To Date: 23/03/2017 Respective Bidders, Sub: Up-gradation, Operation and Maintenance of Street Lights in Navi Mumbai in Lieu of Rights of Sharing Energy Savings and Advertisement Rights on Public-Private-Partnership (PPP) basis. Ref: 1. Pre bid meeting held on 15 th March, 2017. Sir/Madam, The minutes of the Pre-bid meeting for Up-gradation, Operation and Maintenance of Street Lights in Navi Mumbai in Lieu of Rights of Sharing Energy Savings and Advertisement Rights on Public-Private-Partnership (PPP) basis. is attached here with as (Annexure-I). The Standard Set of Deviations (Annexure-II & III) shall become integral part of the Bid document. Thanking you. Encl: Annexure as above 1
Minutes of Pre-Bid Meeting: 15 th March, 2017 at 3.00 pm Annexure- I The Pre-Bid Meeting for Up-gradation, Operation and Maintenance of Street Lights in Navi Mumbai in Lieu of Rights of Sharing Energy Savings and Advertisement Rights on Public- Private-Partnership (PPP) basis was held on, 15 th March, 2017 at 3.00 pm in the NMMC Head Quarter Belapur Navi Mumbai. 1. At the outset, Shri Mohan Dagaonkar, City Engineer welcomed all the bidders and briefed them about the bid. Thereafter, he also explained Navi Mumbai Municipal Corporation (NMMC) expectations from the Bidders. 2. The bidders raised queries on the bid conditions and the same was discussed during the meeting. 3. On request of bidders NMMC extended the query submission timeline by one day 16 th March 2017 3.00 pm 4. All bidders requested extension of bid submission timeline. It was clarified that Standard Set of Deviations will become an integral part of the bid document. All the bidders agreed to refer to the Standard Set of Deviations 2
Annexure-2: Standard Set of Deviations (SSD) Up-gradation, Operation and Maintenance of Street Lights in Navi Mumbai in Lieu of Rights of Sharing Energy Savings and Advertisement Rights on Public-Private-Partnership (PPP) basis S.No RFP Clause Detail of Clause Modification in Clause 1. 6.5.1 LED Specification LED Specification Please refer the Annexure- III 2. Annexure 3 Format for commercial proposal Please refer the Annexure-III 3. General Lux level for respective pole Please refer the Annexure-III 3
Annexure III A) LED Specification: Designed life: 50,000 Hrs Lumen Maintenance Rating: L 70 Environmental Specifications IP Rating Optical Assembly: IP66 IP Rating Electrical Enclosure: IP66 Auto Cut-off at 300v and above Electrical Parameter: Line Voltage: 220V - 240V Frequency: 50 / Hz Nominal Power Consumption (Maximum): 30 to 400W Nominal Power Factor : >0.95 With lens @120 degree Driver Efficiency: >87% Surge Protection: IEC 61000-4-5 level-4 LED and Optical Assembly: LED Type: High Brightness & High power LED LED Efficacy: 135 lm/w System Efficacy: >100 LM/W Nominal CCT: 5700K Nominal CRI: 70+ Physical Parameters: Tiltable Fixture With lens @120 degree Housing: PDC Al. Alloy Housing / ALUMINUM EXTRUDED HOUSING (CHANGES AS PER THE WATTAGE) Suitable for pole dia : 40 / 50 / 75 mm Finfish: Corrosion Resistance Polyester Powder Coating Key Specification: In house facility for manufacturing Pressure die- cast aluminum housing Or Aluminum Extruded Housing 4
Natural Airflow circulation to keeps the LED junction temperature under control Injection Molded Poly Carbonated UV stabilized diffuser for higher impact strength and optimum light transmission MCPCB for better thermal junction temperature control High Power and high intensity LED Chip of minimum 135 lumens / watt System lumens of > 100 LPW Pressure Relief Membrane for moisture ingress In house facility for driver Manufacturing Separate driver compartment IP 66 Driver with extruded aluminum casing High efficient driver with Short circuit, over voltage, over current, Mis - wiring and thermal protection Surge protection AC Power Line: 10KV PF >0.95 IP66 Intelligent Pole mounting option suitable for Vertical and horizontal pole mounting at the site Additional Vent membrane for pressure release Magnetic driver not allowed Note: The LED manufacture should have in house testing laboratory with all facilities and also separate interface testing laboratory for drivers The LED manufacturer should submit certification of LM79 & LM80 More weightage for LED manufacturer having third party Lab testing from reputed agencies like ERDA, RITES, Tuv-SUD etc. The successful bidder has to carryout energy audit at his own cost and value of present energy consumption shall be carried out as per corporation requirement. 5
B) Revised Financial Formats Covering Letter (To be submitted on the letterhead of the bidder) {Location, Date} To, City Engineer, City Engineering Department, Navi Mumbai Municipal Corporation, Subject: Submission of Commercial proposal in response to the RFP for Up-gradation, Operation and Maintenance of Street Lights in Navi Mumbai in Lieu of Right of Sharing Energy Savings and Advertisement Rights on Public-Private-Partnership (PPP) basis. Dear Sir, We hereby offer to Up-gradation, Operation and Maintenance of Street Lights in Navi Mumbai at locations mentioned in this RFP for period mentioned in the Table 1, as per terms and conditions as described in this RFP. Table- 1 Guaranteed Energy Savings for the Duration of the project ( 5 Years) Guaranteed Energy Savings should be more than 40 % with maintaining required with defined Lux level (A) NMMC share (Out of saved Energy should be more than 10 %) (B) Note: 1) Evaluation criteria will be solely on maximum sharing to NMMC as follows: Maximum Saving to NMMC will be = (A X B)/100 6
2) Actual energy consumption reading (Pillerwise) will be taken before & after replacement of LED Fitting for consecutive 3 days considering more than 98% street lights working. 3) If actual energy saving percentage found below than committed (Guaranteed) energy saving percentage, difference between committed & actual energy saving will be recovered from bidder as per the tariff rates mentioned in para 6.3 ( Remuneration fee). Mandatory work to be done in contract period as & when required: 1) Replacement of poles: Pole replacements, if required, during contract period shall be carried out by successful bidder and the corporation shall reimburse the actual cost to the contractor as per the current DSR rates of particular year. Following table consist the indicative number of poles to be replaced in 5 years contract period. Table: 2 Pole Height 6 mtr 9 mtr 11 mtr 12/13 mtr Quantity 20 300 250 150 2) Pole painting should be done every year as per applicable standard practice 3) 100% asset should be maintained within contract period with required cable work as & when required. 4) Every cable span will be allowed maximum 3 cable joints. After this bidder has to replace the entire cable with brand new cable. 5) During the implementation of Advertisement Boards if there is any damage to terminal boxes & pole brackets should be replaced by bidder within contract period. 6) Material makes are as follows for maintenance work: Table - 3 Sr.no. Item Make 1) GI Pole Schrader/ Valmount/NERI/Bajaj 2) Cable Polycab /Asian/Finolex /Vishal 3) MiniPiller & feeder ABAK/L & T/ Siemens Piller 4) Terminal Box ELM or Equivalent 7
Buyback Offer for existing Sodium Light Fixtures mounted on pole. Table - 4 S.No Type of Sodium Light Fixtures Quantity (A) 1 70 w 310 2 150 w 4559 3 250 w 5946 4 400 w 3113 Unit Amount (Rs.) (B) Total Total Amount (Rs.) C = A * B Note: Buy back offer will not be considered for the financial evaluation of bidders. However, it is compulsory for the bidders to quote the buy-back amount. Yours faithfully, Authorized Signatory Name & Designation: Date : Seal : Business Address: 8
C. Required Lux level The table below shows the indicative lux level requirement. The actual Lux level requirement will be mutually discussed and agreed with bidder during implementation period. Sr No. Ward 70w 150w 250w 400w Total 310 4559 5946 3113 1 Type of Road B2 B1 A2 A1 2 Average Lux Required Equal to Or More than 12 Equal to Or More than 20 Equal to Or More than 25 Equal to Or More than 30 --x-- 9