VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The...

112
VOL. - I TECHNICAL BID No.: Ruda/101/2015-16 Illumination Design, Supply, Installation, Testing and Commissioning of LED Street Lighting poles with related comprehensive Electrical & Mechanical Work including all necessary Equipments with 5(five) years O&M with Advertisement Rights on various locations on Ring Road 2 and on approach road of Housing project of RUDA. Sr.n o. Event Description Mile stone dates 1 Start of download of E-tender 23/12/2015 (Wednesday) to 06/01/2016 (Wednesday) upto 15:00 pm 2 Pre-Proposal Conference 30/12/2015 (Wednesday) at 11:00 am 3 Last date of online submission of E- tender 06/01/2016 (Wednesday) upto 18:00 pm 4 Date of submission of physical document EMD, Tender fee and other documents. 07/01/2016 (Thursday) during office hours from 10:30 am to 18:00 pm 5 Opening of technical bid and verification of physical documents - EMD, Tender fee and Other documents. 08/01/2016 (Friday) at 11:00 am 6 Opening of On-line price bid Will be intimated 7 Validity of Bid 180 days Director (Projects), Rajkot Urban Development Authority (RUDA), Chimanbhai Patel Vikas Bhavan, Jamnagar road,Rajkot-360001(Gujarat – India) Phone No: +91-281-2476799 & Fax No: +91-281-2450523 Website: www.rajkotuda.com

Transcript of VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The...

Page 1: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

VOL. - ITECHNICAL BID

No.: Ruda/101/2015-16Illumination Design, Supply, Installation, Testing and Commissioning ofLED Street Lighting poles with related comprehensive Electrical &Mechanical Work including all necessary Equipments with 5(five) yearsO&M with Advertisement Rights on various locations on Ring Road 2 andon approach road of Housing project of RUDA.Sr.no.

Event Description Mile stone dates

1 Start of download of E-tender 23/12/2015 (Wednesday) to06/01/2016 (Wednesday) upto 15:00pm

2 Pre-Proposal Conference 30/12/2015 (Wednesday) at 11:00 am

3 Last date of online submission of E-tender

06/01/2016 (Wednesday) upto 18:00pm

4 Date of submission of physicaldocument EMD, Tender fee andother documents.

07/01/2016 (Thursday) during officehours from 10:30 am to 18:00 pm

5 Opening of technical bid andverification of physical documents -EMD, Tender fee and Otherdocuments.

08/01/2016 (Friday) at 11:00 am

6 Opening of On-line price bid Will be intimated

7 Validity of Bid 180 days

Director (Projects),Rajkot Urban Development Authority (RUDA),

Chimanbhai Patel Vikas Bhavan,Jamnagar road,Rajkot-360001(Gujarat – India)

Phone No: +91-281-2476799 & Fax No: +91-281-2450523Website: www.rajkotuda.com

Page 2: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

No.: Ruda/101/2015-16

Illumination Design, Supply, Installation, Testing and Commissioning of LEDStreet Lighting poles with related comprehensive Electrical & MechanicalWork including all necessary Equipments with 5(five) years O&M withAdvertisement Rights on various locations on Ring Road -2 and on approachroad of Housing project of RUDA.

Page 3: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

RAJKOT URBAN DEVELOPMENT AUTHORITY

RAJKOT

Name of Work : Illumination Design, Supply, Installation, Testing andCommissioning of LED Street Lighting poles with related comprehensive Electrical &Mechanical Work including all necessary Equipments with 5(five) years O&M withAdvertisement Rights on various locations on Ring Road -2 and on approach road ofHousing project of RUDA..

Sr.no.

Event Description Mile stone dates

1 Start of download of E-tender 23/12/2015 (Wednesday) to06/01/2016 (Wednesday) upto 15:00pm

2 Pre-Proposal Conference 30/12/2015 (Wednesday) at 11:00 am

3 Last date of online submission of E-tender

06/01/2016 (Wednesday) upto 18:00pm

4 Date of submission of physicaldocument EMD, Tender fee andother documents.

07/01/2016 (Thursday) during officehours from 10:30 am to 18:00 pm

5 Opening of technical bid andverification of physical documents -EMD, Tender fee and Otherdocuments.

08/01/2016 (Friday) at 11:00 am

6 Opening of On-line price bid Will be intimated

7 Validity of Bid 180 days

VOLUME – I ( TECHNICAL BID )

Page 4: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

INDEX

VOLUME I: - TECHNICAL BID

PART – I: NOTICE INVITING TENDER

SECTION – I: INSTRUCTIONS TO TENDERERS

SECTION – II: GENERAL CONDITIONS OF CONTRACT

SECTION – III: SPECIAL CONDITIONS OF CONTRACT

PART - II: SECTION – IV: ANNEXURE 1 TO 11

PART - III: SECTION – V: TECHNICAL SPECIFICATIONS WITH RELEVANT DATA SHEETS/ DRAWINGS

VOLUME II: - PRICE BID

Part - I

Page 5: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

E-Tender - Notice Inviting Tender

The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot UrbanDevelopment Authority (RUDA), RUDA building, Chimanbhai Patel Vikas Bhavan, Jamnagarroad, Rajkot from competent Joint Venture/ contractor/ SPV for the work ofIllumination Design, Supply, Installation, Testing and Commissioning of LED StreetLighting poles with related comprehensive Electrical & Mechanical Work includingall necessary Equipments with 5(five) years O&M with Advertisement Rights onvarious locations on Ring Road -2 and on approach road of Housing project of RUDA.

SrNo

Name of Work

a) Estimated costb) Earnest moneyc) e-tender feed) Last date of online submission

1

lllumination Design, Supply, Installation,Testing and Commissioning of LED StreetLighting poles with related comprehensiveElectrical & Mechanical Work including allnecessary Equipments with 5 (Five) years ) &M with Advertisement Rights on variouslocations on Ring Road-2 and on approachroad of Housing Project of RUDA, Rajkot

a) Rs. 1,10,53,000/-b) Rs. 1.11.000/-c) Rs. 4,500/-d) Dt. 06.01.2016

Page 6: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

SITE DESCRIPTION

In order to promote the efficient use of energy and its conservation, RUDA has planned toinstall 112 LED street light poles with 144 Nos. of LED street light fittings and 224 numbersof back lit advertising LED based signboard on various locations on Ring Road 2 and onapproach road of housing project of RUDA in TP scheme no.9, plot no 31/A.The locations on Ring road – 2 are as follows:

1. At start of ring road in Ghanteshwar village2. At cross road near Bajdigadh and raiya village3. At junction near munjka and on major bridge near munjka village on ring road.4. At end of phase –I of ring road -2 near kalawad road (lakshmi no dhoro)

The location on approach road to Housing project:1. The road to housing project from Kalawad road till the main entry to Housing

project and on RAY awas yojana.

Ring road 2 . Road width is approx. 7.5 meter wide in two lanes on each side of road. RUDAis planning to install 112 numbers of conical poles with 9.0 Meter height. The Conical polewill be with single, double and triple arm bracket with 1 meters length and boom angle maybe between 0° to 10° and LED street light fittings will be fitted to these poles.

Note: - All drawings given here are indicative explanatory drawing. Please, seerespective section for further details regarding technical specification.

Page 7: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

The roadway illumination shall be as per Illumination Design criteria. Please refersection-V for Illumination Design parameters, light Distribution and photometric details.

I. Joint venture will be permitted. However, Joint Venture between two applicantbidders shall not be permitted.

A. ELIGIBILITY CRITERIA FOR JOINT VENTURE/CONSORTIUM:

i. One of the partner of any Joint Venture, consortium has to be LED light fixturesmanufacturers of India OR Authorized Distributors/ dealers of approvedBrand of LED light fixtures manufacturers mentioned in the tenderpreferably ISO certified which shall be designated as lead partner and same will bementioned in MoA / MoU. RUDA will enter into MOU/Agreement only with Leadpartner.

ii. Joint Venture / Consortium should submit necessary Joint Venture agreement inhard copy along with Volume-I of the tender indicting clearly agreement betweenlead partner and electrical contractor and advertising agency. In the JV sll thepartners will be jointly and severally responsible for completion of work.

iii. Bid from joint ventures / consortium shall be accompanied by a copy of MoA / MoUon a stamp paper of Rs. 100 outlining the joint interest to work on the project andspecifying the other terms and agreement.

iv. LED light fixtures manufacturers of India OR Authorized Distributors/ dealersof approved Brand of LED light fixtures manufacturers mentioned in thetender are only eligible to apply for this bid as a lead partner/lead bidder .Each bidder/ joint venture / consortium partner should be a reputed companyhaving operated in India for at least 2 years in respective field.

v. The lead partner shall have to apply for tender on behalf of joint ventures/consortium along with the MoA / MoU.

vi. In case of any litigation of in the event of any default arises during theexecution/Contract period of the agreement, the lead partner and all the membersof MoU will remain fully responsible.

vii. The successful joint venture/ consortium will have to submit VAT registration, PANcard, Trade license and other required documents immediately after issuance of LOI.All members of Joint venture / consortium should submit the aforesaid details.

viii. Advertising agency and electrical contractor can enter into joint venture andsubsequent MOU only with single lead partner. If any advertisement agency orelectrical contractor has entered into MOU with more than one Lead partner, it shall

Page 8: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

lead rejection of the respective bids.

ix. Litigation History (for all partners):

The bidder should provide accurate information on any litigation history orarbitration resulting from contracts completed or under execution by himover the last ten years. This should also include such cases, which are inprocess/progress. A consistent history of awards against the bidder or any partnerof a joint venture may result in failure of the bid. In case the bidder has not providedsuch information and has come to the notice of the Authority, the tender will berejected at whatsoever stage and in such case all the losses that will arise outof this issue will be recovered from the bidder and he will not have anydefense for the same.

B. ELIGIBILITY CRITERIA FOR LEAD PARTNER:

LED light fixtures manufacturers of India OR Authorized Distributors/ dealersof approved Brand of LED light fixtures manufacturers mentioned in thetender are only eligible to apply for this bid as a lead partner.

i. Experience

1.0 Lead Partner shall be a reputed company operating in India since least 2years in respective field. The lead partner shall have an experience of similarnature of work and shall have to submit a copy of certificate from thecompetent authority for satisfactory completion of the work in last 5 years.

ii. Financial Capacity

1.0 An Average annual turn-over of lead partner of last three years should not beless than Rs.50 lakhs.

2.0 The bidder /Lead partner shall have to submit audited annual reports /financial reports of last three years. Annual reports shall include theauditor’s certification & it must demonstrate the soundness of the bidder’sfinancial position, showing long-term profitability. Where necessary, theEmployer will make enquiries with the bidder’s bankers.

iii. Qualified staff

1.0 The bidder /Lead Partner shall have qualified staff with him. Details shallhave to be submitted with the tender.

2.0 The bidder /Lead Partner shall also provide the structure & organizationchart of the firm.

iv. Solvency Certificate:

Page 9: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

1.0 The bidder/Lead partner shall produce along with their tender a latestsolvency certificate of any Schedule Bank except Co-operative Bank for anamount of Rs 25 lacs.

C. ELIGIBILITY CRITERIA FOR ELECTRICAL CONTRACTOR AS PARTNER OF JOINTVENTURE/CONSORTIUM

i. Experience:

1.0 The electrical contractor should be license holder of Government of Gujarator such license is notified by the Government. The license shall be validduring the Tenancy of the contractor. Registration should be at least in "A"class.

2.0 The electrical contractor shall have successfully executed one works ofsimilar nature costing more than 50 lakhs as a main contractor in single orderin last 5 years. Also the contractor must submit a completion / performancecertificate from the owner with specific mentioning that work is completed intime and it is working satisfactorily.

ii. Financial Capacity

1.0 Average annual turn-over of last three years will be considered forevaluation. It should be Minimum Rs. 50 lakhs. Income from “ContractualReceipts” only will be taken into consideration.

2.0 The partner shall have to submit audited annual reports / financial reports oflast three years. Annual reports shall include the auditor’s certification & itmust demonstrate the soundness of the bidder’s financial position,showing long-term profitability. Where necessary, the Employer will makeenquiries with the bidder’s bankers.

iii. Qualified Staff:

1.0 The Contractor shall have qualified staff with him. Details shall be submittedwith the tender.

2.0 Contractor shall also provide the structure & organization of the firm.

3.0 Contractor shall provide the following supervisory staff for this project & the

Page 10: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

list shall be attached with the tender document:

1. One Project Engineer - Electrical Engineer (B.E.) - Min 5 yrs experience

2. One Supervisor-Electrical Engineer (Diploma.) - Min 5 yrs experience

3. One Electrician - Electrician (I.T.I.) - Min 5 yrs experience

D. ELIGIBILITY CRITERIA FOR ADVERTISING/ PUBLICITY AGENCY AS PARTNEROF JOINT VENTURE/CONSORTIUM:

i. Experience

1.0 Agency must have experience in advertisement / publicity sector in at least 3nos. of Municipal Corporations / ULBs / Govt organization for signage /hording / kiosk or similar type publicity media. Agency must have at least100 Nos. of light poles kiosk / hoardings / signage in last three financial yearsin any Municipal Corporations/ ULBs/ Govt. Organization

ii. Financial Capacity

1.0 The agency must have financial strength and capacities to execute the work.They must have their annual average Turn Over of not less than Rs. 25.00Lacs based on last three financial years.

E. If participants are Joint Venture / Consortium, then they must fulfill followingconditions:

1) The proposal should include the joint venture agreement, authorization andprofile of activities.

2) Respective member and entire JV Company should satisfy the minimumeligibility criteria of technical and financial parameters. (Eligibility Criteria)

3) The lead partner of joint venture / consortium should confirm unconditionalacceptance of the full responsibility of executing the scope of work of the tender.This confirmation should be submitted also with the tender fees/ EMD/supporting document.

Page 11: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

4) All the members of the joint venture / consortium must undertake in theirMoU/agreement that each partner shall be jointly and severally liable toauthority for any and all obligations & responsibilities arising out of thiscontract.

5) Maximum number of members that can be allowed in any particular JV/consortium must be 3 (Three).

II. Along with the technical bid the Earnest Money Deposit (the EMD) amounting toRs.1,11,000/- shall have to be paid in form of Demand Draft of any Schedule Bankexcept Co-operative Bank in favor of The Chief Executive Officer, Rajkot

Urban Development Authority, Rajkot payable at Rajkot. T h e E M D ofunsuccessful bidders will refundable after submission of Security Deposit bysuccessful bidder. The EMD of successful bidder will be refundable after

entering into agreement and payment of Security Deposit. Alternatively the Bidder shallhave an option of bank guarantee acceptable to the RUDA and in such event, the validityperiod of bank guarantee shall not be less than 180 (one hundred and eighty days) from thelast date of the submission of the bid, and may be extended as may be mutually agreedbetween RUDA and Bidder from time to time. The Bid shall be rejected if it is notaccompanied with the EMD.

III. Security Deposit (Performance Bank Guaranty): 15% of Contract Value.

Ø 10% in form of Bank Guarantee before signing the contract.

Ø Balance security deposit shall be deducted at the rate of 5% from eachprogressive/final bills of bidder so that the total security deposit amounts to15% of the total value of work actually executed.

Ø The full security deposit amount shall be refunded, without any interest,after deduction of dues, taxes (if any) on expiry of five year’s guaranteeperiod after successful completion and handing over of the entire work.

IV. The e-Tender fee is Rs.6000/- will be accepted only in form of Demand Draft infavor of

The Chief Executive Officer, Rajkot Urban Development Authority, Rajkot payable atRajkot, from any Scheduled bank (except Co-operative Bank) in India and must bedelivered to above address.

V. The physical submission shall be accompanied with the Income tax return copy ofthe last three financial years. (optional).

VI. E-tender shall duly completed in all respect shall be submitted online and One set

Page 12: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

(Print out) of tender documents Volume I ( Part-I, II, III) & un-priced Volume II including addendum, if any and other documents as required in this tender), duly stamped & signed in all pages shall be submitted with physical submission at the following address on the date and time mentioned in tender notice. (Submission of physical documents)

Director (Projects),Rajkot Urban Development Authority (RUDA),

RUDA building, Chimanbhai Patel Vikas Bhavan,Jamnagar road, Rajkot-360001.

VII. The physical submission shall clearly state in the forwarding letter to be enclosed with the tender documents, there is no deviations from General Terms and Conditions. If no such letter is received, it will be presumed that the tenderer does not agree with the General Terms and Conditions and their tender will be rejected.

VIII. Bidders may obtain further information from, and inspect site of work and downloadthe bidding documents from www.ruda.nprocure.com or www.nprocure.com and submit the online e-tender within the stipulated date and time.

IX. The tenderer is required to check the website for Addendum if any before 48 hours of tender submission date and time. The tenderer who quotes the tender without attaching the addendum will be rejected.

X. Bidders are to submit the required online details electronically. Initially only thetechnical proposals are opened. Technical proposals which are submitted by non-qualified bidders or which are not substantially responsive will be rejected. Theprice proposals of only responsive bidders will be opened.

XI. Online submission of e-tender document is up to 06/01/2016 at 18:00 Hrs. Thebid security and attested & sealed copy of all appendix details must be includedwith the physical submission of technical proposal.

XII. Physical submission of EMD and tender fees as well as other documents askedin tender should be done on 07/01/2016 during office hours (10.30 Hrs. to18:00hrs). Verification of submitted documents (EMD, e-Tender fees and otherdocuments asked) will be done on 08/01/2016.

XIII. The technical bids from the bidders received, will be opened online in the presence of the bidder’s representatives; who choose to attend at the office o Director (Projects), Rajkot Urban Development Authority (RUDA), RUDA building, Chimanbhai Patel Vikas Bhavan, Jamnagar road, Rajkot at the time and date mentioned in tender notice and the technical bids will be scrutinized by RUDA for satisfying eligibility criteria prescribed in the tender document for the bidders for this work.

Page 13: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

XIV. The price proposals will be opened online in the presence of the bidder'srepresentatives who choose to attend at the time and date and at the address to beadvised by the Employer after approval of the evaluation of the technical proposals.

XV. Tenders received without Earnest Money & Tender Fee will be considered as Non-Responsive and will be rejected outright.

XVI. The conditional tender will not be accepted and will be rejected outright.

XVII. Acceptance of the tenders will rest with The Chief Executive Officer, Rajkot UrbanDevelopment Authority, Rajkot, who does not bind himself to accept the lowesttender and reserves the right to reject any or all tenders without assigning anyreason thereof.

XVIII. The tender for the work shall remain open for a period of 180 days from the last dateof submission of the tender and the tenderer shall not be allowed to withdraw ormodify the offer on his own during this period. Any modifications or additions interms and conditions of his tender not acceptable to The Chief Executive Officer,Rajkot Urban Development Authority, Rajkot shall without prejudice to any right orremedy, be at liberty to forfeit in full said earnest money absolutely.

XIX. Incomplete tender which does not fulfill any of the above conditions will be liable forrejection. Tender will also be liable to be rejected if –1) The tenderer proposes any alteration in the work specified or in the time

allowed in carrying out the works or make corrections in Schedule of Quantitiesin physical submission.

2) Any of the page or pages in the tender is / are removed or replaced.3) The rate of each item is not entered in online form in Financial Bid.4) All corrections, additions or pasted slips are not initialed by the tenderer in

supporting document.5) Any erasure is made in the tender submitted with physical document.6) The tenderer or in the case of a firm, each partner or the person holding the

power of attorney thereof does not sign or the signature(s) is (are) not attestedby the witness, wherever it is required.

7) Earnest money for required amount is not paid with the physical submissionand not entered online.

8) the tenderer submit the physical document without signing relevant print out ofpages of the bid and amendments, if any.

XX. In the event of any calculation error found in the bid of submission, the rate will beconsidered as final and accordingly the amount will be corrected.

Page 14: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

XXI. RUDA reserves the right to reject all the tenders or the lowest or any other tenderwhich is in the judgment of the RUDA and also does not appear to be in its bestinterest and the tenderer shall have no cause of action or claim against the RUDA orits officers, employees, successors for assignees for rejection of its tender.

XXII. It must be clearly and distinctly understood that the conditions of contract andspecifications shall be rigidly enforced and no relaxation on the grounds of customsprevailing shall be allowed.

XXIII. The quoted rates shall firm and fixed inclusive of all the taxes and duties. During thecourse of implementation the statutory variations if any will be on account ofagency.

XXIV. It is presumed that the tenderer have visited the site of work, fully acquaintedhimself with the local situations regarding materials, labour and other factorspertaining to work and have studied the design, plans and estimates beforesubmitting the tender. No price escalation will be entertained in redesign ofany of items related to this project.

XXV. It will be the responsibility of the bidder to arrange for necessary import license andclearance of Govt. of India in time, if required, so that the imported plant orequipment could be utilized for the proposed work. The bidder has to assure RUDAthat he is in a position to import the plant or equipment at the time ofcommencement of proposed work.

XXVI. The work is to be completed in all respects as per the time schedule from the date ofwritten order to be commencing the work. Within this period, the bidder shall takeapproval of all documents & drawings and as per tender specification.

XXVII. The tenderer shall carefully read the eligibility criteria, given in "INSTRUCTIONS TOTENDERERS ", furnish the details and satisfy the same; otherwise the tender will berejected without assigning any reason.

XXVIII. All fees, Royalty or rent of any land/ godown/ house to store any material related toany project will be paid by bidder.

XXIX. In execution of work, if any connection of electricity cable, telephone line, watersupply line, underground drainage line, gas line or any private line of any privateproperty will be cut by any person or machinery or equipment of bidder, allresponsibility will be of bidder and bidder has to pay whatever charges incurred tojoint it in proper workable condition.

XXX. O & M period shall commence from the date of issue of satisfactory Installation,Testing and Commissioning certificate of all LED Street light from Engineer-in-

Page 15: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

charge.

XXXI. This notice will form part of the Contract.

XXXII Statutory recovery: 1. RUDA will recover the following amount from each running bill:

· 1% of value of bill aganist Labour Cess

· 0.6% of value of bill aganist VAT.

· 2% of Income Tax

· 5% Retention money.

Signature of Tenderer:

Name:

Company’s seal:

Date:

Page 16: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

SECTION – IINSTRUCTIONS TO TENDERERS

1.0 Note

1.1 These instructions are provided to assist tenderer while preparing their tenders.

2.0 Invitation to Tender

2.1 The Chief Executive Officer, RUDA for and on behalf of the Rajkot UrbanDevelopment Authority, Rajkot, hereinafter referred to as the RUDA, will receiveonline tenders for the Illumination Design, Supply, Installation, Testing andCommissioning of LED Street Lighting poles with related comprehensive Electrical &Mechanical Work including all necessary Equipments with 5(five) years O&M withAdvertisement Rights on Ring Road 2 and Housing project according to thespecifications and Schedule of Quantities in the tender documents herewithattached.

2.2 Physical submission will be received either by RPAD / speed post / Courier /Personal during date and time as mentioned in tender notice. Tenderer’s authorizedrepresentatives may attend the online tender opening. The tenders shall be openedat the date and time as mentioned in tender notice.

2.3 The RUDA does not bind himself to accept the lowest or any tender. If the tendererwishes to offer discount in the event of the entire work, he shall state so in thetender.

2.4 Tender documents are not transferable.

3.0 Tender Validity Period

3.1 The tender shall be kept valid for acceptance for a period of One Hundred Eighty(180) calendar days from the last date of submission of the tender.

4.0 Language of Tender

Page 17: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

4.1 Tenders shall be submitted in English, and all information in the tender shall be inEnglish. Information in any other language shall be accompanied by its

translation in English. Failure to comply with this may disqualify a tender. OnlyEnglish text shall be governing.

5.0 Content of Tender Documents

5.1 The goods required, tendering procedures and contract terms are prescribed inthe Tender Document. In addition to the Invitation for Tenders, the TenderDocument includes:

a. Instructions to Tenderer

b. General Conditions of Contract

c. Special Conditions of Contract

d. Scope of Works

e. Technical Specifications

f. Price Schedules

g. Tender Form

h. Tender Security Form

i. Contract Form; and

j. Performance Security Form

5.2 The Tenderer is expected to examine all instructions, forms, terms andspecifications in the Tender Document. Failure to furnish all information requiredby the Tender Document or submission of Tender not substantially responsive tothe Tender Document in every respect will be at the Tenderer’s risk and may resultin the rejection of their Tender.

6.0 Earnest Money Deposit

6.1 Along with the technical bid the Earnest Money Deposit (the EMD) amounting to

Page 18: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Rs.1,11,000/- shall have to be paid in form of Demand Draft of any Schedule Bankexcept Co-operative Bank in favor of The Chief Executive Officer, Rajkot UrbanDevelopment Authority, Rajkot payable at Rajkot. The EMD of successful bidder willbe refundable after payment of Security deposit and entering in to agreement withRUDA.

6.2 The Bidder will have an option of EMD in form of bank guarantee acceptable to theRUDA and in such event, the validity period of bank guarantee shall not be less than180 (one hundred and eighty days) from the last date of the submission of the bid,and may be extended as may be mutually agreed between RUDA and Bidder fromtime to time. The Bid shall outright rejected if it is not accompanied by the EMD.

6.3 Tender not accompanied by Earnest Money & Tender fee as required shall berejected as non- responsive.

6.4 If during the tender validity period, the tenderer withdraws his tender or thesuccessful tenderer fails to accept the contract within 15 calendar days afterreceiving notice of the award of contract and fails to submit security deposit, theearnest money shall be forfeited and the tenderer may be disqualified fromtendering for further works with the Rajkot Urban Development Authority.

6.4 No interest will be paid on any tender deposit.

7.0 Income Tax Return

7.1 The tender must be accompanied by an Income –Tax clearance Certificate forthe last three financial years or has to provide IT return documents. Tenderedhave to submit PAN card copy. (optional)

8.0 Submission of Tenders

8.1 E-tender shall duly completed in all respect shall be submitted online and One set(Print out) of tender documents Volume I: (Part-I, II, III) & un-priced Volume IIincluding addendum, if any and other documents as required in this tender), dulystamped & signed in all pages shall be submitted with physical submission at thefollowing address on the date and time mentioned in tender notice. (Submission ofphysical documents)

Director (Projects),

Rajkot Urban Development Authority (RUDA),

RUDA building, Chimanbhai Patel Vikas Bhavan,

Jamnagar road, Rajkot-360001

8.2 The sealed envelope of physical document shall show on the outer cover, the name

Page 19: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

of the tenderer and his address. On the left side of the envelope of technical bid itshall be clearly mentioned as “Technical Bid for – LED street light work onvarious locations on Ring road-2 and along approach of Housing project –RUDA.”

8.3 The tender shall be considered non-responsive if Technical specifications (Part - II)and Schedule of quantities (Part-III) are not complete in all respect. Tenderer isrequested to submit online tenders well in time before stipulated date and time ofreceipt; so as to avoid rush at the closing hours.

8.4 The physical document shall be accompanied by the following documents:

a) Tender fee as mentioned in tenderb) EMD as mentioned in tenderc) Print out of tender with duly stamped & signed.d) The work completed by tenderer during last 3 years, he should submit

satisfactory completion certificate & purchase order copies from the owner.e) A certificate of registration minimum "A" class as approved Contractor should

be attached with the tender.f) VAT registration certificate, PAN Card copy, PF registration certificate, Service

tax registration certificate, CA certificates for annual turnover, solvencycertificate from any scheduled bank.

g) Any other supporting document as required in tender.

9.0 General Performance Data

9.1 Tenderer shall submit online as well as physically supporting document with thefollowing information:a) Evidence of financial capacity to execute a contract of this magnitude in terms of

solvency certificate, annual turnover.b) The bidders are requested to furnish requisite information to enable the

competent authority to decide the technical and financial capability of thebidder, based on which, the bidder shall be evaluated.

c) Experience of similar works with names of authorities for which the works wereexecuted along with completion / performance certificate from the owner withspecific mention that work is completed in time and it is completedsatisfactorily.

d) List of current jobs of comparable nature along with starting date and likelycompletion dates with their contract values.

e) The extent of responsibilities carried by Contractors associated with thetenderer.

f) General detail of tenderers’ organization, management, staff and personnel,Facilities for design and execution.

Page 20: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

9.2 Tenders will not be considered if the above information is not provided or isconsidered to be unsatisfactory.

10.0 Stamping & Signing of print out of Tender Document

10.1 Tenderer is requested to quote the item rates and their total offered amount of thework.

10.2 If the tender is submitted by a proprietary firm, it shall be signed by the proprietorabove his name and the name of his firm with its current address.

10.3 If the tender is made by a limited company or a limited Corporation, it shall be

igned by a duly authorized person holding the power of attorney for signingthe tender, in which case, a certified copy of the power of attorney shallaccompany the tender. Such limited Company or Corporation may be required tofurnish satisfactory evidence of its existence before the contract is awarded.

11.0 Amendment of Tender Documents

11.1 Modifications of specifications and extension of the closing date of the tender, ifrequired, will be made by an Addendum which will be put up online on website.These shall be signed and returned by the tenderer and shall form a part of thetender document.

11.2 The tenderer shall not add to or amend the text of any of the documents except in sofar as may be necessary to comply with the Addenda.

12.0 Eligible Tenderer

12.1 Assessment of Bids:

Bid applications will normally be assessed using following process. The contract willonly be awarded to responsible, financially sound and well experienced contractorson the following basis:

(A) Work experience and Financial Requirement for bidder / Joint Venture /Consortium

(B) Work experience and Financial Requirement for Advertising/ Publicityagency/ member

(C) Qualified staff

12.2 Litigation History

The bidder should provide accurate information on any litigation history orarbitration resulting from contracts completed or under execution by him over the

Page 21: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

last ten years. This should also include such cases, which are in process/progress. Aconsistent history of awards against the bidder or any partner of a joint venture mayresult in failure of the bid. In case the bidder has not provided such information andhas come to the notice of the Authority, the tender will be rejected at whatsoeverstage and in such case all the losses that will arise out of this issue will be recoveredfrom the tenderer / contractor and he will not have any defence for the same.

12.3 Solvency Certificate:

The bidder/lead partner shall produce along with their tender a latest solvencycertificate of any Schedule Bank except Co-operative Bank for an amount of Rs 25lacs.

12.4 Evaluation of Tenders

For evaluation and comparison of bids, the following factors shall be considered.

a) Qualification criteria for contractor as mentioned in the Tender.b) The time of completion of this work, is essence contract. The work is to be

completed within the time schedule given from the date of the work ordergiven.

c) The reliability of the proposed execution of electrical work.d) Technical competence.e) Relative quality of previous jobs.f) Organization set up.g) Financial capacity of the participant.

13.0 Policy for tenders under consideration

13.1 Tenders shall be deemed to be under consideration from the opening of tenders,until such time as an official announcement of award is made.

13.2 While tenders are under consideration, tenderer and their representatives, or otherinterested parties, are advised to refrain from contacting by any means to any RUDApersonnel or representatives on matters related to the tenders under study. TheEngineer’s Representative, if necessary, will obtain clarification of tenders byrequesting such information from any or all the tenderer either in writing orthrough personal contact, as may be necessary. The tenderer will not be permittedto change the substance of his tender after tenders have been opened.

14.0 Award of Contract

Page 22: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

14.1 Notification of award will be made in writing to the successful tenderer.

14.2 The contract will be awarded to the technically and financially qualified andresponsive tenderer offering the lowest overall evaluated tender or tenders inconformance with specifications. Evaluation of tenders and policy for tenders underconsiderations, mentioned earlier.

14.3 In case, the tender is found technically responsive, tenderer will be intimatedaccordingly.

15.0 Signing of Contract

15.1 The successful tenderer shall be required to execute the Contract within 15 days ofreceipt of intimation to execute the Contract. If the contractor will not pay securitydeposit and will not sign agreement within 15 days after issuing the first letter fromthe authority of RUDA, his EMD shall be forfeited and such tenderer shall bedisqualified for getting further any work in RUDA. Also their registration will bekept in abeyance for three years.

15.2 The person to sign the contract documents shall be the persons as detailed in tenderdocument i.e. signing of tender documents.

16.0 Stamp Duty and Legal Charges

16.1 It shall be incumbent on the successful tenderer to pay stamp duty on the contractand legal charges for preparation of the contract agreement.

17.0 Tender Security

17.1 Tenderer shall furnish, as part of its Tender, Tender security for the amount asindicated in the form and it shall be submitted in cover with tender.

17.2 The Tender security is required to protect the Purchaser against the risk ofTenderer’s conduct which would warrant the security’s forfeiture

17.3 The Tender security shall be denominated in the currency of the Tender. A bankguarantee issued by a bank acceptable to the Purchaser, in the form provided in theTender Document and valid for 30 days beyond the validity of the Tender.

17.4 Any Tender not secured in accordance with above clause no: 17.1 to 17.3 will berejected by the Purchaser as non responsive, pursuant to Clause 17.

17.5 Unsuccessful Tenderer’s Tender security will be discharged / returned as promptly

Page 23: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

as possible but not later than 30 days after the expiration of the period of Tendervalidity prescribed by the Purchaser

17.6 The successful Tenderer’s Tender security will be discharged only after executingthe Contract.

17.7 The Tender security may be forfeited:

a) If a Tenderer withdraws its Tender during the period of Tender validityspecified by the Tenderer on the Tender Form’ or

b) In the case of successful Tenderer, if the Tenderer fails:· to sign the Contract; or· to furnish performance security

17.8 No interest will be paid on Tender security.

18.0 Period of Validity of Tenders

18.1 Tenders shall remain valid for 180 days from the date of Technical bid openingprescribed by the Purchaser. Tender valid for a shorter period i.e. less than 180 daysmay be rejected by the Purchaser as non -responsive.

18.2 In exceptional circumstances, the Purchaser may solicit the Tenderer’s consent to anextension of the period of made in writing (or by fax / email). The Tender securityprovided shall also be suitably extended. A Tenderer may refuse the request withoutforfeiting its Tender security. A Tenderer granting the request will not be requirednor permitted to modify its Tender.

19.0 Performance Security

19.1 Within 15 days after the Tenderer’s receipt of notification of award of the Contract,the Tenderer shall furnish performance security to the Purchaser in the amountspecified in the Special Conditions of Contract.

19.2 The proceeds of the performance security shall be payable to the Purchaser ascompensation for any loss resulting from the Tenderer’s failure to complete itsobligations under the Contract.

19.3 The performance security shall be denominated in Indian Rupees and shall be in thefollowing forms.

19.4 A bank guarantee or irrevocable Letter of Credit issued by a bank acceptable to the

Page 24: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Purchaser, in the form provided in the Tender Documents or another formacceptable to the Purchaser.

19.5 The performance security will be discharged by the Purchaser and returned to

the Tenderer not later than 30 days following the date of completion of theTenderer’s performance obligations, including any warranty obligations, under theContract.

20.0 Advertisement rights:

Contractor/JV/Consortium to whom advertisement right is given by RUDA is alsohereinafter called the “Licensee” and Rajkot Urban Development Authority (RUDA)is also hereinafter called the “Licensor”.

20.1 Licensee will be penalized up to Rs.10,000/- per offence by RUDA in addition to anyother criminal liability under any law of Govt. of India or Govt. of Gujarat on thefollowing offense:

i. Late payment of RUDA dues including interest accrued due to late payment.The licensee must deposit license fees of the quarter in advance by the duedate. No excuse of non/late receipt of bill/invoice will be entertained as thepayment schedule is clearly mentioned in the contract. Not following theinstructions of the RUDA regarding Advertisements even after 1 day from thedate of issue of notice.

ii. Any staff of licensee found in drunken condition/indulging in bad conduct.Any staff of the licensee found creating nuisance on duty sticking of stickersor hanging of banners or any other form of presentation other than allowed.

iii. Improper maintenance defacement of the advertisement, hanging of wiresetc.

iv. Dishonor of drafts and Cheques given by Licensee in favor of The ChiefExecutive Officer, RUDA.

v. Misbehavior with staff of RUDA. Not following safety and security norms asmay be indicated by authorised representative of RUDA.

vi. Not following instructions issued by RUDA from time to time and otherviolations of the contract agreement. Using of additional area without priorapproval of RUDA.

Page 25: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

20.2 Deduction of Dues: RUDA reserves the right for deduction of RUDA dues fromLicensee’s security amount on the following grounds:

a) Any amount imposed as a fine by RUDA for irregularities Committed by theLicensee.

b) Any amount which RUDA becomes liable to the Government /Third party onbehalf of any default of the Licensee or any of his/her/theirservant/agent/employees or staff.

c) Any payment/fine made under the order / judgment of any court /consumer forum or law enforcing agency or any person working on hisbehalf.

d) Any other outstanding amount. Once the amount under this clause isdebited, the Licensee shall reimburse the security deposit to the extent theamount is debited within 15 days of such debit by RUDA (Licensor) failingwhich it will be treated as breach of agreement and may lead to terminationof agreement with forfeiture of all amounts including interest free securitydeposit in favor of RUDA.

20.3 Joint Inspection: Periodical joint inspections will be conducted by RUDA with theLicensee and in case of any discrepancy or beaches of instructions issued by

RUDA, the RUDA reserves the right to impose fine of Rs.10,000/- (Rs. Ten thousandsonly) per irregularity.

20.4 Repeated visualization to result in cancelation: For repeated violation ofinstructions, breach of agreement, RUDA has the right to cancel the agreement at therisk and cost of the Licensee, including forfeiture of interest free Security deposit.

20.5 Power to waive fines: The power to waive fines and penalty vests with CEO, RUDAor his authorized representative.

20.6 License to be non-transferable: The license for Advertising rights is not transferable.

20.7 Compliance of statutory /labour laws: The Licensee shall comply with all theprovisions of statutory laws, Labour Laws regulation in force including but notlimited to the Contract Labour (Regulation & Abolition) Act, 1976, any subsequentamendment thereof and the rules made there under. Licensee will indemnify theRUDA for any loss and damages suffered due to violation of its provision.

20.8 All other laws to be applicable: The Licensee shall comply with all applicable laws of

Page 26: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

land, including Pollution Control Board guidelines and RUDA can’t be held liable forany change/modification in these laws which adversely affect this tender. No claimor compensation on this account will be entertained.

20.9 Selection of Advertisements:

The Licensee shall take into account the following aspects while selectingadvertisements for the licensed Unipoles:

1. The advertisement is prohibited from carrying information or graphic or otheritems relating to alcohol and tobacco products.

2. The advertisement will have no objectionable and indecent portrays of people,products or any items. The advertisements should not hurt the sentiments ofany group or groups of the society.

3. Political advertisements are not allowed.

4. The use of RUDA’s name, logo or title without the licensor’s prior permission isstrictly prohibited. No co-branding with the Licensor is allowed, without priorpermission.

20.10 Indemnification of RUDA against loose/damages: Fixing arrangements should besuch that these should not damage the structures. Any loss or damage caused due tothis to any men’s property or life, the licensee will be solely responsible and liable tofine/penalty as per actual. The licensee must take third party insurance cover, thelicensee agrees and undertakes to indemnify and hold the RUDA (licensor) harmlessagainst any and all liabilities, Losses, damage, claims, expenses suffered by the RUDA(licensor) as a result of not taking such insurance cover by the licensee. The licenseeshall also strictly abide by any safety guidelines as may be issued by RUDA from timeto time.

20.11 Prior approval of RUDA before fixing: The fixing structures for advertisements andthe advertisement their will be placed should have the prior approval from RUDA atall times before fixing /placing these at the approved sites by the licensee.

20.12 Some reserved Rights:

a.) I/we understand, comprehend and also agrees that RUDA reserves the right toissue changes, modifications to the terms and conditions, revise the documentaltogether or even cancel or put on hold the tender process by openannouncement before the date and time of submission of the tender.

Page 27: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

I/we agree voluntarily not to contest this issue or seek any claim orcompensation on this account.

b.) Licensee shall comply with and abide by the judgments passed from time to timeby Hon. Supreme Court/High Court or any other judicial/quasi judicial body ofthe country.

c.) I/we shall not ask for any claim or seek any compensation from RUDA if anyadvertisement spaces are not permitted due to any restrictions imposedpermanent/temporary by the court or civil authorities. In such cases licenseemay seek for alternative bare spaces in confirmation with any restrictionsimposed permanent/temporary by the court or civil authorities.

d.) RUDA reserves the right to in identify new additional sites of any kind/nature inany manner to put advertisement on them in future for which separate tenderswill be invited.

e.) Defaulters of payment in old agreement of outdoor media sites of RUDA/Municipal Corporation, RAJKOT, will not be allowed to participate in thistender.

20.13 Subletting of Rights: At no time subletting of rights for advertisement to any otherparty / other advertising agencies /outdoor agencies or out of home advertisingagencies would be permissible under this agreement.

20.14 Prevention of Defacement the Successful bidder of this tender will be responsible tostop any kind of defacement by way of illegal hoardings, banners/posters or by anyother mean of illegal advertisement on Govt. buildings / Properties otherwise heshall be responsible to remove the same at his own cost.

20.15 Assets to become property of RUDA upon completion: At the expiry of tenure of 5years all Unipoles and their fixing arrangement along with Server room equipmentsand other infrastructure will become the property of RUDA. Licensee is required tohand over all such facilities to RUDA in good working condition. The licensee shallnot tamper with the same or change their configuration. If the Unipoles are nothanded over in good condition as required under this agreement, RUDA reservesthe right to seek exemplary damages and indemnification.

20.16 The security deposit of the licensee will released after adjustment of any kind of

Page 28: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

dues. Upon Natural completion display of advertisement must be stoppedimmediately.

20.17 Assets to become property of RUDA including LED sign board, street light poles,LED lamps & accessories etc. upon premature termination: All Structures and theirfixing arrangement along with Server room equipments and other infrastructurewill become the property of RUDA. Licensee is required to hand over all suchfacilities to RUDA in good working condition. The licensee shall not tamper with thesame or change their configuration. In case of failure RUDA reserves the right toseek exemplary damages and indemnification.

Signature of Tenderer:

Name:

Company’s seal:

Date:

Page 29: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development
Page 30: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

SECTION - IIGENERAL CONDITIONS OF CONTRACT

1.0 Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the Purchaserand the Tenderer, as recorded in the Contract Form signed by the parties.Including all attachments & appendices thereto and all documentsincorporated by reference therein;

(b) “The Contract Price” means the price payable to the Tenderer under theContract for the full and proper performance of its contractual obligations;

(c) “The Goods” means all of the equipment, machinery, and / or other materialswhich the supplier is required to supply to the Purchaser under theContract;

(d) “Services” means services ancillary to the supply of the Goods, such astransportation & insurance, and any commissioning, provision of technicalassistance, training and other such obligations of the Tenderer coveredunder the Contract;

(e) “The Purchaser” means the Organization purchasing the Goods; and

(f) “The Tenderer” means the individual or firm supplying the Goods under thisContract.

2.0 Standards

2.1 The Goods supplied under this Contract shall conform to the standards mentioned inthe Technical Specifications, and, when no applicable standard is mentioned, to theauthoritative standard appropriate to the Good’s country of origin and suchstandards shall be the latest issued by the concerned institution.

3.0 Use of Contract Documents and Information

3.1 The Tenderer shall not, without the Purchaser’s prior written consent, disclose theContract, or any provision thereof, or any specification, plan, drawing, pattern,sample or information furnished by or on behalf of the Purchaser in connectiontherewith, to any person other than a person employed by the Tenderer in theperformance of the Contract.

Page 31: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

3.2 The Tenderer shall not, without the Purchaser’s prior written consent, make use ofany document or information enumerated in para 3.1 except for purposes ofperforming the contract

3.3 Any document, other than the Contract itself, enumerated in para 3.1 shall remainthe property of the Purchaser and shall be returned (in all copies) to the Purchaseron completion of the Tenderer’s performance under the Contract, if so required bythe Purchaser.

4.0 Patent Rights

4.1 The Tenderer shall indemnify the Purchaser against all third-party claimsof infringement of patent, trademark or industrial design rights arising from use ofthe Goods or any part thereof in India.

5.0 Security Deposit (Performance Bank Guaranty): 15% of Contract Value.

Ø 10% in form of Bank Guarantee before signing the contract.

Ø Balance security deposit shall be deducted at the rate of 5% from eachprogressive/final bills of contractor so that the total security deposit amounts to15% of the total value of work actually executed.

Ø The full security deposit amount shall be refunded, without any interest, afterdeduction of dues, taxes (if any) on expiry of five year’s guarantee periodafter successful completion and handing over of the entire work.

An irrevocable bank guarantee issued by a bank acceptable to the Purchaser, in theform provided in the Tender Documents or another form acceptable to thePurchaser.

5.1 The performance security will be discharged by the Purchaser and returned to theTenderer not later than 30 days following the date of completion of the Tenderer’sperformance obligations, including any warranty obligations, under the Contract.

6.0 Tools & Tackles:

All tools and tackles required for the job shall have to be procured by the contractorat his cost and they will be retained their property. The contractor will have tomaintain reliable sets of tools and tackles in adequate quantities so as to completethe job as expeditiously as possible.

Page 32: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

7.0 Inspections and Tests

7.1 The Purchaser or its representative shall have the right to inspect and / or to testthe Goods to confirm their conformity to the Contract. The special conditions ofcontract and / or the Technical Specification shall specify what inspections and teststhe Purchaser requires and where they are to be conducted. The Purchaser shallnotify the Tenderer in writing of the identity of any representatives retained forthese purposes.

7.2 The inspections and tests may be conducted on the premises of the Tenderer, atpoint of delivery and / or at the Good’s final destination. Where conducted on thepremises of the Tenderer, all reasonable facilities and assistance (includingaccess to site, drawings and production data) shall be furnished to the inspectors atno charge to the Purchaser.

7.3 Should any inspected or tested Goods fail to conform to the Specifications/tenderconditions, the Purchaser may reject them and the Tenderer shall either replace therejected Goods or make all alterations necessary to meet specification requirementsfree of cost to the Purchaser.

7.4 The Purchaser’s right to inspect, test and, where necessary, reject the Gods after theGood’s arrival in India shall in no way be limited or waived by reason of the Goodshaving previously been inspected, tested and passed by the Purchaser or itsrepresentative prior to the Goods’ shipment from the country of origin.

7.5 Nothing in above clause shall in any way release the Tenderer from any warranty orother obligations under this Contract.

7.6 At random sample will be collected from ordered - materials is received atsite/store and taken to Govt. recognized institution / laboratories for testing underrelevant standard only getting satisfactory test report certificates same shall beaccepted and payment will be processed. All expanses to carry-out any tests will beborn / deposited by the tenderer. Tenderer or his authorized representative canremain present during sampling. If any test fails the contractor has to replace thesame within 10 days.

8.0 Packing

8.1 The Tenderer shall provide such packing of the Goods as is required to prevent theirdamage or deterioration during transit to their final destination as indicated in theContract. The packing shall be sufficient to withstand, without limitation, roughhandling during transit and exposure to extreme temperatures, salt and

Page 33: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

precipitation during transit and open storage. Packing case size and weights shalltake into consideration, where appropriate, the remoteness of the Good’s finaldestination and the absence of heavy handling facilities at all points in transit.

8.2 The packing, marking and documentation within and outside the package shallcomply strictly with such special requirements as shall be expressly provided for inthe Contract and, in any subsequent instructions ordered by the Purchaser.

9.0 Delivery and Documents

9.1 Delivery of the Goods shall be made by the Tenderer in accordance with the termsspecified by the Purchaser in its Scope of Work and the Special Conditions ofContract.

10.0 Insurance

10.1 The Goods supplied under the Contract shall be fully insured against loss or damageincidental to manufacture or acquisition, transportation, storage and delivery in themanner specified in the Special Conditions of Contract.

11.0 Transportation

11.1 Where the Tenderer is required under the Contract to deliver the Goods, FOB,transport of the Goods, up to and including the point of putting the Goods, up to andincluding the point of putting the Goods on board the vessel at the specified port ofloading, shall be arranged and paid for by the Tenderer, and the cost thereof shall beincluded in the Contract Price.

11.2 Where the Tenderer is required to affect delivery under any other terms, forexample, by post or to another address in the source country, the Tenderer shall berequired to meet all transport and storage expenses until delivery.

12.0 Guarantee Period: Specify in Years (Minimum 5 Years)

12.1 Guarantee Period:

The successful tenderer shall have to stand guarantee against bad workmanship andsupply of poor quality and / or defective materials for min 5 years after the date ofsuccessful energisation of the total installation(s) and handing over the same toRUDA. Any defect / discrepancy detected during this guarantee period will have tobe made good by the contractor at his costs and risks. If, by any reason, RUDA isrequired to rectify such defects/ discrepancies detected during this guaranteeperiod, the entire cost involved will be realized from the dues payable to the

Page 34: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

contractor/ Bank Guarantee by RUDA.

12.2 The Purchaser shall promptly notify the Tenderer in writing of any claims arisingunder this guarantee.

12.3 Upon receipt of such notice, the Tenderer shall, with all reasonable speed, repair orreplace the defective Goods or parts thereof, without additional costs to thePurchaser other than, where applicable, the cost of inland delivery of the repaired orreplaced Goods or parts from the port of entry to the final destination.

12.4 If the Tenderer, having been notified, fails to remedy the defect(s) within areasonable period, the Purchaser may proceed to take such remedial action as maybe necessary, at the Tenderer's risk and expense and without prejudice to any otherrights which the Purchaser may have against the Tenderer under the Contract.

13.0 Payment

13.1 Quantities given in the schedule of work are tentative only. Actual requirements areto be ascertained by the contractor through site measurement before theirprocurement. Quantities actually installed and executed will be considered formeasurement and billing. Payment, R/A or Final, would be made on satisfactorycompletion of procurement of materials duly supported by Test Certificates andchallans as well as erection of that materials with successful installation & on receiptof bill in triplicate from the successful tenderer by RUDA in due course. In case ofR/A bill RUDA Authority will take decision. Payment on account of supply anderection of materials would be made only against the actual items and quantitiesutilized and taken in measurement.

13.2 The Tenderer’s request(s) for payment shall be made to the Purchaser in writing,accompanied by an invoice describing, as appropriate, the Goods delivered andServices performed, and by shipping documents submitted and upon fulfillment ofother obligations stipulated in the contract.

13.3 The currency in which payment is made to the Tenderer under this Contract shall beIndian Rupees.

13.4 The time of completion of this work is an essence of contract. The work is to becompleted as per the schedule given herewith from the date of work order or anyintimation by the authorized officer.

14.0 Contract Amendments

14.1 No variation in or modification of the terms of the Contract shall be made except bywritten amendment signed by the parties.

Page 35: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

15.0 Assignment

15.1 The Tenderer shall not assign, in whole or in part, its obligations to perform underthe Contract, except with the Purchaser’s prior written consent.

16.0 Subcontracts

16.1 The Tenderer shall notify the Purchaser in writing of all subcontracts awardedunder the Contract if not already specified in his Tender. Such notification, in hisoriginal Tender or later, shall not relieve the Tenderer from any liability orobligation under the Contract.

17.0 Delays in the Tenderer’s Performance

17.1 Delivery of the Goods and performance of Services shall be made by the Tenderer inaccordance with the time schedule specified by the Purchaser.

17.2 An unexcused delay by the Tenderer in the performance of its delivery obligationsshall render the Tenderer liable to any or all of the following sanctions: forfeiture ofits performance security, imposition of liquidated damages, and / or termination ofthe Contract for default.

17.3 If at any time during performance of the Contract, the Tenderer should encounterconditions impending timely delivery of the Goods and performance of Services, theTenderer shall promptly notify the Purchaser in writing of the fact of the delay, it’slikely duration and its cause(s). As soon as practicable after receipt of the Tenderer’snotice, the Purchaser shall evaluate the situation and may at its discretion extendthe Tenderer’s time for performance, in which case the extension shall be ratified bythe parties by amendment of the Contract.

18.0 Termination for Default

18.1 The Purchaser may, without prejudice to any other remedy for breach of contract,by written notice of default sent to the Tenderer, terminate the Contract in whole orin part:

(a) If the Tenderer fails to execute the work as per schedule given herewith from thedate of work order as specified in the Contract, The penalty will be charged 1%per week to maximum limit to 15% of the total work order of the particularwork. And the contractors fails to 15% of the contract amount then performance& security guarantee deposit shall be forfeited and the contract will beterminated. The Chief Executive Officer of RUDA reserves the rights to terminate

Page 36: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

the contract during contract period without assigning any reason.

19.0 Force Majeure

19.1 The Tenderer shall not be liable for forfeiture of its performance security, liquidateddamages or termination for default, to the extent that, its delay in performance orother failure to perform its obligations under the Contract is the result of an event ofForce Majeure.

19.2 For purposes of this clause, “Force Majeure” means an event beyond the control ofthe Tenderer not involving the Tenderer’s fault or negligence and not foreseeable.Such events may include, but are not restricted to, acts of the Purchaser either in itssovereign or contractual capacity, wars or revolutions, fires, earthquakes, floods,epidemics, quarantine restrictions and freight embargoes.

19.3 If a Force Majeure situation arises, the Tenderer shall and promptly notify thePurchaser in writing of such condition and the cause thereof, Unless otherwisedirected by the its obligations under the Contract as far as reasonably practical, andshall seek all reasonable alternative means for performance not prevented by theForce Majeure event.

20.0 Termination for Insolvency

20.1 Every contractor shall, unless exempted in writing by the Concerned authority,produce along with his tender a solvency certificate of his financial ability. If he failsto produce such a certificate his tender will not be considered.

20.2 The Purchaser may at any time terminate the Contract by giving written notice tothe Tenderer, without compensation to the Tenderer, if the Tenderer becomesbankrupt or otherwise insolvent, provided that such termination will not prejudiceor affect any right of action or remedy which has accrued or will accrue thereafter tothe Purchaser.

21.0 Governing Language

21.1 The Contract shall be written in the language of the bid, as specified by thePurchaser in the Instruction to Tenderer. All correspondence and other documentspertaining to the Contract which are exchanged by the parties shall be written inthat same language.

22.0 Applicable Law

22.1 The Contract shall be interpreted in accordance with the Indian laws.

Page 37: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

23.0 Notices

23.1 Any notice given by one party to the other pursuant to the Contract shall be sent inwriting (or by Letter/fax/scanned copy through email and confirmed in writing) tothe address specified for that purpose in the Special Conditions of Contract.

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

24.0 Taxes and Duties

24.1 Customs / import duty, excise duty, VAT and any other taxes on finished products,sales tax on works contract and turnover taxes, if any, paid by the Contractor underany central, state or local government rules and regulations will be included to theContract Price.

25.0 Child Labour Act

25.1 No Contractor shall employ any child heaving less than 18 years, as it is prohibitedby the Child Labour Prohibition and Regulation Act, 1986. The Hon. Supreme Courthas given certain guidelines and as per the guidelines, if employment of child labouris detected on the site work, the employer i.e. the Contract shall have to deposit Rs.20,000/ - (Rupees Twenty Thousand only) in the Child Labour welfare Fund. If theemployer refuses to deposit, then action will be taken for contempt of Court of theSupreme Court Judgement and also will be prosecuted by the concerned authority.

25.2 Because of the breach of any provision of the Child Labour Prohibition andRegulation Act, 1986, by the Contractor and for that Rajkot Urban DevelopmentAuthority has to pay any amount, then the Rajkot Urban Development Authorityshall recover the said amount from the Contractor.

26.0 Brand Names

26.1 The make of equipments shall be as per attached list. If make of a particular item isnot given in the tender, then prior approval of RUDA for that make must berequired.

26.2 Bidder must clearly mention make of luminaries, wires cable, junction box, etc. andits catalogue no. if any, name and full address of the manufacturers must besubmitted with the tender.

27.0 Equipment for Execution

Page 38: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

27.1 To expedite the execution work, the contractor has to submit a complete list ofequipment he proposes to deploy on this work along with the tender. Tenderer notcomplying with this requirement may be considered non-responsive and his tenderis liable to be rejected.

28.0 Insurance

28.1 The Goods supplied under the Contract shall be fully insured against loss or damageincidental to manufacture or acquisition, transportation, storage and delivery in themanner specified in the Special Conditions of Contract.

29.0 Extra Item of Work

29.1 The extra work beyond tender item, if required to be executed during course ofexecution of regular work that shall have to be carried out by the contractor as perthe instructions and satisfaction of The Engineer-in-charge. This will be paidseparately as per detail rate analysis made by the department based on market rateor prevalent SOR whichever is less.

29.2 If in the interest of the RUDA it is necessary to change either any site or the design ofthe proposed work the Contractor shall carry out the same at his quoted rateswithout charging any extra and he will be paid at the rates quoted by him and noclaim for extra amount for subsequent changes made will be entertained.

30.0 Measurement of Work

30.1 The measurements of work will be taken according to the usual method in use in theRajkot Urban Development Authority and no proposals to adopt alternativemethods will be accepted. The Concerned Chief Executive Officer’s decision as towhat is ‘the usual method in use in the Rajkot Urban Development Authority’ will befinal.

30.2 The Contractor shall submit all the bills on the printed forms to be had onapplication at the office of The Chief Executive Officer. The charges to be made in thebills shall always be entered at the rates specified in the agreement or at thepart/reduced rates subject to the approval by The Chief Executive Officer in the caseof items not completed/executed as per agreements or in the case of any extra workordered in pursuance of these conditions and not mentioned or provided for in thetender, at the rate hereinafter provided for such work.

31.0 No claim to any payment or for restriction of work

31.1 In the case of such delay in the supply of materials, Rajkot Urban Development

Page 39: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Authority shall grant such extension of time for the completion of the works as shallappear to The Chief Executive Officer to be reasonable to accordance with thecircumstances of the case. The decision of Chief Executive Officer as the extension oftime shall be accepted as final by the Contractors.

31.2 Action and compensation in case of bad work : If, at any time before the expiry ofdefects Liability, period, it shall appear to The Chief Executive Officer or his sub -ordinate in charge of the work, that any work has been executed with unsound,imperfect or unskilled workmanship or with materials or inferior quality or that anymaterials or articles provided by him for the execution of the work are unsound, orof a quality inferior to that contracted for or are otherwise not in accordance withthe contract, it shall be lawful for The Chief Executive Officer to intimate this fact inwriting to the Contractor and then notwithstanding the fact that the work, materialsor articles complained of, may have been passed, certified and paid for, theContractor shall be bound forthwith to rectify, or remove and reconstruct the workso specified in whole or in part as the case may require, or if so required shallremove the materials or articles so specified in whole or in part and provide otherproper and suitable materials or articles at his own charge and cost, and in the eventof his failing to do so within a period to be specified by The Chief Executive Officer inthe written intimation aforesaid, the Contractor shall be liable to pay compensationat the rate of one percent on the amount of the estimate of the rectification for everyday not exceeding ten days during which the failure so continues, and in the event ofany such failure as aforesaid continuing beyond ten days, The Chief Executive Officermay rectify or remove, and re-execute the work or remove and replace the materialscomplained of, as the case may be at the risk and expense in all respects of theContractor should The Chief Executive Officer consider that any such inferior workof materials as described above may be accepted or made use of, it shall be withinhis discretion to accept the same at such reduced rates as he may fix therefore,However, the contractor shall be responsible for normal maintenance of the worktill the final bill for the work is prepared by the engineer / officer of RUDA.

32.0 Defect Liability Period (60 Months):

32.1 The Contractor shall be responsible to make good and remedy at his own expenseany defect which may develop or may be noticed before the period mentionedhereunder from the certified date of completion. The Engineer-in- charge shall givethe Contractor a notice in writing about the defects and the Contractor shall makegood the same within 24 hours of receipt of the notice. In the case of failure on thepart of the Contractor, Engineer-in-charge may rectify or remove or re-execute thework at the risk & cost of the Contractor. The Engineer-in-charge shall be entitled toappropriate the whole or any part of the amount of the security deposit towards theexpenses, if any, incurred by him in rectification, removal or re-execution. TheDefects Liability period shall be as under:

Page 40: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

(a) The period shall be 60 months from the date of start of O & M period.

33.0 Setting out the Works

33.1 The Contractor shall be responsible for the true and proper setting out of the worksin relation to original points, lines and levels of reference given by the Engineer inwriting or shown on the Drawings and for correctness, subject as above mentionedin the position, levels, dimensions and alignment of all parts of the works and for theprovision of all necessary instruments, appliances and labour in connectiontherewith.

34.0 Amenities to be Preserved

34.1 The Contractor shall cause the least possible interference with the existingamenities, whether natural or manmade. No tree shall be felled without permissionof the Engineer’s Representative and clearance of the site shall generally be kept tothe minimum necessary for the works and temporary works. Temporary works shallbe sited so as minimize the number of trees to be felled.

34.2 All necessary actions for any diversion of traffic shall be arranged by the contractorwith all indicating signboards and adequate lighting system during night period.

35.0 Safety Measures and Services

35.1 The Contractor shall be responsible for the safety of all workmen and other personsentering or in the works and shall take all measures necessary to ensure their safetyto the approval of the Engineer’s Representative.

35.2 Contractor shall provide and maintain at his own expenses all lights, guards, fencingand necessary watchmen when and where necessary or ad required by Owner /Engineer for the protection of the works or for the safety and convenience of thoseemployed on the works and the public. Contractor shall also provide at his costtraffic barricades, men for diverting and controlling traffic, necessary sign boards fordiversion of traffic. In the event of failure on the part of Contractor, Owner man withor without notice to Contractor put up a fence or improve a fence already put up orprovide and/or improve the lighting or adopt such other measures as he may deemnecessary, and all the cost of such work and procedures as may be adopted byOwner / Engineer shall be borne by Contractor. Maintenance of adequate warningand general lighting at nights at place of work is essential.

35.3 Contractor shall take the necessary permission and clearance of all the authoritieslike department of Roads, traffic, Water Supply and Drainage; Electricity Board,Telephone Company, etc. Wherever necessary and observe the regulations

Page 41: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

regarding the execution of work in congested areas, heavy traffic areas, etc.

36.0 Liability of accidents to persons

36.1 In the case of an accident, in respect of which compensation may become payableunder Workmen’s Compensation Act will be the responsibility of the contractor.

37.0 Clearing Site on Completion

37.1 On completion of the Works, the Contractor shall clear away and remove from thesite all Constructional Plant, surplus materials, rubbish, Temporary Works of everykind and leave the whole of the site and the works clean and in a workmanlikecondition to the satisfaction of The Engineer-in-charge.

Signature of Tenderer:

Name:

Company’s seal:

Date:

Page 42: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

SECTION - IIISPECIAL CONDITIONS OF CONTRACT

1.0 General:

a) The following Special Conditions of Contract shall supplement the GeneralConditions of Contract. Whenever there is a conflict, the provisions herein shallprevail over those in the General Conditions of Contract.

b) The work shall be carried out strictly in accordance with the specification forelectrical works. All installations shall comply with the requirement of Indianelectricity rules, 1956 as amended up to date. In case of items not covered by theabove specification, the work shall be carried out as per the instruction of theEngineer-in-charge.

c) The contactor shall also supply insulation and earth test reports,d) The conduit layout/wiring layout/location of point/location of earth sets etc. shall

be marked at site first and got approved from the Engineer-in-charge beforecommencement of work.

e) Approval of Engineer-in-charges shall be taken in advance for all materials to beused in this work by the contactor.

f) In places where electrical conduits are required to pass through wall/ RCC/Column/ Beam or crimped sections etc. the conduit shall be laid in consultation withthe Engineer-in-charge.

g) Design of all main and sub main boards with MCBs etc. shall be got approved by theEngineer-in charges prior to the fabrication by submitting detailed dimensionalsketch. All terminal connection in Min/ Sub distribution boards shall be carried withthe terminal lugs without claiming extra cost. The main boards shall be of CPRIapproved factory built.

h) All the debris due to electrical works shall be cleared and shall be kept clean by thecontractor at all the times.

i) The contractor shall make his own arrangement at his own cost for all general andspecial T&P requirement for the work.

j) Color code for the wiring shall be followed strictly as per Specifications.

2.0 Definitions:

2.1 The Purchaser or Client is Rajkot Urban Development Authority (RUDA)

2.2 ‘Lead Partner’ shall mean Indian L.E.D. Fixtures manufacturing company.

2.3 ‘Engineer in charge’ shall mean the officer or representative of the Rajkot Urban

Development Authority (RUDA) who may be authorized by Rajkot Urban

Page 43: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Development Authority (RUDA) to carry out the work.

2.4 ‘The Engineer’s Representative’ shall mean any Engineer, Consulting Engineer, orAssistant to the Engineer appointed from time to time by the Engineer in charge toperform the duties delegated.

2.5 Contractor means the electrical contractor as a Joint Venture/Consortium partnerto be appointed by RUDA.

2.6 Advertising agency/firm/advertising company means advertising agency as apartner of Joint Venture/Consortium.

3.0 Performance Security:

3.1 The Performance Security shall be in the amount of total 15% of Contract Value inthe form of bank guarantee for the period of 60 months & same should be in nameof lead partner only.

4.0 Delivery and Documents:

4.1 Schedule of Work

DeliverySatisfactory

Final

Details of and Acceptance &Installation Testing &Sl.

Acceptance Completion ofworkCommissioning

of Materials Work1 2 3 4

25% of Total60 Days 75 Days 90 Days(a)

Nos of Poles50% of Total

75 Days 90 Days 105 Days(b)Nos of Poles 150 Days

(5 months)75% of Total

90 Days 105 Days 120 Days(c)Nos of Poles100% of Total

105 Days 120 Days 135 Days(d)Nos of Poles

4.2 Penalty clause will be imposed on delay of above schedule.

Page 44: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Penalty clause: The penalty will be charged 1% of value of work per week tomaximum limit to 15% of the total work order of the particular work. And thecontractors fails to deposit 15% of the contract amount then performance &security guarantee deposit shall be forfeited and the contract will be terminated.The Chief Executive Officer of RUDA reserves the rights to terminate the contractduring contract period without assigning any reason.

4.3 The Supplier shall submit the following documents to the Purchaser:

(a) Copies of the Supplier invoice showing Goods description, quantity, unitprice, total amount.

(b) Delivery note / railway receipt / truck receipt;(c) Manufacturer’s / Supplier’s guarantee certificate;(d) Inspection Certificate issued by the nominated inspection agency and the

Supplier’s factory inspection report; and(e) Certificate of origin.

5.0 Payment:

5.1 Payment for Goods and Services shall be made in Indian Rupees as follows:

(a) On Delivery and Acceptance of Materials: 30% of the contract price shall bepaid on receipt of satisfactory Goods and upon submission of the documentsand Acceptance of said material by the Engineer-in-Charge

(b) On Installation: 30% of the contract price shall be paid on installation.(c) On satisfactory Testing & Commissioning: 30% of the contract price shall be

paid on satisfactory Testing & Commissioning.(d) Final Acceptance & Completion of Work: The remaining 10% of the contract

price shall be paid to the Contractor after Final Acceptance Certificate for thecompletion of the work.

(e) The time of completion of this work is an essence of contract. The work is tobe completed as per the schedule given herewith.

(f ) The Tenderer should keep minimum 20% stock of all street light material mentioned in price bid within one month after allotted confirmed order.

Signature of Tenderer:Name:Company’s seal:Date:

Page 45: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Part – IISECTION: IVAnnexure – 1Tender Form

Date:Contract No. :

To,The Chief Executive OfficerRajkot Urban Development AuthorityRajkot

Gentlemen,Having examined the Tender Documents, the receipt of which is hereby dulyacknowledged, we, the undersigned, offer to Illumination Design, Supply, Installation,Testing and Commissioning of LED Street Lighting poles with related comprehensiveElectrical & Mechanical Work including all necessary Equipments with 5(five) yearsO&M with Advertisement Rights on various locations on Ring Road 2 and on approachroad of housing project in conformity with the said Tender Documents for the sum of(………………………………………………………………) or such other sums as may be ascertainedin accordance with the Schedule of Prices attached herewith and made part of thistender.

We undertake, if our tender is accepted, to commence delivery within ………. days andto complete delivery of all the items specified in the Contract with ……../………/……………..

If our tender is accepted, we agree with the Tender Fee, EMD & performance guaranteeas per condition of the contractor for the due performance of the Contract.

We agree to abide by this tender for a period for …………. days from the date fixed fortender opening as per the instructions to Tenderer and it shall remain binding upon usand may be accepted at any time before the expiration of that period.

Until a formal contract is prepared and executed, this tender, together with yourwritten acceptance thereof and your notification of award, shall constitute a bindingContract between us.We understand that you are not bound to accept the lowest or any tender you mayreceive.Dated this ………… day of …………….. 20………Signature(In the Capacity of) Duly Authorized to sign tender for and on behalf of (Name ofTenderer)

Page 46: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Annexure -2TENDER SECURITY FORM

Whereas …………………………………………………………………. (hereinafter called “theTenderer”) has submitted its tender dated ………………………………. for IlluminationDesign, Supply, Installation, Testing and Commissioning of LED Street Lighting poleswith related comprehensive Electrical & Mechanical Work including all necessaryEquipments with 5(five) years O&M with Advertisement Rights on various locations onRing Road – 2 and on approach road of Housing Project of RUDA. (hereinafter called

“the Tender”) …………………………………………….. know all……………………………………… of ……………………………………………..having our registeredoffice at ……………………………………………………….. (Hereinafter called “the Bank”) arebound upto …………………………………………………. for which payment well and truly to bemade to the said Purchaser, the Bank binds itself, its successors and assigns by thesepresents. Sealed with the Common Seal of the said Bank this ………. day of………………………..The Conditions of this obligation are:

1. If the Tenderer withdraws its Tender during the period of tender validityspecified by the Tenderer on the Tender Form; or If the Tenderer havingbeen notified of the acceptance of its tender by the Purchaser, during theperiod of tender validity:(a) Fails or refuses to execute the Contract Form, if required, or(b) Fails or refuses to furnish the Performance Security, in accordance

with the instructions to Tenderer;

We undertake to pay to the Purchaser up to the above amount upon receipt of its firstwritten demand, without the Purchaser having to substantiate its demand, providedthat in its demand the Purchaser will note that the amount claimed by it is due to itowing to the occurrence of one or both of the two conditions, specifying the occurredcondition or conditions.

This guarantee is irrevocable and will remain in force up to and including thirty (30)days after the period of tender validity, and demand in respect thereof should reach theBank not later than the above date.

………………………………………

(Signature of theBank)

Page 47: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Annexure - 3CONTRACT FORM

(On 100 Rs. Stamp paper)

This Agreement made the ………. day of ……………….., 20……. between Rajkot UrbanDevelopment Authority (Name of Purchaser) of India (Country of Purchaser)hereinafter “the Purchaser” of the one partand……………………………………………………………………………… (Name of Supplier) of…………………………………………………………. (City and Country of Supplier) hereinafter the“the Supplier” of the other part for Tender No. RUDA/ /2015/16 for (Name of WorkIllumination Design, Supply, Installation, Testing and Commissioning of LED StreetLighting poles with related comprehensive Electrical & Mechanical Work including allnecessary Equipments with 5(five) years O&M with Advertisement Rights on variouslocations on Ring Road -2 and on approach road of Housing Project of RUDA).

Whereas the Purchaser is desirous that certain Goods and ancillary Services should beprovided by the Supplier, viz. (Brief Description of Goods and Services and hasaccepted a tender by the Supplier for the supply of those Goods and Services in the sumof (Contract Price in Words and Figures) hereinafter “the Contractor Price”).

NOW THIS AGREEMENT WITNESSED AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as arerespectively assigned to them in the Conditions of Contract.

2. The following documents shall be deemed to form and be read and constructedas part of this Agreement viz.:

a) The Tender form and the Price Schedule submitted by the Tenderer;

b) The Schedule of Requirements ;

c) The Technical Specifications ;

d) The General Conditions of Contract;

e) The Special Conditions of Contract ; and

f) The Purchaser’s Notification of Award

g) Subsequent correspondences.

Page 48: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

3. In consideration of the payments to be made by the Purchaser to the Supplieras hereinafter mentioned, the Supplier hereby covenants with the Purchaser toprovide the Goods and Services and to remedy defects therein in conformity inall respects with the provisions of the Contract.

4. The Purchaser hereby will pay the Supplier in consideration of the provision ofthe Goods and Services and the remedying of defects therein, the Contract Priceor such other sum as may become payable under the provisions of the Contractat the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to beexecuted in accordance with their respective laws the day and year first abovewritten.

Signed, Sealed and Delivered by the

Said Rajkot Urban Development Authority (For the Purchaser) in the presence of

……………………………………………………..

Signed, Sealed and Delivered by the said ………………………………………….. (For theSupplier) in the presence of ……………………………………………….

Page 49: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Annexure - 4BANK GUARANTEE

OfSECURITY DEPOSIT / PERFORMANCE BANK GUARANTEE

In consideration of the Rajkot Urban Development Authority of the city of Rajkot(hereinafter to as the Authority) having agreed to exempt…………………………………………………………………………………………………………………………………(Hereinafter referred to as “the said Contract”) from the demand of earnest money incash for the due fulfillment of the terms and conditions of the agreement made betweenthe for…………………………………………………………………………… (Hereinafter referred to us “thesaid agreement”) on production of Bank Guarantee for Rs. ………………………....... Rupees……………………………………………… only. We …………………………………………………………………Bank (hereinafter referred to as “Bank”) do hereby undertake to pay to the Authorityas an amount not exceeding Rs. ………………………....... Rupees……………………………………………… only on the demand from Authority. Any such demandon the bank shall be conclusive as regards as amount due and payable by the bankunder this guarantee. However, liability of the bank under this agreement shallrestricted to as amount not exceeding Rs. ……………………….......Rupees……………………………………………… only.

We the bank further agree that the guarantee herein contain shall remain in full forceand effect during the period that would be taken for the validity of the said bid and thatit shall continue to enforceable till all the dues of the Authority under or virtue of thesaid agreement have been received by the bank from the Authority. However unlessthe demand of claim under the guarantee is made to the bank in writing on or beforethe ……………………….. (Specify the date) the bank shall be discharged from all liabilitiesunder this guarantee.

With the bank further with Authority shall have fullest liberty, without the concert ofthe bank without effecting in any manner it obligations herein under to vary and of theterms and conditions of the said agreement or extend time for validity by the said bidfrom time to time or to postpone for any time for any time or from time to time any ofthe powers exercisable by the Authority against the side Contractor and to forebear toenforced any of the terms and conditions relating to the said agreement and the bankshall not be relieved from liability by reason of any such variation, or extension grantedto the contractor for any forbearance, at Contractor or by any such matter or thingwhatsoever which the law relating to sureties would, but this provision, have the effectof so relieving the Bank.

We ……………………………………………………………………………….. must undertake not to

Page 50: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

revoke the Guarantee during currency except with the previous concert of theAuthority in writing.

Dated the …………. day of ………………… of 20……..

For ……………………………………………………………………………………………

Bank.

Principal (Contractor)

Surety (Bank)

Contract No. And date of Contract

Page 51: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Annexure - 5STRUCTURE AND ORGANISATION OF FIRM TO BE INDIVIDUALLY FILLED BYALL MEMBERS OF JV / CONSORTIUM.

1. Name of Applicant

2. Nationality of Applicant

3. Office Address

Telephone

No. Fax

No. E-mail

ID

4. Year and location of establishment

5. The Applicant is

a) An individual

b) A proprietary firm

c) A firm in partnership

d) A limited company or

Corp. (If a firm in

partnership)

6. Attach the organization chart showing the structure of the organization including

the names of the Directors and position of officers.

7. Number of years of experience

a) As a Prime contractor

(Contractor shouldering major responsibility)

b) As sub-contractor

(Specify main

contractor)

8. For how many years has your organization been in business of similar work under

its present name? What were your fields when your organization was established?

9. Were you ever disqualified / considered ineligible for similar works?

10. Whether any new fields were added to your organization? If, so, give details.

11. Were you ever required to suspend execution for period of more than six months

Page 52: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

continuously after you started? If so, give the name of project and reasons thereof.

12. Whether you ever left the work awarded to you incomplete?

(If so, give name of project and reasons for not completing work?)

13. In how many of your projects penalties were imposed for

delays? (Please give details)

14. In which field of electrical / mechanical engineering do you claim specialization and

interest?

15. Give details of equipments, if any.

16. Give details of your plans for sub-contracting if any, in terms of percentage of

works.

Signature of Tenderer:

Name:

Company’s seal:

Date:

Page 53: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Annexure - 6FORM ‘A’

INCOME-TAX CLEARANCE CERTIFICATE

1. Names and style (of the Company, Firm, HUF or Individual) in which the applicantis assessed or assessable to Income -Tax and the addresses for the purpose ofassessment (To be filled by all member of JV)

2. Names and addresses of all Companies, Firms or Associations or persons in whichthe applicant is substantially interested in his individual or fiduciary capacity.

3. The Income-Tax Circle/ Ward/ District in which the applicant is assessed toIncome-Tax.

4. The following particulars are to be furnished concerning the Income-TaxAssessments for the preceding three years:

a) The total contract amount received during the preceding three accountingyears (give date of the closing day of the year being previous year).

b) Year Total Income-Tax demanded, Tax paid, Balance due Tax assessedNote:(i)Tax in Columns 3 and 4 should include all items viz. Income-Tax, Sales Tax,Surcharges, Excess Profit Tax and Port Tax, etc.(ii)If any tax remains unpaid, the reasons should be explained in anattached statement.

c) In case there has been no Income-Tax assessment in any year, whether returnshave been submitted under section 22 (1) or 22 (2) or Tax has been paid inadvance under Sections 18(A) (3) of the Act and if so, the amount of incomereturned for each year and tax for each of the three years mentioned above andthe name of Income-tax Circle/ Ward/ District concerned where such returnshave been paid. Give reasons why the income-tax is not assessed.

d) Whether any attachment or certificate proceedings pending in respect of thearrears.

e) The name and address of Branch (es), if any.I declare that the above information is correct and complete to the best of myinformation and belief.Signature of the Contractor

Registered No.Address:

Date:

Page 54: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

In my opinion, the assessee mentioned above has been doing everything possible to paythe tax demanded promptly and regularly and to facilitate the completion of thepending proceedings.

This will remain valid for one year from the date of issue.

Signature of the Income -Tax officer

Circle Ward

Page 55: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Annexure - 7

DETAILS OF THE WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY ANY OR ALL MEMBER OF JV

DURING LAST 5 YEARS PERIOD

Date of completionName of Place & Tendered Date of Prescribed Principal

Sr. No.Country Cost Start

Actual date ofFeaturesWork date of

completioncompletion

Note: Certificate of satisfactory completion of the work from the owner shall be given for each work.

Signature of Tenderer:

Name:

Company’s seal:

Date:

Annexure - 8

Page 56: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

DETAILS OF THE WORKS IN HAND AND WORKS TENDERED FOR AS ON THE DATE OF SUBMISSION OF THE TENDERBY ANY OR ALL MEMBER OF JV

Works in hand Works tendered for

Name

Cost ofDate Main

workSr. when

StipulatedPlace &

TenderedAnticipated features

No.Of remaining Tendered date &

CountryCost

Date of decision of theWork to be Cost period of

Completion is workexecuted

expectedCompletion

as on date

Note: Purchase order copy of the work from the owner shall be given for each work.

Signature of Tenderer:

Name:

Company’s seal:

Date:

Page 57: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Annexure - 9

DETAILS OF TECHNICAL PERSONNEL WITH TENDERER WHO ARE PROPOSED FOR THIS CONTRACT OF ANY OR

ALL MEMBER OF JV

Note: The complete bio-data of each personnel with qualification and experience certificates duly signed by personnel and

employee shall be furnished separately alongwith this schedule.

Signature of Tenderer:

Name:

Company’s seal:

Date

Annexure - 10

INFORMATION REGARDING FINANCIAL CAPACITY OF THE TENDERER TO BE FILLED BY ALL MEMBER OF JV

Sr. No. Details Amount Remarks

Annual turnover for last

Description ofProfessional Since how

experience and long inSr. No. Category Name Qualification Remark

(Designation)details of works service with

carried out tenderer

Page 58: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

three years: 1. CA Certificate must be attached.1 (a) 2012-2013 2. Details of major contracts executed during these years shall be

(b) 2013-2014 furnished with completion certificate & Purchase order copies.(c) 2014-2015

2Price of the biggest job Completion Certificate & Purchase Order from the owner in support of

carried out successful completion of work may be furnished.

Signature of Tenderer:

Name:

Company’s seal:

Date:

Annexure - 11

DETAILS OF THE EQUIPMENT IN POSSESSION OF THE ELECTRICAL CONTRACTOR, ADVERTISEMENT AGENCY ANDLEAD PARTNER AND THE EQUIPMENT PROPOSED TO BRING TO THE SITE FOR THIS WORK

Type andNumbers the Numbers heAge and

Sr. No.Description of the

Tenderer has in proposes to bring onApproximate

Page 59: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Equipment &possession to site.Value

Capacity

Tenderer hereby confirms that quantity and type of tools he will employ for execution.

Signature of Tenderer:

Name:

Company’s seal:

Date:

Page 60: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

PART – III

SECTION - V

Technical Specifications for street Light System with relevant Data Sheets

/Drawings

1.0 Site Details

· Approx length of work is ------------- kilometre

· Proposed number of poles 112 numbers

· Total number of LED fixtures 144 numbers

· There are 3 bridges with Individual incoming and outgoing roads

· Bidder are requested to visit the site and make sure to full acquaintance of thesite situation

2.0 Safe custody of stores:

The bidder will be entirely responsible for all the erected poles and materials usedby him for the works and the executed portion of the works till it is officially takenover by RUDA. For this, the erection contractor will be required to arrange forstorage cum erection insurance policy exclusively in the name of RUDA at his costfrom any of the subsidiaries of the General Insurance Corporation of India with theconcurrence of the executive officer extended for a period from the date ofcommencement of the work to the time when the installation will be officially takenover by RUDA.

It would be the responsibility of the bidder to keep the policy alive throughout theentire period of execution and till the installation is handed over to RUDA by timelyadequate payment of premiums. The insurance policy should cover total WorkOrder Amount only In case of modification of the amount of contract; the coverageneed also be modified by the contractor accordingly. For any loss, damage or theft ofmaterials and/or erected works before taking over, the cost will be realized initiallyfrom any of the amounts due to RUDA. Necessary compensation will be credited tocontractor’s account on realization of the same from Insurance Co. for which thecontractor will have to prefer claim on observing necessary formalities and peruse

Page 61: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

the Insurance Co. from time to time. The original stamped insurance policy has to behanded over to the Chief Executive Officer, RUDA before commencement of thework.

3.0 ST, IT & PT clearance etc:

The Electrical Contractor will have to submit up to date valid copy of (1) firm’sregistration with name of proprietor or partner. (2) IT, ST & PT clearances, (3)Trade License

If Trade License is found to be invalid during the execution of the work of thistender the concerned agency must submit the renewed document or the documentsrelating to processing on renewal of the license paper before final payment of bills.

4.0 Labour license:

The electrical contractor will have to abide by the provisions of contract labour(Regulation & Abolition) Act. 1970. For the purpose, principal employer’s certificatewould be issued by RUDA.

5.0 Accidents:

RUDA shall neither be responsible nor shall be liable to pay any compensation forany accident caused to any worker / public arising out of execution of work /executed portion of work till it is finally taken over and handed over toRUDA/Appropriate Authority.

6.0 Stoppage of work:

RUDA shall not be responsible nor be liable to pay any compensation for anyinterruption of work in the field due directly to war, strike, civil commotion,lockout, risk, earthquake tempest, lightning, flood, cyclone etc. which occur beyondits control. Similarly, RUDA also would neither be held responsible nor liable forcompensation for stoppage of contractor’s work in the field arising out ofresistance / resentment of local public.

7.0 Non-interference with existing services:

During execution the erection contractor will be required to take all precautionarymeasures not to interfere / dash / disturb with any service line for electrical, water,petro-products or similar other service. In case such things happen incidentally thesame has to be made good at his own cost within least possible time so that publicservice is disturbed for a minimum period of time. In case of road cutting utmost

Page 62: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

cares should be taken not to disturb public transport facilities. After the work theroad should be so repaired as to restore original shape.

8.0 Illumination design synopsis and consideration:

i. Type of road as per IES RP8- Expressway. (Confirm to IS-1944 (Part I-II)-1970,Group A2).

ii. Location of Street light Pole will be as mentioned by Engineer in Charge.

iii. Approx. average distance between poles is 15 meter along the Ring Road -2 while itis 25 meter along the road for Housing project, however this is general details.Participants are required to visit the site to have clarity on number of poles, exactlocation of poles as well as number of fitting per pole because in some pedestriancrossing junction, it may be required to have three fitting per pole.

iv. Boom Angle will be 0 to 10 degree.

v. Arrangement shall comply with glare index class D.4.

vi. Number of roadways- 1 roads.

vii. Number of lanes per road- 2 lanes.

viii. Method of evaluation by illuminance and luminance method.

ix. Average maintained illumination level for continuous road minimum 17 lux.

x. Minimum maintained illumination level Emin shall not be less than 8 lux.

xi. Uniformity ratio Ea v/Emin shall be less than or equal to 2.5.

xii. Lv max/Lav 0.3.

xiii. Uniformity ratio Emin/Eav shall not be less than 0.4.

xiv. Uniformity ratio Emin/Emax shall not be less than 0.18.

xv. Average luminance Lav shall not be less than 1.6.

xvi. Average luminance Lmax shall not be less than 2.7.

xvii. Average luminance Lmin shall not be less than 0.7.

Page 63: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

xviii. Design should be such that glare is minimum so that driver feel comfortable whiledriving.

xix. Design submitted by the bidder must clearly show the median, main carriageway,shoulder. Design must make through dialux/ Relux/ AGI32 software. All file of thegenerated output must be submitted in soft copy as well as hard copy. IES file of thespecified light product must be submitted in soft copy for verification purpose. Anyerror or overwriting shall not be acceptable. (Mandatory).

xx. The design criteria shall be fulfilled. The light product, driver current, lumen output,number of LED, input wattage and other relevant details in design shall beconsidered for technical evaluation of the rest criteria.

xxi. The lead partner has to submit typical lighting design report meeting in generalabove mentioned design criteria.

9.0 Electrical design synopsis and consideration

a. Purpose

This report details the design philosophy for electrical power distribution for roadlighting with sign board considering different time of operation and energymetering criterion.

b. Definitions and Acronyms

MCB Miniature Circuit Breaker

LED Light Emitting Diode Street light fitting (with 2 drivers

denoted as D1, D2 in single fitting)

SEB State Electricity Board

RUDA Rajkot Urban Development Authority

SIGN BOARD Advertising sign board on pole with SMD LED

Page 64: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

c. General Description

The two lane road of Ring Road 2 of RUDA passing through Ghanteshwar village upto Kalawad Road in RUDA area need to be illuminated with modern energy savingLED streetlights. In addition, each pole will be equipped with LED Glow sign boardsfor advertisements Electrical power feeding points will be available from SEB atregular interval. We have proposed design for required section pillar at each point.

d. System Design

The primary objectives need to fulfill are:

1. The advertising sign boards should have separate energy metering.

2. There shall be two signboards per pole.

3. The advertising sign boards need to have timer based operation to allow switch offafter midnight hours. However the timing adjustment is thru programmable timerbased on seasonal requirement based on dark and sunlight situation.

4. Dimming solution for streetlights:

4.1 The light fixtures should have separate timer based control to allow full power and100% illumination level during peak traffic hours till midnight and reduced light(50%) after midnight to early morning to achieve energy saving withoutcompromising uniformity between poles. However the timing adjustment is thruprogrammable timer based on seasonal requirement based on dark and sunlightsituation.OR

4.1 GSM / GPRS Technology based Smart solution / Dimmable Option.

Note: Bidder has to upload / submit detailed specifications & methodology of thesystem with the technical bid. For above both systems, successive bidder has to takeapproval from Engineer –in- charge before start the work.

5. Based on site situation and considering the factors like Bridges, pedestriancrossing area, T – sections areas, there can be one fitting per pole, there shall betwo streetlight fitting per pole and there shall be three streetlight fitting per pole.To determine type of pole with specific no. of fitting shall be as per Engineer Incharge from RUDA.

6. Utilize minimum no of power sources available to RUDA considering the voltagedrop along the cable route for above lighting load requirements. The electricalload requirements are as below based on proposed pole:

Page 65: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Approx system

Type Proposed operating hours Watt / per unit

a. Evening to 12:00 midnight – full glowLED street light

< 110W b. 12:00 midnight to early morning – half glowfixture

c. Time setting by programmable timer

Contractor must takeapproval of Watt

Contractor must take approval of operatingratting of Lamp of

Sign board hours of Lamp of sign board from RUDA prior sign board fromto installation at site

RUDA prior toinstallation at site

7. Considering above load and allowing 6% voltage drop (min 225 volts at tail endpole) 4 core X 6 sq.mm. Cu. conductor can feed @1000 mtr. So we need @ 6feed points for electrical power. Each source can cater @ 1 km covering 45poles placed at approximate 30 mtr. interval.

8. Power distribution shall be single phase 240V for each pole. Distribution schemeis attached for more clarity.

Typical single line diagram of section pillar is attached

i. Single line diagram for section pillar (given in respective section )

ii. Lighting pole- typical(given in respective section )

iii. Power distribution scheme as given below but no. of pole given in belowdrawing is for general explanation. Actual no will be decided based onfinal design.

Page 66: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

P

Page 67: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

9. Parameter Value

Input Voltage AC 180-240V Input Frequency 50 Hz +/ 3Hz Power factor 0.9Working humidity 10% to 90% RH Working temperature -20°C to 50°C

10. At the time of hand-over of line and other equipments, Bidder should submit asbuilt drawing and total Material list.

11. The successful tenderer must coordinate with the other concernedauthority/agency for smooth execution of the work. If the successful tenderer isnot able to co-ordinate with other agencies in time, any obstruction for otherworks like road, drain made by him will be corrected in his own cost.

10.0 General:

Execution of the work should be carried out as per standard practices followed bythe instructions of the Engineer-in-charge. Not-with-standing what has beenstipulated in the specification or elsewhere in this tender, all works carried out andall materials supplied shall conform to relevant I.E. Rules and I.S.S. The work shall becompleted in all respect including providing all sundry materials. All size given in thistender is tentative only, so bidder has to design all electrical items & get approval ofall items before installation from Engineer-in-charge. All responsibilities regardingfaulty design will be of bidder / lead partner.

11.0 Product quality certificate

The bidder/ joint venture / consortium should produce test certificate for luminariestesting for parameters like testing Ingress Protection, Photometry as well as all otherrelevant electrical Tests as per IS/IES mentioned in respective technical specificationnotes.

12.0 Materials and Workmanship

This part of the specification sets out the general standards of materials to besupplied and the workmanship required to be ensured by the contractor andmention of any specific material does not necessarily imply that such is included inthe works. All component parts of the works shall, unless otherwise specified, complywith the provisions of this part or be subject to the approval of the engineer.

The names of the manufacturers of materials and equipment proposed forincorporation in the works together with performance, capacities, certified testreports and other significant information shall be furnished by the contractor.

A notice board mentioning the name of the work with necessary details must be

Page 68: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

placed at the worksite during the work.

13.0 Supply of materials:

As the scheme is on Turn Key Basis all necessary materials items and equipments asper latest IS specifications and drawings of RUDA should have to be procured fromthe enlisted vendors as bellow mentioned and utilized by the successful contractor. Ifvendor is not listed bellow then the agency has to submit the technical and otherdetails of the product for getting necessary permission from the Chief ExecutiveOfficer of RUDA to supply the product in above work. Before final procurement ofmaterials, it is required to be approved by RUDA (if the works finally belongs toRUDA). Manufacture’s / supplier’s Test Certificates as necessary are required to besubmitted to RUDA before utilization.

If any sub standard materials is used in the work the agency has to make necessaryreplacement of materials at his own cost. All materials incorporated in the Worksshall be the most suitable for the duty concerned and shall be new and of reputedmake / approved quality, free from imperfections and selected for long life andminimum maintenance.

14.0 Price Basis:

Intending tenderer is expected to quote rate after assessing the job at sitebeforehand. The tenderer shall include all prevailing applicable taxes like incometaxes, sales taxes, service tax, Excise, and education cess as well as all other locallevies etc. as applicable, if any, toll, ferry charges, local charges, and royalties, turnover taxes and all other charges as applicable.

All other charges like insurance charges, freight etc as would be required forcompletion of the work shall also be considered in the rates quoted. No claim what soever on this account will be entertained. Dismantled materials (both serviceable andunserviceable) should be sorted and returned to RUDA and the receipt thereof is tobe submitted to this office. The contractor shall be responsible for safe-keeping of allthe dismantled materials till those are returned to RUDA. Any loss or damage ofthose materials will have to be duly compensated by the contractor at his cost.

15.0 Compliance with Standards:

Page 69: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

15.1 The contractor may propose at no extra cost to the employer, the use of any relevant

Indian Standards/ International Standards, guidelines and recommendedpractices

Sr.Standard Details

No.

1IS 10322(part4/Sec )) 1894

Luminiares: Part 4 Method of testsIIES 5981(1979)

IS 10322 (Part 5/Sec 3)Luminiares: Part 5 Particular requirements,

2 Section 3, Luminiares for road and street1985 IIES 60598-2-3(1979)

Luminiares: Part 5 Particular requirements

3IS 13383 (Part 2/Sec 0) Methods of photometry of luminaires: Part 2 for

1992 road and street lighting

Code of practice for lighting of public4 IS 1944 Part 5/Sec 0) :1981 thoroughfare: Part 5 Lighting for grade separated

junctions, bridges and elevated roads(Group D)

5 IS 4012(part 0/Sec 0) :1967 Dust-proof electric lighting fittings6 IS13383(Part2) :1992 Photometry of Luminiares and Method of

measurement

7 IS 10322 (Par5/Sec 3) 1987 Specification for Luminaires

8 IES RP8

9 BS5489(Part 2) Road Lighting

10 IS 875 part 3 1987 Wing loading for pole

11

ASTM A 123 and 153 or Hot dip galvanizing internally and externallyfor pole

Equivalent Indian Standard Pole

12

ASTM A 572 or Equivalent Street Light Pole fabrication and mechanical

Indian Standard. parameter of material being used.

13 IS: 3043 - 1966 Code of practice for Earthing

14 IS 8130 - 1976 Conductor resistance test

15 IEC : 228 Conductor standing

Page 70: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

authoritative internationally recognized reference standard, including Indianstandard.

15.2 All details, materials and equipment supplied and workmanship performed shallcomply with these standards. If contractors offer equipment to other standards, theequipment / material should be equal or superior to those specified and full detailsof the difference shall be supplied.

16.0 Technical Bid RequirementThe LED streetlight system will meet the following specifications:

a. ScopeThe intent and scope of this specification is design, development, manufacturing,supply of energy efficient luminaires using High Power LEDs with suitable currentcontrol driver circuit and other accessories confirming to this specification, TechnicalData Sheets and other relevant Indian/ International Standards.

b. LED Fitted Luminairei. The lighting luminaires offered by a vendor shall be fitted with high power

LEDs having minimum luminous efficiency of 110 lumens/ watt at Tj/Ts25°C

ii. The LEDs shall be of reputed make such as Cree/ Nichia/ Lumileds/OSRAM.

iii. LED module/Array shall deliver at least 70% of initial lumens, when installedfor a minimum of 35,000 Hrs.

iv. The total luminous output of an LED lighting fixture shall be as per TechnicalData Sheet (TDS) enclosed as annexure to this specification.

v. Should Produce LM80 certificate for LED’s (LED Make must be Cree/Nichia/ Lumiled/ OSRAM) and LM79 certificate for the luminary.

vi. Should submit type Test Certificate of luminaries from Govt. accreditedTest Lab like CPRI, STQC/ R&D Labs/ Reputed lab. Polar Diagram ofLuminaries to be furnished dully tested in certified laboratory.

vii. Should submit the Test certificates for compliance to IP test for OutdoorLED lights.

c. Street light diming and control specification

The scope of streetlight dimming and control specification is to ensure threeobjectives: (1) to achieve 100% light during peak traffic hours and same can be thruprogrammable timer thru streetlight panel. (2) to achieve 50% light during non peakhours by separate current driver to achieve energy conservation. 3) Not tocompromise uniformity on road pavement by using conventional method of alternate

Page 71: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

pole on condition during non peak hours.

In order to achieve above mentioned design objective it is mandatory to have twocurrent drivers in any single streetlight fixture so that during peak traffic hour timingboth current drivers shall be ON and 100% light output is achieved. During NONpeak hours only one driver will light up 50% of total number of LED.

To ensure uniform light output from Streetlight it is recommended that MCPCBboard should have alternate LED with parallel and series string so that Photometricdistribution and spread is not compromised even when only half of the Led are in oncondition during NON peak hours timing.

Page 72: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

OR

GSM / GPRS Technology based Smart solution / Dimmable Option

Note: Bidder has to upload / submit detailed specifications & methodology of thesystem with the technical bid. For above both systems, successive bidder has totake approval from Engineer –in- charge before start the work.

17.0 Welding

17.1 Design Approval

Welding shall comply with the latest revision of the BS 5135 code. In all weldedfabrications, the Contractor shall submit to the Engineer’s Representative beforefabrication commences, detailed drawings of fabrication with sizes of weld and weldpreparation together with the details of the application codes. No welding shall becarried out before approval of the details by the Engineer’s Representative. Noalternations shall be made to any previously approved details of weld preparation orsize without prior approval of the Engineer’s Representative.

17.2 Qualification of Welders and Procedures Welders shall be qualified in accordancewith the requirement of the appropriate section of BS 4871 part1. The Engineer shallhave the right to call for further Qualification from time to time from any welder whoin the opinion of the Engineer does not produce weld in accordance with thequalification. Each welder shall be assigned a number and letter. Each weld shallclearly be identified as to its welder marking the welder’s code adjacent to the welds.A record chart shall be maintained for each welder showing the procedures, forwhich he has qualified, the date of such qualification, the type of defects producedand their frequency. The Engineer’s Representative shall disqualify the welder whosework requires a disproportionate amount of repairs. All procedures where requiredshall be qualified as per BS 4870 Part 1.

17.3 General Welding Requirements

a) Inspection and quality of surveillance shall not be limited to the examination offinished welds. All aspects of materials, fabrication procedures and examinationprocedures shall be subject to the approval of the Engineer’s Representative. Theequipment used shall be suitable for the quality of work specified. The techniquesemployed shall be based on methods which are known to produce good resultsand which have been verified at Site by actual demonstration.

Page 73: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

b) Haphazard striking of the electrodes for establishing arc shall not be permitted.The arc shall be struck either on the joint or on a starting tag. The starting tagshall be of the same material or a material compatible with the base metal beingwelded. In case of any inadvertent strike on place other than the welding, thearea affected shall be ground flushed and examined by liquid penetrationmethod.

c) Generally, a stringer bead technique shall be used with a slight oscillation ifnecessary to avoid slag and to minimize the number of beads needed to fill thejoint. However, the width of the deposited pass shall not exceed 3 times the wirediameter. Vertical welds shall be made in upward direction. For wheneverpossible, by 2 welders working simultaneously along both sides of the pipe.

d) All joint fit ups shall comply with the tolerances specified on the manufacturingdrawings. The root pass shall have less than 1.5 mm internal reinforcement.Defects like icicles, burn through and excessive “suck back”, etc. shall be cause forrejection of welds.

e) Final welds shall be suitable for appropriate fabrication of the non-destructiveexamination of the weld. If grinding is necessary, the weld shall be blended intothe parent metal without gouging or thinning of the parent metal in any way.Uneven and excessive grinding may be a cause for rejection. Fillet weld shallpreferably be convex and free from Fillet weld shall preferably be convex andfree from undercutting and overlap at the toe of weld. Convexity and concavityshall not exceed 1.5 mm the leg length shall not exceed the specified size by morethan 1.5 mm.

f) All attachments such as lugs, brackets and other non pressure parts shall also bedone by qualified welders in accordance with the design details and materialsspecifications. Temporary attachments shall be removed in a manner that willnot damage the parent metal. Areas of temporary attachments shall be dressedsmooth and examined by ultrasonic or liquid penetration methods.

g) All tack welds shall be made using qualified procedure and welders, the numberof size of tack welds shall be kept as small as to consist of adequate strength andjoint alignments. All tack welds shall be examined visually for defects and if founddefective shall be completely removed. As welding proceeds, tack welds shall beeither removed completely or shall be properly prepared by grinding or fillingtheir starting ends so that they may be satisfactorily incorporated in the welds.Unacceptable defects shall be removed by grinding machine or chipping orgouging.

Page 74: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

h) Flame gouging may be permitted provided gouged surfaces are ground at leastby 1.0 mm below the deepest indentation.

i) All weld repairs shall be carried out using the approved welding procedures andwelders. Preparation of weld repair shall have the prior approval of theEngineer’s Representative. Re-welded areas shall be re-examined by the methodsspecified for the original welds and repair procedures shall be duly qualified bythe Engineer’s Representative.

17.4 Pre-heating and Post-heating Treatment Pre-heating and post heating treatmentshall conform to the relevant application codes. Pre-heating not exceeding 121 deg. Cfor all carbon steel construction above 25 mm thickness would be mandatory. Suchpre -heating would be maintained during flame cutting, flame or arc gouging, weldingand repairs and may be done by gas heating by gas torches / gas rings with neutralflame. The temperature shall be checked by temperature will not be necessary forwelds less than 6 mm size. In large diameter pipe fabricated out of plate materials,production control test plates in accordance with the BS 4870 Part 1 Table 6 torepresent 30% of the long seams ad each welder’s performance would be mandatory.

17.5 Electrodes The makes and types of electrodes to be used shall be submitted forapproval of the Engineer. All electrodes shall be stored in their original sealedcontainers under dry conditions. Electrodes shall remain identified until consumed.All electrodes shall be dried before use. Drying ovens shall be provided in work areasfor drying purposes. Electrodes withdrawn from oven shall be promptly used andexcess unused electrodes shall be promptly returned to oven.

17.6 Examination / NDT / Radiography the various stages of examination and types shallbe as stipulated in the respective fabrication codes. Radiographic examination shallbe carried out as per provisions of BS 2600 or BS 2910: ultrasonic tests where calledfor shall be carried out as per provisions of BS 3923; magnetic particle tests shall becarried out as per BS 6072. Liquid penetration tests shall be carried out as per BS6443.

18.0 Street Light Pole Specifications

18.1 ScopeThe scope is to supply install, test and commissioning of 9 meter, conical G1 pole asper technical specification given below. Bidders are requested to study the relevantdrawing for pole.

18.2 Approved makeBajaj / Valmont / Crompton Greaves/TRANSRAIL/HALONIX

Page 75: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

18.3 General:i. The street lighting installation for the various works shall be carried out by use of

outdoor type, weather proof luminaries, to be mounted on tubular steel pole asper required numbers

ii. Electric power supply at 415 volt, three phase, four wire, 50 Hz. to be tappedfrom the street lighting section pillar. or street light pole

iii. The electric power shall be distributed to the street lighting poles throughelectric cables and shall be distributed equally on three phase of the electricpower supply system.

iv. Individual control MCB with junction box shall be provided on each pole. (Thejunction box shall be weather proof, having gasket door cover from left to rightwith necessary accessories etc. as per drawing.

v. The street light poles shall be earthed using 2.5 mtr. long 8 no GI wire in coilform upto 800 mm depth for each pole.

vi. Electric cable required for the street lighting installation shall be 1100 volt grade,XLPE insulated and sheathed, armored cable having stranded Copper conductorof rating as mentioned in the drawing / BOQ.

19.0 Detailed technical specification of conical, 9 mtr height street light Pole

19.1 Structure

Poles shall be continuously tapered circular conical cross section, presenting a goodand pleasing appearance and based on proven design conforming to internationalstandards, to give an assured performance, and reliable service. The pole shall besuitable for wind loadings as per IS 875 part 3 1987.

19.2 Construction

Poles shall be fabricated from special steel plates, conforming to ASTM A 572 Gr 50with yield 350 mpa or of an equivalent Indian Standard, cut and folded to form acircular section and welded. Silicon content of the steel shall be less than 0.06 % toassure a better and lasting quality for galvanizing. Poles shall be made in singlesection. The welding shall be in accordance with AWS. The procedural weld geometryand the workmanship shall be exhaustively tested on the completed welds. Weldingshall be checked by using ultrasonic testing methods also.

Poles shall be provided with base plate, which shall be free from any lamination or

Page 76: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

incursion. The welded connection of the base flange shall be fully developed to thestrength of the entire section. The base plate shall be welded to the bottom of thepole before dipping in the galvanizing bath. The base of the pole shall be complete inall respects with base plate before hot dip galvanizing internally and externally asper ASTM A 123 and 153 or an Equivalent Indian Standard. Pole shall be hot dipgalvanized in single dipping method. No cutting or welding shall be allowed on thepole after hot dip galvanizing.

An adequate door opening shall be provided at the base of the pole at a convenientlocation. Provision shall be given inside this door for fixing the electrical terminals.The opening shall be such that it permits clear access to the inside of the pole. Thedoor opening shall be complete with a close fitting, vandal resistant, door; providedwith a screw type locking facility

19.3 Pole Bracket

Poles shall be provided with a single arm or double arm bracket as per therequirement of the project. Bracket shall be connected to the pole by using a properconnection as per the enclosed drawings. Brackets also shall be hot dip galvanized.

19.4 Color Finish of Conical Pole and Brackets The conical pole shall be Powder CoatedFinish. However Chief executive officer - RUDA has right to select the shade finishand in that case shall be informed to lead partner before manufacturing/dispatch ofpole.

20.0 Design of poles:

20.1 Minor repair by welding or otherwise shall be permitted as the direction of theEngineer, but such repair shall be done only after obtaining the prior permission ofthe Engineer – in – charge any pipe or part there of which develops injurious defectsduring shop welding or other operations shall be rejected.

20.2 The street light pole shall be fabricated as per the details and dimensions shown inthe drawing.

20.3 The access shall provide easy access to a 4 way connector and 2 nos. MCB, to bemounted inside the Junction box. Clear spacing inside the junction box will be400mm X 100mm.

20.4 Sticker should be placed on cover of junction box indicating “Dangers” written in redletters. “RUDA” shall be embossed on any one side of junction box as well as on coverof junction box.

Page 77: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

20.5 Separate suitable dia. B class GI pipes shall be provided for incoming wires and largediameter entries for incoming and 3.2.6 The poles fabricated shall confirm to thedrawings and where such drawing is not available, the contractor shall make suchdrawing and have it approved before fabricated.

20.6 The street light pole shall have a base plate of 275 mm X 275 mm X 16 mm or as perwind velocity IS standard.

20.7 The pole shall house a multi-way terminal block & MCB as shown on the drawings.

Page 74

Page 78: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development
Page 79: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development
Page 80: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Note: - All drawings given here are indicative explanatory drawing. Please, seerespective section for further details regarding technical specification.

21.0 Required documents to be attached in technical bid for pole

21.1 The height and detailed dimension of Pole

21.2 Internal junction box and height details

21.3 Base plate drawing

Page 81: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

21.4 Foundation and anchor bolt cage drawing

21.5 Detail drawing for single armed bracket (the boom angle should be designed in suchway that the bidder is capable to achieve the illumination design parametersmentioned in Illumination design synopsis and consideration section.

21.6 Detail drawing for double armed bracket (the boom angle should be designed insuch way that the bidder is capable to achieve the illumination design parametersmentioned in Illumination design synopsis and consideration section.

21.7 Detail drawing for triple armed bracket (the boom angle should be designed in suchway that the bidder is capable to achieve the illumination design parametersmentioned in Illumination design synopsis and consideration section.

Imp Note: all above drawings should conform to relevant IS standard consideringvarious factors like wind velocity, corrosion resistivity as well as mechanicalstrength.

22.0 Cable Laying:22.1 Electric cable for the street lighting installation shall follow specification under the

heading “MEDIUM VOLTAGE COPPER XLPE CABLES”. The cable colour shall beGreen colour for 4 core × 6 sq. mm. cable. Size and RUDA shall be embossed on outersurface of cable at every 3 mtr. length.

22.2 Cable shall be terminated to the attached junction box. Approved make of cablegland and sockets shall be provided.

22.3 Cable route shall be as per direction of Engineer-in-charge or the contractor shallmark the route and lay the cables only after approved by Engineer-in-charge.

22.4 Cable laying shall be done with excavation, backfilling of trench with sameexcavated morum and back filling material without sharp edged stone or bricksshall be used.

22.5 A loop of 1.5 mtr. of cable shall be provided near each street light pole for allincoming and outgoing cable.

23.0 Installation:23.1 Street lighting installation shall be carried out as per details shown in the drawing.23.2 The poles shall be erected in perfect plumb with muffing of 650 mm X 650 mm X

2000 mm at a location shown in the drawing. The muffing shall withstand againstthe static load as well as wind velocity and bending moment of the pole and shall beapproved by the client prior to execution.

23.3 The junction box shall then be bolted to the erected pole as per details shown in thedrawing. The junction box shall be fitted at 500 mm from ground level has shown inthe drawing.

23.4 The luminaires shall also be installed on the pole and be electrically wired to therespective junction box.

23.5 The cable lay out shall follow the route as per the instruction of site Engineer. Incase of any constraint on the cable route the same shall be brought to notice of.

Page 82: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Engineer-in- charge and carry-out cable laying as per the instruction of Engineer-in-charge.

23.6 The cable lay out shall be carried out in an underground manner and the saidinstallation complete with electric connections.

23.7 Earthing installation shall follow the details for the same shown in the drawing. Theearthing station and the earthing grid installation shall be carried out as per thespecification for the said works given in section under title “Earthing” of this tenderdocument. The depth of cable-laying shall be 1.5 mtrs. Depth from ground. In case ofcrossing the roads, then cable shall be laid in RCC Hume pipe and after laying thepipe, both the ends of RCC pipe shall be sealed with cotton waste and further sealedwith cement and sand mixture. So that water is prevented to enter the pipe. In nocase the depth of cable laying shall be compromised.Typical Electric schematic drawing (For detailed pole structure drawing please seerespective section.

Note: - All drawings given here are indicative explanatory drawing. Please, seerespective section for further details regarding technical specification.

Page 83: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

23.8 Special care shall be taken in erecting poles so that these are not strained ordamaged during erection and are firmly stayed till the foundation are secured. Theplacement of muffing around pole in the pit, necessary GI pipes (not less than 63mm. dia.) shall be placed for facilitating drawing of cables. Separate GI pipe shall beprovided for incoming and outgoing cables. The muffing shall be protected frompremature drying by curing for atleast 7 days after pouring. Supply of water forcuring will be in scope of contractor. All muffing surface from 300 mm. belowground level to top shall be finished smooth with cement mortar 1:4. Cement shouldbe used having ISI mark and Sand and Kapachi (Gravel) should be clean.

24.0 General Notes for Street Lighting:24.1 For supplying and laying of cables, technical specification (wiring) shall be

applicable reference shall be made under heading Cable Work elsewhere in thetender.

24.2 For street light poles along roads, nearest finished road level shall be taken asground Level.

24.3 A loop of 1.5 mtr. of cable shall be provided near each street light pole for allincoming and outgoing cable.

24.4 Two wire each of 2 core 1.5 sq.mm. flexible copper wire shall be provided forconnecting luminaries.

24.5 Each pole should have number & area code. For this, area of 50 mm X 300 mm shallbe painted with blank paint & number & letter shall be painted with yellow colorson the pole.

25.0 Method of Measurement:25.1 Installation, connection, testing and commissioning of each light fitting with lamp,

control gear, earthing etc. shall be considered as one unit for measurement andpayment.

25.2 Supply, installation, connection, testing and commissioning of each lighting polewith, concrete coping / foundation, base plate, junction box / access panel, internalconnection from MCB to the light fixture with 1.5 mm² copper conductor wire,earthing etc. shall be considered as one unit for measurement and payment.

25.3 All cabling work shall be measured on the basis of unit length and the cost shallinclude, cost of cable, excavation, laying, back filling, cable terminations andconnection in junction box or pole terminal box etc.

25.4 All earthing work shall be measured on the basis of each earthing pit withexcavation upto desired depth, brick masonary work for earthing pit & providing CIframe & hinged cover, providing GI pipe, charcoal & salt for filling in earth pit,Supply and labour charges for interconnecting the earthing stations to respectiveequipments with 25 x 6 mm GI strips & 12 x 4 mm GI strips in built up trenches &Testing earth resistivity before earthing and electrode resistance after completion ofwork.

25.5 Design, supply, installation, testing and commissioning of advertising sign boardshall be considered as one unit of measurement for invoicing.

26.0 Detailed Technical Specification of Light Fixtures

Page 84: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

26.1 ScopeThe intent and scope of this specification is design, development, manufacturing,supply of energy efficient luminaires using High Power LEDs with suitable currentcontrol driver circuit and other accessories confirming to this specification,Technical Data Sheets and other relevant Indian/International Standards.

26.2 Approved Make of Street Light FixturesOptic/ Philips/ Crompton/Bajaj/GE or as mentioned in the vendor list.

26.3 Street Light Constructioni. The total source lumen array of luminaire should not be less than 7900 lumens

at specified junction temperature Tj 25°Cii. The forward current of each LED should not be more than 700mAiii. The system wattage shall not be more than 110Wiv. The recommended number of LED per fitting shall be 36 to 48 and each LED

should be driven at a forward current 500-700mA.v. The casing of the lighting luminaries shall be made of pressure die cast

aluminum coated with epoxy polyester powder coat single, self contained devicenot requiring any on-site assembly for installation onto an existing lightingluminaires integral with power supply unit. The driver unit must be accessibleand if need be replaceable easily and with minimum use of tools.

vi. The casting made of non –corrosive aluminium having high conductivity shallhave external surface (in the form of fins) designed in a manner so as to act as anefficient heat sink to extract heat generated at PN-junction of a LED. Efforts shallbe made to keep the overall outer dimensions as minimum as possible withoutcompromising on the performance of the LEDs or luminary.

vii. The assembly and manufacturing process for the LED source assembly inmodules/ arrays shall be designed to assure all sudden impacts add mechanicalshock and vibration (IK05) from high winds and other sources.

viii. No part shall be constructed of polycarbonate unless it is UV stabilized.ix.Material used for the lens shall be base on PMMA with good flow high light

transmission high mechanical strength high weather resistance and highthermal resistance. The optical properties should be as below:

a. Transmission factor as per DIN 5036 92%b.Haze as per ASTM D1003 <0.5%c. Refractive index as per ISO 489- 1.49d.Overall light transmission efficiency should be 90%

x.The LED lens shall be UV stabilized and shall be capable of withstanding ultraviolet(direct sunlight) exposure for a minimum period of 60 months withoutexhibiting evidence of deterioration

xi.All luminaries shall be provided with PMMA lenses to provide proper road lightingdistribution mentioned in detail in point number 4.3.9.

xii. Toughened Heat Resistant Glass of sufficient strength may be provided underthe LED chamber to protect the LEDs and luminaries.

xiii. The finish of the fixture shall be weather resistant powder coated.

Page 85: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

xiv.The luminaires shall be capable of operating normally in ambient temperaturesfrom – 20 deg.C to 50 deg.C maintaining junction temperature well below thanthe maximum junction temperature allowed for LED source to ensure efficientthermal management of the luminaires.

xv.The fixture shall be designed in such a manner that it is easy to handle and install, isnot too large and unwieldy, is of robust construction, light weight and conformsto minimum IP65 class of protection for outdoor use and min IP22 for indoorapplication against dust and moisture intrusion. Luminary’s manufacturershould submit IP test report from Govt. Accredited Test Lab/ R&D Labs.

xvi.The luminary shall be provided with a built-in external heat sink as well as analuminum MCPCB printed circuit board, designed in such a way that the heatgenerated within the LED source is efficiently dissipated to the surroundingatmosphere without abnormal rise in temperature. Any debris build up shall notdegrade heat dissipation performance of the luminaires. A lighting luminairesfitted with an assisted cooling system is not acceptable.

Supply Source180 volt – 250 volt AC (consider Surgesextra)

Frequency 50 Hz +/- allowable tolerance

Total Power Consumption per LEDApprox. 110 Watt (max)

Fitting

Total Power Consumption perApprox. 75 Watt (max)

Signboard

Luminous Efficacy of LED More than 110 lumens/watt @Tj 25°C

Usage hours 12 hrs per day

Electrical ConnectorLead wire with sufficient length and size and

insulation/sheathing

More than 35,000 glow hours at 35°CLife expectancy constant temperature with 70% lumen

maintenance

Bracket, Clamp, Bolt and Nuts Galvanized iron or Stainless steel

Guarantee 5 years from the date of commissioning

Efficiency of Electronic Driver > 85%

THD (%) <33%

CRI >70

LED Beam Angle Min 120 Deg27.0 Test certificate for street light fitting

The participant must be required to submit following details/test certificate along

Page 86: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

with physical submission of documents:a. LM79, photometric test report, clearly mentioning all details of photometric

parameters from a neutral third party Laboratory of national or internationalreputation on type C Goniophotometre.

b. A certificate for IN GRESS protection for IP65.c. Type Test Reports

Test Reports / Test Certificates:A Type Tests:

The luminaries shall be fully type tested at an accredited national test laboratory bythe bidder as per BIS: 10322- Part-4 1984. Copy of latest (not earlier than 2013)type test reports shall be furnished along with the Bid. The Bids received withouttype test reports issued by any accredited National Test Laboratories

NABL accredited laboratory will not be Considered.

a Visual examinationb Mechanical Strength testc Endurance tests and thermal testsd Resistance to dust and moisture (IP-65 Protection test)e Insulation resistance and electric strengthf Photometry test

B Works TestsThese tests shall be carried out, as stipulated in IS Standards, by an inspectingauthority at the supplier’s premises on sample taken from a lot for the purpose ofacceptance of a lot. Acceptance tests shall not be carried out from particular sizefrom the lot on which type tests have already been conducted. This tests covers thefollowing:

a Visual examinationb Resistance to dust and moisturec Insulation resistance and electric strengthd Photometry test

Type Tests:The routine tests shall be performed, as stipulated in BIS standards by themanufacturer on each complete unit of the luminary and the test results shall bemaintained by the Bidder at his works for inspection by the customer’srepresentative. This test covers the following:

a Electrical parameters and operating voltage test.b Endurance tests.

Documents to be submitted along with the offer (for at least one type ofluminary):

a. The bidder shall furnish G A dimensional drawings with all views ofLuminarypertaining to all the models offered along with the technical bid. b Typetest certificates as mentioned above in 12B.

Page 87: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

b. Technical Catalogue of product (Technical Data Sheet mentioning theweight,dimensions & drawing diagram of the product)

c. Lumen Depreciation Curve of LEDs used (supplied by LED manufacturer) - LM80LED data Sheet

d. Polar Diagram of Luminary tested in certified laboratory28.0 The electrical component of street light like LED, and driver should be suitably

enclosed in hermetically sealed unit. The luminiare should be provided with in builttwo current drivers. The luminaire should be so constructed that the driversare replaceable.

29.0 Sample SubmissionAll bidders should submit one sample LED street light (Max 100Watts) with thefittings along with the tender. The sample will be returned after technical biddingand analysis completed.

30.0 Drawings and Data:As per of the proposal the bidder furnish relevant descriptive and illustrativeliterature on lighting fixtures and accessories and following drawings/ data for therespective lighting fixtures :-i)Dimensional Drawings.ii)Mounting details cable entry facilities and weights.

31.0 Detailed Specification for Power LED Chip and also MCPCB31.1 Scope

The intent and scope of this specification to ensure that the power LED as well as theboard meets following technical parameters

31.2 Approved make of LED chipNichia (Japan)/ Cree (USA)/ Lumileds – Luxeon/ OSRAM (Germany)Following LED chips are must for above mentioned LED manufacturer.

Sr.No. Make Required Chip of manufacturer

1 Nichia(Japan) Chip code No. NVSW219A

2 Cree(USA) Chip code No. XP-G

3 Lumileds – Luxeon Chip code No. : LXML-PWC14 OSRAM (Germany) LUW CP7P-KTLP-5C8E-35

31.3 Correlated Colour temperature range - 5500°k to 6200°k, CRI minimum 70.31.4 Minimum LED source efficiency 110 lumen/Watt or more at Tj 25°C.31.5 Required documents as well as test certificate

a. LM 80 report from the LED chip manufacturer indicating all test parameterslike lumen depreciation etc.

b. Technical specification and data sheet of the above mentioned LED chip.31.6 Detailed specification for LED driver along with design intent, scope as well as

technical parameter specification for Part-III, Section-V.31.6.1 Design Intent

It is proposed to have 2 drivers per LED fixture so that at pick hours which are fromevening to 12:00 midnight both drivers will be on through performance timer circuitin order to light up all LEDs to ensure 100% light during pick hours. After 12:00

Page 88: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

midnights to early morning a single driver on each pole shall operate to ensure 50%of LED is on in each fixture.The MC PCB board should be designed in such a way that each driver runsalternative LED so that uniformed light output and photometric distribution ismaintained despite 50% of LEDs are off between 12:00 midnight to early morning.

Imp Note: The timing for on/off for both the driver as well as single driver should beby digital /Analog programmed timer from Street light panel.

31.6.2 ScopeThe scope of this detail is relevant to driver quality assurance and the samementioned below. These are SMPS based power factor corrected constant currentdriver with low THD and high efficiency. This finds application in street lights,where there is wide input operating voltage range.

31.6.3 Product specification· Wide Input operating voltage· High Power factor, efficiency· Low THD (Total Harmonic Distortion)· AC input High Voltage Cut-Off> 300 VAc Support up to 440 Vac· Short circuit and overload protection auto recovery

· Thermal shut down- auto recovery· Induction: Output ON

31.6.4 Input /Output Specification

Input VoltageAC 140V – 300V up to440 V

Input Frequency 47-53 HzMaximum Input Current <0.4Amp max

Output Power Approx 46W

Output Current 2.1A, +/- 50mA

Power Factor >0.9THD <33%

Output Voltage 21.0 V dc

31.6.5 Environment Specifications:

Operating temperature -20°- 40°C /50°Cperating Relative Humidity 5-95% RHStorage Temperature -20° to 70°

31.6.6 General Specifications:Input high Voltage Cut-off >300Vac, auto recovery >295 Vac

Page 89: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

Over Current Protection CC-CV modeShort Circuit Protection Auto recoveryOver temperature Protection Output Shut Down and Auto RecoveryWithstanding Voltage 1500V ACInsulation resistance 10M @DC500VLeakage Current <1 mAEfficiency >85% at 230V AC and full loadSurge Test * As per IEC EN 61000-4-5 (1KA) common modeEFT* As per IEC EN 61000-4-4(KV)EMI * Design to meets EN55015BAC input Connector 2 wire Red for + Ve, Black for –VeTransient protection 14D 440V MOV usedFuse Rating 3.15A, 250V, micro fuse 5.0mm pitch slow blowDimension 150(L)X50(W) X 40(H)

* Conditions are not mandatory.32.0 Advertising Sign Board (High Efficiency LED base)32.1 Scope:

Supply, installation, testing and commissioning of LED based Advertising sign board(3 feet X 5 feet) will be in scope of bidder. SITC cost of advertisementboard & related accessories will not be borne by RUDA. At the time of handing over(after five years of O & M period), LED based advertisement boards will be becomeproperty of RUDA. Bidder has to Upload or submit specification of advertisementsign board & LED fittings with technical bid. Brand & make of LED & relatedaccessories shall be as per mentioned in the tender.

32.2 Approved makeOptic/ PHILIPS/ CROMPTON

32.3 Drawing details:

Page 90: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

33.0 Particulars and Details to be submitted by the bidderOne set Hard copies and 3 sets soft copies (in CD) of the technical bid document will

Page 91: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

have to be submitted by the intenders with the technical bid.33.1 Electrical specifications -details must be filled up by the bidder (Mandatory)

The bidder must submit the electrical ratings of the proposed luminary product forthe following criteria:· Voltage range or rating on single phase AC (Bidder must submit relevant

document in this regard)· Amperage range or rating (Bidder must submit relevant document in this

regard) Frequency range Power factor· Electrical Connector (Bidder must submit relevant document in this regard)· Ability to operate under conditions of unpredictable voltage variations (Bidder

must submit relevant document in this regard. Bidder must specify necessaryprotective arrangement for protection from surge/lightning).

· Also submit information on weather specifications and how the proposedluminary product might accommodate adaptive controls.

33.2 Guarantee Period: Specify in Years (Minimum 5 Years)The successful tenderer shall have to stand guarantee against bad workmanship andsupply of poor quality and / or defective materials for min 5 years after the date ofsuccessful energisation of the total installation(s) and handing over the same toRUDA. Any defect / discrepancy detected during this guarantee period will have tobe made good by the contractor at his costs and risks. If, by any reason, RUDA isrequired to rectify such defects/ discrepancies detected during this guaranteeperiod, the entire cost involved will be realized from the dues payable to thecontractor/ Bank Guarantee by RUDA.

33.3 LED chip and driver information -details must be filled up by bidder. (Mandatory)i. Name of the LED chip manufacturer and assembler. (Bidder must submit

relevant document in this regard. This is mandatory. LM-80 report of offeredLED chip shall be accepted)

ii. LED chip model name (Bidder must submit relevant document in this regard)iii. Model number (Bidder must submit relevant document in this regard)iv. Data from the LED chip manufacturer on the lumen depreciation

characteristics of the specific LED chip employed in the proposed luminaryproduct (Bidder must submit relevant document in this regard)

v. Estimated cost of its replacement by your company, including component andinstallation cost

33.4 Photometric Performance with LM-79 Report (Mandatory)Intending agency shall have to submit photometric information, data or diagramsthat indicate the proponent's proposed luminary will meet Indian Roadway Lightingstandard IS 1994 from an independent laboratory in the standard IES guideline.Intending agency must provide own company's software as well as standardsoftware Dialux or AGI32 for modeling to get results conforming with IS 1944standards such as average luminance (Eavg) and uniformity (Emin/Eavg) for thiswork. All the parameter like driver current, lumen output, number of LED, inputwattage and other parameter of specified light product shall be remained exact as

Page 92: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

given in the design. If the deviation found in any parameter of LM-79 test report asspecified from design data, the LM-79 Test report shall not be accepted and the bidshall be rejected. The bidders are requested to bring their original LM-79 TestReport in the Pre-bid meeting and verify with RUDA official in case of any doubt.The bidder must submit:i) IES LM-79 Initial Photometric Performances.ii) Data report for the proposed luminary (sample LM-79 report).iii) Submit photometric modeling results from an independent laboratory showing

candlepower traces/ Polar diagram/ ISO LUX diagram.33.5 Lumen depreciation (Mandatory)

The intending agency must submit a lifetime determination statement that indicateshow many operating hours can be expected from the proposed luminary productuntil its light output declines to 70% of its initial output (L70). Also must explain:i) How or what method was used to determine the rated lifetime,ii) Describe in details the thermal management: how the physical and thermal

design of the luminary will prevent the LED chips from overheating onextremely hot days;

iii) Other trials or demonstration employing pilot project: submit information andcontacts for other relevant trials in which the proponent's proposed luminaryproduct, or similar products sold by the agency, have been tested in thefield.

Such information should include:IES LM-80 report for the LED chip package employed in the proposed luminaryproduct must be submitted by the bidder.

33.6 Ingress Protection Certification (Mandatory)The bidder must submit IP 65 certificate for complete fixture of offered product.Giving IP 65 certificate for sub part like LED modules etc. will not be accepted.The bidders are requested to bring their original IP65 certificate in the pre bidmeeting and verify with RUDA official in case of any doubt.ONLY IP 65 certificate from Recognised Laboratory shall be accepted by RUDA forthis tender. Any Test Report/ Certificate from any non recognised laboratory/organisation shall not be accepted

33.7 Luminary Specifications - GeneralThe Intending agency shall provide information and certifications regarding thesafety and durability of the luminaries proposed for use, including compliance withrelevant Indian and optionally international standards such as:a. Luminaries: General Requirements, Tests, and Certifications specified in IS

10322b. Availability: Indicate time period the proposed LED luminaries will be

available for delivery and installation on the road.33.8 Test Report to be submitted by Bidder

Following test reports/ documents to be submitted by the bidder

Page 93: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

1. Power LED manufacturer data sheet2. LM 80 report for LED chip3. LM 79 report for Luminaire4. Illumination design report5. Type Test Report6. Work Test Report7. Driver specification sheet8. Luminiare specification /literature indicating clearly technical details of the

luminaire33.9 Bidder are requested to put a mark on right top corner on every pages of technical

bid document to make easier for indentifying each of technical details.34.0 Specification for L.T. XLPE cables34.1 General:

The medium voltage cables shall be supplied, laid, connected, tested andcommissioned in accordance with the drawings, specifications, as per IS : 7098 part Ior relevant Indian Standards specifications, manufacturer’s instructions. The cablesshall be delivered at site in original drums with manufacturer’s name, size, and type,clearly written on the drums. All cables shall be adequately protected against anyrisk of mechanical damage to which they may be liable in normal conditions ofhandling during transportation, loading, unloading etc. The cable shall be supplied insingle length i.e without any intermediate joint or cut unless specifically approvedby the client. The cable ends shall be suitably sealed against entry of moisture, dust,water etc. with cable compound as per standard practice.

34.2 Conductor:Uncoated, annealed copper, of high conductivity upto 4 mm.² size, the conductorshall be solid and above 4 mm.², conductors shall be concentrically stranded as perIEC : 228.

34.3 Insulation:Cross link polyethylene (XLPE) extruded insulation rated at 90° c

34.4 Core Identification:Two core: Red and BlackThree core: Red, Yellow and BlueFour core: Red, Yellow, Blue and BlackSingle core: Green for earthingBlack shall always be used for neutral.

34.5 Assembly:Two, three or four insulated conductors shall be laid up, filled with non- hygroscopicmaterial and covered with an additional layer of thermoplastic material.

34.6 Armour:Galvanized steel flat strip / round wires applied helically in single layers completewith covering the assembly of cores. For cable size up to 25 Sq. mm.: Armour of 1.4m dia G.I. round wire

34.7 Sheath:

Page 94: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

ST-2 PVC along with polypropylene fillers shall be provided.Inner sheath shall be extruded type Dry curing process and shall be compatible withthe insulation provided for the cables. Outer sheath shall be of an extruded typelayer of suitable PVC material compatible with the specified ambient temp. 50 deg. Cand operating temperature of cables. The sheath shall be resistant to water,ultraviolet radiation, fungus, termite and rodent attacks. The colour of outer sheathshall be black. Sequential length marking required at every 3.0 mtr. interval on outersheath.

34.8 Testing:34.8.1 Finished Cable Tests at Manufacturer’s Works:

The finished cables shall be tested at manufacturer’s works in presence of client’srepresentative. Following routine tests for each and every length of cable and copyof test results shall be furnished for each length of cable alongwith supply.

34.8.2 Voltage Test:Each core of cable shall be tested at room temperature at 3 KV A.C. R.M.S. forduration of 1 minute.

34.8.3 Conductor Resistance Test:The D.C. Resistance of each conductor shall be measured at room temperature andthe results shall be corrected to 20° c. to check the compliance with the valuesspecified in IS 8130 - 1976.

34.8.4 Cable Test Before and After Laying of Cables at Site:-Insulation Resistance test between phases and phase to Neutral and phase to earth.Continuity test of all the phases, neutral and earth continuity conductor. Earthresistance test of all the phases and neutral. Sheathing continuity test All tests shallbe carried out in accordance with relevant Indian Standard Code of practice (IS:7098 part I) and Indian Electricity Rules. The Vendor shall provide necessaryinstruments, equipments and labour for conducting the above test and shall bear allexpenses in connection with such tests. All tests shall be carried out in the presenceof the client and results shall be recorded in the prescribed forms.

34.9 Cable Marking:The outer sheath shall be legibly embossed with following legend:ELECTRIC CABLE: 1100 V, SIZE: 4 C × 6 sq mm cu cableManufacturer’s Name & year of manufacturing.

34.10 Sealing, Drumming & Packing:After tests at the manufacturer’s works, both ends of the cable shall be sealed toprevent the ingress of moisture during transportation and storage.Cable shall be supplied in length of 500 meters or as required in non-returnabledrums of sufficiently sturdy construction. Cables of length more than 250 metersshall also be supplied on non-returnable drums. The spindle hole shall be 110 mmminimum diameter. Each drum shall bear on the outside flange, legibly and indeliblyin the English literature, a distinguishing number, the manufacturer’s name andparticulars of the cable i.e. voltage grade, length, conductor size, cable type,insulation type and gross weight shall also be clearly visible. The direction for

Page 95: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

rolling shall be indicated by an arrow. The drum flange shall also be marked withmanufacturer’s name and year of manufacturing etc.

34.11 All electrical and the networking shafts are to be sealed with fire proof material ateach floor.

34.12 The outer layer of cable shall have following colour,Green 4 C X 6 mm2 size of cable.

35.0 Earthing35.1 General

All the non-current carrying metal parts of the street lighting installation andmechanical equipments shall be earthed properly. The cables armour andsheath, section pillar of feeder pillar luminaries pole & pole box of metal shall bebonded together and connected by means of specified earthing system. An earthcontinuity conductor shall be installed with all the feeders and circuits and shall beconnected from the earth bar of the panel boards to the conduit system, earth studof the, lighting fixture, earth pin of the socket outlets and to any metallic wall platesused.

35.2 Scope of WorkThe scope of work shall cover supply, laying, installation, connecting, testing andcommissioning of:

Earthing station with C.I. plate.Earthing G.I strips from earthing station to equipotential bar.Earthing G.I strips from equipotential bar to power panels, FSP, Section pillar & street light pole etc. Bonding of Non-current carrying parts, and metallic parts of the electrical installation.

35.3 StandardsThe following standards and rules shall be applicable:a) IS: 3043 - 1966 Code of practice for Earthing.b) Indian Electricity Act and Rules All codes and standards mean the latest.

Where not specified otherwise the installation shall generally follow theIndian Standard Code of Practice or the British Standard Code s of Practicein absence of Indian standard.

35.4 Type of Earthing Station35.4.1 Plate Earthing Stations

The street light poles shall be earthed using coil type earthing (2.5 mtr. long 8 no GIwire buried at 800 mm depth between 10 poles). GI running earthing has to be donefor each street light pole. The plate electrode shall be 600 mm X 600 mm X 6.3 mmGI for plate earthing for panel earthing. The earthing arrangement shall be as shownon the drawing. The earth resistance shall be maintained below 2.0 ohms withsuitable soil treatment, if required. The earth lead shall be connected to the earthplate through Hot Dip G.I. bolts. The earthing conductors shall be of copper strip incase of copper earthing and hot dip galvanized iron strip in case of G.I. earthing. G.I.pipe with funnel of approved quality shall be used for watering the earthingelectrodes. The hardware and other consumables for earthing installation shall be of

Page 96: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

CI / GI in case of copper earthing and shall be hot dip galvanized iron material incase of G.I. earthing. Test link / test pit cover through chequered plate.

35.4.2 Pipe Electrode Earth Station:The earth station shall be as shown on the drawing and shall be used for equipmentearth grid and / or street light pole earthing. The earth electrode shall be 3 M long50 mm dia class "B", Galvanized steel pipe. The earth resistance shall be maintainedwith a suitable soil treatment as shown on the drawing. The resistance of each earthstation should not exceed 1 ohm. The earth lead shall be fixed to the pipe with a nutand safety set screws. The clamp shall be

permanently accessible. The earthing grid and the earthing conductor shall be hotdip Galvanized iron strips of the size as shown in the drawing. G.I. pipe with funnelof approved quality shall be used for watering the earth electrode \ station. Theblock masonry chamber with chequered plate shall be provided for housing theabove referred funnel and pipe. The hardware and other consumables for earthinginstallation shall be hot dip Galvanized iron material as shown on the drawing.

35.5 Method of Measurement:Provision of earthing station complete with excavation, electrode, watering pipe, soiltreatment, masonry chamber with cast iron cover etc. shall be treated as one unit ofmeasurement. The following items of work shall be measured and paid per unitlength covering the cost of the earth wires / strips, clamps, labour etc.a) Main equipment earthing grid and connection to the earthing station.b) Connection to the section pillars & feeder pillar pole & pole box.

36.0 Voltage Stabilizer36.1 The voltage stabilizer shall be provided and housed inside the street lighting section

pillar having following requirements.

Sr. Parameter Requirement

1 Rating 25 KVA, 3 Ph / 3 Ph

2 Input voltage range 340 v to 460 V3 Output voltage 400 V +/- 1%

4 Efficiency >96%

5 Input frequency 50 Hz +/- 3%

6 Output waveform Same as input7 Effect of power factor Nil on rating or losses

8 Indication Mains on, Output on, Low cutoff, high cutoff

9 Metering Output voltage with SS

10 Rate of correction 35 V/sec11 Operating temperature 50 deg cen

12 Nature cooling Air cooled

Page 97: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

13 Protection Overvoltage

14 Applicable standard IS 981537.0 Section Pillar37.1 General

The scope shall cover design, manufacture, test and supply, installation, testing andcommissioning of section pillar for street light as described in Bill of quantities anddrawings.Section pillar, shall be installed Outdoor and connected through the cables.

37.2 Service Conditions at Site

Ambient Temperature : Max. / Min. = 45° C. / 6° C.Design temperature : 50 Degree C.Relative humidity : 95% max.Voltage : 415+/- 10%, TPNFrequency : 50 Hz. + 3% to -6%Neutral : Solidly / earthed neutral.Fault level : 25 KA Symmetrical at 415V solidly earthed.Protection Class : IP-65 Double Door type

37.3 Technical requirements:

Sr.Description Particulars

No.

1.0 Site Condition Rajkot, Gujarat

1.1 Type Outdoor

1.2 Mounting 300 mm above GL

1.3 Ambient Temperature 45°C

1.4 Atmosphere Corrosive, Humid and Dusty2.0 Operative Condition

2.1 Voltage 415 V ± 10%

2.2 No. of phase 3

2.3 System 3 phase, 4 wire

2.4 Frequency 50 Hz, +3% / -6%

2.5 Fault Level 25 KA, 1 SEC

2.6 Fault Current 25 KA, 1 SEC

2.7 Neutral Grounding Earthed system

3.0 Control System

3.1 Voltage

For Indication 230 V A.C.

For Metering 230 V A.C.

Page 98: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

For Protection

3.2 Control Supply

3.3 Control Wiring

4.0 Busbar

4.1 Phase Busbar

A. Material

B. Support

C. Insulation

D. Insolating Barriers

E. Current Density

4.2 Neutral Busbar Material

4.3 Earth Busbar Material

5.0 PLC Based System

6.0 Painting

Sheet should be 7 tank

6.1 processed, Oven Baked at 310 °C. With powder coating.

6.2 Type of primer

6.3 Type of Paint6.4 Shade Exterior Shade Interior

6.5 Degree of protection

Max. temperature rise inside the6.6

panel (°C)

7.0 Control Wiring

Page 99: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

7.1 Wire Size

8.0 Hardware (Zinc Plated)

9.0 Gasket

10.0 Pocket for Drawings at Door

11.0 Voltage stabilizer

230 V A.C.

230 V A.C.

1.5 mm² FRLS Cu. WireAluminumSMC / DMCEpoxy Moulded (Resin)Fibre Glass / Poly Carbonate of minimum 1.5 mm thickness1.0 Amp. / mm² AluminumG.I (25 x 6 mm) Not RequiredAs per IS – 5 shade no. 692. Outdoor protected powder coatedSiemens Grey (RAL-7032 or RAL-7035) As per IS – 5 shade no. 692.IP 6535 °C above ambient3 C X 2.5 mm² / 3 C X 1.5 mm² YESNeoprene rubber YESSeparate compartment required with necessary heat dissipation arrangement.Technical Details:

· At various locations on Ring Road – 2 (From Ghanteshwar Village on Jamnagar roadto Kalawad Road)

· Proposed number of poles 140 numbers at centre, one side and along the junctions.· Total number of LED Lamp & fixtures -------- numbers· Centre to centre distance between pole is varied depending upon the requirement.

Vary from 15 meters C/c to 25 meters c/c.· Nos. of Control box proposed is 5 nos.

Features of Intelligent Street light controller:1. Controller should be designed for energy saving in conventional street light system.2. Controller should be designed in such a way that power at midnight (12:00

onwards) should be reduced upto 40% to 50%.3. The specialty of power saving mode is uniform lighting thought street lighting which

save power and yet avoid dark spots on road.4. Controller should be programmed on longitude & latitude base for the whole year

Page 100: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

for sunrise and sunset timings. Sunrise and sunset time changes on day to day basisand in one month there is a time change of about 30 minutes. For entire year sunriseand sunset time changes by about 190 minutes.

5. With Controller incorporates a real time clock within built battery backup forminimum 8 years. There should not need to reprogram the controller even if supplyfails for long duration.

General Specification:

· Should have Advance Microcontroller based design.· Should have Real time clock with inbuilt battery with life of more than 8 years· Should have System parameter data protection with special RAM, which hold the

parameter for more than 10 years without any power.· Should have Street light ON / OFF on Longitude, Latitude base sunset and

sunrise time generation.· Should have Controller operates 365 days on real-time based clock with auto

calculate sunrise and sunset times as per geographic location.· Should have Month wise civil twilight timings (Day light power saving) which

helps precise ON / OFF time in all weathers (Advantage of Sunlight beforesunrise and Sunlight after sunset).

· Should have Master and user Password Protection. (As the systems installed atremote location and in open conditions anybody can fingered which createproblem for street lighting operation)

· Should have Very easy key board operation.· Should have Scrolling display of events which helps to monitoring the systems.· Should have HMI LCD display. 16 character and two line type display. Which help

while maintenance and reduce dependability of CMS and contentious Scrollingdisplay of events (Like ON time, Off time, Voltage, Current, Staggering time , Alarmevents, Burning hours, etc) on Single HMI LCD display to help the local monitoringof systems. Parameters can be updated from local panel.

· Should have inbuilt auto recovery systems for power failure which helps instreetlight operation.

· Should have Auto / Manual facility by way of contactor / relay operation for fasterservice mode.

· Should have Settable time power saver facility to reduce the power at late nightwhen low traffic and again restore in morning. The specialty of power saving modeis uniform lighting thought street lighting which avoid dark spots on road comparewith switch off alternate lights. (default one level option for additional one / twolevel)

· Should have Blackout protection while power down mode.· Should have been provided protective power saving feature when ever input

voltage below certain level then it will be not transfer to power saver mode until itreach proper input voltage. This eliminates blackout or dark patches on the road.

Page 101: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

· Should have Settable time power staggering line facility to switch OFF the line at latenight and again restore in morning. (Save energy when no traffics)

· IndividualPhase can be staggered at different time. Also it is incorporate withrotation oneline staggering facility for equal burning hours of lamp.

· Should have Eight Date range programming facility to disable staggering mode forfestival and special occasion.

· Should have Night dimming / staggering and intelligent control reduces burnhours and increases the lifespan of lamps with 30-40%.

· Should have facility of Even in single phase control systems will work. ( In builtProtection for energy saving device) Power redundancy for controller even 1phase 170 VAC controller can work.

· Should have Auto Calibration of Systems for monitoring Load current forprotection.

· Should be over and under voltage cut off user settable. Saves lamps and energy. Autoreset type over voltage and under voltage cut off.

· Should have Electronic sort circuit protection.· Should have Settable incoming Neutral open alarm for specially when unbalance

load.· Should be over current trip in % is user settable. It has special function to store load

current of each line & channel in memory. When over load will be detected it willtrip that particular phase after define retries.

· Should have No harmonics generation while power saving.· Should have Output MCB protection· All electrical parts used in panel are ISI mark only like Cable, Contactor, MCB,

Isolator, Terminals. Power wiring of feeder pillar with ISI mark fire retardantcable.

· Should have Systems with inbuilt spikes and surge protections· Should have Input and output terminal of 35 sq mm.

37.4 Documents:General arrangement drawing indicating accessories and dimensions. Foundation plan and loading. Termination arrangement with dimensions. Three phase wiring diagrams SLDs and control schemes Terminal plansBill of quantity for each panel.

37.5 Construction requirements:Structure:The Section pillar shall be of compartmentalized design so that circuit arc / flashproducts do not create secondary faults and be fabricated out of high quality CRCAsheet, suitable for Outdoor installation having Double doors on both the sides and ifis operated from front side.All CRCA sheet steel used in the construction of Panels shall be 1.6mm. thick and

Page 102: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

shall be folded and braced as necessary to provide a rigid support for allcomponents. Joints of any kind in sheet steel shall be seam welded, all welding slaggrounded off and welding pits wiped smooth with plumber metal.The Section pillar shall be totally enclosed, completely dust and vermin proof anddegree of protection being not less than IP: 65 to IS: 2147. Gaskets between alladjacent units and beneath all covers shall be provided to render the joints dustproof. All doors and covers shall be fully gasketed with neoprene rubber and shall belockable.All section pillars and covers shall be properly fitted and screwed with the frameand holds in the panel correctly positioned. Fixing screws shall enter into holes,taped into an adequate thickness of metal or provided with bolts and nuts. Selfthreading screws shall not be used in the construction of Panels.Panels shall be preferably arranged in multi-tier formation. The Panels shall be ofadequate size with a provision of 20% spare space to accommodate possible futureextension. The size of the section pillar shall be designed in such a way that theinternal space is sufficient for hot air movement and the electrical component doesnot attain temperature more than 50C. If necessary, openings shall be provided fornatural ventilation, but the said openings shall be screened with fine weld mesh. Theentire electrical component shall be derated for 50c.Knock out holes of appropriate size and number shall be provided in the Panels inconformity with the number, and the size of incoming and outgoing conduits /cables.Alternately, the section pillar shall be provided with removable sheet steel plates atbottom to drill holes for cable / conduit entry at site.The section pillar shall be designed to facilitate easy inspection, maintenance andrepair.The section pillar shall be sufficiently rigid to support the equipment withoutdistortion under normal and under short circuit condition. They shall be suitablybraced for short circuit duty.Protection class:All the Outdoor Panels shall have protection class of IP: 65

Page 103: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development
Page 104: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

38.0 Erection, Testing and Commissioning38.1 Scope

The intent of this specification is to define the requirements for the installation,testing and commissioning of the lighting system like Cables, earthing network,lighting, light fixtures etc. Requirement of this project shall be as specified in bill ofquantities / approved drawings / general specifications fixed by the owner /consultant. Necessary drawing approvals & clearances from electrical inspector,local authorities and other statutory bodies shall be in the scope of contractor.

38.2 Standards38.2.1 The work shall be carried out in the best workman like manner in conformity with

this specification, the relevant specification / codes of practice of the IndianStandards Institution, approved drawings & the instructions issued by theauthorized representative, from time to time. Some of the relevant Indian Standardsare listed elsewhere in this tender document.

38.2.2 In addition to the standards mentioned in 2.1, all works shall also conform to therequirement of the following:a. Indian Electricity Act and Rules framed there under.b. Fire Insurance Regulations.c. Regulations lay down by the Chief Electrical Inspector of the State / State

Electricity Board / Union Territory.d. Regulations lay down by the Factory Inspector of the State / Union Territory.e. Any other regulations lay down by the local authorities.f. Installation & operation manuals of original manufacturers of equipment.

38.3 Equipment and accessories specifications:This defines specifications and requirements mainly for the equipment andaccessories, which are generally supplied by the erection agency. All materials,accessories, consumable to be supplied by the contractor shall be selected from thelist of specified make and shall conform to the specification given here under. Theequipment shall be manufactured in accordance with current Indian Standardspecifications wherever they exist or with the BS or NEC specifications,if no such IS standards are available. In the absence of any specification, thematerials shall be as approved by the owner / consultant or his authorizedrepresentative. All similar materials and removable parts shall be uniform andinterchangeable with one another. Makes of bought out items selected by thecontractor must be furnished by him as per the Performa given in elsewhere in thistender document.

38.4 Cable glands:Cable glands shall be heavy duty compression type of brass, chrome plated. Theseshall have a screwed nipple with conduit electrical thread and check nut. These shallbe suitable for armoured/Unarmoured cables, which are being used.

38.5 Cable connectors:Cable connectors, lugs/sockets, shall be of copper/aluminium alloy, suitably tinned,

Page 105: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

soldering less, crimping type. These shall be suitable for the cable being connectedand type of function (such as power, control or connection to instruments etc.).

38.6 Cable indicatorsThese shall be self sticking type of 2 mm thick lead strap for overall cable. PVCidentification number, ferrules shall be used for each wire.

38.7 HDPE pipe for cables:For laying of cables under floor, HDPE pipes shall be used. M.S. conduits are notacceptable for this purpose. All accessories of pipes shall be threaded type. Size ofpipe shall depend upon the overall outer diameter of cable to be drawn throughpipe. None of HDPE pipe less than 63 mm I.D. shall be used for this purpose. Todetermine the size of pipe, assume that 40% area of pipe shall be free after drawingof cable. The depth of laying the cables is 1.5 meters below Ground Level and thisshall not be compromised in any case.

38.8 Installation of Cable Network:Cable network shall include power, control and lighting cables which shall be laid inunderground trenches, cable trays, G.I. pipes, HDPE pipes or on building structuresas detailed in the relevant drawings, cable schedules or as per the client /consultant’s instructions. Supply & installation of cable trays, G.I. pipes / conduits,HDPE pipes, cable glands and sockets of both end isolators, junction boxes, remotepush button stations, etc. shall be under the scope of the contractor.(a) General Requirements for Handling Cables:

Before laying cables, this shall be tested for physical damage, continuity, absenceof cross phasing, insulation resistance to earth and between conductors.Insulation resistance tests shall be carried out with 500 / 1000 V megar. Thecables shall be supplied at site, wound on wooden drums as far as possible. Forsmaller length and sizes, cables in properly coiled form can be accepted. Thecables shall be laid by mounting the drum of the cable on drum carriage. Wherethe carriage is not available, the drum shall be mounted on a properly supportedaxle, and the cable laid out from the top of the drum. In no case the cable will berolled on as it produces kinks whichmay damage the conductor. Sharp bending of cable shall be avoided. Thebending radius for PVC insulated and sheathed, armoured cable shall not be lessthan 10 D, where “D” is overall diameter of the cable. While drawing cablesthrough G.I. pipes, HDPE pipes, conduits, RCC pipes, ensure that size of pipe issuch that, after drawing cables, 40% area is free. After drawing cables, the end ofpipe shall be sealed with cotton / bituminous compound. High voltage (11 kVand above), medium voltage (240 V and above) and other control cables shall beseparated from each other by adequate spacing or running through independentpipes / trays. Armoured cables shall never be concealed in walls / floors / roadswithout G.I. pipes, conduits or RCC pipes. Joints in the cable throughout itslength of laying shall be avoided as far as possible and if unavoidable, priorapproval of site engineer shall be taken. If allowed, proper straight through

Page 106: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

epoxy resin tight joint shall be made, without any additional cost. A minimumloop of 1.5 mtr. shall be provided on both ends of the cable, and on both ends ofstraight through cable joint. This additional length shall be used for freshtermination in future. Cable for this loop shall be paid for supply and laying. Allcable routes shall be carefully measured and cable cut to the required lengthsand undue wastage of cables to be avoided. The routes indicated in the drawingsare indicative only and the same may be rechecked with the client / consultantbefore cutting of cables. While selecting cable routes interference withstructures, foundations, pipelines, future expansion of buildings etc. should beavoided. All temporary ends of cables must be protected against dirt andmoisture to prevent damage to the insulation. For this purpose, ends of all PVCinsulated cables shall be taped with an approved PVC or rubber insulating tapes.Use of friction type or other fabric type tape is not permitted. Lead sheathedcables shall be plumbed with lead alloy.The cable pass through foundation / walls of other underground structures, thenecessary ducts for opening will be provided in advance for the same. However,should it become necessary to cut holes in existing foundation of structures theelectrical contractor shall determine the location and obtain approval of theclient /consultant before cutting is done.

(b) Laying of Cables (Underground System)Cables shall be so laid in trench that this will not interfere with otherunderground structure. All water pipes, sewage lines or other structures whichbecome exposed by excavation shall be properly supported and protected frominjury until the filling has been rammed solidly in places underand around them. Any telephone or other cables coming in the way are to beproperly shielded / diverted as directed by the owner / consultant.Cable shall be laid at minimum depth of 1.5 meter from ground level. Excavationwill be generally in ordinary soil. The width of trench shall be sufficient forlaying of required no. of cables.For all underground cables, route markers should be used:RCC Hume pipe for crossing road in cable laying shall be provided by contractor.No claim shall be made for cable laying in Hume pipe for providing bricks, sandand excavation. RCC hump pipe at the ends shall be sealed by bituminouscompound after laying and testing of cables by electrical contractor without anyextra charge.

(c) Laying of Cable in Masonry TrenchesMasonry / concrete trenches for laying of cables shall be provided by contractor.Steel members such as M.S. angles / flats etc. shall be provided and grouted byelectrical contractor to support the cables without any extra charge. Cables shallbe clamped to these supports with minimum saddles / clamps. More than onetier of cables can be provided in the same trench if the no. of cables are more.Entry of cables in trenches shall be sealed with bituminous MASTIC compoundto stop entry of water in trenches.

Page 107: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

(d) Termination and Jointing of Cables:i. Use of glands:

All PVC cables up to 1.1 kV grade, armored shall be terminated at thejunction box etc. by means of suitable size single compression type cableglands. Armor of cable shall be connected to earth point. The contractor shalldrill holes for fixing glands wherever necessary. Wherever threaded cablegland is to be screwed into threaded opening of different size, suitablegalvanized threaded reducing bushing shall be used of approved type.

ii. Use of Lugs / Sockets:All cable leads shall be terminated at the equipment terminals, by means ofcrimped type solder less connectors unless the terminals at theequipment ends are suitable for direct jointing without lugs / sockets. Thefollowing is the recommended procedure for crimped joints and the sameshall be followed:Strip off the insulation of the cable and with every precaution, not in severeor damage any strand. All insulation’s to be removed from the strippedportion of the conductor and ends of the insulation should beclean and square. The cable should be kept clean as far as possible beforeassembling it with the terminal / socket. For preventing the ingress ofmoisture and possibility of reoxidation after crimping of the aluminiumconductors, the socket should be filled with corrosion inhibiting compound.This compound should also be applied over the stripped potion of theconductor and the palm surface of socket. Correct size and type of socket /ferrule / lug should be selected depending on size of conductor, and type ofconnection to be made. Make the crimped joint by suitable crimping tool. Ifafter crimping the conductor in socket / lug, some portion of the conductorremains without insulation the same should be covered sufficiently with PVCtape.

iii. Testing of Cables:Before energizing, the insulation resistance of every circuit shall bemeasured from phase to ground. This requires 3 measurements if one side isgrounded and 6 measurements for 3 phase circuits. Where splices orterminations are required in circuits rated above 650 volts, measureinsulation resistance of each length of cable before splicing and/orterminating. Repeat measurements after splices and/or terminations arecomplete. DC high voltage test shall be made after installation on thefollowing: All 1100 volts grade cables in which straight through joints have been made.All cables above 1100 V grade. For record purpose test data shall include themeasured values of leakage current versus time.The DC high voltage test shall be performed as detailed below:Cables shall be installed in final position with the entire straight throughjoints complete. Terminations shall be kept unfinished so that motors,

Page 108: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

switchgear, transformer etc. are not subjected to test voltage. The testvoltage and duration shall be as per relevant codes and practices of IndianStandards Institution.

iv. Proforma for Testing Cables:Date of TestDrum No. from which cable taken.Cable from toLength of run of this cable meterInsulation resistance testBetween core-1 to earth mega-ohmBetween core-2 to earth mega-ohmBetween core-3 to earth mega-ohmBetween core-1 to core-2 mega-ohmBetween core-2 to core-3 mega-ohmBetween core-3 to core-1 mega-ohmDuration used: 1 kVHigh voltage test Voltage DurationBetween core an earth.Between individual cores[This Performa shall be jointly signed by the Client / Consultant and thecontractor in duplicate].

38.9 Earthing Network:(a) Installation and Connection:

The plate / pipe electrode, as far as practicable, shall be buried below permanentmoisture level but in no case not less than 2.5 M below finished ground level.The plate/pipe electrode shall be kept clear of the building foundation and in nocase; it shall be nearer by less than 2 M from outer face of the respective buildingwall / column. The plate electrode shall be installed vertically and shall besurrounded with 150 mm thick layers of Charcoal dust and Salt mixture. 19 mmdia G.I. pipe for watering shall run from top edge of the plate / pipe electrode tothe mid level of block masonry chamber. Top of the pipe shall be provided withG.I. funnel and screen for watering the earth / ground through the pipe. Thefunnel with screen over the G.I. pipe for watering to the earth shall be housed ina block masonry chamber as shown in the drawing. The masonry chamber shallbe provided with a Cast Iron hinged cover resting over the Cast Iron framewhich shall be embedded in the block masonry. Construction of the earthingstation shall in general be as show n in the drawing and shall conform to therequirement on earth electrodes mentioned in the latest edition of IndianStandard IS: 3043, Code of Practice for Earthing Installation. The earthconductors (Strips / Wires copper / Hot dip G.I.) inside the building shallproperly be clamped / supported on the wall with Galvanized Iron clamps andMild Steel ZincPassivated crews / bolts. The conductors outside the building shall be laid at

Page 109: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

least 600 mm below the finished ground level. The earth conductors shall eitherterminate on earthing socket provided on the equipment or shall be fastened tothe foundation bolt and / or on frames of the equipment. The earthingconnection to equipment body shall be done after removing paint and other oilysubstances from the body and then properly be finished. Overlapping of earth conductors during straight through in joints, where required,shall be of minimum 75mm long. The earth conductors shall be in one lengthbetween the earthing grid and the equipment to be earthed.

(b) Earth Leads and Connections:Earth lead shall be bare copper or Galvanized steels specified with sizes shownon drawings. Copper lead shall have a phosphor content of not over 0.15 %. G.Istrips buried in the ground shall be protected with bitumen and hessian wrap orpolythene faced hessian and bitumen coating. At road crossing necessary Humepipes shall be laid. Earth lead run on surface of wall or ceiling shall be fixed onsaddles so that strip is at least 8 mm away from the wall surface. The completeearthing system shall be mechanically and electrically bonded to provide anindependent return path to the earth source.

(c) TEST:The entire earthing installation shall be tested as per requirements of IndianStandard Specification IS: 3043.The following earth resistance values shall be measured with an approved earthmegger and recorded.Each earthing station earthing system as a whole Earth continuity conductorsEarth conductor resistance for each earthed equipment shall be measuredwhich shall not exceed 5 ohm in each case.Measurements of earth resistance shall be carried out before earth connectionsare made between the earth and the object to be earthed. All tests shall becarried out in presence of the client’s presence.

38.10 Surface Conduit Works:38.10.1Testing of Installation:

Before a completed installation is put into service, the following tests shall becomplied with:(a) INSULATION RESISTANCE:

The insulation resistance shall be measured by applying 500 volt meggerwith all fuses in places, circuit breaker and all switches closed.The insulation resistance in giga ohms of an installation, measured shall notbe less than 50 mega ohms divided by the number of points on the circuit.The insulation resistance shall be measured betweenEARTH TO PHASEEARTH TO NEUTRALPHASE TO NEURALPHASE TO PHASE

(b) EARTH CONTINUITY PATH:

Page 110: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

The earth continuity conductors shall be tested for electrical continuity andthe electrical resistance of the same along with the earthing lead butexcluding any added resistance or earth leakage circuit-breaker measuredfrom the connection, with the earth electrode to any point in the earthcontinuity conductor in the completed installation and shall not exceed oneohm.

(c) COMPLETION CERTIFICATES:All the above tests shall be carried out in presence of client and the resultsshall be recorded in prescribed forms. Any default during the testing shall beimmediately rectified and that section of the installation shall be re tested.The completed test result from shall be submitted to the client for approval.On completion of an electric installation a certificate shall be furnished bythe contractor, countersigned by the certified supervisor under whose directsupervision the installation was carried out. This certificate shall be in aprescribed form as required by the local electric supply authority.

38.11 INSTALLATION OF LIGHT FIXTURES & POLE:38.11.1Street lighting installation shall be carried out as per details shown in the drawing.38.11.2The poles shall be erected in perfect plumb with concrete foundation at a location

shown in the drawing. The foundation shall be designed to withstand thestatic load as well as wind velocity and bending moment of the pole and shallbe approved by the client prior to execution.

38.11.3The junction box shall then be clamped to the erected pole as per details shown inthe drawing.

38.11.4The luminaries shall also be installed on the pole and be electrically wired to therespective junction box.

38.11.5The cable lay out shall follow the tentative route as shown in the drawing. In case ofany constraint on the cable route the same shall be brought to notice of theclient.

38.11.6The cable lay out shall be carried out in an underground manner and the saidinstallation complete with electric connections.

38.11.7Earthing installation shall follow the details for the same shown in the drawing.38.11.8The earthing station (coil type) and the earthing grid installation shall be carried out

as per the specification for the said works given in section under title“Earthing” of this tender document.

38.11.9On completion of the installation, the street light poles shall be painted with twocoats of metal primer (Red Oxide) followed by two coats of Synthetic enamelof the shade as approved by the Engineer-in-charge.

38.11.10 The various types of brackets shall be made of appropriate length as perattached drawing with necessary holding brackets, PVC cap, hold fasts etc.with special reducer at the end to accommodate type of street light fitting tobe fixed. Bracket shall have 1 coat of anti-corrosion paint before dispatch tosite and 2 coats of approved make and shade of aluminium paint. Thisbracket shall also be provided with one M.S. water tight box complete with

Page 111: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

the connector, neutral link, rewireable fuse etc. See enclosed drawings ofstreet light poles.

38.11.11 Installation of poles shall be done as per standard practice of conical shapedpoles. Special care shall be taken in erecting poles so that these are notstrained or damaged during erection and are firmly stayed till thefoundation are secured. The pole shall be grouted outside ground pit withRCC work (1:2:4). Dimensions of foundation inside ground pit will be 650mm L x 650 mm W x 1400 mm Depth with RCC (1:2:4) and outside groundpit will be 650 mm L x 650 mm W x 600 mm Depth with RCC (1:2:4).Dimensions of ground pit will be 1250 mm L x 1250 mm W x 1500 mmDepth. Before the placement of concrete around pole in the pit, necessaryconduit pipes (not less than 63 mm. dia.) shall be placed for facilitatingdrawing of cables. Separate conduit shall be provided for incoming andoutgoing cables. The cement concrete shall be protected from prematureddrying by curing for atleast 7 days after pouring. Supply of water for curingwill be in scope of contractor. All concrete surfaces from 300 mm belowground level to top shall be finished smooth with cement mortar 1:4. Cementshould be used having ISI mark and Sand and Kapachi (Gravel) should beclean.

38.11.12 This includes fixing of street light fittings complete with accessories andlamps at the end of the pole / bracket, connecting it with 3 C x 1.5 mm.²copper conductor, PVC insulated cable from water tight SMC box, testing,commissioning. Third core shall be connected with earthing point of lightfitting at one end and earthing point of SMC box at the other end.

39.0 Handing Over / Taking Over:After successful Supply, Installation, Testing and Commissioning of LED StreetLighting poles with related comprehensive Electrical & Mechanical Work includingall necessary Equipments RUDA will hand over all the street light poles to successfulbidder for 5(five) years comprehensive O&M with Advertisement Rights on variouslocations on Ring Road-2 and on approach road of Housing Project.After successful 5(five) years comprehensive O & M and on completion of thedefect liability period of 60 months, RUDA will taking over all street light as pertender condition.

40.0 List of Approved VendorsSR.

ITEM APPROVED MAKENO.

Page 112: VOL. - I TECHNICAL BID - Rajkot Urban Development …...E-Tender - Notice Inviting Tender The E-Tenders are invited with two bid system basis by Director (Projects), Rajkot Urban Development

NICHIA (CHIP CODE NO. NVSW219A) /LUMILED - LUXEON (CHIP CODE NO. LXML-

1 LED CHIP PWC1) / CREE (CHIP CODE NO. XP-G) /OSRAM (GERMANY) (CHIP CODE NO. LUWCP7P-KTLP-5C8E-35)

2

STREET LIGHTOPTIC/ CROMPTON/ PHILIPS/ AVNI / GE /BAJAJ / POLYCAB/HAVELLS / WIPRO

LUMINARIES & FIXTURES

3 STREET LIGHT POLEBAJAJ/ VALMONT/ CG /TRANSRAIL/PHILLIPS/HALONIX

CABLES & WIRESFINOLEX / CCI / POLYCAB / RR KABEL /HAVELLS / LAPP / RAVIN /POLYCAB

5 "B" CLASS ERW G.I. PIPES TATA/ SURYA/ ZINDAL/ ASIANL & T / C & S / STANDARD / HAVELLS / HPL /

6 SWITCH GEAR & METER SCHNEIDER / SIEMENS / ABB / INDOASIAN /GE / LEGRAND

7 TIMER / TIME SWITCHL & T / INDOASIAN / C & S / GIS / LEGRAND /

Hagger

Signature of Tenderer:

Name:

Company’s seal:Date: