Sie sind auf Seite 1von 19

TENDER DOCUMENT

FOR
Design, Supply, installation & commissioning
of

LED Street Light Fittings


Including 5 years Comprehensive Maintenance Contract (CMC)

Tender Notice No. DMC/17/2015-16

Dhanbad Municipal Corporation,


Luby Circular Road, MADA Building, Dhanabd.
e-mail : dhanbadmunicipalcorporationadm@gmail.com

Page 1 of 19

Table of Contents

Section
1
2
3
4
5
6
7
8
9
10
11

Topic
NIT
Covering letter
Declaration by tenderar
Introduction, eligibility criteria and other condition
Preparation of tender
Submission of tender
Tender opening, valuation, payment terms and other requirements
General specification, specification of LED street light and other component
Scope of work
Technical Bid
Financial Bid

Page 2 of 19

Page No
3
4
5
6-7
8
9
10-11
12-17
18
19
20-27

Government of Jharkhand
Urban Development Department
Dhanbad Municipal Corporation, Dhanbad
e-Procurement Tender Notice No.17/2015-16
Reference no.:

Date: 04/03/2016

DMC/17/2015-16

Sl.no.

Tender Reference no.

Name of the work

Earnest
money
(Rs.)

Cost of
Tender
paper
(Rs.)

Time of
Completion

1.

DMC/17/01/2015-16

Design Supply Installation and commissioning


of LED Street light fittings with 6m pole
including 5 Year CMC

200000.00

10,000

six months

2.

DMC/17/02/2015-16

Design Supply Installation and commissioning


of LED Street light fittings with 7m pole
including 5 Year CMC

200000.00

10,000

six months







Date of Publication of Tender on website - 05/03/2016 at 4:00 PM


Last Date / Time for receiving of Bids - 19/03/2016 (On line) till 5:00 PM
Date of Pre Bid meeting on - 09/03/2016 at 3:00 PM in DMC, Dhanbad
Date of Technical Bid Opening - 28/03/2016 at 11.00 AM (Online)
Date of Receiving Hard copy of Earnest Money & Cost of Tender 26/03/2016 upto 5:00 PM

Note:- (i) Only e-Tenders will be accepted. Further details can be seen on website:
http://jharkhandtenders.gov.in
(ii) Contractor should be financially sound enough and experienced in same nature of work
(iii) Estimated Cost / quantity may be increased or decreased.
Executive Engineer,
Dhanbad Municipal Corporation,
Dhanbad

Chief Engineer,
Dhanbad Municipal Corporation,
Dhanbad

Memo no. 277 (TC)


Dhanbad, Date: 04.03.2016
Copy to: Editor, Hindustan, Dainik Jagran and The Telegraph in one day publication of minimum size in
Jharkhand Edition in Black and White
Chief Engineer,
Dhanbad Municipal Corporation,
Dhanbad

Page 3 of 19

FROM :- (Full name and address of the tenderer)


M/s..

To,
The Municipal Corporation,
Dhanbad.
Subject:

Offer in response to Tender Notice No.

Sir,
We hereby submit our offer in full compliance with terms & conditions of the attached tender.
The tender is being submitted in two separate and sealed envelopes marked Part-I & Part-II.

(Signature of Tenderer with seal)

Page 4 of 19

DECLARATION BY THE TENDERER


I. /We .
(Hereinafter referred to as Tenderer) being desirous of tendering for the work, under this tender and having
fully understood the nature of the work and having carefully noted all the terms and conditions, specifications
etc. as mentioned in the tender document do hereby declare that:1.

The tenderer is fully aware of all the requirements of the tender document and agrees with all provisions of
the tender document and accepts all risks, responsibilities and obligations directly or indirectly connected with
the performance of the tender.

2.

The tenderer is fully aware of all relevant data regarding the proposed place of work/ site, its local
environment, approach road and connectivity, actual prevailing working conditions, availability of required
materials and labour and all other necessary information required for proper completion of the proposed work.

3.

The tenderer is capable of executing and completing the work as required in the tender and is financially
solvent and sound to execute the tendered work. The tenderer is sufficiently experienced and competent to
perform the contract to the satisfaction of DMC, Dhanabd. The tenderer gives the assurance to execute the
tendered work as per specifications, terms and conditions of the tender on award of work.

4.

The tenderer has no collusion with other tenderers, any employee of DMC, DHANABD or with any other
person or firm in the preparation of the tender.

5.

The tenderer is familiar with all general and special laws, acts, ordinances, rules and regulations of the
Municipal, District, State and Central Government that may affect the work, its performance or personnel
employed therein.

6.

The tenderer accepts that the earnest money may be absolutely forfeited by DMC, DHANABD if the tenderer
fails to sign the contract or to undertake the work within stipulated time.

7.

This offer shall remain valid for acceptance for 4 (Four) months from the proposed date of opening of the
Technical Bid.

8.

The tenderer has never been debarred from similar type of work by any Government undertaking
/Department. (An undertaking on Stamp paper in this regard shall be submitted)

9.

All the information and the statements submitted with the tender are true.

(Signature of Tenderer with Seal)

Page 5 of 19

SECTION 1
INTRODUCTION
1.1 ELIGIBLE TENDERERS
The tenderer shall provide sufficient documentary evidences to satisfy the following conditions that the
tenderer:
1.1.1 Is an indigenous manufacturer of the LED Street Lights or authorized dealer of a manufacturing firm.
In case of a dealer, authorization letter from manufacturing firm shall have to be submitted with tender
document. The authorization letter shall confirm the joint responsibility of dealer & manufacturer for the
satisfactory completion of work. More than one dealer of a manufacturing firm may participate in the tender
but every such dealer shall be treated as an individual tenderer.
1.1.2 Has adequate financial stability and status to meet the financial obligations pursuant to the scope of
work. Annual turn over of 600 lakh and Balance sheets for Last three years must be submitted along with
the technical offer.
1.1.3 Has experience of minimum three years in manufacturing, supply and maintenance/after sale services
in the field of LED Street light fittings.
1.1.4 Has adequate field service setup to provide good after sale services including necessary repair and
maintenance and has provided good after sale services for the supplies made by him during past years.
The above stated requirements are compulsory to be fulfilled by the tenderer and DMC, DHANABD may
also ask for any additional information as may be deemed necessary in public interest.

Page 6 of 19

1.2 Other eligibility conditions:


The agency should have
1.2.1 Successfully completed similar Electrical Erection / Installation work (i.e. Street Lighting / High
Mast/Mini mast/Rail pole/LED Street light, flood light supply, commissioning and maintenance any work
having pole height higher than 7M) of completed work of 600 Lakh in the last 3 financial years from thedate
of NIT in any Government/semi Government/ Undertakings/statutory bodies / PSU / Local Bodies. Credential
of satisfactory. completion certificate shall have to be produced in support of the claim.
OR
1.2.2 Successfully completed 2 (two) similar Electrical Erection/ Installation work (i.e. Street Lighting/High
mast / Mini mast/Rail Pole/ LED Street light, flood light supply, commissioning and maintenance or any work
having pole height higher than 7M) of 100 Lakh each in thelast 2 financial years from the date of NIT in any
Government/Semi Government/Undertakings/Statutory bodies/PSU/Local Bodies. Credential of satisfactory.
completion Certificate shall have to be produced in support of the claim.
1.2.3 Statutory Documents (Self-authenticated)
1.2.4 Latest Income Tax return
1.2.5 Jharkhand VAT Registration
1.2.6 PAN Card
1.2.7 Electrical Supervisor License. (Relevant part up to medium voltage with cable laying)
1.2.8 Electrical Contractor License.
1.2.9 In case the bidder does not have any office within Dhanbad Municipal Corporation Area, he shall
submit the undertaking on non-judicial stamp paper to keep a site office within planning area or agreement
with any Electrical Contractor of Dhanbad Municipal Corporation Area(having valid Electrical Contractor
License and Electrical Supervisor License) for erection and 5 years liability of Operation, maintenance
surveillance of LED street light (SEB metering point to light terminal) along with the technical Bid.
1.2.10 Authorization from GI Pole Manufacturer except for Pole manufacturer himself for producing pole.
1.2.11 All the material should be approved and passed by the electrical in charge, Dhanbad Municipal
Corporation, Dhanbad.
1.2.12 Quality and usefulness of the product will be given priority in the similar situations.
1.2.13 The tenderer should quote their rate inclusive of Sales Tax, VAT & Service Taxes with installation
charges, etc all complete
1.2.14 Supply & installation work should be started within the 7 days from the date of receiving the supply
order.
1.2.15 The bidders will have to present the sample of the quoted products at the time of opening of technical
bid.
1.2.16 Self-certificate that he is not blacklisted by any of the Government Unit and PSUs where he worked.
1.2.17 Declaration that he is not guilty by a Court of Law in India for any offence involving fraud, dishonesty
and moral turpitude.
1.2.18 Contractor Compensation Policy: Contractor shall be fully responsible for the safety of his workman /
employees. in any case, it shall be the sole responsibility of the contractor to per liability/ compensation in the
event of contractor while working at DMC. during installation, commissioning and comprehensive
maintenance contract (CMC) Period of 5 year.
Technical bids of the various tenders shall be opened on the dates as mentioned above. The date of
opening of financial bid shall be communicated after scrutiny of technical bids. The financial bid of only
those tenders who qualify in technical bid shall be opened.
The undersigned reserves all the rights to reject any or all the tenders without assigning any reason

Page 7 of 19

SECTION 2
PREPARATION OF TENDER
2.1

EARNEST AND SECURITY MONEY /COST OF TENDER PAPER

2.2.1 The tenderer shall furnish earnest money of Rs 2.00 Lakhs in the form of FDR/ Bank guarantee from any
nationalized bank, NSC, Post office Time Deposite pledged in favour of CEO, DMC, DHANABD, as a part of his
tender. The bank guarantee should be valid for a period of forty five (45) days beyond the validity of offer.
Tenders without EMD shall be rejected by DMC, DHANABD as being non-responsive.
2.2.2 The earnest money may be forfeited:a) If a tenderer withdraws his tender during the specified period of validity of offer.
b) If the successful tenderer fails to sign the contract agreement within stipulated period.

The earnest money of the successful lowest tenderer shall be adjusted as security deposit of the agreement
with DMC .At this time, the tenderer shall have to deposit total security money amounting to 5% of the
contract value in the form of FDR / Bank guarantee from any nationalized bank, NSC, Post office Time
Deposite pledged in favour of CEO, DMC, DHANABD,. No interest shall be paid by DMC, DHANABD
on the amount of security money deposit.

2.2.3
2.2.4

The earnest money of all other tenderers shall be released after signing the agreement with the lowest
bidder.
All the bank guarantees should be made from nationalized bank only.

2.3

PERIOD OF VALIDITY OF TENDER

2.3.1

Validity of the offer should be Four (04) months from the proposed date of opening of the Technical bid.
Tenders without this validity will be rejected.

2.3.2

In exceptional circumstances, DMC, DHANABD may solicit the consent of the tenderers to an extension
of the period of validity of offer. The request and the response there of shall be made in writing.

Page 8 of 19

SECTION 3
SUBMISSION OF TENDER
3.1

SEALING AND MARKING OF TENDER


3.1.1 The tender must be complete in all technical and commercial respect and should contain requisite
certificates, drawings, informative literature etc. as required in the tender document.

3.1.2 First sealed envelope (Part-I) should contain cost of the tender document requisite earnest money,
brochures, literature and other documents regarding technical specifications. It should be subscribed with
TENDER NO. DMC/ 2015-16 & 'Earnest Money and Technical Bid'.
3.1.3 The complete tender document in original (excluding financial bid) downloaded from the website should
be submitted by the tenderer in the first envelope (Part- I) after furnishing all the required information on
relevant pages. Each page of the tender document should be signed & stamped. Tenders with any type of
change or modification in any of the terms/ conditions of this document shall be rejected. If necessary,
additional papers may be attached by the tenderer to furnish/ submit the required information.

3.1.4 Second sealed envelope (Part-II) should contain financial bid only. It should be subscribed with
TENDER NO. . and Financial bid. The tenderer should submit his duly signed and stamped
financial bid on the financial bid format attached with this tender document, after writing the price only.
3.1.5 Any term/condition proposed by the tenderer in his technical bid which is not in accordance with the
terms and conditions of the tender document or any financial conditions, payment terms, rebates etc.
mentioned in financial bid shall be considered as a conditional tender and will make the tender invalid.

3.1.6 Both the above sealed envelopes i.e. Part-I and Part-II will be sealed in another one envelope,
subscribed with TENDER NO and Name of Work: Design,
Supply, Installation and Commissioning of LED street light fittings. This envelope shall be addressed, to
The Municipal Commissioner, DMC, Dhanbad.
3.2 DEADLINE FOR SUBMISSION OF TENDER
3.2.1 Tender must be received by DMC, DHANABD till the date & time of submission as specified in
tender document.
3.2.2 Any tender received after the specified date & time of submission will be rejected and returned
unopened to the tenderer.

Page 9 of 19

SECTION 4
TENDER OPENING AND EVALUATION
4.1 OPENING OF TENDER
The procedure of opening of the tender shall be as under:
4.1.1 First envelop (Part-I) bearing TENDER NO.: ... and subscribed 'Earnest Money and Technical Bid'
shall be opened by DMC, DHANABDs representatives at the time and date mentioned in the Particulars of
Tender, in the presence of tenderers who choose to be present. The financial and technical suitability of offers
will be examined by DMC, DHANABD in detail. If required, clarifications regarding the suitability of the offers
will be obtained.

4.1.2 Second envelope (Part-II) bearing TENDER NO.:.. and subscribed "Financial bid" of only
those tenderers shall be opened whose technical bid is found responsive, suitable and in accordance with the
various requirements of the tender.
4.1.3 In case it is not possible to open second envelop (part-II) on the same date, then a suitable date for
this purpose shall be announced or to notice board. To avoid postponement of opening of financial bid, it is
in the interest of the tenderers to send their authorized representatives who are well conversant with the
tender and competent enough to take decisions on technical and financial matters at the time of opening of
bids.
4.2 CLARIFICATIONS REGARDING THE SUBMITTED TENDERS
4.2.1 During the process of evaluation of the tender, DMC, DHANABD may at its discretion ask the
tenderer for a clarification of his tender. The request for clarification and the response shall be in writing.
4.2.2 Any query regarding any clarification required by DMC, DHANABD on the information submitted
by the tenderer, must be replied by the tenderer within two (02) days.

DELIVERABLES & DELIVERY SCHEDULE:


Tender Fees & EMD should be submitted separately before the opening date of bid.
PERIOD OF CONTRACT:
The contract will be valid for a period of one years from the date of award, however if need arises it can
be further extended for one more year (at the contracted rates only) as per DMC requirement.
(1) DMC reserves the right to terminate the contract at any time if it is found that the assigned work is
not being promptly attended or that there is a deliberate
negligence on the part of the vendor or DMC equipments are being tampered by the vendor / their
representatives /or confidentiality of the information is breached.
(2) DMC reserves the right to run parallel orders at its discretion with other suppliers to expedite the work
if considered necessary to do so.
(5) PENALTY CLAUSE:
5.1 For Installation: Failure to carry out the job given by DMC in time, the supplier is liable to pay penalty
of 0.5% of the price of the item in arrays per week or in part thereof limited to max 10% of the order value.
Page 10 of 19

5.2 For Maintenance: In case the fitting do not work then the Dhanbad Municipal Corporation shall be
entitled to penalize SERVICE PROVIDER/ BIDDER Rs. 5 per day per light for delayed days beyond 72 hours
of receiving complaint.

(6) SUB LETTING:


The vendors will not sub-let the job allotted/ allocated to him.
(7) PAYMENT TERMS :
7.1 90 % amount of the total amount (Excluding CMC amount) shall be paid after satisfactory installation,
testing & commissioning of LED Street light fittings. Security money deposited by the tenderer will also be
released at this stage
7.2 Balance 10% of the total amount (Excluding CMC amount) shall be paid after sixty months from the date of
commissioning of the work. This amount shall be treated as performance Guarantee and may be forfeited in case of
breach of the contract. However this amount shall be released on submission of bank guarantee of equal amount,
valid for 60 months from the date of commissioning.
7.3 Payments against CMC shall be made on annual basis after satisfactory maintenance of the LED Street lights
fittings. as follows:






After satisfaction maintenance of


After satisfaction maintenance of
After satisfaction maintenance of
After satisfaction maintenance of
After satisfaction maintenance of

LED street light for one year : 15 % of CMC amount


LED street light for Two year : 15 % of CMC amount
LED street light for Three year :20 % of CMC amount
LED street light for Four year : 25 % of CMC amount
LED street light for Five year : 25 % of CMC amoun

Note
1. No price escalation due to any reason (including any change in the applicable taxes, duties, surcharge etc.) shall
be considered by DMC, DHANABD during the validity/ extended validity of the contract agreement
2. In case of variation in the proposed numbers of Street light Fittings at the time of implementation, the payments shall
be made for actual Nos. of LED Street light fittings installed.

3. The bank guarantees should be made from nationalized bank only.

Page 11 of 19

General Specifications
(1) 7 mtr. long, Street Light Pole
Design, Supply, erection of street light , Hot Dip Galvanized octagonal pole of standard specification (Sheet thickness
of 3mm).
A. foundation 'J' bolt : Providing 4 Nos 16 mm dia,750 mm long foundation 'J' bolt with double nut at top, making
hole in the base plate etc as required.
B. Base Plate Size : 300mm x 300mmx 10mm thick base plate welded at bottom with 4 nos. of suitable size of hole.
C. Door opening: The octagonal poles shall have door of approximate 500 mm length at the elevation of 500 mm from
the Base plate. The door shall be vandal resistance and shall be weather proof to ensure safety of inside connections. The
door shall be flush with the exterior surface and shall have suitable locking arrangement. The pole shall be adequately
strengthened at the location of the door to compensate for the loss in section.
D. Top Mountings & electrical accessories: Decorative bracket arm duly painted and preferably made up of galvanized
steel shall be supplied along with the pole for fixing LED lighting luminaries. Electrical accessories to be mounted inside
each pole shall include stud type loop-in-loop out terminals suitable for 4Cx16 sqmm Al. Armoured LT cable and 6A SP
MCB.
E. HDPE Pipe : Installation of 50 mm dia HDPE Pipe/bend for cable entry /exit in concrete foundation
F. RCC Foundation: Providing cement concrete foundation (1:3:6) pedestal of size 450 mm x 450mm x 1500 mm
(500mm above ground and 1000mm below ground) including painting excavation as required.
G. Pole Earthing: Suitable arrangement for earthing shall be provided inside the pole

The pole drawing shall be got approved before manufacturing the pole from the DMC
(2) 6 mtr. long, Street Light Pole

Design, Supply, erection of street light , Hot Dip Galvanized octagonal pole of standard specification (Sheet thickness
of 3mm).
A. foundation 'J' bolt : Providing 4 Nos 16 mm dia,750 mm long foundation 'J' bolt with double nut at top, making
hole in the base plate etc as required.
B. Base Plate Size : 300mm x 300mmx 10mm thick base plate welded at bottom with 4 nos. of suitable size of hole.
C. Door opening: The octagonal poles shall have door of approximate 500 mm length at the elevation of 500 mm from
the Base plate. The door shall be vandal resistance and shall be weather proof to ensure safety of inside connections. The
door shall be flush with the exterior surface and shall have suitable locking arrangement. The pole shall be adequately
strengthened at the location of the door to compensate for the loss in section.
D. Top Mountings & electrical accessories: Decorative bracket arm duly painted and preferably made up of galvanized
steel shall be supplied along with the pole for fixing LED lighting luminaries. Electrical accessories to be mounted inside
each pole shall include stud type loop-in-loop out terminals suitable for 4Cx16 sqmm Al. Armoured LT cable and 6A SP
MCB.
E. HDPE Pipe : Installation of 50 mm dia HDPE Pipe/bend for cable entry /exit in concrete foundation
F. RCC Foundation: Providing cement concrete foundation (1:3:6) pedestal of size 450 mm x 450mm x 1500 mm
(500mm above ground and 1000mm below ground) including painting excavation as required .
G. Pole Earthing: Suitable arrangement for earthing shall be provided inside the pole

The pole drawing shall be got approved before manufacturing the pole from DMC
(3) 110W LED Light fittings
Supply and fixing of 110 W LED street light with pressure die cast aluminum housing & toughened glass with
IP-66 degree of protection, Individual LED's must have lenses for better thrown across & along the road, with
luminaire efficiency of greater than 80 lumen/watt luminous flux 7680 -8640LM, life span 50,000 operating
hours. colour rendering (CRI) of > 70 and co-related colour temperature (CCT) of 5700K (+500K), The
Page 12 of 19

luminaire should have 5KV surge protection, PF > 0.9, and total harmonic distortion of THD < 10%, voltage
range of 110-280 V should be provided. Luminaire should have top maintainable driver compartment for easy
access to driver during maintenance. The driver used must be a constant current driver with efficiency of >
85%. The manufacturer LOGO must be embossed into the housing of the luminaire. manufacturers to provide
LM 80 from source manufacturer and should have adequate testing facilities approved by ministry of science
(Govt. of India) to provide LM 79 report.
(4) 90W LED Light fittings
Supply and fixing of 90 W LED street light with pressure die cast aluminum housing & toughened glass with
IP-66 degree of protection, Individual LED's must have lenses for better thrown across & along the road, with
luminaire efficiency of greater than 80 lumen/watt luminous flux 7680 -8640LM, life span 50,000 operating
hours. colour rendering (CRI) of > 70 and co-related colour temperature (CCT) of 5700K (+500K), The
luminaire should have 5KV surge protection, PF > 0.9, and total harmonic distortion of THD < 10%, voltage
range of 110-280 V should be provided. Luminaire should have top maintainable driver compartment for easy
access to driver during maintenance. The driver used must be a constant current driver with efficiency of >
85%. The manufacturer LOGO must be embossed into the housing of the luminaire. manufacturers to provide
LM 80 from source manufacturer and should have adequate testing facilities approved by ministry of science
(Govt. of India) to provide LM 79 report.
(5) 45W LED Light fittings
Supply and fixing of 45 W LED street light with pressure die cast aluminum housing & toughened glass with
IP-66 degree of protection, Individual LED's must have lenses for better thrown across & along the road, with

luminaire efficiency of greater than 80 lumen/wattluminous


flux 7680 -8640LM, life span 50,000 operating
hours. colour rendering (CRI) of > 70 and co-related colour temperature (CCT) of 5700K (+500K), The
luminaire should have 5KV surge protection, PF > 0.9, and total harmonic distortion of THD < 10%, voltage
range of 110-280 V should be provided. Luminaire should have top maintainable driver compartment for easy
access to driver during maintenance. The driver used must be a constant current driver with efficiency of >
85%. The manufacturer LOGO must be embossed into the housing of the luminaire. manufacturers to provide
LM 80 from source manufacturer and should have adequate testing facilities approved by ministry of science
(Govt. of India) to provide LM 79 report.
(6) Feeder Pillar with Timer and 3 phase 4 wire Energy Meter
a.
Manufacturing, supplying, installation and commissioning of weather proof cubicle type
Compartmentalized outdoor feeder pillar for street lights ,front operated panel board fabricated out of 2mm
thick sheet steel, hinged double door in front, totally enclosed dust and vermin proof suitable for 415V, 50Hz,
AC supply.
b. SLD and GA drawing FEEDER PILLAR will be submitted by the contractor for approval from
Engineering, based on approved SLD.
c. Bus bar shall be suitable for 100A, TPN busbar Chamber of suitable, length. All busbars and
interconnections shall be suitable size Aluminum busbar current density of Aluminum shall not be more than
0.8 Amps / Sq.mm cross sectional area of Bus Bar. The Aluminium bus bar shall be with heat shrinkable PVC

Page 13 of 19

slived Red, Yellow, Blue & Black as (RYB & N) after temperature and incloser derating maximum allowable
temp. of bus bar shall be 90 degree C.

d. Bill of Material:
Incomer: 63 A, TPN MCB, 25KA,
Energy Meter: 3 phase, 4 wire, 415V
Electronic Time
Outgoing :- 25A, TPN MCB, 25KA- 2 nos. for street lights and 1 nos. as spare.
e. Power Contactor of four pole of suitable rating for Street Lighting only.
f. with suitable size 100Amps 4 strip aluminum busbars , providing and fixing following switch gears with
cable entry on rear side for both incoming and outgoing cables, gland plates, interconnections from busbars to
MCBs with copper wires, connections, powder coated painting with approved colour shade, earthing with 2
nos of GI strips of full width of board testing and commissioning etc as required. The board shall be provided
with 75x40mm size ISMC channel of bottom and legs embedded on to the suitable CC Pedestal of minimum
height 1meter (50cm below ground & 50cm above ground) plastering ,painting etc as required.
(Standard IP 65)
The drawing of Panel shall be got approved before manufacturing the Lighting control Panel from DMC

(7) Cable/Wire
7.1 Supply and laying in Underground (600mm Deep) including excavation sand Cushing protective

covering and refilling the trench etc. of 4C x 25 sqmm Aluminum Armored XLPE Cable for SEB Power
supply to Lighting control Panel
7.2 Supply and laying in Underground (600mm Deep ) including excavation sand Cushing protective
covering and refilling the trench etc. of 4C x 16 sqmm Aluminum Armored XLPE Cable for Pole to Pole
connection
7.3 supply and laying 2C x 1.5 sqmm Cu PVC flexible cable for Loop in Loop out box to LED Light fitting
(8) Earthing:
8.1 20 mm die 1.5m long GI road for pole with connector arrangement
8.2 Supply & Earthing with GI earth pipe 3.5 mtr. long , 50mm die including with accessories and providing
masouary enclose with cover plate having locking arrangement and watering pipe etc. with charcoal and salt.
8.3 8 SWG GI Wire for earth connection of Loop in Loop out box and Pole
(9) Supplying and making indoor end termination with brass compression gland and aluminium lugs for following size
of XLPE aluminum conductor cable of 1.1 KV grade as required.
9.1 4C x 16 sqmm Al Armoured XLPE Cable
9.2 4C x 25 sqmm Al Armoured XLPE Cable

Page 14 of 19

Specifications of LED Light fittings


1. GENERAL REQUIREMENTS

a.

High Power White LEDs are used in the luminaries and the Wattage of these LEDs would be greater than ONE
watt.

b.

LED will be operated at a forward current of less than 90% of the rated current.

c.

Color Rendering Index (CRI) of the LEDs used in the luminaire will be greater than 70.

d.

The illumination of the lurninaire will be uniform without dark bands or abrupt variations and soothing to the
eye.

e.

Light Uniformity Ratio (E min / E avg.) would be > 0.4

f.

Luminary Body Temperature would be less than 30cC above the ambient, even after continuous burning of
Luminary for 24 Hrs

g.

The Luminaries works on single phase three wire system (Phase, Neutral & Earth).

2 CONSTRUCTION
a.

The luminaire housing is made up of Corrosion free High Pressure Aluminum die cast thus confirming the
luminaire to IP-68 protection and safety as per IEC 605981 IS 10312.

b.

The Luminaire is equipped with distortion free, clear, Heat Resistant Toughened, UV stabilized Glass cover in
the front fixed to the die cast Aluminum frame which would be fixed to the housing by means of stainless steel
screws The luminaire housing is made up of Corrosion free High Pressure Aluminum die cast thus confirming the
luminaire to IP-68 protection and safety as per IEC 605981 IS 10312.

Specifications of LED Street Light


1. ELECTRICAL PARAMETERS

a.

AC input Operating Voltage range

110V to 280V AC

b.

AC Input Operating frequency range

47 ~ 53Hz

c.
d.

Nominal Operating Voltage


Nominal Operating frequency

230V AC
50 Hz

e.

Nominal Power Consumption

XXW 5%

f.

Power Factor

> 0.9

g.

Total Harmonic Distortion (THD)

< 10%

Page 15 of 19

MECHANICAL PARAMETERS
a.
Construction of Casing

High Pressure Die Cast Aluminum

b.

Finish

Powder Coating with Silver color

c.

Luminaire Cover

Toughened Glass

d.

IP Level

IP 66

e.

Mounting bracket diameter (inner)

34.4 to 42.4mm

f.

Recommended pole height

6 mtr. / 7 mtr.

g.

Recommended Tilt

5 ~ 15

h.

Recommended Arm Length

1 mtr.

OPTICAL PARAMETERS
a.

Correlated Color Temperature CCT

5000K to 7000K

b.

Luminaire efficacy

>80 lm/W

Page 16 of 19

The other components used shall be as follows:a) Integrated circuit shall be of industrial grade or above.
b) The protective cum adhesive coating used on PCBs should be clear and transparent and
should not affect color code of electronic components or the product code of the company.
c) Metallic film / Paper/Polyester Capacitor shall be rated for a sustained operating
temperature of 105C.
d) The resistors should preferably be made of metal film of adequate rating. The actual rating
versus loading shall be by a factor of >2.

e) The junction temperature of the Switching devices such as transistors and MOSFETs shall
not exceed 125C (allowing thermal margin of 25 C).
f) The construction of PCBs and the assembly for components for PCBs should be as per
relevant Indian / international standards.
g) The connecting wires used inside the Luminaries, shall be low smoke halogen free, fire
retardant e-beam cable and fuse protection shall be provided in input side.
h) The P/N junction temperature of individual LED must not exceed 60C. High Thermal
conduction must be achieved by use of silicon heat conductive greases an adhesive.
i) The LED Module(s), Driver gear, etc. shall be designed in such a way so that temperature
of heat sink shall not exceed 20C above the ambient temperature.

j) LED must be mounted on heat sinking conductive bars if any with suitable large area
surface by means of fins to dissipate the conduct heat. The fins must be exposed to ambient
flowing air.
k) Sufficient numbers of drivers should be used in the Luminaire so that failure of one driver
doesnt turn off the light completely.
l) Lumen maintenance of 70% for at least 25000 hours for Interior applications and 35000
hours for exterior applications. Data sheet showing lumen maintenance in the LED shall
also be submitted.
m) The luminaries casing/housing shall be either extruded or pressure die casted metal with
higher thermal conductivity. Body must be Corrosion Resistant Powder Coated. Heat sink
should be Die-Cast Aluminum along-with sufficient Heat Sink fins to dissipate heat
effectively. The enclosure shall be IP65
n) Luminaries Light Transparency should be of Toughened glass/ Moulded Poly Carbonate
Endless molded neoprene gasket should be used to seal the enclosure. The entire housing
(both LED section and Driver section) shall be dust and water proof having IP65 protection
as per IEC 60529.
o) Care shall be taken in the design that there is no water stagnation anywhere. The entire
housing shall be dust and water proof having IP65 protection as per IEC 60529.
p) The product shall work satisfactory in the temperature range of -5 C to 50 C and
humidity range of 10% to 90% RH.
Page 17 of 19

q) All fasteners must be of stainless steel.


r) The electronics covered for this equipment shall pass all the tests covered under relevant
Indian / International standards specification.

s) The infrastructure for Quality Assurance facilities must be available at the manufacturing
facility. In house testing facility for Quality Assurance should be present. The compliance
shall be indicated clearly in the tender itself.
SCOPE OF WORK
The scope of work shall include Design, Supply, installation & commissioning of LED Street light
fittings including 5 years warrantee/ guarantee and Comprehensive Maintenance Contract (CMC)
under DMC, Dhanbad in accordance with the technical specifications and other terms and
conditions of the contract.
1. Installation of suitable Energy Meters and timers, feeding the electricity to Street Lights.
2.WARRANTEE/ GUARANTEE & COMPREHENSIVE MAINTENANCE
2.1 The warrantee/ guarantee/ CMC period for LED Street Lights against any
manufacturing/ design/ installation defect and required maintenance shall be for a period of
Five (5) years from the date of installation.
2.2 The contractor will be responsible for satisfactory performance, operation & regular
maintenance of the LED Street Lights for a period of 5 years from the date of

commissioning. All the necessary arrangements required in this regard during 5 years
Warrantee/Guarantee and CMC period shall be made by the contractor. CMC will include
Free of Cost rectification / replacement of all the defective and consumable
components/items.
2.3 Rectification of all the defects developed in the LED Street Lights during Warrantee/
Guarantee & CMC period shall have to be done by the contractor promptly, at the most
within 72 (Seventy Two) hours from the date of receipt of compliant.
2.4 All the non functional parts/ materials/ items replaced during the Warrantee/Guarantee
and CMC period shall be the property of the contractor.
2.5 The contractor has to develop a complain readresal mechanism with Toll free number
for readresal of complain
2.6 Pole No. and Feeder pillar No. Nomenclature Shall be in contractor scope

Executive Engineer,
Dhanbad Municipal Corporation,
Dhanbad

Page 18 of 19

TECHNICAL BID
Performa for submitting Technical Bid for "Tender for Rate contract of Design, supply,
Installation & commissioning of LED Street Light Fittings ".
1.
2.
3.
4.
5.

Name of the firm / Tenderer


Name of the Proprietor
Address, Contact Numbers and E-mail ID
Service Tax Registration Number
Name, Designation & contact number of all the
representative of the tenderer to whom all references
shall be made
6.
Nature of the firm (Individual / Partnership /
Consortium / Pvt. Ltd / Public Ltd. Co./ Public
Sector etc.) Attach attested copy of registration &
Partnership deed / Memorandum of Association
7.
Name and address of the Indian / foreign
collaboration if any
8.
Has the tender / Firm ever been debarred by any
institution for undertaking any work ?
9.
Does tenderer have any relative working in DMC,
Dhanbad ? If Yes state the name and designation.
10. PAN Number
11. Income Tax Return for last 3 years
12. Jharkhand VAT Registration Number
13. Registration certificate of Service Tax
14. Electrical Contractor License
15. Undertaking on stamp paper to keep a site office
within planning area.
16. 3 years Audited annual accounts
17. 3 years Experience Certificate (Of Similar Work)
18. Amount of Earnest Money Deposit
19. Cost of Tender Documents
20. Complete Tender document (in original) duly signed
21. If dealer, authorization letter from manufacturing
firm
22. Undertaking on stamp paper for genuineness of firm
23. Any other relevant information

Signature with Name and Office Seal


Page 19 of 19

Das könnte Ihnen auch gefallen