Tech Specficiation LED Flood Light

Download as pdf or txt
Download as pdf or txt
You are on page 1of 16

ODISHA POWER TRANSMISSION CORPORATION LTD.

(A Government of Odisha Undertaking)

E.H.T. (O&M) DIVISION, KESINGA

TENDER SPECIFICATION
FOR
TENDER CALL NOTICE No. - 07/ (2018-19)

“SUPPLY OF 100 NOS. OF 120 W, 230V LED FLOOD LIGHTS WITH COMPLETE
OUTDOOR FITTINGS (HAVELLS/BAJAJ/CROMPTON/PHILLIPS MAKE) FOR
DIFFERENT GRID SUB-STATIONS UNDER EHT(O&M) DIVISION, KESINGA
AND EHT(O&M) DIVISION, NUAPADA”

PRICE - Rs.4000/- + 12% GST = Rs.4,480/-

1
CONTENTS

1. SECTION –I : INSTRUCTIONS TO TENDERERS.

2. SECTION –II : GENERAL TERMS & CONDITIONS OF CONTRACT.

3. SECTION –III : ABSTRACT OF TERMS AND CONDITIONS.

4. SECTION –IV : BIDDER’S INFORMATION

5. SECTION –V : PRICE BID.


6. SECTION – VI : DECLARATION FORM
7. SECTION –VII : TECHNICAL SPECIFICATION.

8. PRICE OF TENDER : Rs. 4,000 /-+ 12 % GST = 4,480/-


DOCUMENT (Rupees Four thousand four hundred eighty only)
By Cash/Bank draft drawn in
favor of EHT (O&M) Division, Kesinga
(Non Refundable)

9. COMMENCEMENT OF SALE : Dt.28.02.2019 (during office hours )


OF TENDER PAPER.

10. LAST DATE OF SALE OF : Dt.14.03.2019 (during office hours )


TENDER PAPER.

11. LAST DATE & TIME OF : Dt.15.03.2019 (Up to 12.00PM)


RECEIPT OF TENDER PAPER.

12. DATE & TIME OF OPENING : Dt.15.03.2019 at 4.00 PM


OF TENDER

2
SECTION-I

INSTRUCTIONS TO TENDERERS
1. The bidders must read in detail the “Instructions to Tenderers”, “General terms and
conditions of Contract” and “Technical Specifications” before filling the Tender documents.

2. TENDERS:
a. Manufacturers, Authorized Dealers and Registered suppliers are only eligible to quote. In
case of authorized dealer, necessary authorized dealership certificate should be submitted
along with tender which should be valid on the date of opening of the tender.
b. Only those bidders who have purchased the relevant tender specification from this office
of the DGM, EHT(O&M) Division, Kesinga or down loaded from the OPTCL website
and submitted the same along with cost of tender paper & EMD in shape of DD in favour
of DGM, EHT(O&M) Division, Kesinga & payable at Kesinga drawn on any
Nationalized Bank can submit their tender, otherwise Tender Paper out right rejected.
Bidders must submit their bid documents duly filled in our specification only.
c. Tender must be submitted in sealed envelope super scribed as “SUPPLY OF 100 NOS.
OF 120W, 230V LED FLOOD LIGHTS WITH COMPLETE OUTDOOR
FITTINGS (HAVELLS / BAJAJ / CROMPTON / PHILLIPS MAKE) FOR
DIFFERENT GRID SUB-STATIONS UNDER EHT(O&M) DIVISION, KESINGA
AND EHT(O&M) DIVISION, NUAPADA” against Tender Call Notice No.07/ 2018-
19, due on Dt. 15.03.2019 for opening and addressed to Dy. General Manager, EHT
(O&M) Division, Kesinga.
d. Tender shall be submitted either in person or by Registered post within the time specified
in the Tender call notice. Any other means of delivery shall not be accepted. Detailed
postal address with PIN, phone No./FAX No. must be mentioned in the application
requesting for Tender document and on the Tender Bid. The Tender submitted in person
is to be dropped in the Tender Box. Tender received after due date and time will not be
considered. The authority will not be responsible for receipt of Tender after due date and
time due to postal delay or any other reasons.
e. Tenders shall not be submitted telegraphically or by FAX.
f. Conditional offers will not be accepted.
g. If the last date of receipt of tender and its opening falls on a holiday, it will be received
and opened on the next working day in same time.
3. EARNEST MONEY DEPOSIT (EMD):
The tender must be accompanied by an amount of Rs.9,296/- as EMD in shape of Bank Draft
only drawn in favour of DGM, EHT (O&M) Division, Kesinga payable at Kesinga. Those
who claim exemption from furnishing the E.M.D. should submit the copies of documents on
the basis of which exemption is claimed. The EMD of all unsuccessful Tenderers shall be
refunded on written request after finalization of Tender. No interest shall be paid on E.M.D.
4. FORFEITURE OF E.M.D. AND SECURITY DEPOSIT:
a. In the event of successful Tenderer failing to accept the order or supply the materials as
per the technical specification, EMD/S.D so deposited shall be forfeited.

3
b. Any deviation from the terms and conditions of the contract awarded, may also lead to
forfeiture of EMD without any notice.
c. The EMD not claimed for refund within a period of one year from the date of issue
of Purchase/ Work orders and the Security Deposit not claimed for refund within a
period of three years after completion of contract, will be forfeited.
5. INFORMATION OF COMPETITORS: Bidders have right to know information on
Competitors only at the time of opening of the bids. No further information on competitors
shall be provided at any other point/stage of the tender without prejudice to Right to
Information Act. 2005.

6. OPENING OF TENDERS:
a. Copy of up-to-date PAN Card, Authorized dealership Certificate and GST Registration
Certificate should be enclosed with the tender.
b. Bidders themselves or their authorized representatives (one person only, possessing
authorization letter in original) shall be allowed to attend opening event of the tender.
7. The authority may alter the quantities of materials at the time of placing orders. Orders may
also be split up among more than one tenderer if necessary in the interest of the organisation.
8. The Tenderers may please note that the word ‘item’ used in the foregoing paragraphs shall
mean the materials/equipment as specified in the ‘Tender Specification’. In case of
deviations, the decision of the authority shall be final.
9. The authority reserves the right to reject the lowest or any other tender or all tenders without
assigning any reason what so ever.
10. Tenders should be prepared clearly and without any overwriting and corrections. Erasures
and other changes shall bear the dated initial of the person signing the tender.

11. In the event of discrepancy or arithmetical error in the schedule of price, the decision of the
authority shall be final and binding on the tenderers.

12. For evaluation, the price mentioned in words shall be taken, if there is any difference in
figure and words in the price bid.

13. In the event of disparity of price due to tax rates, ,the comparison of price shall be made
exclusive of tax and order shall be placed with tax rate as per Govt norms.

14. THE TENDERS SHALL BE LIABLE FOR REJECTION IF THEY DO NOT AGREE
TO OR COMPLY WITH ANY OF THE TERMS AND CONDITIONS SET FORTH
AND PROVIDED IN THE TENDER SPECIFICATION.

Dy. General Manager(Elect)

4
SECTION-II

GENERAL TERMS AND CONDITIONS OF CONTRACT

1. SCOPE OF CONTRACT: This specification covers “Supply of 120W, 230V LED flood
lights with complete outdoor fittings of Havells / Bajaj / Crompton / Phillips make as per
the technical requirement as per section-VII. The scope of the contract shall be to deliver the
material on Rail/Road transport at the destination site of OPTCL i.e at 132/33KV Grid Sub-
station, Kesinga. The bids must be accompanied with LM 79 & 80, IP66, IK05, BIS, CE,
ROHS test certificates. Luminary manufacture has to submit authorisation certificate from
reputed known LED chip manufacturer like CREE, NICHIA & PHILLIPS LUMILED etc.
only without which their tender will not be entertained.

2. PRICE: The price should be firm and FOR destination. The price should be inclusive of
packing, forwarding, freight, insurance charges, excise duty, and other taxes if any. The
amount & nature of taxes should be clearly specified in the price schedule.

3. DELIVERY: The materials shall be supplied at 132/33KV Grid S/S, Kesinga within 30 days
from the date of issue of purchase order. The authority however reserves the right to
reschedule the delivery or change of destination. Early delivery is preferable.

4. VALIDITY: Price with terms and conditions of the offer shall be valid for a minimum period
of 120 days from the date of opening of tender.
5. INSURANCE: Insurance of materials is to be done by the supplier at his own cost. The
responsibility of delivery of the materials at destination in good condition rests with the
supplier. Any claim with the insurance company Railway authority/Road transport authorities
arising due to loss or damage in transit has to be settled by the supplier. The supplier shall
undertake free replacement of materials damaged or lost which will be reported by the
consignee within 30 days of the receipt of the materials at destination without waiting for the
settlement of the claims with the carriers.
6. GENERAL REQUIREMENT: The LED fittings must to be suitable for the purpose of
switch yard lighting of various grid substations. The fittings must satisfy all the requirement
as specified in the technical specification. Each unit must be accompanied with LED chip
manufacturer certificate and LM 79 & LM 80 test certificates. The fittings must be water
proof and dust proof as per protection certificate IP 66. The mechanical strength IK05 is to be
supplied along with bid. The Driver Certification documents must also be enclosed within.
a) Minimum 2 years guarantee with complete replacement.
b) The fitting found defective during usage are to be replaced within 3 days of receipt of
complaint from the concerned authority.
c) The tender must be accompanied with LED chip manufacturer certificate, Secondary
Optical Lens manufacturer certificate and LM 79 & 80 test certificates. The fittings
must be water proof and dust proof as per protection certificate IP 66. The mechanical
strength IK05 is to be supplied along with bid. The Driver Certification documents
must also be enclosed within.

5
7. TERMS OF PAYMENT: Payment will be made with taxes and duties after delivery of
materials at the respective sites subject to inspection and detailed verification, deposit of
security amount & approval of guarantee & test certificate within one month.
8. PENALTY FOR DELAY IN DELIVERY: If the supplier fails to deliver the materials
within the delivery period of this tender document or any extension granted thereto, the
authority shall recover from the supplier penalty for a sum of half percent (i.e. 0.5 percent) of
the contract price for each calendar week or part thereof of delay. However the total amount
of penalty shall not exceed 5% (five percent) of the cost of undelivered items. Materials will
be deemed to have been delivered only when all the component parts are delivered. If certain
components are not delivered in time, the supply will be treated as delayed until such time the
missing/undelivered parts are delivered. The order will stand cancelled automatically after
120days of the issue of the order.

9. EXTENSION OF TIME: If the delivery of materials are delayed due to reason beyond the
control of supplier, the supplier shall without delay give notice to the authority in writing for
an extension of time with detail justification. The authority on receipt of such notice may
agree to extend the contract delivery date if reasonable but without prejudice to other terms
and conditions of this contract.

10. GUARANTEE PERIOD: The materials i.e. LED flood lights are to be guaranteed for
trouble free service for a period of 2 years from the date of delivery. Any defect if noticed
during the above guarantee period shall be replaced/ rectified by you of free of cost
within two days of intimation from the consignee provided such defects are traced due
to bad material, bad workmanship & faulty design etc. The above guarantee certificate in
triplicate must be furnished to this office for approval to the under signed by the successful
bidders.
11. SECURITY DEPOSIT :
The successful bidder has to deposit 10 % of contract value as security deposit in form of
DD/BG in favour of DGM, EHT (O&M) Division, Kesinga within 15 days from the issue
of purchase order. In case of non execution of the order the security deposit and EMD shall
be forfeited. The security deposit amount will be refunded after successful completion of
guarantee period. The security deposit shall not carry any interest.
12. AUTHORITY :
Dy. General Manager(Elect), EHT (O&M) Division, Kesinga.
13. CONSIGNEE:
SDO, 132/33KV Grid S/S, Kesinga
14. PAYING OFFFICER :
Dy. General Manager(Elect), EHT(O&M) Division, Kesinga
15. GSTIN CERTIFICATE, PAN CARD & AUTHORIZED DEALERSHIP
CERTIFICATE:
Attested legible photocopies of INCOME TAX PAN CARD, AUTHORIZED
DEALERSHIP CERTIFICATE and GST REGISTRATION CERTIFICATE valid on
the date of opening of the tender should be submitted along with tenders without which
tender will be liable for rejection at the time of opening. If required, the firm may be asked to
produce original documents for verification any time after opening of the tender. Those who

6
fail to produce the same and found not to be valid on the date of opening of the tender, their
tenders will be liable for rejection.

16. REJECTION OF MATERIALS.


In the event any of the equipment/material supplied by the manufacturer is found defective
due to faulty design, bad workmanship, bad materials used or otherwise not in conformity
with the requirements of the Specification, the purchaser shall either reject the equipment /
material or ask the supplier in writing to rectify or replace the defective equipment/material
free of cost to the purchaser. The Supplier on receipt of such notification shall either rectify
or replace the defective equipment/material free of cost to the purchaser within 15 days from
the date of issue of such notification by the purchaser.

17. RIGHT TO REJECT/ACCEPT ANY TENDER:


The purchaser reserves the right either to reject or to accept any or all tenders if the situation
so warrants in the interest of the purchaser. Orders may also be split up between different
Tenderers on individual merits of the Tenderer. The authority has exclusive right to alter the
quantities of materials/ equipment at the time of placing final purchase order. After placing of
the order, the authority may defer the delivery schedule of the materials. It may be clearly
understood by the Tenderer that the authority need not assign any reason for any of the above
action [s].
18. DISPATCH INSTRUCTIONS.
The equipments/ materials should be securely packed and dispatched directly to the specified
site at the supplier’s risk.

19. LOADING & UNLOADING OF ORDERED MATERIALS.


It will be the sole responsibility of the supplier for loading and unloading of materials
both at the factory site and at the destination site/store. The Purchaser shall have no
responsibility on this account.

20. SUPPLIER’S DEFAULT LIABILITY.

The purchaser may, upon written notice of default to the supplier, terminate the contract
in circumstances detailed hereunder.

[a] If in the judgment of the purchaser, the supplier fails to make delivery of
equipment/material within the time specified in the contract or within the period for
which if extension has been granted by the Purchaser in writing in response to written
request of the supplier.
[b] If in the judgment of the purchaser, the supplier fails to comply with any of the
provisions of this contract.
21. FORCE MAJEURE:
The supplier shall not be liable for any penalty for delay or for failure to perform the
contract for reasons of force majeure such as acts of god, acts of the public enemy, acts of
Govt., Fires, floods, epidemics, Quarantine restrictions, strikes, Freight Embargo and
provided that the supplier shall within Ten (10) days from the beginning of delay on such
account notify the purchaser in writing of the cause of delay. The authority shall verify the
facts and grant such extension, if facts justify.

7
22. QUANTITY VARIATION:
The quantity to be ordered may undergo revision at the time of placement of orders.

23. SUPPLIER’S RESPONSIBILITY:

Notwithstanding anything mentioned in the Specification or subsequent approval or


acceptance by the Purchaser, the ultimate responsibility for design, manufacture, materials
used and satisfactory performance shall rest with the Tenderers. The Supplier(s) shall be
responsible for any discrepancy noticed in the documents, submitted by them along with the
bid(s).
24. TEST CERTIFICATE /DEMONSTRATION:-
Necessary manufacturer certificate / test certificate in respect of the LED based floodlight
fittings shall be submitted before dispatch of materials for approval. Test certificate in
respect of materials should conform to relevant IS. The LM-79 test certificate of the
luminaire for the quoted model along with LM-80 certificate of the chip should also be
submitted. The driver for the floodlight is to be BIS certified and ROHS, CE, UL
compliant and certificate of the same shall be provided by the tenderer. The IP-66 and
IK05 certificate for the luminaire should also be provided along with the tender quotation.
25. Jurisdiction of the Court of ODISHA.

Suits, if any, arising out of this contract shall be filed by either Party in a court of Law to
which the jurisdiction of court Bhawaniaptna extends.

Dy. General Manager(Elect)

8
SECTION-III

ABSTRACT OF GENERAL TERMS AND CONDITIONS OF CONTRACT


(This Proforma should be filled with all information and should be furnished along
with the tender)

1(a) Cost of Tender Document:


OPTCL Money Receipt No. & Date / D.D No & Date.

1(b) Earnest money furnished.


D.D No. & Date.
2 Whether registered under GST Yes/No
3 Whether Copy of GST Certificate & PAN attached Yes/No

4 Copy of authorized dealership Certificate (if applicable) attached Yes/No

5 Manufacturer’s supply experience including user’s certificate furnished or not.


Yes/No
6 Delivery :- Whether agreeable to OPTCL’s desired delivery period as indicated
Yes/No
at in the specification
7 Guarantee:- Whether agreeable to OPTCL’s terms. Yes/No
8 Terms of payment:- Whether agreeable to OPTCL’s terms or not Yes/No.
9 Nature of price:- FIRM Yes/No
10 Penalty:- Whether agreeable to OPTCL’s terms or not Yes/No
11 Validity: - Whether agreeable to OPTCL’s terms or not Yes/No
12 Whether recent type test certificates from any Government approved laboratory Yes/No
are furnished or not.
13 Whether materials are ISI/ISO marked. Yes/No
14 Furnished Manufacturer’s name and its trademark. Yes/No
15 Whether declaration form duly filled in furnished or not. Yes/No.

Place: -
Date: -
Signature of the Tenderer
with seal of the company

9
SECTION-IV
BIDDER’S INFORMATION

SL NO The bidder shall furnish general information in the following format

NAME OF THE BIDDER

1 Address:-

2 City

3 Pin Code

4 Contact person's Name :-

Telephone No. office &


5
Residence:-

6 EMAIL:-

7 GST REGISTRATION NO.

8 PAN NO.

Signature of the Tenderer


with seal of the company

10
SECTION-V

FORMAT OF PRICE BID FOR


TENDER CALL NOTICE No.- 07 / (2018-19)

Sl Description of materials to be Quantity in Unit Rate in Rs. Amount in Rs.


No. supplied Nos.
1 Supply of 120 W, 230V LED 100
flood light with complete
outdoor fitting

2 Total

3 Taxes if any (to be specified)

4 GRAND TOTAL Sl. No. 2 + 3


in Rs(in figure)

In words (Rupees ) only

 The unit rate should be inclusive of packing, forwarding, transportation and


cost of insurance. Tax as specified in Sl. 3 i.e. GST

Date : Signature of the Tenderer with Seal


Place :

11
SECTION-VI

DECLARATION FORM
To
The Dy.General Manager (Elect)
EHT (O&M) Division, OPTCL, Kesinga

Sub:- Tender Specification No-_________________________________________

Sir,

1. Having examined the above specification together with terms & conditions referred to therein
* I/We the undersigned hereby offer to supply the materials/equipments covered therein
complete in all respects as per the specification and General conditions, at the rates, entered in
the attached contract schedule of prices in the Tender.

2. * I / We hereby undertake to have the materials/equipments delivered within the time specified
in the Tender.

3. * I / We hereby guarantee the technical particulars given in the Tender supported with
necessary reports from concerned authorities.

4. * I/We certify to have submitted the bid by remitting D.D. / remitting the cost of tender,
herewith and this has been acknowledged by your letter / receipt No. _____________
Dated____________

Yours faithfully

Signature of the Tenderer


with seal of the company

[ This form should be dully filled in by the tenderer )


* (Strikeout whichever is not applicable)

12
SECTION-VII
TECHNICAL SPECIFICATION FOR 120 W, 230V LED FLOOD LIGHTS WITH
COMPLETE OUTDOOR FITTINGS (HAVELLS / BAJAJ / CROMPTON / PHILLIPS
MAKE) & DOCUMENTS/TEST REPORTS TO BE SUBMITTED WITH TENDER
Sl.
Parameter Requirement
No.
1 Model/CAT REF To be quoted by the bidder
2 Rated System Wattage (Watts) 120W±5% (F.L.)
High Power Discrete LED's with individual Lens designed
3 Optical Assembly
to optimized application efficiency
4 Beam Angle 90o for Luminaire
5 Power Factor ≥0.95
6 Operating Voltage range (Volts) 120 - 270 VAC
7 SYSTEM CURRENT @ 240V AC 0.53A
8 Supply Frequency (Hz) 50
9 Total Harmonic Distortion (%) <10%
(Should strictly adhere to) 4KV inbuilt Surge protection
10 Surge Protection (kV) along with 440V withstand protection in driver +
Additional 10KV external SPD

11 LED Efficacy >130 Lm/W

12 System Efficacy (lumen/watt) ≥100 Lm/W


The Junction Temperature shall be <75 Deg. C at 25 Deg. C
13 Junction Temperature (Tj)
to 30 Deg. C Ambient Temperature
14 Ingress Protection (IP) IP66
Mechanical Impact of the entire fitting
15 IK05
(IK)
Housing with pressure Die-cast Aluminium having separate
16 Housing compartment for driver. The heat sink made up of
extruded aluminium will be preferable.
17 Luminaire cover / glass Heat resistant toughened glass
18 Luminaire mounting arrangement Eye-Bolt provided for Mounting Purpose
19 Color Rendering Index (CRI) ≥75
Working Life for LED (@L70) (No. of
20 Minimum 50,000 Burning Hours as per LM-80 Report
hours)
21 Color Temperature (Deg. Kelvin) 5700˚ to 6500˚K
Not more than 85% of the rated current carrying capacity
22 LED Drive Current (A)
of LED
23 Make of LED manufacturer CREE / NICHIA / Philips Lumiled
Humidity (% min & max - Relative
24 10% to 90% RH
humidity)
25 Suitability for dusty conditions Yes
26 Operating Temperature Range Minimum -5 ̊ To 55 ̊
27 Driver One No. Independent Drivers for the Luminaire

13
120W < Output Wattage ≤ 150W,
28 Driver wattage:

29 Maximum Amperage of Driver ≤0.7A

Short Circuit, Over Load, Open Circuit No - Load, EMI &


30 Driver Protection
Environmental
Technical Data Sheet of the Driver used in the offered
31 Driver Technical Data Sheet
Luminaire to be submitted along with the Offer.
Constant Current, potted driver with internal Surge
32 Driver Type
Protection of ≥4KV, CE marking & ROHS Compliant
33 Driver Efficiency ≥90%
34 Driver Lifeclass (Br. Hrs.) >15000 Burning Hours
35 Driver Make Inventronics / Xitanium or any other reputed make

36 Warrantee / Guarantee As per Clause No 10 of Section II

900 Secondary Optical Lens suitable for flood lights or high


37 LENS:
bay lights.
38 MAKE OF LENS: LEDIL / KHATOD or equivalent reputed make
The light when fitted at a height of 30 feet should
39 Minimum Lux at height of 30 feet produce an average luminance of 30 lux when measured
perpendicularly below the fitting

Dy. General Manager(Elect)

14
MANDATORY DOCUMENTS TO BE SUBMITTED ALONG WITH OFFER

Sl.
Parameter Requirement
No.
Technical Data Sheet of the Offered Technical Data Sheet of the Offered Luminaire to be
1
Luminaire submitted along with the Offer.
Technical Data Sheet of the Driver used in the Offered
2 Technical Data Sheet of the Driver
Luminaire to be submitted along with the Offer
Technical Data Sheet of the LENS used in the Offered
3 Technical Data Sheet of the LENS
Luminaire to be submitted along with the Offer
LM-79 Report mentioning Total Lumen output, Power,
3 LM 79 (Photometry) Report Power Factor, Current in Amps, CRI & CCT of the offered
Luminaire to be submitted along with the Offer.
LM-80 Report & the Photobiological Report of the LED Chip
LM 80 Report & Photobiological
4 being used in the offered Luminaire to be submitted along
Report for LED
with the Offer.

Luminary Manufacturer has to submit Authorization


5 Authorization Certificate Certificate from LED Chip manufacturer like CREE, NICHIA
and PHILLIPS LUMILEDs .

As per requirement, all the test Certificates / reports are


6 Report to be obtained from NABL Accredited LAB for the quoted
Fitting ,Driver & LED

Dy. General Manager(Elect)

15

You might also like