the Bidder have attended the Pre Bid Meeting or not. The offers submitted by the
Bidder shall be based on the Bid Documents and Common Set of deviation issued if any.
5. A Three part bidding process would be done:
(A) EMD and tender fee:- In this envelop EMD, proof of tender Document Fees will be placed.
(B)Technical Bid:-, Completed Tender Form with Sign & Seal on each page and all other
documents required under Technical bid as per the Tender documents. The Documents showing
eligibility as per tender conditions shall be annexed properly.
(C)Financial Bids - Only on line
The Procedure for Opening of the Proposals shall be as under:
i Biggest Envelope containing 2 Sealed Envelopes A& B shall be opened and all the contents
of the same will be taken out.
ii Envelope-A bearing RFP No. / Due date & super-scribed as EMD shall be opened first at
the time and date mentioned in the RFP, in the presence of Participants who choose to be
present.
iii Envelope-B bearing RFP No. & super-scribed as TECHNICAL PROPOSAL" shall be
opened only of those Participants whose above two Envelope-A have been found as per
Terms & Conditions of RFP in the presence of Participants.

iv Envelope-C (FINANCIAL PROPOSAL) shall be opened online after establishing /


ascertaining that Technical Information(s), Certification(s), Specification(s) and
Clarification(s) thereof as received in envelop A & B are as per Terms & Conditions of RFP
Documents (Financial proposal of participants shall be accepted only if they fulfill
technical qualification & minimum eligibility criteria. This will be applicable even their
financial proposal/ rates are opened online).
Postal delays shall be no excuse for accepting Proposals after stipulated date and time. No
Proposal shall be accepted by Fax / E-mail. Proposals received in Unsealed / Open
Envelope(s) shall not be considered.
The letter of authorization shall accompany the bid. All pages of the bid, except for an
amended printed literature, and shall be initialled by a person or persons signing the bid.
All the documents mentioned in Part (B) above should be placed in sealed envelope captioned
as "Technical Bid". The tender name must be indicated on the top left corner of the envelope.
All the above envelopes shall be kept in sealed envelope addressed to the City, BMC Bhopal
& super scribed Tender No. ---------- Rate contract for Supply, Installation & Commissioning of
Energy Efficient LED street Lights with Fixtures and other energy efficient lights and sealed.
Financial Bid of only those Bidders who has fulfilled the requirements stipulated in
Technical Bid above shall be opened by the bid opening authority. Detailed scrutiny of the
components of the technical Bid may take some time as it involves evaluating financial
capabilities, technical capabilities, references, etc. and soundness of the technical proposal and
also asking for missing information, clarification or compliance with bid documents. It may not
be possible to open the financial bid on the same day of opening. A suitable date and time for the
opening of Financial Bid will be communicated after the opening of Technical Bid on the spot
&/or through BMC Website / Email and it shall be opened in the presence of those Bidders
whose financial Bids are to be opened & wish to remain present.
6. Full descriptive particulars and complete specifications should accompany the offer. Offers
should be kept open for acceptance for at least 180 days from the date of opening.
7. The terms and conditions and specifications mentioned in tender specifications shall be
binding on the Bidders and no condition or stipulation contrary to the conditions shall be
applicable. The offers of the Bidders, who do not accept terms and conditions stipulated in this
tender specifications, shall be liable to be out rightly rejected without assigning any reason
whatsoever.
8. Each page of tender document & enclosures shall be signed by the Bidder and affix the seal.
All the pages of the documents issued must be submitted along the offer.
9. BMC reserves the right to:
(i) To reject any or all tenders in part or full or to accept any tender considered advantageous to
BMC / Project whether it is the lowest tender or not
(ii) To split the quantities against the tender among more than one firm for the same items / work
(iii)To reject the eligibility of any one or more Bidder out of two or more who have submitted
same documents against the eligibility criteria claiming for same items

(iv) If for a work there is requirement of more than one of the above quoted items, the work
would be split among eligible bidders on approved rates. No reason will be assigned by BMC for
this and will be binding on the Bidders
10. In case of any corrections / alterations done in the tender, the Bidders should sign the same;
otherwise tenders may not be considered.
11. Submission of Bid document does not indicate that Bidder is qualified for awarding the work
or contract.
12. Offers through Telegraph/ Fax /Emails or open offer received will not be considered and
summarily rejected.
13. All the Bidders shall essentially indicate the prices (unit price) as stated in tender form. In
case any of the charges are not included in the quoted prices, the same shall be clearly shown as
extra, indicating specifically the rate/scale of such charges.
14. Right is reserved to revise or amend the contract documents fully or part thereof prior to the
date notified or amended for the receipt of Bid. Such deviations, amendments, if any, shall be
communicated to the Bidder in the form of corrigendum on BMCs website as may be
considered suitable and shall be a part of NIT/RFP.
15. Bids once submitted shall not be taken back. If the Bidder wishes to withdraw their Bid, in
that case, the EMD shall be forfeited.
16. All the taxes and duties imposed by the Government from time to time shall be borne by the
contractor
17. The prices quoted should be firm and F.O.R. Destination, i.e. Bhopal including all taxes
and duties and any other incidental charges, but exclusive of VAT/CST
18. The bidder shall be responsible for all legal obligations such as taxation and registration
under the relevant Acts, and also for all legal obligations of different kinds.
19. Conditional tenders and canvassing whether directly or indirectly shall be liable to rejection.
20. BMC reserves all rights to reject any or all the tenders partly or wholly without assigning any
reason
21. CONTRACTORS DEFAULT LIABILITY
(i) BMC may upon written notice of default to the Contractor terminate the contract in
circumstances detailed hereunder:
(a) If in the judgment of the BMC, the contractor fails to supply/install the items within the time
specified in the contract agreement or within the period for which extension has been granted by
BMC to the contractor.
(b)If in the judgment of BMC, the contractor fails to comply with any of the provisions of this
contract.
(c) In the event BMC does not terminate the contract as provided in paragraph (a) the contract
shall continue performance of the contract in which case he shall be liable to BMC for penalty
for delay as set out in this contract until the work is completed.
(ii) Samples of the quoted items shall be submitted for approval of BMC when asked for
and the consignment shall be delivered / accepted as per the approved sample only. BMC
may ask for pre-dispatch inspection or for approval of the products at the Contractors
cost.

One sample of Energy Efficient Lights along with its certified test report should be
submitted with the bids. Those bidders who do not submit Lights samples and have quoted for
the same, their technical bid would not be opened. However Lights samples of only L1 & L2
will be retained by BMC and rest of the samples will be returned to bidder on the same day to
their authorized representatives.
(iii) The materials shall pass the test and/or analysis required which will be:
As specified in the specification for the items concerned
Relevant I.S.I. Specification (whichever and wherever applicable) or as such recognized
specifications acceptable to BMC as equivalent there to or in absence of such authorized
specification
Such requirement test and/or analysis as may be specified by BMC in order of precedence
given above.
(iv) The test report should cover the specifications of the quoted items as per the applicable
relevant IS /International Standard and their observations on the following parameters clearly (at
standard 230 Volts (+/- 10%), 50 Hz, AC power supply):
(a) Power Factor
(b) Luminous Efficacy (Lumens/watt) of the Lamp
(c) Total Luminous Flux
(d) Colour Rendering Index (CRI)
(e) Total Harmonic Distortion (THD)
(f) Colour Temperature of the Lamp
(g) Ingress Protection Level (IP Level)
(h) Driver Current (in case of LED Street Lights)
(i) Material of the Fixture Body
(j) Make of the Fixture & Lamp / LEDs
(k) Power Consumption of the Complete System (including losses)
(v) The Contractor shall at his risk and cost make all arrangements and/or shall provide for all
such facilities as BMC may require collecting, preparing required number of samples for analysis
at such time and to such place or places as may be directed and bear all incidental charges and
cost of testing.
(vi) The Contractor shall maintain sufficient and appropriate quantity as buffer stock with
the indenting department / office till the warrantee period so that replacement of defective
pieces can be attended immediately.
(vii) In the event of any of the material supplied / work done by the Contractor is found defective
in material or workman ship or otherwise not in conformity with the requirement of this contract
specifications, BMC shall either reject the material and / or work and advise the Contractor to
rectify the same. The Contractor on receipt of such notices rectify or replace the defective
material and rectifies the work free of cost.
(viii) During course of defect liability period, if Contractor fails in attending the defects within
48 hrs a penalty of 100.00 (Rupees Hundred Only) per day per fixture shall be charged to Bidder.
This amount shall be recovered from EMD held with BMC.
(ix) For delay caused on the part of the contractor in execution of the work order, the Contractor
shall be liable to pay a penalty @0.50% per week or part thereof subject to a maximum of 10%
of the work order value.

(x) Defective materials will not be accepted under any conditions and shall be rejected outright
without compensation. The contractor shall be liable for any loss/damage sustained by BMC due
to defective work.
(xi) The Contractor shall replace the defective material at his own expenses to the satisfaction of
BMC during the guaranteed period.
22. The Contractor shall not be eligible for any claim or compensation either arising out of any
delay in the work or due to any corrective measures required to be taken on account of and as a
result of testing of the materials
23. BMC shall have the right to alter, amend, omit, or otherwise vary the quantum of work, by
notice in writing to the Bidder. The Bidder shall carry out such variation in accordance with the
rates specified in the contract so far as they may apply and where such rates are not available;
those will be mutually agreed between BMC and the Bidder
24. The EMD of the successful bidder(s) shall be kept as a part of Performance Security till the
contract period. The EMD may be returned against Bank Guarantee / FDR of the equivalent
amount from any Nationalized or Scheduled bank valid till the contract period. In addition to
EMD; Bhopal Municipal Corporation will hold 3% (Total 5 % of contract value for CMC period)
towards the performance security. Balance performance security will be required to submit at the
time of work order.
25. EMD of unsuccessful bidders shall be returned as early as possible. No interest will be paid
on the earnest money.
26. The Contractor shall not be liable for any penalty for delay or for failure to perform the
contract for reasons of FORCE MAJEURE such as of God, acts of public enemy, acts of
government, cyclone fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes
provided that the contract, shall within 10 (ten) days from the beginning of such delay notice the
BMC in writing of the cause of delay. BMC shall verify the facts and grant such extension as
facts justify.
27. The Rate of the quoted items shall be valid till 31st March 2015. The contract rates may
be extended by BMC in writing with mutual agreement with Bidder. BMC may also cancel
the Rate without assigning any reason.
28. The LED Street Lights & other energy efficient lights supplied by the Contractor should
be guaranteed for satisfactory operation and against any defect in material and workmanship for
a period of 05 (five) years from the date of supply. The LED Street Lights &Tube Lights, &
High Mast Lights supplied by the Contractor should be guaranteed for satisfactory operation and
against any defect in material and workmanship for a period of 05 (five) years from the date of
commissioning.
The above guarantee certificate shall be furnished to BMC for approval. Any defect noticed
during this period in ballast, lamp, driver and housing should be rectified by the Bidder free of
cost , upon written notice provided such defects may be due to bad workmanship or bad
materials used.
29. On award of work, the following terms of payment shall apply for the tender: For supply, installation, commissioning and CMC for 5 years (Two years Warrantee plus
three years CMC, without if & but)

75% of the value of the work order / material together with the value of taxes and duties
after satisfactory commissioning or supply of the fixtures at site as the case may be
against Submission of:i Appropriate Bills along with Challan in Triplicate,
(ii) Inspection Report cum Joint Commissioning Report duly signed by Contractor and
concerned Inspecting Authority of BMC. Inspection report of independent third party
appointed by BMC. Charges of TPI will be borne by the bidder.
(iii) Colored photograph of sites
(iv)
A certificate will have to be provided by the contractor, from any license holder
contractor / supervisor, certifying that the electrical wiring carried out is in
accordance with the norms of electrical safety standards.
(v) List of poles where LED street lighting fixture has been installed.

b) 15% after 24 months or against Bank Guarantee of the equivalent amount from any
Nationalized or Scheduled bank valid for a period of 24 months from the date of satisfactory
commissioning of the fixtures at site.
c) 10% after 60 months or against Bank Guarantee of the equivalent amount from any
Nationalized or Scheduled bank valid for a period of 64 months from the date of satisfactory
commissioning of the fixtures at site.
d) If Participant, whosRates, have been accepted, does not sign the Agreement along with
CMC within two weeks from the date of Intimation, EMD shall be forfeited and their
Proposal will be treated as cancelled.
e) Standard deductions from the payment will be as below:
Income tax 1 to 2 % (depends up on type of firm i.e. for proprietary or Pvt. Ltd / Ltd
Company)
Commercial tax: 2%
Labour Tax: 1 %
3rd Party Inspection charges: 1% or as per actual
TDS & SD as per prevailing rules / norms
Note:a
b

Commercial tax: It will be desirable for the participants to obtain registration from M.P.
Commercial Tax Department (TIN). The details of the same are available at website
www.mptax.nic else M.P.VAT and any other Tax / Duty if applicable shall be deducted at Source.
Income tax shall be deducted at Source.

30. The Contractor shall treat the details of the specifications and other documents as private and
confidential and they shall not be reproduced without written authorization from BMC.
31. The lowest Bidder shall have to enter into an agreement with BMC in the approved Contract
Agreement form within 15 days of the receipt of the individual contract. It should be clearly
understood that in the event of Bidder failing to enter into the agreement in the prescribed format
and to execute work ordered, within stipulations on the rates tendered/ agreed by him, if he is so
communicated within the validity period of the offer, the full amount of the EMD will be
forfeited and BMC's decision in this respect will be final and binding on the Bidder.
32. Any dispute arising out of the contract shall be subject to the jurisdiction of court at Bhopal.

33. The RFP is issued for the work would be carried out by only L1 & L2 bidders

on these Lowest rates. BMCs approved rates (Lowest rates) as finalized by


BMC shall be communicated to eligible L1 & L2 bidders. The interested
eligible bidders shall furnish un-conditional acceptance to execute the work on
the standardized rates, specifications and terms & conditions of this RFP
including price validity for placement of work orders up to 31/03/2015. If the
eligible L1 & L2 bidders agree to work on rates standardized by BMC, and give
consent to work on Lowest rates may undergo agreement with BMC. The
lowest bidder will be given preference and approximately 70% of the work
would be allocated to L-1 bidder, the remaining 30% work would be distributed
amongst the L-2. However this ratio is indicative, may change subject to
manufacturing capacity & performance of the bidder. Decision of
Commissioner BMC will be the final and binding on bidder without any
challenge.
SCOPE OF WORK
1

Rate for Supply, Installation & Commissioning of Energy Efficient LED Street Light
Fittings/other lighting systems. High mast lighting (with 05 years guaranteed) & other items
with necessary accessories F.O.R. Bhopal

(2). the bidder shall preferably visit the locations to understand and study the site (for installation
& commissioning projects) before submitting the bid.
(3). The successful Bidder / contractor shall arrange to supply, erect and maintain the systems
as per the Tender conditions as the case may be.
(4). Two year guaranteed support and three year CMC support after the guaranteed period for the
supplied items and work executed is to be provided from the date of commissioning of
the system.
(5). During the guaranteed and CMC period, Bidder / contractor shall replace/rectify all faulty
items at their own expense. All service calls shall be attended within 24 hours of
reporting.
(6). Requirement of hydraulic ladder / winched ladder (for fitting, maintaining & cleaning of
lights), etc shall be under the scope of the Bidder / contractor during the entire contract
period in case of supply, Installations and commissioning of systems.

(7) At the expiry of the 5 (2+3) years of CMC, bidder will hand over the completed (In running
/operational condition) system.
(8). Bidder will insure to work under all statuary permissions.
Note: The rates quoted are inclusive of all taxes, levies, excise, duties, transportation, loading unloading, supply, etc. but exclusive of VAT/CST. It may please be note that BMC shall not issue
any 'C' form for the above items.

SCHEDULE - I
PART A: GENERAL INFORMATION
(Strike off whichever is not applicable. Separate sheets should be used, wherever necessary)
01. Name & Address of the Bidder :
02. Name & Address of the firm / Company etc. :
a) Registered Office Address :
b) Fax Nos. :
c) Telephone & Mobile Nos. :

d) Email Id :
03. Confirm whether bidder is Manufacturer : Yes / No
04. manufacturer to give following particulars
a) Address of factory :
b) Year of starting manufacturing :
c) Whether same / similar materials : Yes / No
manufactured earlier
(If yes, give reference)
d) Yearly/monthly production capacity :
05. PAN No. (Enclose Copy) :
06. VAT/CST No. (Enclose Copy) :
07. Service Tax No. (Enclose Copy) :
08. Any other information that bidder may like to :
give in order to highlight his bid
PLACE :

SIGNATURE OF BIDDER
(NAME IN FULL)

DATE:
(DESIGNATION/STATUS)
(FIRM/COMPANY SEAL)

SCHEDULE - I
PART 'B': COMMRCIAL INFORMATION
(Strike off whichever is not applicable. Separate sheets should be used, wherever necessary)
01. i) Earnest Money Details (EMD) : Bank DD / FDR payable to
"BMC, Bhopal
ii) Amount of EMD with full details :
02. Whether the offer is valid for 180 days from the date of : Yes / No
opening of commercial / technical bid.
03. Rate of VAT/CST on the date of bid :
(Levi able separately on the rate quoted)
04. Whether BMC's terms of payment are acceptable to : Yes / No
the bidder
05. Whether agreeable to BMC's Penalty Clauses : Yes / No
06. Whether agreeable to BMC's clause of warrantee : Yes / No
period
07. Whether Performance Security clause is understood : Yes / No
08. Indicate State, Central Sales Tax Registration Number : State -

Central(Please Note that in case of non-registration with


Commercial Tax, Department Purchase Tax as
admissible shall be deducted by the Purchaser from the Bills of the supplier)

09. Please mention whether rates offered are applicable for : Yes / No
part quantities.
PLACE :
SIGNATURE OF BIDDER
(NAME IN FULL)
DATE:
(DESIGNATION/STATUS)
(FIRM/COMPANY SEAL)

SCHEDULE - I
PART 'C' : TECHNICAL INFORMATION
(Strike off whichever is not applicable. Separate sheets should be used, wherever necessary)
01. Whether material offered is exactly as per technical specifications : Yes / No
02. Whether the copies of orders received during last 3 years from : Yes / No
Central / State Govt. Departments / Agencies / Boards / Corporations /
PSUs in the last 03 years i.e. FY2011 2014 for purchase of the LED
Street Lights / Induction Lamp Street Lights / High Mast Lights Only enclosed
(If yes, give details)
03. Whether completion certificate from such organization regarding : Yes / No
supplies is enclosed.
(If yes, give details)
04. Whether pamphlets/technical details literatures along with : Yes / No
drawing, etc. furnished with the offer
(If yes, give details)
05. Whether the bidder agrees to furnish product test certificates in : Yes / No
from Govt. approved lab.
06. Whether quoted items testing facilities available : Yes / No
If so, give details and in case of non-availability of facilities,
indicate approved lab available where tests are proposed to be
conducted.
PLACE :
SIGNATURE OF BIDDER
(NAME IN FULL)
DATE:
(DESIGNATION/STATUS)
(FIRM/COMPANY SEAL)

Ref: BMC tender no:

SPECIFIATIONS OF ENERGY EFFICIENT LED BASED


LUMINARIES UNIT FOR STREET LIGHTING

(These are minimum technical standards however looking to dynamic nature of


LED technology where standards are evolving very fast towards betterment of
LED light as a source vis--vis conservation of energy)

ELECTRONIC COMPONENTS
The electronic components used shall be as follows:
a
b
c
d
e

IC (Integrated Circuit) shall be of industrial grade.


The resistors shall be preferably made of metal film of adequate rating.
The conformal coating used on PCBs should be cleared and transparent and should not
affect color code of electronic components or the product code of the company.
The heavy components shall be property fixed. The solder connection should be with good
finish.
The infrastructure for Quality Assurance facilities as called for in the Specification shall
be available for the manufacturing of this product. The compliance shall be indicated
clearly in the tender itself.

CONSTRUCTION
a

b
c
d
e
f
g
h
i
j

Extruded aluminum and pressure die cast aluminum (sand/gravity casting not to be
considered). Aluminum grade LM 6063 or LM 6 as applicable or above high conductivity
heat sink material. Heat sink must be made of extruded A1 or pressure die cast A1 Only.
Efforts shall be made to keep the overall outer dimensions and weight as minimum as
possible.
All light fittings shall be provided with toughened glass of sufficient strenghth under the
LED chamber to protect the LED and luminaries.
Suitable number of LED Lamps shall be used in the Luminaries.
Suitable reflector/lenses shall be provided to modify the illumination angle.
The connecting wires used inside the luminaries. shall be low smoke halogen free,
fireretardant-beam/PTFE cable and fuse protection shall be provided in input side.
The control gear shall be designed in such a way that the junction temperature of LED
should not be more than 25 C with respect to ambient temperature.
The luminaries shall be such that the glare from individual LED is restricted and shall not
cause inconvenience to the public.
All the material used in the (Luminaries) shall be halogen free and fire retardant
confirming to UL 94.
The fixture should be impact resistant with suitable protection by cover for driver and
LED's
The fixture should have designed for IP65 ingress protection or above.

HIGH POWER AND HIGH LUMEN EFFICIENT


FOLLOWING FEATURES SHALL BE USED:
a
b
c
d
e

f
g
h

LED'S

SUITABLE

FOR

LED Chips of Cree/Osram /Phillips /Nichia/Lumenmax make shall be used for the
purpose. No. other make shall be accepted. The manufacture shall submit the proof of
procurement of LEDs from above OEMs at the time of supply.
The efficiency of the LED lamps at 110 C junction temperature shall be more than 80%
LED Junction temperature should not cross more than 90 C for longevity of luminaries.
Solder point temp should not cross 75 C.
The working life of the lamp at junction temperature of 90 C for 350 mA current shall be
more than 50,000 hours of accumulative operation and shall be suitable for continuous
operation of 24 hours per day these shall be supported with the suitable section of the
LM80 report from the manufacturer of LED.
Color temperature of the proposed white color LED shall be 5000K-6500K
The output of LED shall be more than 110 lumen (+-5%) per watt at 350m A operating
current.
The color rendering index (CRI) shall be of-nominal 65 (or more) with cool while light
output.

i Variation in illumination level shall be + - 2% is allowed in input voltage range from


180VAC to 250VAC
jThe illumination shall not have infra-red and ultra-violet emission. The test certificate from the
NAB approved laboratory shall be submitted.
k
Electronic efficiency shall be more than 85%
ELECTICAL/TECHNICAL SPECIFICATIONS
Supply of LED streetlight luminaries complete with pressure die cast/extruded aluminum housing
and adhering to the following specifications and lighting design requirements will be as per the
actual application :

1
2
3
4
5
6
7

The driver card shall cut off at 270 V and shall resume normal working when nominal
voltage is applied again. This is to ensure protection of luminaries from neutral faults and
error in connection at sites.
Efficiency of driver electronics shall be more than 85%
The LEDs should be driven at the suitable current and within the permissible limits
specified by the LED chip/lamp manufacturer.
The fixture shall be designed so as to have lumen maintenance of at least 70% at the end
of 50,000 hours,
The luminaries should be operable with auto adjustable 100-270V supply Voltage using
the same driver,
Power Factor of the electronic driver should be at least > 0.95 with THD <10%.
The Luminaries should throw the perfect amount of uniform light with exactly the desired
intensity, and offer best pole spacing, along with better light control. For this purpose.
spacing to height ratio calculations must be attached for all installations were the poles.

The Luminaries shall employ individual optical lens for the each of the LED to ensure better
uniformity of light distribution. (Table-IV)

S.N
o

Electrical
specification

60W

90W

120W

150W

200W

1)

Voltage range or
rating :[130 volt270volt AC on
single phase
LED Output per
watt
Please specify the
make of LED also
System Out put
(Lumen per watt)
Frequency
range(+/-5)
Power factor :
Color temperature

100-270V

100-270V

100-270V

100-270V

100-270V

115(+5%)

115 (+5%)

>115(+5%)

>115(+5%)

>115(+5%)

>5100

>7650

>10200

>12750

>17000

50Hz

50Hz

50Hz

50Hz

50Hz

>/=0.95
5000K6500K
>=65

>/=0.95
5000K6500K
>=65

>/=0.95
5000K6500K
>=65

>/=0.95
5000K6500K
>=65

>/=0.95
5000K-6500K

50,000 hrs
with 70%
Lumens
IP65
minimum
<10%

50,000 hrs
with 70%
Lumens
IP65
minimum
<10%

50,000 hrs
with 70%
Lumens
IP65minimu
m
<10%

50,000 hrs
with 70%
Lumens
IP65minimu
m
<10%

50,000 hrs
with 70%
Lumens
IP65minimum

2)

3)
4)
5)
6)
7)
8)

CRI (Color
Rendering Index)
LED Life
Expectancy

9)

Protection level

10)

Total Harmonic

>=65

<10%

Distortion(THD)

Table: 2 (for High Mast LED lighting on existing Mast) for rates only
S.No

Heights of the mast

9M

Total Capacity of
(150 X 4)=
LED Light (in Watts) 600W
>20 Lumen
2
Light required at
Ground Level
CONFORMANCE STANDARDS:

12M

16M

20M

(150 X 6)=
900W

(200 X 8)=
1600W

(200 X 12)=
2400W

>20 Lumen

>20 Lumen

>20 Lumen

Product Certification should be obtained NABL certified lab. The following test reports should
be provided:
LM-79
Luminaries efficiency (photometry data)
IP 65
Luminaries Ingress Protection
Luminaries Endurance Test
Practical testing of luminaries through 20.000 cycles
EN 60929
Performance
IEC 60598-1
General requirement and tests
EEC 61000-3-2
Limits for Harmonic current emission THD<10%
LED Chip Manufacturers data will be required for this certification
LM-80

LED chip data

QUALITY CONTROL & TESTING INFRASTRUCTURE


The manufacturer should possess the following in-house facilities and shall provide calibration
reports of the same.

Prototype Test

Type Test

Acceptance Test

Routine Test

GLOW wire test

HV Tester

Adequate number of electrical meters for measurement of different electrical


parameter

Manger(500 Volt)

Tracking test

Resistance to heat

Measuring gauges such as Venire caliper, Micrometers, Dial gauges

Digital thermometer

Harmonic analyzer and THD Meter

Digital Weighting machine

Power analyzer

Surge Tester

Temperature simulation Facility to test various temperature parameters

Ingress protection test facility for dust and water jet

Transportation drop test

Vibration test

Compression test

Humidity test

EVALUATION CRITERIA FOR LED STREET LIGHTS & HIGH MAST LIGHTING
S.N

DISCRIPTION

POINTS FOR
EVALUATION

Is Bidder submitted duly signed tender document


with all enclosures

05

Is Bidder submitted proof of indigenous


Manufacturer (By competent Govt. Authority) of
street light & high mast (flood) light fixtures

10

Bidder having branch office / service centre in


Bhopal

05

Bidder meets financial turnover for three years in FY


2011-12, 2012-13 & 2013-14; submitted relevant
certificate in proof.

10

Bidder Have submitted documents in proof of


successful supply, Installation work of at least
Rs.4.00 Crore worth in FY 2013-14 of similar types
of lighting system.

15

Bidder Has submitted the test report of the quoted


products, issued only by UL on or after 1st April
2013

20

Bidder has in house testing facility to check every


product as per specification as & when required, an
undertaking in this regard is required to furnish

10

05

Bidder is an ISO certified company

Bidder wah has executed orders for supply,


installation & commissioning of LED in last three
years in Madhya Pradesh must submit the
satisfactory certificate from beneficiary organization
10 If IIIumination Level (Lux) is more then as mentioned in
technical specification table-III
(For every single number one point )
11 If Electronic efficiency shall be more than 90%

20

05
02
05

If Electronic efficiency shall be more than 90%


TOATL (Maximum) MARKS

50

Evaluation committee will give numbers according to the documents received by


Bidders.
Evaluation committee can set up a minimum cut-off level to insure a better
quality product.

(Schedule of Rates)

Annexure-

Please find our rates for Design, supply, installation, commissioning with five years
comprehensive annual maintenance at site (on existing pole) of Energy Efficient LED
Street Lighting fixture with complete fittings as below:
S.No

Item / LED lamps

Wattage of LED fitting


(After Accounting Driver
Losses)
60W

90W

120W

150W

200W

Unit cost
With two year

guaranteed

** Purchase can be made with or without CMC.

Cost of CMC for


five years
(including
guaranteed period )

Total cost **

These rates will be inclusive of all taxes at site.


Rates shall be applicable for one year from date of tender opening.
Conditional offer will not be considered.
Rates quoted must be Firm and Fixed for Design, Supply, Installation and Commissioning, all
inclusive of Site Visits, Packaging, Forwarding, Spare-parts, Insurance and Taxes including

It shall be
essential to quote rates inclusive of CMC or else the Proposal shall not be
accepted.
Duties FOR Site (s) mentioned in the Document. No price escalation will be allowed.

If participant does not want to quote price/rate for any category, the field (space) for the same
should be filled in as 0 (zero in numerical form) which would be considered as not quoted.

Scope of work:
Supply, installation & commissioning of LED lights
Maintenance for three years after waranttee period of two years
More than 90% up time
Work of installation at existing pole also including dismantling of
existing fitting, supply of bracket, pipe bend, cable screw, nut bolt
etc.
LED fixture shall have a provision of tilting on fix axis.

Annexure-

(Schedule of Rates)
Please find our rates for Design, supply, installation, commissioning with five years
comprehensive annual maintenance at site (on existing pole) of Energy Efficient LED
Lighting fixtures for high mast with complete fittings as below:
S.No

Item
Complete High Mast

Unit cost
With two year

Cost of CMC for


five years

Total cost **

LED fitting as
mentioned in table -2 of
this RFP
(0n existing pole)
1
2
3
4

guaranteed

(including

guaranteed period )

9M

12M
16M
20M

These rates will be inclusive of all taxes at site.


Rates shall be applicable for one year from date of tender opening.
Conditional offer will not be considered.
Rates quoted must be Firm and Fixed for Design, Supply, Installation and Commissioning, all
inclusive of Site Visits, Packaging, Forwarding, Spare-parts, Insurance and Taxes including

It shall be
essential to quote rates inclusive of CMC or else the Proposal shall not be
accepted.
Duties FOR Site (s) mentioned in the Document. No price escalation will be allowed.

If participant does not want to quote price/rate for any category, the field (space) for the same
should be filled in as 0 (zero in numerical form) which would be considered as not quoted.

Scope of work:
Supply, installation & commissioning of LED lights with fixture
Maintenance for three years after warrantee period of two years
More than 90% up time
Work of installation at existing pole also including dismantling of
existing fitting, supply of bracket, pipe bend, cable screw, nut bolt
etc.
LED fixture shall have a provision of tilting on fix axis.

Das könnte Ihnen auch gefallen