39
Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013 Rate Contract Tender for Supply, Installation & Commissioning of LED Luminaries/ Street Lights for Kalaghatgi and Alnavar Towns in Dharwad district (through e-procurement) TENDER NO: KREDL: RGNL (HBL)/ADM-01/F- 50/2012-13/463,dated:04-02-2013 Karnataka Renewable Energy Development Limited (A Government of Karnataka Enterprises) Regional Office, ESEPG Block, BVB College Campus, Vidyanagar, Hubli-580 031 Dist: Dharwad, Karnataka, India. Telephone: 0836- 2372981, 82, Fax: 0836-2372983 Website:kredlinfo.in Email:[email protected] R e g i o n a l O f f i c e , K R E D L , H u b l i Page 1

Rate Contract Tender for Supply, Installation ...kredlinfo.in/tender/LED Tender.pdf · Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013 Rate Contract Tender

Embed Size (px)

Citation preview

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

Rate Contract Tender for Supply, Installation & Commissioning of LED Luminaries/ Street Lights for

Kalaghatgi and Alnavar Towns in Dharwad district (through e-procurement)

TENDER NO: KREDL: RGNL (HBL)/ADM-01/F-50/2012-13/463,dated:04-02-2013

Karnataka Renewable Energy Development Limited (A Government of Karnataka Enterprises)

Regional Office, ESEPG Block, BVB College Campus,

Vidyanagar, Hubli-580 031

Dist: Dharwad, Karnataka, India.

Telephone: 0836- 2372981, 82,

Fax: 0836-2372983

Website:kredlinfo.in

Email:[email protected] R e g i o n a l O f f i c e , K R E D L , H u b l i Page 1

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

TABLE OF CONTENTS

SL. TOPIC PAGE-NO.

PART-1

1 Tender Notice 3

2 Covering Letter 4

3 Checklist of Annexure’s 5-6

4 Particulars of Tender

5 General Particulars of Bidder 7

6 Declaration by Bidder 8

PART-2 Instructions to Bidders. 9-10

Section - 1 The Tender document

Section - 2 Eligibility condition 11

Section - 3 Preparation of Tender 12-14

Section - 4 Submission of Tender 15

Section - 5 Tender opening and evaluation 16

Section - 6 Procedure for Selection& Empanelment 17

PART-3 General conditions of contract 18-24

PART-4 Scope of work & Technical specification. 25-32

PART-5 Warranty and Annual Maintenance 33

PART-6 Technical Bid 34

PART-7 Financial Bid 35

Appendix-1 Location details of the street lights in Kalaghatgi

36-39

and Alnavar towns.

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 2

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

Part-I

1. Tender Notice:

Karnataka Renewable Energy Development Limited (KREDL) (A Government of Karnataka Enterprises)

Regional Office, ESEPG Block, BVB College Campus, Vidyanagar, Hubli-580 031 Dist: Dharwad, Karnataka.

Telephone: 0836- 2372981, 82, Fax: 0836-2372983

Sealed tenders are invited on rate contract basis for the Supply, installation and

commissioning of following items in Kalaghatgi and Alnavar Towns in Dharwad District

from reputed manufacturers of LED as per the details given below:

Item Item description Tender No.

Quantity Earnest Money

No.

Required* (EMD in Rs.)

LED Luminaries/ KREDL: RGNL

Street Lights with

(HBL)/ADM-01/F- Kalaghatgi – 15

1 standard fixing arms

50/2012-13/463 Alnavar - 45

# (75 W LED

fixtures) 32000

LED Luminaries/ KREDL: RGNL

Street Lights with

(HBL)/ADM-01/F- Kalaghatgi – 15

2 standard fixing arms

50/2012-13/463 Alnavar - 15

# (150 W LED

fixtures)

Submission of final tender documents shall be up to 25-02-2013 till 05.00 PM and Date of opening of Technical Bid on 28-02-2013 @ 12.30 PM & Financial bid will be opened on the same day 4.00 PM. KREDL reserves the right to reject any or all tenders without assigning any reasons.

Note: Item No * depending on the interest of local authority the quantity may be variable.

# Fixing arm length may vary between 1.75 Mtrs to 2.2 Mtrs

There off.

DGM & Head Regional Office

KREDL, Hubli.

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 3

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

2. Covering Letter: FROM:-

(Full name and address of the Bidder)

..................................................

..................................................

..................................................

..................................................

To: DGM & Head Regional Office Karnataka Renewable Energy Development Limited, Regional Office, ESEPG Block, BVB College Campus, Vidyanagar, Hubli-580 031, Karnataka, India.

Sub: Offer in response to tender No: KREDL: RGNL (HBL)/ADM-01/F-50/2012-13/463,dated:04-02-2013

Sir,

We hereby submit our offer in full compliance with terms & conditions of the above

tender. A blank copy of the tender, duly signed on each page is also submitted as a

proof of our acceptance of all specifications as well as terms/ Conditions. We have

submitted the requisite amount of “Earnest Money” in the form of Bank Guarantee,

valid for six months. We confirm that, we have the capability to supply and install more

than 500 systems in a year. The tender is submitted in two separate and sealed

envelopes marked as Part-I & Part-II.

(Signature of Bidder) With Seal

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 4

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

3. Check list of Annexures

S.No Annexure No Particulars Yes/No, Flag No*

Details of Earnest money (bank

1 Annexure-I guarantee and date (valid for 6

months)

2 Annexure-II A copy of valid CST /State VAT/ TIN

registration, PAN TAN

A summarized sheet of turnover of

3 Annexure-III last three Financial Years certified by

registered CA

4 Annexure-IV The bidder has ISO 9001

certification

5 Annexure-V The bidder has ISO 14001

certification

6 Annexure-VI MNRE/BEE recognized LED solution

providers

Past Experience of the Bidder in

executing contracts on Design,

Engineering, Supply, Installation,

Erection,

Testing and Commissioning of LED

7 Annexure-VII Street Light (SL), Power packs,

i) Number of working

stations/Systems/Plants

ii) Copies of the work orders and

certificates indicating successful

execution from user agencies for

above

Bidders to have test certificate for

LED SL from MNRE/ SECI

8 Annexure-VIII authorized testing center. Test

Certificate should have been issued

on or after April 2011

With LED Lamps

Bidder’s experience in supply and

installation/commissioning of

LED/Solar lighting

9 Annexure-IX systems(Lanterns/home

lights/streetlights)

i) Numbers

(Cumulative in last 5 years)

ii) Certificates from user

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 5

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

agencies for above

Authorization letter of the Bidder, for

the person representing his firm, that 10 Annexure-X he is authorized to

discuss and with specific mention

of this tender.

* Please flag the annexure and write flag number in the box. Further this information will be the part of technical bid therefore; details are to be furnished properly.

(Signature of Bidder)

With Seal

4. PARTICULARS OF TENDER

1. Tender No. KREDL: RGNL (HBL)/ADM-01/F-50/2012-13/

supply, installation and commissioning of LED Street

2. Particulars of the lights at the sites identified by Regional Office, KREDL

work * with 5 years warranty

(Names of places are given in Appendix I)

3. Period of completion

15 Days from the date of award of work

of work

4. Last date and time of

25-02-2013 at 5.00pm

submission of tender

5. Period of validity of

Six months from opening of technical bid of Tender

rates for acceptance

Amount of Earnest

6. Money Deposited Rs.32,000/-

(EMD)

7. Date and Time of

28-02-2013 at 12.30 PM

opening of tender

8. Place of opening of

Regional Office, KREDL, Hubli

tender

DGM & Head Regional Office (Shri.N.K.Payannavar)

Contact person and Karnataka Renewable Energy Development Limited

9. address for any Regional Office, ESEPG Block, BVB College Campus,

clarification Vidyanagar, Hubli-580 031, Karnataka, India.

Telephone: 0836- 2372981, 82,Fax: 0836-2372983

e-mail: [email protected]

(Signature of Bidder)

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 6

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

With Seal

5. GENERAL PARTICULARS OF BIDDER

1 Name of firm

2 Postal Address

3 Telegraphic address

3 Telephone, Telex, Fax No

5 E-mail

6 Web site

7 Name, designation and Mobile Phone No. of the

representative of the Bidder to whom all

references shall be made

8 Name and address of the Indian/foreign

Collaboration if any

9 Have anything/extra other than price of items (as

mentioned in price Schedule) been written in the

price schedule.

10 Have the contractor/firm to pay arrears of

income tax?

If yes up to what amount?

Has the contractor/firm ever been debarred By

11 Any work is undertaken for Govt. Deptt. / its

undertakings?

12 Monthly supply capacity

13 Details of offer (please mention number of

pages and number of Drawings)

14 Reference of any other information attached by

the bidder (please Mention no. of pages & no. of

drawings)

(Signature of Bidder) With Seal

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 7

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

6. DECLARATION BY THE BIDDER (REGARDING TENDER NO. KREDL:RGNL (HBL)/SOLAR-07/F-17/2012-13/)

I/We______________________________________________________ (hereinafter

referred to as the Bidder) being desirous of tendering for the work under the above

mentioned 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 Bidder is fully aware of all the requirements of the tender document and agrees with all provisions of the tender document.

2. The Bidder is capable of executing and completing the work as required in the

tender.

3. The Bidder accepts all risks and responsibilities directly or indirectly connected with the performance of the tender.

4. The Bidder has no collusion with other Bidder, any employee of Regional Office,

KREDL or with any other person or firm in the preparation of the bid.

5. The Bidder has not been influenced by any statement or promises of Regional Office, KREDL or any of its employees, but only by the tender document.

6. The Bidder is financially solvent and sound to execute the work.

7. The Bidder is sufficiently experienced and competent to perform the contract to the satisfaction of Regional Office, KREDL

8. The information and the statements submitted with the tender are true.

9. The Bidder 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.

10. The Bidder has not been debarred from similar type of work by Regional

Office, KREDL and or Government undertaking/ Department.

11. This offer shall remain valid for acceptance for 6 (six) months from the date of opening of the tender.

12. The Bidder gives the assurance to execute the tendered work as

per specifications Term’s and conditions.

13. The Bidder confirms the capability to supply and install more than 500 systems in a year.

14. The Bidder has attached herewith the earnest money as required in the

tender document.

15. The Bidder accepts that the earnest money be absolutely forfeited by Regional Office, KREDL, if the Bidder fails to undertake the work or sign the contract within the stipulated period.

(Signature of Bidder)

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 8

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

with SEAL PART-2: INSTRUCTION TO BIDDERS

SECTION1: THE TENDER DOCUMENT

SECTION1: CONTENT OF THE TENDER DOCUMENT

1.1.1 The Tender procedure and contract terms are prescribed in the Tender Documents. In addition to the Tender Notice the Bidding documents include.

PART-I 1 Tender Notice 2 Covering Letter 3 Checklist of Annexures 4 Particulars of Tender 5 General Particulars of Bidder 6 Declaration by Bidder

Part–2: Instruction to Bidders Section-1 Contents of Tender document Section-2 Eligibility condition Section-3 Preparation of Tender Section-4 Submission of Tender Section-5 Tender opening and evaluation Section-6 Procedure for Empanelment

Procedure for Empanelment

Part-3: General Condition of Contract Part-4: Scope of Work & Technical specifications Part-5: Details of Warranty Part-6: Technical Bid Part-7: Financial Bid Part-8: Approval of Government as demonstration/ pilot project.

The Bidder is expected to examine all instructions, terms and specifications as

mentioned in the Tender document. Failure to furnish all information required by the

Tender documents or submission of a bid not substantially responsive to the Bid

Document in every respect will be at the Bidder's risk and is likely to result in out-right rejection of the Tender.

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 9

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

LOCAL CONDITIONS

1.2 It shall be imperative on each bidder to fully inform him of all local conditions and

factors, which may have any effect on the execution of the works covered under

these documents and specifications. Regional Office, KREDL shall not entertain

any request for clarifications from the Bidder, regarding such local conditions

1.3 CLARIFICATION OF TENDER DOCUMETS

A prospective Bidder requiring any clarification of the Tender Documents may contact in writing or by Fax /E Mail

DGM & Head Regional Office(Shri.N.K.Payannavar)

Karnataka Renewable Energy Development Limited

Regional Office, ESEPG Block, BVB College

Campus, Vidyanagar, Hubli-580 031, Karnataka,

India. Telephone: 0836- 2372981, 82, Fax: 0836-

2372983 e-mail: [email protected]

Verbal clarifications and information given by the Regional Office, KREDL or its employees or its Representatives shall not be in any way entertained.

1.4 AMENDMENT OF TENDER DOCUMENTS

1.4.1 At any time prior to the submission of the tender or prior to the opening of the

financial bid the Regional Office, KREDL may, for any reason, whether at its own

initiative or in response to a clarification requested by the Bidder, modify the Tender

documents by amendments. R e g i o n a l O f f i c e , K R E D L , H u b l i Page 10

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

SECTION 2: INSTRUCTION TO BIDDERS, ELIGIBLITY CONDITIONS

Minimum Eligibility Conditions

The bidder should be a Registered Manufacturing Company of LED Street

lighting and its system electronics conforming to relevant National

/International Standards.

The offered LED Street Lighting systems should be as per the IEC Standards and having test certificates in compliances to Indian Standards (BIS 1981)

The Bidder should have valid PAN, TAN CST /State VAT/ TIN registration

certificate. IT returns A copy of which should be enclosed.

Minimum Average annual Turnover in any of the last three financial years

should be Rs. 3 crores. This must be the individual Company s turnover and

not that of any group of Companies.

(A summarized sheet of turnover of last three years certified by registered CA should be compulsorily enclosed)

Other Eligibility Conditions

The “Financial bids” of only those bidders shall be opened, who qualify in “Minimum

Eligibility Conditions” as above and score at least 60 Points in “technical evaluation”.

The weightage for the “technical evaluation” shall be assigned as under:

SI No. Criteria Points

1 The bidder has ISO 9001 Certification 10

2 The bidder has ISO 14001 Certification 10

3 MNRE/BEE recognition/accredited 10

Value of a “Single Order” of LED Street Light Systems / Power Plants

executed by the Bidder

4 Valued more than Rs. 1.0 Crore 5

Valued more than Rs. 5.0 Crores 7

Valued more than Rs. 10.0 Crores 10

Past Experience of the Bidder in executing contracts of:

(LED Luminaries/ Street Lights in Karnataka)

5 AND/OR

>100 nos. ……………………………………. 10

>250 nos. …………………………………… 15

>500 nos. …………………………………… 20

6 Bidder to have Test Certificate for LED from recognized National laboratory.

Test Certificate should have been issued on or after April 2011 10

Past Experience in executing contracts of LED Street Lighting Systems in

North Karnataka Districts Numbers of in North Karnataka Districts (as per list

7 in Appendix I of tender document)

> 100 no. 10

>200 nos. 20

8 I T Returns for last 3 year (FY 2009-10,10-11,11-12) 10

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 11

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

SECTION 3: PREPARATION OF TENDER 3.1 LANGUAGE OF BID AND MEASURE

3.1.1 The Tender prepared by the Bidder and all correspondence and documents

relating to the bid exchanged by the Bidder and Regional Office, KREDL

shall be written in the English provided that any printed literature furnished

by the Bidder may be written in another language so long as accompanied

by an English translation of its pertinent passages in which case, for

purpose of interpretation units of measurement shall be MKS system.

3.2 DOCUMENTS COMPRISING THE BID

3.2.1 The Tender prepared by the Bidder shall comprise the following components.

(a) Covering letter as provided in tender document. (b) General particulars of bidder, as provided in tender document. (c) Declaration By The Bidder, as provided in tender document

(d) Documentary evidence establishing that the bidder is eligible to Tender and

is qualified to perform the contract if its tender is accepted.( Check list of

Annexure as provided in tender document)

(e) A blank copy of the in tender document signed on each page, as a

confirmation by the Bidder to accept all technical specifications /

commercial conditions. (f) Earnest money furnished in accordance with the tender requirements.

(g) Authorization letter of the Bidder, for the person representing his firm that

he is authorized to discuss and with specific mention of this tender.

3.3 BID PRICE

3.3.1 The Bidder shall indicate prices on the appropriate financial bid schedule attached to these documents.

3.3.2 DUTIES AND TAXES

The price quoted should include all taxes and duties, custom duty, excise duty,

service tax, sales tax, C.S.T., local taxes, Trade Tax/VAT, Income Tax,

Surcharge on income tax etc. if any. A Bidder shall be entirely responsible for

all taxes, duties, license fees, etc. All taxes payable as per Government income

tax& service tax norms will be payable by the Bidder. TDS will be deducted

from the payment of the Bidder as per the prevalent laws and rules of

Government of India and Government the respective states in this regard.

3.4 BID CURRENCIES R e g i o n a l O f f i c e , K R E D L , H u b l i Page 12

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

3.4.1 Prices shall be quoted in Indian Rupees (INR) only.

3.5 WORK ORDER SECURITY DEPOSIT 3.5.1 The successful Bidders, who execute the agreement with Regional Office,

KREDL for the work tendered, shall have to deposit a security amount equivalent to 10% of total ordered value, against each work order placed on them. The security deposit may be forfeited in case of non- execution of work against the work order placed.

3.5.2 The security deposit may be deposited as Bank draft issued by Nationalized

Bank, or State Bank or its subsidiary banks.

3.5.3 After satisfactory completion of work, the security money shall be released.

3.6. PERIOD OF VALIDITY OF TENDER

3.6.1 Validity of the offer should be Six months from the date of opening of the

technical bid of the tenders. Without this validity the tenders will be rejected

3.6.2 In exceptional circumstances; the Regional Office, KREDL will solicit the

Bidders consent to an extension of the period of validity. The request and the response there of shall be made in writing. The contract performance security provided under clause 3.5 above shall also be suitably extended.

3.7 BID SECURITY (Earnest Money) 3.7.1 The bidder shall furnish, as part of its bid, bid security as mentioned in the

tender document @ 10% of the bid value in the form of Bank guarantee issued by a nationalized bank, or State Bank of India and its subsidiary banks. The bank guarantee shall be valid for a period of 6 months from the opening of technical bid. (Annexure I)

3.7.2 Any bid not secured with the earnest money will be rejected by the Regional

Office, KREDL as nonresponsive.

3.7.3 No Interest shall be payable on the amount of earnest money and the same

will be released, after the tenders have been decided, to those Bidders who fail to get the contract

3.7.4 The Tender security (earnest money) may be forfeited:

a) If a Tenderer withdraws its tender during the period of tender

validity Specified by the Bidder in the tender. b) If the successful Bidder fails to sign the contract within stipulated period

3.8 FORMAT AND SIGNING OF TENDER 3.8.1 The bid must contain the name, places of business of the persons making the

tender and must be signed and sealed by the Bidder with his usual signature. The name and designations of all persons signing should be typed or printed below the signature.

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 13

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

3.8.2 Tender by corporation/ company must be signed with the legal name of the

corporation/ company/firm by the „ President, Managing director or by the„ Secretary or other designation or a person duly authorized.

3.8.3 The original copy of the Tender shall be typed or written in indelible ink and

shall be signed by the Bidder or a person duly authorized to bid. The letter of authorization shall be submitted. All the pages of the bid shall be initialled by the person or persons signing the tender.

3.8.4 The bid shall contain no interlineations, erasures or overwriting except as

necessary to correct errors made by the Bidder in which case such corrections

shall be initialled by the person or persons signing the tender.

(Signature of Bidder) with SEAL

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 14

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

SECTION: 4 SUBMISSION OF TENDER

4.1 SEALING AND MARKING OF TENDER

4.1.1 The tender must be complete in all technical and commercial respect and should

contain requisite certificate, drawings, inform active literature etc. as required in the

specification. Any queries made should be promptly replied within following time schedule.

4.1.2 Fax/ e-mail query required to be replied by fax /mail within 5 days 4.1.3 Query by letter to be replied by letter within 10 days

4.1.4 First sealed envelope (Part-I) should contain earnest money, technical

specification, brochure literature etc. It should be super scribed with tender no.

KREDL: RGNL (HBL)/ADM-01/F-50/2012-13/463,dated:04-02-2013 & “Technical Bid” All parts of tender documents except financial bid duly signed should be submitted in the first envelope. Requisite earnest money in the form of Bank Guarantee should be attached.

4.1.5 The Bidder should submit price bid duly signed on the original Financial Bid

attached with this tender document. Second sealed envelope (part-II)should

contain financial bid only. It should be super scribed with Tender No: KREDL:

RGNL (HBL)/ADM-01/F-50/2012-13/463,dated:04-02-2013 and “Financial bid”.

Anything in regard offinancial condition, payment terms, rebate etc. mentioned in

financial bid may make the tender invalid. Therefore, it is in the interest of the

Bidder not to write anything extra in part-II except price.

4.1.6 Both the envelopes along with the covering letter shall be put in third envelope super scribed with Tender No: KREDL: RGNL (HBL)/ADM-01/F-50/2012-13/463,dated:04-02-2013 opening date 28-02-2013 at 12.30PM shall be addressed to:

The Deputy General Manager, Karnataka Renewable Energy Development Limited, Regional Office, ESEPG Block, BVB College Campus, Vidyanagar, Hubli-580 031, Karnataka, India.

4.2 EXPENSES OF AGREEMENT A formal agreement should be entered in to

between Regional Office, KREDL and the contractor for the proper fulfilment of the

contract. The expenses of completing and stamping of the agreement shall be paid

by the contractor, if any.

4.3 DEADLINE FOR SUBMISSION OF BIDS: Bids must be received by the Regional

Office, KREDL at the date; time and address specified in the tender notice/ tender

documents.

4.4 LATE BIDS Any bid received after the deadline for submission of bids prescribed

by the Regional Office, KREDL pursuant to clause 4.3 will be rejected and would

not be opened.

(Signature of Bidder) with SEAL

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 15

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

SECTION 5: TENDER OPENING AND EVALUATION

5.1 OPENING OF TENDER The procedure of opening of the tender shall be as under:

5.1.1 First envelop (part-I) bearing tender specification no and subscribed

“Technical bid” shall be opened at the time and date mentioned in the

tender notice by Regional Office, KREDL representatives in the presence of

Bidders, who choose to be present.

5.1.2 Second envelope (Part-II) containing financial bid shall be opened (after

obtaining clarifications and establishing technical suitability of the offer) as

per schedule to be informed later. Second envelope of only those Bidders

shall be opened whose first envelope (part-I) shall be found commercially

clear and technically suitable. 5.2.1 CLARIFICATION OF TENDER

To assist in the examination, evaluation and comparison of bids the Regional

Office, KREDL may at its discretion ask the bidder for a clarification of its bid.

The request for clarification and the response shall be in writing.

Signature of Bidder with seal

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 16

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

SECTION-6: Procedure for Selection & Empanelment

6.0 The Procedure for Selection of the Bidder would be as follows: First the Technical bids shall be opened and evaluated. Then the price bid of technically qualified parties shall be opened.

The lowest rate (i.e. L-1) received (and in turn approved by the competent

authority) would be the Approved Rate”

6.1 Regional Office, KREDL RESERVES THE RIGHT OF NEGOTATION WITH ELIGIBLE BIDDERS BEFORE THE FINALIZATION OF THE TENDER.

6.2 Regional Office, KREDL reserves the right at the time of finalisation of tender

to increase or decrease the quantity of goods and locations of supply without any

change in price or other terms and conditions for item no.(1) or item No.(2) only or

both item (1) & (2)

6.3 Notification of Empanelment

List of successful bidders shall be displayed on the web site https://eproc.karnataka.gov.in

6.4 CONTRACT

Before execution of the work, a contract agreement for execution of the work shall be

signed by the Bidder with the Regional Office, KREDL as per the draft agreement in

Part 3. Since the agreement will be the same for all the eligible Bidders, no deviations

will be accepted. Bidder has to sign the agreement within 7 days of the communication

of KREDL, Regional Office.

Signature of Bidder with seal

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 17

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

PART 3: GENERAL CONDITIONS OF CONTRACT

1. Regional Office, KREDL, shall short list the successful bidder (s) on “Rate

Contract basis. The Project shall be executed by the Regional Office, KREDL

The successful bidder (s) shall have to sign the Contract with KREDL, Regional

Office.

In the deed of contract unless the context otherwise requires:-

DEFINITIONS “RO shall mean The DGM of the “Regional Office”,KREDL. or his representative and shall also include its successors in interest and assignees.

The Contractor” shall mean the person whose tender has been accepted by Regional

Office, KREDL (and is” empanelled) and shall include his legal representatives,

successors in interest and assignees.

o The agreement shall be on turn-key basis. The work shall be completed within

15 Days from the date of placement of supply order. However Regional Office,

KREDL may in case of urgency ask the firm to complete the work earlier, with

the mutual consent of the contractor. In case the contractor fails to execute the

said work within stipulated time, Regional Office, KREDL will be at liberty to get

the work executed from the open market without calling any tender and

without any notice to the contractor, at the risk and cost of the contractor.

Any additional cost incurred by Regional Office, KREDL shall be recovered

from the contractor. If the cost of executing the work as aforesaid shall exceed

the balance due to the contractor, and the contractor fails to make good the

additional cost, Regional Office, KREDL may recover it from the contractors

pending claims against any work in Regional Office, KREDL or in any lawful

manner.

o That on the request of the contractor and also in the interest of the organization

the Regional Office, KREDL is authorized to extend the validity of the

agreement, subject to that the request of the contractor is received before the

expiry of the agreement period, or any extended period granted to the

contractor.

o The agreement shall be deemed to be extended till the date of completion of last supply order subject to the completion period as provided above.

o In the interest of the work and the activity, agreement executed between the

contractor and the Regional Office, KREDL may be extended to a mutually agreed period, if the need so arises.

o It shall be sole responsibility of the contractor to get verified the quality &

quantity of the supplied material at the site of delivery. R e g i o n a l O f f i c e , K R E D L , H u b l i Page 18

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

2 LIQUIDATED DAMAGES

2.1 If the contractor fails to perform the services within the time periods specified

in the contract, the Regional Office, KREDL shall without prejudice to its other

remedies under the contract deduct from the contract price as liquidated

damage, a sum equivalent to 0.5% of the price of the unperformed services

for each week of delay until actual performance up to a maximum deduction

of 10% of the delayed services. Once the maximum is reached, the Regional

Office, KREDL may consider termination of the contract.

3 The contractor shall have to comply with all the rules, regulations, laws and

by-laws for the time being in force and the instructions if any, of the

organization, in whose premises the work has to be done. Regional Office,

KREDL shall have no liability in this regard. 4 FORCE MAJEURE

4.1 Notwithstanding the provisions of clauses contained in this deed; the

contractor shall not be liable for forfeiture of its performance security,

liquidated damages, termination for default, if he is unable to fulfil his

obligation under this deed due to event of force majeure circumstances.

4.2 For purpose of this clause, "Force majeure" means an event beyond the

control of the contractor and not involving the contractor's fault or negligence

and not foreseeable. Such events may include, but are not restricted to, acts

of God, Govt. either in its sovereign or contractual capacity, wars or

revolutions, fires, floods, epidemics, quarantine restrictions and freight

embargoes.

4.3 If a force majeure situation arises, the contractor shall promptly notify the

Regional Office, KREDL in writing within a week from the date situation so

arises. 4.4 The Contractor will not be held responsible in case of the following :

I. Delay in transportation within North Karnataka district due to bad road condition or obstruction by people.

II. Not allowing visits of supplier s personnel to site. III. Damage/ theft of the equipment or material by North Karnataka after

reaching North Karnataka district IV. Failure of the entrepreneur to take charge of the equipment. V. Extension beyond 6 months period.

However, if any of the above situations arises, the contractor shall immediately notify

the Regional Office, KREDL in writing. The decision of the competent authority of

Regional Office, KREDL in above conditions shall be final.

5 The High Court of adjudicator of respective states shall alone have jurisdictions to the exclusion of all other courts.

6 The contract shall not without the consent in writing of Regional Office, R e g i o n a l O f f i c e , K R E D L , H u b l i Page 19

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

KREDL transfer, assign or sublet the work under this contract or any substantial part thereof to any other party

7 Regional Office, KREDL shall have at all reasonable time access to the works being carried out by the contractor under this contract. All the work shall be carried out by the contractor to the satisfaction of Regional Office, KREDL.

8 If any question, dispute or difference what so ever shall arises between Regional Office, KREDL and the contractor, in the connection with this agreement except as to matters, the decisions for which have been specifically provided, either party may forthwith give to the other, notice in writing of existence of such question, dispute or difference and the same shall be referred to the sole arbitration of the Principal Secretary/Secretary of the State or a person nominated by him. This reference shall be governed by the Indian Arbitration Act, and the rules made there under. The award in such arbitration shall be final and binding on both the parties. Work under the agreement shall be continuing during the arbitration proceedings unless the Regional Office, KREDL or the arbitrator directs otherwise.

9 Regional Office, KREDL may at any time by notice in writing to the contractor either stop the work all together or reduce or cut it down. If the work is stopped all together, the contractor will only be paid for work done and expenses distinctly incurred by him as on preparation or the execution of the work up to the date on which such notice is received by him. Such expenses shall be assessed by “Regional Office, KREDL”, whose decision shall be final and binding on the contractor. If the work is cut down, the contractor will not be paid any compensation whatsoever for the loss or profit which he might have made if he had been allowed to complete all the work included in the contract.

10 INSPECTION AND TESTS

10.1 The following inspection procedures and tests are required by the Regional Office, KREDL.

10.2 The Regional Office, KREDL or its representative shall have the right to inspect and / or to test the goods to confirm their conformity to the contract.

10.3 Inspection at works.

10.3.1 The Regional Office, KREDL, his duly authorized representative shall have at

all reasonable times access to the suppliers premises or works and shall

have the power at all reasonable times to inspect and examine the materials

and workmanship of the works during its manufacture.

11 WARRANTY

11.1 The supplier shall warrant as per standards for quality that anything to be

furnished shall be new, free from all defects and faults in material,

workmanship and manufacture, shall be of the highest grade and consistent

with established and generally accepted standards for material of the type

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 20

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

ordered, shall be in full conformity with the specifications, drawing or samples, if any and shall if operable, operate properly.

Nothing in clause 10 above shall in any way release the supplier from any guarantee or other obligations under this contract.

11.2 Performance of Equipment: In addition to the warranty as already provided,

the supplier shall guarantee satisfactory performance of the equipment and

shall be responsible for the period or up to the date specified in hereof after

the equipment has been accepted by the Regional Office, KREDL to the

extent for any defects that may develop such defects shall be removed at his

own cost when called upon to do so by the Regional Office, KREDL.

11.3 Since the maintenance of the system may also be taken up by the contractor

after expiry of 5 years of warranty period if the end user/”Regional Office,

KREDL ” so desires, the contractor shall take up annual maintenance of the

installed system.

11.4 The contractor shall maintain the system under annual maintenance contract with the end user.

12 Notice statement and other communication send by Regional Office, KREDL

through registered post or telegram or fax or Email to the contractor at his

specified addresses shall be deemed to have been delivered to the

contractor.

13 Any work which is not covered under this contract but is essentially required

for the completion of job (to the satisfaction of Regional Office, KREDL) shall

be carried out by the contractor as extra item for which payment shall be

made separately at the rates decided by “Regional Office, KREDL”.

14 The work shall be carried out by the contractor as per design and drawings

approved by Regional Office, KREDL, wherever, necessary, the contractor shall

submit relevant designs and drawings for approval in Regional Office, KREDL,

well in advance. Work carried out without Regional Office, KREDL approval shall

not be accepted and the Regional Office, KREDL shall have right to get it

removed and to recover the cost so incurred from the contractor.

15 The contractor shall provide one copy of instruction manual and routine

maintenance manual with each unit supplied or installed, this shall be both

English and the local language Kannada. The following minimum details must be provided with manual:

a) About the complete LED STREET LIGHTING SYSTEMS and

electronics

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 21

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

b) Do’s and Don’ts

c) Clear instructions on regular maintenance and trouble shooting of the system

d) Name & address of the contact person in case of non-functioning of

the system.

16 The contractor shall not display the photographs of the work and not to take

advantage through publicity of the work without written permission of

Regional Office, KREDL.

17 PATENT RIGHT AND ROYALITIES.

The Contractor shall indemnify to the Regional Office, KREDL against all

third party claims of Infringement of patent, royalty's trademark or industrial

design rights arising from use to the goods or any part thereof.

18 PACKING FORWARDING

18.1 Contractors, wherever applicable, shall after proper painting, pack and crate

all the equipment in such manner as to protect them from deterioration and

damage during rail and road transportation to the site and storage at the site

till time of installation. Contractor shall be held responsible for all damage

due to improper packing.

19 DEMURRAGE WHARF AGE, ETC

All demurrage, wharf age and other expenses incurred due to delayed

clearance of the material or any other reason shall be to the account of the

contractor.

20 INSURANCE

The goods supplied under the contract shall be fully insured against loss or

damage incidental to manufacture or acquisition, transportation, shall be

included in the bid price.

21 TRANSPORTATION

The contractor is required under the contract to deliver the goods to the site in the bid price.

22 TERMINATION FOR INSOLVENCY

Regional Office, KREDL may at any time terminate the contract by giving

written notice to the contractor without compensation to the contractor, if it

becomes bankrupt or otherwise insolvent, provided that such termination will

not prejudice or affect any right of action or remedy, which has accrued or will

accrue thereafter to the “Regional Office, KREDL.

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 22

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

23 TERMINATION FOR CONVENIENCE

The Regional Office, KREDL, may by written notice sent to the supplier,

terminate the contract, in whole or in part at any time for its convenience. The

notice of termination shall specify that termination is for the purchaser’s

convenience in the interest of Regional Office, KREDL.

24 APPLICABLE LAW

The contractor shall be interpreted in accordance with the laws of the purchaser’s country i.e. India. The station of Regional Office, KREDL

Headquarter shall have exclusive jurisdiction in all matters arising under this contract.

25 NOTICE

25.1 Any notice given by one party to the other pursuant to the contract shall be

sent in writing or by telegram or telex/ cable or Email and confirmed in writing

to the address specified for that purpose in the special condition of contract.

25.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

26 TAXES AND DUTIES

The price quoted should include all taxes and duties, custom duty, excise

duty, service tax, sales tax, C.S.T., local taxes, Trade Tax/VAT, Income Tax,

Surcharge on income tax etc. if any. A supplier/ contractor shall be entirely

responsible for all taxes, duties, license fees, etc. All taxes payable as per

Government income tax & service tax norms will be payable by the

contractor. If any new tax/duty is levied during the contract period the same

will be borne by the firm exclusively. TDS will be deducted from the payment

of the contractor as per the prevalent laws and rules of Government of India

and Government of the respective state in this regard.

27 OTHERS:

27.1 The Contractor in consultation with Regional Office, KREDL will conduct

training programme for users, focusing on main features, operation and

maintenance of the systems including end users i.e. Pattana Panchyath.

27.2 The Contractor/supplier shall continue to provide spare parts after the expiry

of warranty period at the users cost. If the contractor fails to continue to

supply spare parts and services to users Regional Office, KREDL shall take

appropriate legal action against the firm.

27.3 After successful supply/commissioning of the system and training, the system will be handed over to the person designated by the end user (local Bodies

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 23

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

Pattana Panchaytha through Regional Office KREDL)

27.4 It shall be the sole responsibility of the contractor to get verified the quality & quantity of the supplied material at the site of delivery.

28 PAYMENTS: The payments shall be made as per the following terms and conditions:

50% of the ordered value after the supply of the complete system at

site (The contractor shall raise bill of 50% of the ordered value after

the supply of the complete system at site, duly certified by the

concerned officer of Regional Office, KREDL as per the technical

specification and terms and conditions specified in the contract)

40% of the ordered value after installation and commissioning. The

contractor shall raise bill of 40% of the ordered value after installation

and commissioning of the system along-with the handing over

certificate, indicating bill of material and successful commissioning

duly countersigned by the designated officer and end user.

10% payment to be released @2% at the end of each year for 5

years, on satisfactory performance subject to production of letter from

the users.

28.1 The contractor shall raise bill of 50% of the ordered value after the supply of

the complete system at site (duly certified by the concerned officer of

Regional Office, KREDL) as per the technical specification and terms and

conditions specified in the contract.

28.2 The contractor shall raise bill of 40% of the ordered value after installation

and commissioning of the system along-with the handing over certificate,

indicating bill of material and successful commissioning duly countersigned

by the designated officer and end user.

28.3 The balance 10% payment to be released @2% at the end of 5 years, on

satisfactory performance. However, this amount may be released against the

bank guarantee of equal amount.

29 In case of any ambiguity in interpretation of any of the provisions of the tender, the decision of Regional Office, KREDL shall be final.

(Signature of Bidder)

with seal

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 24

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

Part -4 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

Brief description of luminaries, IP65, LED mounting height and related

Luminaries

Lighting energy efficiency is a function of both the light source (the light “bulb” or lamp) and the fixture, including necessary controls, power supplies, other electronics, and optical elements. A luminarie is defined as a complete unit consisting of a lamp, together with the parts designed to distribute the light, to position and protect the lamp, and to connect the lamp to the power supply. Components that make up a luminaire include the reflector, the refractor, and the housing. These are important to ensure luminaire efficiency and cut-off and glare control, to guarantee the right level of lighting while avoiding light pollution. The specification for selection of street lighting luminaires has been provided in IS 10322 Part I to Part V.

Luminaires are classified into three categories according to the degree of glare (BIS, 1981) (their application is indicated in Table below):

Cutoff luminaire:A: A luminaire whose light distribution is characterized by rapid

reduction of luminous intensity in the region between about 80º and the horizontal.The direction of maximum intensity may vary but should be below 65º. The principal advantage of the cut-off system is the reduction of glare.

Semi-cut-off luminaire:B. A luminaire whose light distribution is characterized by a

less severe reduction in the intensity in the region of 80º to 90º. The direction of maximum intensity may vary but should be below 75º. The principal advantage of the semi-cutoff system is a greater flexibility in siting.

Group

A1

A2

B1

B2

Classification of Roads (BIS, 1981)

Description For very important routes with rapid and dense traffic where the only considerations are the safety and speed of the traffic and the comfort

of drivers For main roads with considerable mixed traffic like main city streets,

arterial roads, and thoroughfares

For secondary roads with considerable traffic such as local traffic routes, and shopping streets

For secondary roads with light traffic

Mounting Height of Luminaires (BIS, 1981)

Group Recommended Mounting Height

A1 9 to 10 meters

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 25

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

B1 7.5 to 9 meters

Others (roads bordered by trees) Less than 7.5 meters

Recommended Levels of Illumination (BIS, 1981)

Type

Average Level Ratio of Type of

of Illumination

of Road Characteristics Minimum/Average Luminaire

on Road

Road

Illumination Preferred

Surface in Lux

A-1

Important traffic routes 30

0.4 Cut-off

carrying fast traffic

Main roads carrying

mixed traffic like city

A-2 main roads/streets, 15 0.4 Cut-off

arterial roads,

throughways

Secondary roads with

B-1

considerable traffic 8

0.3 Cutoff or

like local traffic routes,

semi-cutoff

shopping streets

B-2

Secondary roads with 4

0.3 Cutoff or

light traffic

semi-cutoff

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 26

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

Lamp Technology

Type of Luminous Color

Lamp life

Rendering Remarks

Efficacy

Lamp

in hrs

(lm/W) Properties

Light High energy savings, low

Emitting 70-160 Good

40,000- maintenance, long life, no mercury.

Diode lm/W 90,000 High investment cost, nascent

(LED) technology

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 27

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

Overhang

Overhang (see Figure 2 above ) is the horizontal distance between the center of a

luminaire mounted on a bracket and the adjacent edge of a carriage way. In general,

overhang should not exceed one-fourth of the mounting height to avoid reduced

visibility of curbs, obstacles, and footpaths

Siting of Luminaires

Four fundamental types of siting arrangements are recognized in street lighting (BIS, 1981). They are:

Single side arrangement,1. Where all the luminaires are on one side of the road. This is recommended only when the width of the road is equal to or less than the mounting height.

Staggered arrangement,2. Where the luminaires are placed on either side of the road in a zigzag formation. This is recommended when the road width is 1 to 1.5 times that of the mounting height.

Opposite mounting,3. Where the luminaires are situated on either side of the road opposite to one another. This is advisable for road widths more than 1.5 times that of the mounting height. Axial mounting, 4. where the luminaires are placed along the axis of the road. This is recommended for narrow roads the width of which does not exceed the mounting height.

Operation & Maintenance

Energy consumption for street lighting can be reduced by incorporating good maintenance practices such as:

Replacing defective lamps, accessories, and wires

Early rectification of cable faults

Making sure that cables are joined properly Regular maintenance of service cabinet/fuse box to avoid loose connections

Regular cleaning of the luminaire cover to keep it free of dust/dirt and increase light output

A substantial amount of energy savings can also be achieved by installing mechanical/electronic timers and/or daylight sensors for turning street lights on and off.

WHAT IS IP65 RATING?

The resistance offered by the fixture to the penetration of solids and liquids is indicated by the IP (Ingress Protection) rating. This is a 2 digit number, the first number identifies the degree of protection against the ingress of solids and the second number against liquids e.g. IP65 indicates total protection against dust and protection against low jets of water.

FIRST DIGIT SECOND DIGIT

PROTECTION AGAINST SOLIDS PROTECTION AGAINST LIQUIDS

No Protection No Protection

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 28

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

Protected against solid objects Protection against vertical water

1 greater than 50mm (e.g. accidental 1

drops (e.g. condensation)

contact with hand)

Protected against solid objects Protection against direct sprays of

2 greater that 12mm (e.g. accidental 2

water, up to 15° from vertical

contact with finger)

Protected against solid objects Protection against direct sprays of

3 greater that 2.5mm (e.g. tools and 3

water up to 60° from vertical

wires)

Protected against solid objects Protections against water spray

4 greater than 1mm (e.g. fine tools 4

from all directions

and wires)

5 Protected against dust 5

Protection against low pressure jets

of water from all directions

6 Total protection against dust 6

Protection against jets of water of

similar to heavy seas

7

Protection against immersion

between 15 - 100cm

8 Protection against submersion

BROAD SPECIFICATION OF LED STREET LIGHT

75Watts LED Street light Specification:

The new LED Street lights proposed are to be retrofitted in range of lamps droppings in replacements for traditional flood illumination lamps such as High powered Sodium Vapour lamps.

Design Features

• Specially designed optics for optimum horizontal illumination spread • Rotatable lamp base allows for adjustable positioning in fitting • Large heat-sink

extends LED life • High power factor with integral driver - no external control gear required • Drop in replacement, with only current control gear needing to be bypassed / removed

• No strobe / flicker • Instant On (soft start to prevent inrush surge)

Mechanic Specification: Housing: Aluminium alloy

Base type: IP Connector or Connector Free

Outer Dimension: 485*185* 130* or as per the company design

Housing color: Silver Wight <12 kg (included Driver Board)

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 29

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

Electrical Specifications

Input Voltage 100 - 240v AC

Real Power 75 Watts

Power Factor >0.9

Environmental Specification: Operating Temprature:20-50

0C

Storage Temprearture:20-500C

Body Temperature :<600C @25

0C (ambient)

IP Level:IP65 LED life: over 30,000 hours

Optical Specification: CRI:82 Beam angle: X (Direction follow the road):120

0 +- 5

0

Y (Direction cross the road):1000 +- 5

0

Color Temperature:5000K +-500K

Light Output Specifications

Lumen Output 4800 Lumens (6500K)

Viewing Angle Horizontal: 120º Vertical: 60º

Colour Temperatures 4000K, 6500K

LED Efficiency >80 lm/W or > (70-160lm/W)

Design Operational Life >50,000 hours

Sodium Lamp Equivalent 150W to 250W

Average Lux Levels & Effective Illuminated Area

8m Vertical Distance 26m x 10m > 15 LUX (max 30 LUX)

10m Vertical Distance 33m x 13m > 9 LUX (max 18 LUX)

12m Vertical Distance 40m x 16m > 6 LUX (max 12 LUX)

150Watts LED Street light Specification:

Design Features

• Specially designed optics for optimum horizontal illumination spread • Rotatable lamp base allows for adjustable positioning in fitting • Large heat-sink

extends LED life • High power factor with integral driver - no external control gear required • Drop in replacement, with only current control gear needing to be bypassed / removed

• No strobe / flicker • Instant On (soft start to prevent inrush surge)

Mechanic Specification: Housing: Aluminium alloy

Base type: IP Connector or Connector Free

Outer Dimension: L690mm *W45mm *H190mm or as per the company design

Housing color: Silver Wight <12 kg (included Driver Board)

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 30

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

Electrical Specification: Input Voltage: Transformer constant 24 DC Output for lighting module Unit Emitter 1.20W. total 100pcs Emitter used or as per BIS Slandered (BIS1981) Power Consumption: above 90% efficiency for LED driver board-85% efficiency for transformer from 110VAC to 24 VDC

Environmental Specification: Operating Temprature:20-50

0C

Storage Temprearture:42-500C

Body Temperature :<450C @25

0C (ambient)

IP Level:IP65 LED life: over 30,000 hours

Optical Specification: CRI:82 Beam angle: X (Direction follow the road):120

0 +- 5

0

Y (Direction cross the road):1000 +- 5

0

Color Temperature:5000K +-500K

Light Output Specifications

Lumen Output 13200 Lumens

Viewing Angle Horizontal: 120º Vertical: 60º

Colour Temperatures 4000K, 6500K

LED Efficiency >80 lm/W or > (70-160lm/W)

Design Operational Life >50,000 hours

Sodium Lamp Equivalent 250W to 400W

Luminous flux:

75.7 Lux for 8M high

49.0 Lux for 10m high

34.8 Lux for 12m high

OTHER DETAILS

LIGHT SOURCE

1. The light source will be a white LED type. Single lamp or multiple lamps can be used. The colour temperature of white LED used in the system should be in the range of 5500oK–6500oK. Use of LEDs which emits ultraviolet light is not permitted. The lamps should be housed in an assembly suitable for outdoor use. The temperature of heat sink should not increase more than 20oC above ambient temperature even after 48 hrs of continuous operation

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 31

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

MECHANICAL COMPONENTS

(i) Metallic frame structure (with corrosion resistance paint) to be fixed on the Pole

to hold the LED Light System. The frame structure should have provision to adjust its angle of inclination to the horizontal between 0 and 45 degrees, so that it can be installed at the specified tilt angle.

(ii) It should be possible to mount the LED light system on a metallic arm attached to the pole. The metallic arm for holding the light assembly should be extended at least 1.5 metres (variable from 1.5M to 2.25M) from the pole and set at a suitable angle to maximize uniform illumination of desired level over the specified area.

(i) There will be a Name Plate on the system body, which will give: a) Name of the Manufacturer or Distinctive Logo. b) Model Number c) Serial Number d) Year of manufacture

(ii) Necessary lengths of wires / cables and fuse should be provided

QUALITY AND WARRANTY

I. Components and parts used in White LED solar street lighting systems should

conform to the latest BIS/ International specifications, wherever such specifications are available and applicable. A copy of the test report/ certificate stating conformity of BIS/ International standards must be submitted

DOCUMENTATION

(i) An Operation, Instruction and Maintenance Manual, in English and the local

language, should be provided with the solar street lighting system. Besides other information the Manual should contain the following minimum details:

a) About White LED solar street lighting system - its components and

expected performance The make, model number, country of origin and technical characteristics of W- LEDs should be stated in the product data sheet.

b) Clear instructions about mounting on Pole, and luminaire. Clear wiring instructions with line diagram

c) DO's and DONT's d) Clear instructions on regular maintenance and trouble shooting of the

system e) Name and address of the person or service center to be contacted in

case of failure or complaint.

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 32

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

PART -5

WARRANTY (INCLUDING COMPREHENSIVE MAINTENANCE) OF 05 YEARS

The LED luminairies,mechanical structures, electrical works including and

overall workmanship of the LED Lighting system must be warranted for a minimum of 5 years.

During the warranty following maintenance will required to be carried out by the bidder:

Repairing / replacement of all defective components and sub-components of the system as per the requirement to ensure proper operation of the system.

The scope of work includes repairing/replacement of part(s) /system to make

the system functional within warranty period whenever a complaint is lodged by the user at site. The breakdown shall be corrected within a period not exceeding 3- 5 days.

It is mandatory for the contractor to submit a quarterly performance/

maintenance report for each system The Comprehensive Maintenance (within warranty period) shall be executed

by the firm themselves or the authorized dealer/ service center of the firm in the concerned district.

Necessary maintenance spares for five years trouble free operation shall also be supplied with the system.

The supplier shall be responsible to replace free of cost (including transportation and insurance expenses) to the purchaser whole or any part of supply which under normal and proper use become dysfunctional within one month of issue of any such complaint by the purchaser.

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 33

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

TENDER NO. KREDL: RGNL (HBL)/ADM-01/F-50/2012-13/

TECHNICAL BID *

In compliance Variations if

Items LED used in street lights

any be

Yes/No

mentioned

1 Make :

wattage : 75 W

Single LED lamp/bulb wattage..... &

numbers of LED’s

Lumen Efficiency

Minimum 70-160 lm/W

Design Features

Mechanic Specification:

Electrical Specifications

Environmental Specification:

Optical Specification:

Light Output Specifications

Average Lux Levels & Effective

Illuminated Area

2 Make :

wattage :

150 W

Single LED lamp/bulb wattage..... &

numbers of LED’s

Lumen Efficiency

Minimum 70-160 lm/W

Design Features

Mechanic Specification:

Electrical Specifications

Environmental Specification:

Optical Specification:

Light Output Specifications

Average Lux Levels & Effective

Illuminated Area

*refer LED specification Part -4

(Signature of Bidder)

with seal

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 34

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

TENDER NO. KREDL:RGNL (HBL)/SOLAR-07/F-17/2012-13/463,dated:04-02-2013

FINANCIAL BID

Name of the Firm: ------------------------------------------------------------------------------

Supply, installation/ commissioning, Training & 5 years warrantee for fixing up

LED street lights as per the tender specification including 5 years O & M

contract.

Item Item description Quantity Earnest

Unit Rate Total

Money (EMD Amount

No.

Required* (in Rs.)

in Rs.) (in Rs.)

LED Luminaries/

Street Lights with Kalaghatgi –

1 standard fixing 15

arms # (75 W Alnavar - 45

LED fixtures) 32000

LED Luminaries/

Street Lights with Kalaghatgi –

2 standard fixing 15

arms # (150 W Alnavar - 15

LED fixtures)

Note: Item No * depending on the interest of local authority the quantity may be variable.

# fixing arm length may vary between 1.75 Mtrs to 2.2 Mtrs

NOTES:

1. Certified that rates quoted above are as per the requirement, specification terms & condition mentioned in the tender document.

2. The rates are inclusive of all taxes & duties, storage, transportation up to site,

insurance etc., and any other job required to properly execute the work.

(Signature of Bidder) with seal

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 35

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

Appendix - 1 LOCATION DETAILS OF THE STREET LIGHTS

IN KALAGHATGI AND ALNAVAR TOWNS

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 36

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 37

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 38

Tender to Procure LED Streetlights for Kalaghatgi and Alnavar Towns. 2013

R e g i o n a l O f f i c e , K R E D L , H u b l i Page 39