You are on page 1of 14

Greater Hyderabad Municipal Corporation

Expression of Interest

For

Providing Architectural illumination Phase-I to Durgamcheruvu Bridge Cables and Bridge


Towers, Hyderabad

EOI No. 01/SE(Electrical)/GHMC/2019-20

Date of release of EOI 22-06-2019

Pre bid meeting 29-06-2019 at 03.30 PM


Last date & time of submission of EOI 08-07-2019 up to 03.00 PM

Date of Opening of EOI 08-07-2019 after 04.00 PM

Superintending Engineer (Electrical)


Greater Hyderabad Municipal Corporation
Cell: 9989930488
Disclaimer
The information contained in this Expression of Interest (EOI) document provides the terms and
conditions set out for the selection of firm / agency for providing Providing Architectural illumination
Phase-I to Durgamcheruvu Bridge Cables and Bridge Towers, Hyderabad. Subsequently, if required,
further information or clarification shall be provided to the firm / agency, whether verbally or in
documentary or any other form as appropriate by or on behalf of GHMC.
This EOI is not an agreement and is neither an offer by GHMC to the prospective Bidders or any other
firm or person. The purpose of this EOI is to provide interested parties with information that may be
useful to them in formulation of their proposals pursuant to this EOI document. This EOI includes
statements which reflect various assumptions and assessments arrived at by GHMC in relation to the
work referred in this EOI. Such assumptions, assessments and statements do not purport to contain all
the information that each Bidder may require. This EOI document may not be appropriate for all
persons, and it is not possible for GHMC, its employees or advisors to consider the objectives, financial
situation, technical expertise and particular needs of each party who reads or uses this EOI document.
While this EOI document is prepared in good faith with due care and caution, the assumptions,
assessments, statements and information contained in the EOI document may not be complete,
accurate, adequate or correct. GHMC does not accept any liability or responsibility for any errors,
omissions or mis-statements, negligence or otherwise. Each Bidder should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments, statements and information contained in this EOI and
obtain independent advice from appropriate sources.
The information provided in this EOI document is not intended to be an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. GHMC
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law
expressed herein. GHMC, its employees and advisors make no representation or warranty and shall
have no liability to any firm or Bidder under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise
from or be incurred or suffered on account of anything contained in this EOI document or otherwise,
including the accuracy, adequacy, correctness, completeness or reliability of the EOI and any
assessment, assumption, statement or information contained therein or deemed to form part of this EOI
document or arising in any way in participation of Bidder(s) and selection procedure.
GHMC also accepts no liability of any nature whether resulting from negligence or otherwise how so
ever caused arising from reliance of any Bidder upon the statements contained in this EOI document.
GHMC may in its absolute discretion, but without being under any obligation to do so, update, amend or
supplement the information, assessment or assumptions contained in this EOI document. GHMC
reserves the right to withhold, nullify, amend or cancel any proceeding or process at any stage at its sole
discretion.
The issue of this EOI document does not imply that GHMC is bound to select a Bidder or to appoint the
Selected Bidder or Concessionaire, as the case may be, for the Project. GHMC reserves the right not to
proceed with the selection or to change the procedure of evaluation/selection to be applied, as well as
the right to decline any Bid from processing further at any stage. GHMC reserves the right to reject all or
any of the Bidders or Bids without assigning any reason whatsoever.
SECTION – I

LETTER OF INVITATION

GREATER HYDERABAD MUNICIPAL CORPORATION

Sealed Tenders are invited by the Superintending Engineer (Electrical), Greater Hyderabad
Municipal Corporation for and on behalf of the Commissioner, Greater Hyderabad Municipal
Corporation for the following work:

S.No. Description of work Duration


1 3 Months
Design, supply, installation and commissioning of LED lights in
various forms on full length of the Durgam Cheruvu bridge
Cables and Bridge Towers with 2 years operation and
maintenance
I) INTRODUCTION

Greater Hyderabad Municipal Corporation (GHMC) is the urban local body responsible for
civic management of the Hyderabad City. Hyderabad city is the capital of newly created vibrant
Telangana State of India and known for its rich heritage, culture and architectural importance.

Over the last decade, lights on bridges have become a trend not only for traffic safety, but
also to enhance their architecture. This is especially wonderful during the holidays, a time when
everything seems to sparkle just a little brighter and also on special occasions and national festivals
in our country. One of the key reasons most of the cable bridges around the world are illuminated
with LED lighting solutions is because of the fact to reduce the lighting pollution on the new
electrical systems according to the regulations in force.

Greater Hyderabad Municipal Corporation (“GHMC”) has taken up the construction of


Cable stayed bridge and works are going on war foot basis. This is the first cable bridge being built
in South India, and is a model project for the state of Telangana.

GHMC intended to provide architectural illumination to the bridge in phase wise manner
which should enhance the aesthetics of the bridge. The lighting should be provided in such a way
that it should match with modern architecture, enhanced outline of the bridge without disturbing
its design.

Invitation for EOI document can be obtained from the address or download the same from
the official website of GHMC, www.ghmc.gov.in, for obtaining information with respect to the
Conditions of Eligibility, Credentials, and submissions required. Further details if required can be get
from the office of the Superintending Engineer (Electrical), GHMC, 4th Floor, CC Complex, Tank Bund
Road, Hyderabad.

Earnest Money Deposit:

Earnest Money Deposit (EMD) amount of Rs. 5,00,000/- (Rupees Five lakhs only) shall be paid as
Demand Draft from any scheduled bank payable at Hyderabad in favour of “the Commissioner,
Greater Hyderabad Municipal Corporation”. Tenders without the EMD will not be accepted. The
EMD to the unsuccessful bidders will be refunded after the finalization of the contract.

Documentation Charges
The bidder is required to pay a non-refundable processing fee amounting to Rs. 10,000/- (Rupees
Ten Thousand Only) in the form of Demand Draft drawn on any Indian National Bank / scheduled
bank in favour of “The Commissioner, GHMC” payable at Hyderabad.

Bidders have to submit their sealed Tenders on 08-07-2019 up to 03.00 PM for which specially box is
provided in the office of the Superintending Engineer (Electrical) GHMC, 4th Floor, CC Complex, Tank
Bund Road, Hyderabad which will be opened after 4.00 PM on the same day.
SECTION 2- INSTRUCTIONS TO BIDDERS

Proposals from interested and eligible bidders to participate in the Project for Providing
Architectural illumination Phase-I to Durgamcheruvu Bridge (Cables and Bridge Towers),
Hyderabad

1. Cost of the Project:

GHMC desires to incur Rs.5.9Cr on this project i.e. providing Architectural illumination Phase-I to
Durgam Cheruvu Cable Bridge.

2. Completeness of Bid
The Bid should be complete in all respects. Failure to furnish all information required by the EOI
document or submission of a proposal not responsive to the EOI document in every respect will be
at the Bidder's risk and may result in rejection of its Bid and forfeiture of the Earnest Money
Deposit (EMD).

3. Proposal Preparation Costs

The Bidder shall submit the bid at its cost and expense. Client shall not be held responsible for any
cost incurred by the Bidder. Submission of a bid does not entitle the Bidder to claim any cost and
rights over client.

4. Defect Liability Period

The Defect Liability Period for the project is 24 months after the completion of installation and
handing over the site to client.

5. BID Submission Instruction:


The BID would be submitted in Four cover system as per the instruction given in the table below; all
the Four envelopes should be sealed and kept in a fifth single envelope cover with all the details of
Tender No., Due date and details superscripted on it.

Particulars Instructions
Cover 1 EOI Document Fee and the EMD.
Cover 2: The pre-qualification proposal shall be prepared in accordance
Pre-Qualification with the requirements specified in this EOI and the formats
Proposal are prescribed in elsewhere of the EOI
The technical proposal shall be prepared in accordance with
Cover 3:
the requirements specified in this EOI and in the formats
Technical Proposal
prescribed in elsewhere of the EOI
The Financial Proposal shall be prepared in accordance with
Cover 4: the requirements specified in this EOI and in the format
Financial Proposal
prescribed in elsewhere of the EOI
Cover 5 All above 4 covers

BIDDERs are requested to take note of the following points:

x Client shall not accept the delivery of Bids in any manner other than that specified in this EOI. The
Bid(s) delivered in any other manner shall be treated as defective, invalid and shall stand rejected
x The Bidder is expected to price all the items and services sought in the EOI. The Bid should be
comprehensive and inclusive of all the Services to be provided by the Bidder as per the scope of
work and in accordance with the terms and conditions as set out in the Contract, without any
exclusions/ omissions/exceptions.
x Client may seek clarifications from the Bidder on the proposal. Any of the clarifications by the
Bidder on the proposal should not have any commercial implications. The Financial Proposal
submitted by the Bidder should be inclusive of all the items in the technical proposal.
x Apart from the Financial Proposal, any other documents of the proposal should not contain any
financial information.
x If any Bidder does not qualify the pre-qualification criteria stated in this EOI, the technical
proposals of such Bidder shall not be opened.
x It is required that the all the proposals submitted in response to this EOI should be unconditional
in all respects, failing which Client reserves the right to reject the proposal.
x Late Bid and Bid Validity Period
The hard copy of the Bids received after the due date and the specified time (including the
extended period if any) for any reason whatsoever, shall not be entertained and shall not be
opened in the e-Tendering system. The validity of the bids shall be at least 90 (Ninety) days from
the last date of submission of the bid
x Modification and Withdrawal of Bids
No bid shall be withdrawn during the bid validity period of 90 (Ninety) days. In case of withdrawal
the entire EMD shall be forfeited.
x Non-responsive Bids
A Bid may be construed as a non-responsive proposal and ineligible for consideration:
o If it does not comply with the requirements of this EOI
o If the Bid does not follow the format requested in this EOI or does not appear to
address the particular requirement(s) of Client.
x Language of Bids
The Bids should be submitted only in English. If any supporting documents submitted are in any
language other than English, then the translation of the same in English language (duly attested by
the Bidder) should be submitted with the bid. The English translation shall be validated at Client’s
discretion
x Authentication of Bid
The person/ official of the Bidder who signs the bid shall obtain an authority letter from the
Bidder, which shall be submitted with the Bid. All pages of the bid and its annexures, etc. shall be
signed and stamped by such authorized person.
The Bidder should submit a Power of Attorney.
x Acknowledgement of Understanding of Terms
By submitting a Bid, each Bidder shall be deemed to acknowledge that he has carefully read all
sections of this EOI, including all forms, schedules, annexure, corrigendum and addendums (if any)
hereto, and has fully informed itself as to all existing conditions and limitations

6. Terms of Payment

The Client will make the payment as per the below terms:
Payments Milestones
After completion of the project and handing over the site to
90% of the total value
GHMC.
5% After completion of 1st year O and M
10 % of the total value
5% After completion of 2nd year O and M

Currencies
All payments under this contract shall be paid in Indian Rupees (INR).
Deduction
Deductions from the Payment Certificates will be made towards Income Tax, Goods and Service
Tax etc., in force from time to time in the State of Telangana.
7. TIME SCHEDULE:
The Works shall be completed in its entirety within the schedule as given below.
Sl. Description of work Duration
No.
1 3 Months
Design, supply, installation and commissioning of LED
lights in various forms on full length of the Durgam
Cheruvu bridge Cables and Bridge Towers with 2 years
operation and maintenance
The successful bidder shall complete the works within the period stated in the Data sheet and
from the date of signing of the Agreement-Works.

8. BID EVALUATION PROCESS

x Client will constitute a Bid Evaluation Committee (BEC) to evaluate the responses of the bidders.
x The BEC constituted by Client shall evaluate the responses to the EOI and all supporting
documents. Inability to submit requisite supporting documents, may lead to rejection.
x The decision of the BEC in the evaluation of responses to the EOI shall be final. No correspondence
shall be entertained in this regard.
x The BEC may seek clarifications from any Bidder w.r.t. its proposal and may visit the Bidder’s client
site to validate the credential/ citations claimed by such Bidder.
x Each of the responses shall be evaluated as per the criteria and requirements specified in this EOI.

9. Bid Opening
x Total transparency shall be observed and ensured while opening the Bids. All Bids shall be opened
in the presence of the Bidder’s representatives who choose to attend the Bid opening sessions on
the specified date, time and address.
x Client reserves the right at all times to postpone or cancel a scheduled Bid opening.
x Bid opening shall be conducted in 3 (Three)Stages;
o Stage 1 - EOI Document fee and EMD, Pre-Qualification
o Stage 2 - Technical Proposal
o Stage 3 - Financial Proposal
x The venue, date and time for opening the Pre-Qualification Proposal are mentioned in the EOI NIT
sheet. The date and time for opening the Financial Proposals would be communicated to the
technically qualified bidders.
x The Bidder’s representatives who are present during the bid opening shall sign a register
evidencing their attendance. In the event of the specified date of Bid opening being declared a
holiday for Client, the bids shall be opened at the same time and location on the next working day.
In addition to that, if the representative of the Bidder remains absent, Client will continue process
and open the bids of the all bidders.
x During Bid opening, preliminary scrutiny of the Bid documents shall be made to determine
whether required EMD has been furnished, whether the Documents have been properly signed,
and whether the bids are generally in order.

10. Evaluation of Pre-Qualification Proposals:


x Client shall open Cover 1 marked “EOI Document Fee and Earnest Money Deposit (EMD)”. If the
contents of the Cover 1 are as per requirements of the EOI, Client shall open Cover 2 marked “Pre-
Qualification Proposal”. Each of the Pre- Qualification condition mentioned in the EOI is
mandatory. In case the Bidder does not meet any one of the conditions, the bidder shall stand
disqualified.
x The Pre-Qualification proposal must contain all the documents in compliance with instructions
given in the Annexure1.
x Response to the Pre-Qualification Requirements shall be evaluated in accordance with this EOI
and in the manner prescribed in Prequalification Criteria of the EOI.
x The Bidders are required to submit all required documentation in support of the evaluation
criteria specified (e.g. Detailed Project citations and copy of work order, client contact information
for verification, and all others components) as required for technical evaluation.

11. Evaluation of the Technical Proposal


The evaluation of the Technical Proposals will be carried out in the following manner:
x Only those bidders who comply with all the prequalification criteria shall be considered as
responsive bids.
x Technical proposals of only responsive bids will be evaluated.
x The technical solutions proposed by the Bidder in the bid document will be evaluated as per the
requirements given technical evaluation criteria as mentioned in EOI.
x Bidders shall make the technical presentation of the proposal to Client as per the agenda
mentioned in the EOI.
x Each Technical Proposal shall be assigned a technical score out of a maximum of 100 (hundred)
points. (Refer 2.7 of the EOI). In order to qualify for the opening of financial proposal, the Bidder
must get a minimum overall technical score of 75 (Seventy-five).
x The Bidders are required to submit all required documentation in support of the evaluation criteria
specified (e.g. Detailed Project citations and completion certificates, client contact information for
verification, and all others components) as required for technical evaluation.
x At any time during the Bid evaluation process, BEC may seek oral/ written clarifications from the
Bidders. The BEC may seek inputs from their professional and technical experts in the evaluation
process.
x Client reserves the right to do a reference check of the past experience stated by the Bidder. Any
feedback received during the reference check shall be taken into account during the technical
evaluation process.
x The Financial Proposals of Bidders who do not qualify technically shall be kept un-opened.
x Client reserve the right to accept or reject any or all bids without giving any reasons thereof.
Client shall inform the technically shortlisted Bidders about the date and venue of the opening of
the financial proposals
12. Evaluation of the Financial Proposal
x Only those Bidders whose Technical Proposals score at least 75 marks out of 100 shall qualify
for further consideration
x The total cost indicated in the Financial Proposal will be the main criterion for financial
evaluation.
x The GHMC will determine whether the Financial Proposals are complete, unqualified, and
unconditional. The cost indicated in the Financial Proposal shall be deemed as final and
reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the
firm to be compensated and the liability to fulfill its obligations as per the TOR within the total
quoted price shall be that of the Bidder. The lowest financial proposal will be 1st ranked for
award of work.
x The selected applicant shall be the first ranked applicant (having the lowest competitive price).
The second ranked Applicant shall be kept in reserve and may be invited for negotiations in case
the first ranked Applicant withdraws, or fails to comply with the requirements as the case may
be.
13. CONTRACT NEGOTIATIONS AND AWARD OF CONTRACT
x The Bidder who is invited for contract negotiations will, as a pre-requisite for attendance at the
negotiations, confirm the process of execution of project.
x The selected Bidder is expected to commence the Assignment on the date mentioned and at the
location specified in the work plan attached with the bid.
14. Pre-Qualification Criteria
Each Bidder shall meet the following prequalification criteria
S. No. Basic Requirement Specific Requirements Documents Required
x Copy of Certificate of
The Bidder could be sole Incorporation
proprietorship / partnership / x Proof of existence
Joint Venture firm / companies x A copy of Memorandum of
registered under the Indian Understanding (MOU)/JV
agreement (in case of
PQ1 Legal Entity Companies Act, 1956 / 2013
JV/Consortium). The complete
and its dealers / distributers in details of the members of JV firm,
operation for at least last 3 their share and responsibility in
years as on date of last date of the JV firm etc. particularly with
reference to financial,
submission of the proposal. technical and other
Obligations.
x shall be furnished in the MOU
/Authorization from OEM (in
case of Dealer /Distributers)
The Sole Bidder/ the Principal
OEM/Joint Venture should x Certificate from the chartered
have an average annual accountant (In case of
Turnover of Rs.5,00,00,000/- company preferably by the
PQ2 Turnover
(Rupees Five Crore only) in statutory Auditor)
any one financial year during x Audited financial
the last five financial years i.e. statements
from 2014-15 to 2018-19.
As on last date of submission
of the proposal, the Bidder
should not be blacklisted by
the any Country Government/
Central Government / any
x Declaration by the bidder on
PQ3 Blacklisting State Government / Public
100/- stamp paper
Sector Unit in India for
unsatisfactory past
performance, corrupt,
fraudulent or any other
unethical business practices.
The Sole Bidder/OEM/JV/ each
members of the consortium
must have PAN, registration x Copy of registration
PQ4 Other Certificates
under Goods and Service Tax, certificates to be submitted
certificates from the
appropriate authorities
The Sole Bidder/ OEM/JV
Mandatory x Copy of factory License to be
PQ5 should have established
Requirement submitted
permanent office in India
EMD of Rs 5,00,000/- in form
of a Demand Draft or Bank
Earnest Money Guarantee which will be in x Demand Draft / Bank
PQ6
Deposit (EMD) Guarantee
favour of Commissioner,
GHMC payable at Hyderabad.
Rs.10, 000/- (Rupees Ten
Thousand Only/-), in the shape
of DD favor of the
PQ7 Processing Fee x Demand Draft
Commissioner, GHMC payable
at Hyderabad which shall be
non-refundable.

15. Technical Evaluation Criteria


x The evaluation of Technical Proposals of only those Bidders who have qualified in the pre-
qualification criteria will be carried out.
x If the Technical proposals are found to be inadequate and do not correspond to the design brief,
scope of work and terms of reference, they shall be summarily rejected.
x The Technical Evaluation will be evaluated in two phases and total marks will be given out of 100
(refer table in point d). The first phase of the evaluation will be based on the Technical Proposal
document submitted by the Bidder and will carry 50 (fifty) Marks. The Bidders will subsequently
be called for Technical Presentation that includes the Concept plan details which carry 50
(fifty)Marks
x The Technical scoring shall be done based on the following:

S. No. Basic Requirement Marks


PHASE 1 OF EVALUATION OF TECHNICAL DOCUMENTS SUBMITTED
Worked on similar projects for design, supply, installation and
maintenance of illumination of cable bridges/ suspension bridges full
length for any Central Govt./ State Govt. / Public Sector Undertaking
or Private/International Organization in India or Internationally,
either:

4 (four) projects of Rs. 3 Crore or above


1. (5 Marks for each project, Maximum – 20 marks) 20
Or
2 (two) projects of Rs. 6 Crore or above
(10 Marks for each project, Maximum – 20 marks)
*The bidder should submit relevant documents such as work orders/
Purchase orders/experience certificates certified by designated person of
the organization.
Worked on a 4 (four) projects of similar nature in terms of preparation
of Concept plan / DPRs / Feasibility reports / Design document etc. for
lighting and full illumination of cable bridges/ suspension bridges for
entire length of the bridge.
(5 Marks for each project, Maximum – 20 marks)
2. 20

*The bidder should submit relevant documents such as work orders/


Purchase orders/experience certificates certified by designated person of
the organization.

The bidder OEM/JV should have min. turnover of Rs. 5 Crore in any one 20
financial year during the last five financial years i.e. from 2014-15 to 2018-
3.
19

PHASE 2 : TECHNICAL PRESENTATION


Adequacy of the proposed methodology (Power point shall be
presented by Bidder), Approach and Methodology, Organization and
4. staffing, Power Point Presentation clearly showing the design, 40
installation and operation, frame work with time lines.

Total Marks 100

16. AWARD OF CONTRACT


Post the evaluation process, CLIENT will award the Contract (by issuance of Letter of Intent) to the
Bidder whose proposal has been determined to be technically and financially responsive to the
requirements of the EOI and hereby referred to as the ‘Successful Bidder’

17. Letter Of Intent (LOI)


Within 15 days from the date of issuance of the LOI, the Successful Bidder shall accept the LOI and
return the same to CLIENT. The Successful Bidder shall execute the Contract with CLIENT and shall
also submit a Performance Bank Guarantee in favour of CLIENT
In case the Contract does not get executed within 15 days of acceptance of LOI or the Performance
Guarantee is not furnished, CLIENT reserves the right to invite the second and /or subsequent
preferred bidder for discussions/ negotiations or may also decide to annul the bidding process or
may invite fresh bids for the Project. Only acceptance of LOI without furnishing the Performance
Bank Guarantee shall not be considered as acceptance of LOI and in such a case the entire Bid
security submitted by the Successful Bidder shall be forfeited. However, CLIENT on receiving
request from the Successful Bidder may at its absolute discretion, permit extension of period for
execution of the Contract for a period of 30days.

18. Signing of Contract


CLIENT shall notify the successful Bidder that its bid has been accepted. The successful Bidder shall
enter into the contract with CLIENT within the time frame mentioned in the LOI issued to the
successful Bidder by CLIENT

19. Performance Bank Guarantee


x Within 15 days from the date of acceptance of LOI, the Successful Bidder shall at its expense
submit an unconditional and irrevocable Performance Bank Guarantee (PBG) for an amount at
least 10% of contract value to CLIENT, out of which Rs.5.00 lakh of EMD may be converted as
performance guarantee.
x The PBG shall be from a Nationalized Bank or a Scheduled Commercial Bank, payable on demand,
for the due performance and fulfilment of the contract by the successful bidder.
x All charges whatsoever such as premium; commission etc. with respect to the PBG shall be borne
by the successful Bidder.
x The PBG may be discharged / returned by CLIENT upon being satisfied that there has been due
performance of the obligations of the successful bidder under the contract. However, no interest
shall be payable on the PBG. The PBG shall be valid for the period of 2 years from the date of
signing the contract.
x In case the Project is extended after the Project schedule as mentioned in the EOI, the PBG shall
be accordingly extended by the successful Bidder for the extended period.
x In the event of the successful Bidder being unable to service the contract for whatever reason
CLIENT would invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of
CLIENT under the contract, the proceeds of the PBG shall be payable to CLIENT as compensation
for any loss resulting from the successful bidder’s failure to complete its obligations under the
Contract. CLIENT shall notify the successful Bidder in writing of the exercise of its right to receive
such compensation within 14 days, indicating the contractual obligation(s) for which the Bidder is
indefault.
x CLIENT shall also be entitled to make recoveries from the Bidder’s bills, Performance Bank
Guarantee, or from any other amount due to it, for any wrong payment made to the Bidder due to
inadvertence, error, collusion, misconstruction or mis statement.

On satisfactory performance of the obligations under the Contract, a Contract Completion Certificate
shall be issued by CLIENT and the PBG would be returned to the Successful Bidder.
4. TERMS OF REFERENCE

Greater Hyderabad Municipal Corporation (GHMC) desires to Providing Architectural illumination to


Durgamcheruvu Cable Bridge, Hyderabad. This specification governs requirement for entire lighting
package which includes various types of lights to be used in illumination of Durgam Cheruvu Cable
Bridge. GHMC intended to go for media changing content lighting solution for bridge which uses the LED
light point s and wall washers. However Vendors may offer their own design and GHMC will evaluate the
same based on the design and overall effect of the lights on the cable bridge.

1. SCOPE OF WORK:

x Design, supply, installation and commissioning of LED lights in various forms on full length of
the bridge (cables) and bridge towers.
x Supply of wire, conduit and all other accessories required as per specifications.
x Fitting and Testing of entire works.
x Rectification of all troubles as and when required for efficient working of the lighting system
during Defect Liability period.
x Operation & Maintenance of the entire Works for (2) years including supply of Man-power,
Spares, Consumables and T&P. Charges shall be mentioned with the priced offer to be
submitted in the bid.

2. Expectations, vision and success parameters for the project:


x Building responsive and sensitive design:
Creative, theme - based and innovative design solutions for lighting responsive and sensitive to
the architectural value, material fabric and design of the sites, with specific sensitivity towards
architectural design of the gates and historical ecological parameters of the lake remaining
unchanged.
x Minimally invasive design:
The lighting fitting and fixtures, including the mounting arrangement, will be discreet so as to not
detract from the architectural design of the bridge and must be minimally invasive to the material
and architectural fabric and also the lake water parameter to be maintained without harming the
ecology and bio-diversity of the lake.
The LED strips will be tied to the cable tubes by suitable fasteners/clamps and the design shall be
such that the heat generated by LED & cabling shall be minimum so as not to affect HDPE cable
tubes.
x Context responsive design:
The lighting solutions should take into account the physical and environmental context of the
bridge- its visual relationship with the street, character of lighting and activity in the surrounding
to avoid light pollution or visual anarchy, surrounding flora and fauna, obstructions to views,
vantage points of the building etc.
x Energy efficient and sustainable design and implementation models towards improved power
consumption.
x Cost effectiveness:
While running costs are to be borne by the CLIENT, the technical proposal will be adjudged on the
cost effectiveness in the long term
x Quality and innovation of proposed hardware and fixtures.

x Environmental friendly:
x The lighting should also take into consideration the energy foot print (energy consumption) as well
as safety aspects (including fire safety).
x Light pollution from exterior should be reduced to increase night sky access and enhance nocturnal
environment.

3. TECHNICAL FEATURES:

x Develop the schematic lighting solutions into a detailed design and calculation for a daily
lighting scheme and shall incorporate any changes requested by the Client.
x Develop lighting plans document, system design and load schedules.
x Arrange for a mock-up of these selected lighting fixtures at some of the said premises, if
required.
x Provide detailed lighting proposal drawings in the form of plans, elevations, sections or any
details (as required) on the base drawings of the bridge (in AutoCAD format)
x The bidder shall ensure that all drawings/ details of lighting design will be reviewed and
validated by the team of CLIENT before implementation at the site.
x Provide the list of finalized lighting fixtures specifications, schedules, cost estimates, Bills of
Quantities and performance of lighting system to meet the Client’s expectations.
x Provide detailed electrical load calculation, explanation on how the fixtures identified are
energy efficient and operational cost for the equipment.
x Provide a phasing plan for implementation to meet the Client’s expectations.
x Identify a suitable and safe location for the electrical control panel.
x Special consideration to be given for designing lighting layout for bridges so that no physical
damage is caused to the cable bridge during installation or to the life of the architectural fabric
due to excessive heat / light emissions during the running of the Project. The proposals must
be supported by technical information regarding these to the satisfaction of the Client and the
bidder will ensure that this is developed guided by the technical expert tem of CLIENT.
x It is clarified that any concepts and schematics as per the proposal of the successful bidder
which are approved by the Client shall be part of the bidder’s terms of reference.
x The design proposal shall contain preliminary lighting layout with fixture details and relevant
photographs of similar installations and fixture specifications.
x The design should not destroy the Architectural features of bridge in day time as well as night
time.
x It should have smart lighting features with all modern amenities such as DMX controller switch
software back up to enable GHMC to change the media content as per requirement.
x Colour scheme etc. should be clearly mentioned.
x Preliminary layout plan and effective space utilization should be given.
x Innovative design, elevation & perspectives should be mentioned.
x Items/ Technology proposed for illumination with effectiveness in terms of Energy saving, Green
building concept, look, & suitability in terms of Cable Bridge should be present.
x Type of Protection to the enclosure of light fittings for outdoor installation shall be IP-68 or
better. Test certificate shall be produced by bidder.
x Bidder has to submit the required test certificate for Major Supplies and LM80 and Photo
biological Test for LED.
x The lighting should also take into consideration the energy foot print (energy consumption) as
well as safety aspects (including fire safety).
x Serviceability and maintainability of the installed system should be considered.
x The illumination should be taken up for maximum visibility and to enhance Bridge.
x Light pollution from exterior should be reduced to increase night sky access and enhance
nocturnal environment.
x All the lights used for illumination should be LEDs only, no element of focus lights to be
incorporated.
x All the lights for illumination of bridge should be controlled by proper size MCCB & MCB with
x Astronomical timers (Where the time of on & off changes automatically based on change in sun
set timings).
x Scheduled maintenance and Breakdown maintenance facility should be mentioned.

4. Technical requirements of material:

4.1 LED lights:

General Requirement:
i. LED pitch: Bidder to provide optimum pitch based on their design.
ii. Safety Approval: CE; FCC; SASO.
iii. Operating Temperature: -20o C to +55o C/-4o F to +131o F.
iv. Storage temperature:-40o C to +80o C/-40o F to +176o F
v. Environment: Outdoor
vi. Protection Grade:IP68

Electrical specification:
i. Operating Voltage:DC12V.
ii. Power Consumption:Max.0.80W.

System specification:
i. Control: Serial Control
ii. Power supply: DC12V/320W
iii. Addressing options: no addressing required

List of Mandatory certifications required as per International Standards (To be submitted


along with Technical bid)

a. IP68 water proof test report


b. Fire proof test report with V-0 rating
c. Salt spray test report for salt water test proof testing
d. Anti UV Proof test report
e. Anti-shock proof test report
f. Approval of certificates of CE/FCC/UL
4.2 Software:

LED synchronising must be operated by DMX controller only because GHMC may change the
media content as per our requirement at any time.
4.3 LED Wall Washer:
General Requirement:
a) Color: As per vendor design
b) LED type: Vendor to provide type
c) Safety Approval: CE,FCC,SASO
d) Protect Grade: IP68
e) Fire Retardant Grade :V-0
f) Anti-UV grade :Class-4
g) Anti –Shock: Peak acceleration 500 m/s2
h) Operating temperature: -20o C to +55o C/-4o F to +131o F
i) Storage temperature:-40o C to +80o C/-40o F to +176o F
j) Environment: Outdoor

Electrical specification:
iii. Operating Voltage: DC24V.
iv. Power Consumption: Max.18W.
System specification:
iv. Power supply: Mean wellness-350-24,350W/DC24V
v. Addressing options: no addressing required

List of Mandatory certifications required as per International Standards (To be submitted


along with Technical bid)

a. IP68 water proof test report


b. Fire proof test report with V-0 rating
c. Salt spray test report for salt water test proof testing
d. Anti UV Proof test report
e. Anti-shock proof test report
f. Approval of certificates of CE/FCC/UL
x Based on the approved list of fixtures to be installed for the Project, all the material to be
procured and supplied by the bidder shall be as per the time schedule submitted to the Client.
x The inspection and testing of luminaires / Control Gears (if any) in India before supply must be
undertaken by approved testing laboratory. BIS certificate (wherever standards available) to be
submitted as required with Supply.
x The selected bidder will be responsible for testing and performance of the luminaries supplied
to the Client.
x Installation of the equipment/ fixtures including all associated works for completion of
beautification lighting works.
x The bidder will complete the final system integration, if any for soft commissioning as per the
instruction of the Client.
x The selected bidder shall ensure electrical safety of the system and installed fixtures and
fittings.
x The bidder will deploy the requisite team of experts, engineers, labour (as appropriate) to
execute the work at site.
x 2 Persons should be deployed in Hyderabad for O&M of the contract once work order is
signed.
x The execution of the work shall be conducted in a phased manner.
x The bidder, shall develop as built drawings and operational manuals for all the fixtures installed
for beautification lighting.
x Cable used for the wiring shall be as per IS standards. Detailed specifications of cable will be
given after finalising the tenders.

You might also like