Implementation OF ": Smart Street Lighting"
Implementation OF ": Smart Street Lighting"
IMPLEMENTATION OF
“SMART STREET LIGHTING”
1. Scope of works 4
2. General Instruction to CONTRACTORs 4
3. Applicable codes and Standards 6
4. Design criteria 6
5. Detail Field Survey 12
6. Technical Specification of Octagonal Pole 14
7. Technical Specifications of LED Luminaire 16
8. Technical Specification of Streetlight Feeder 21
Pillar/Switching point
9. Technical Specifications of Centralized Control and 25
Monitoring System (CCMS)
10. Cable and Cable Termination 33
11. Operation & Maintenance 35
12. Quality Control Plans 40
13. Inspection 41
14. Capacity Building 42
15. Hand-Over of the System at the end of Contractual 43
Period
16. Pre-Commissioning Tests to be conducted after 44
installation
17. Documents required to be submitted by BIDDER during 46
Technical Bid
18. Documents required to be submitted by Successful 48
CONTRACTOR
19. Approved Makes 51
2
1.0 SCOPE OF WORKS
1.1 The scope of works is as defined in the Vol I of the RFP Instruction to the BIDDERs.
1.2 Refer Drawing no. TCE.10477A-EL-4027-GA-40020 for the road route considered for
this project.
2.1 This specification is the minimum requirement and should be read in conjunction with
relevant latest specifications, requirements, rules and regulations of the Local Authority.
Any additional requirements as per Local Authority or latest Standards shall be offered
by CONTRACTOR. The same shall be indicated in the Technical Proposal.
2.2 All SAFETY considerations in design and manufacturing for safe operation &
maintenance and safe practices during installation at site shall be in the scope of the
CONTRACTOR. Cost towards accomplishing the same shall be included in the BID
price and no extra claim shall be entertained later.
2.3 Equipment furnished/ supplied under this scope of works shall be complete in every
respect with all mountings, fittings, fixtures, and standard accessories normally provided
with such equipment and / or needed for erection, completion and safe operation of the
equipment as required by applicable codes though they may not have been specifically
detailed in the Technical Specification unless included in the list of exclusions. Materials
and component not specifically stated in the specification but which are necessary for
commissioning and satisfactory operation unless specifically excluded shall be deemed
to be included in the scope of specification and shall be supplied without any extra cost.
All similar standard components/ parts of similar standard equipment provided shall be
inter-changeable with one another.
2.4 The CONTRACTOR shall be responsible for the selection and design of appropriate
equipment to provide the best co-ordinated performance of the entire system. The
design of various components, sub-assemblies and assemblies shall be so done that it
facilitates easy field assembly and maintenance.
2.5 The CONTRACTOR shall be responsible for preparation of calculation and drawings
like lighting, cabling, earthing and obtaining the approval from GSCL/Consultant.
2.6 CONTRACTOR shall plan and carry out all supply, installation, testing and
commissioning of the lighting system conforming to the approved drawing, technical
specification and good engineering practices.
2.7 The material supplied by the CONTRACTOR shall be subject to approval of the
designated Authorities of GSCL. Samples of the Supply material under the scope of
works shall be inspected by GSCL or their representatives either at site or at
Manufacturer’s works and approve them for supply and execution. Notwithstanding any
approval/ instruction given otherwise, if the GSCL, during random check up, finds any
non conformance with the quality of material supplied by the CONTRACTOR with
3
respect to the technical specifications, GSCL shall have the Authority to reject the entire
lot/ batch of that particular material and ask to replace without any cost impact to GSCL.
2.8 For all excavation works the CONTRACTOR shall restore the area/ road, as the case
may be, after completing the installation work to its original condition. Taking away any
excess material/debris and dumping at a place as per instructions of GSCL/GMC is
included in scope.
2.9 During the construction at site, it shall be the CONTRACTOR’s responsibility to take
care of the safety and security of its person and material at site. The CONTRACTOR
shall be self reliant with all the requirements including tools and tackles for digging,
filling, erecting, lifting, etc. Electricity and water required for construction shall be
arranged by Contractor at his own cost.
2.10 The CONTRACTOR shall make provision for adequate no. of Ladder mounted vehicles
self sufficient with all the required tools and instruments, duly calibrated, for installation and
maintenance to meet the deadlines and benchmarks specified.
2.11 The CONTRACTOR shall carryout the installations in a safe and responsible manner
without any inconvenience or danger to public.
2.12 The CONTRACTOR shall take care not to damage any public/ private property by
mistake or by intention during work with its actions and shall be well insured to
compensate the owner in case any such incidence happens.
2.13 The CONTRACTOR shall also liaison with DISCOM and other Govt. Bodies like PWD,
CEIG, water board etc. for obtaining valid permission to work.
2.14 All the cost towards liaison with statutory Bodies for seeking all necessary statutory
approvals and other activities involving Govt. Agencies viz., drawing approval, testing
and commissioning etc, shall be borne by the CONTRACTOR.
2.15 All the statutory fees for the above approvals shall be borne by GSCL. Such payments
shall be reimbursed to the CONTRACTOR upon submission of stamped receipts to the
GSCL. All the responsibilities related to installation, testing, commissioning and O & M
of smart street lighting system in the identified Spine roads shall be borne by
CONTRACTOR in respect of cost, managing the technical problems and other related
aspect.
2.16 The GSCL shall not be responsible for untoward incidence, if occurred due to faulty
design and poor installations. The CONTRACTOR would be responsible for any
civil/criminal proceedings arising out of such incidence and for damage caused to life
and property thereof.
2.17 The CONTRACTOR shall design the distribution of luminaires in such a way that the
railway crossings for cable laying are avoided. If at any point crossing is required then
the cost of Way leave charges to the Railway Department for seeking necessary
approvals shall be borne by CONTRACTOR. Obtaining permissions from Railway
authorities, carrying out the work as per the requirements of Railway authorities and
obtaining approval of the same from the authority shall be in the scope of the
4
CONTRACTOR.
2.18 NIL.
2.19 Upon completion of street lighting work on the Spine Roads, fifteen (15)-days testing
period will start to check the adequacy of the installed LED street lighting system. The
issue of completion certificate to the CONTRACTOR is subject to successful testing
and approval of GSCL.
2.20 GSCL is free to draw samples (not more than 0.5% per lot) after the start of supplies
from the supplied quantity and subject the same to test in a NABL Accredited Lab.
CONTRACTOR shall bear the cost of testing of such samples. The decision of GSCL
on the same shall be binding on the CONTRACTOR. Failure of the sample will invite
strict penalty and disqualification of the CONTRACTOR from future tenders also.
2.21 The clearance for carrying out dismantling works of existing Street Light Fittings shall
be given only after successful completion of trial testing period of 15 days and
performance approval from GMC. The testing parameters shall be defined along with
GMC during execution.
2.22 The CONTRACTOR shall follow all Safety practices as per prevalent statute and
practices for execution of work. All Personal Protective Equipments shall be provided
for the Workmen/Staff in the Field while working. Failure to abide by the safety rules
shall make the CONTRACTOR Liable for penalty/ Termination of contract (Under
repeated incidences).
2.23 The CONTRACTOR shall be fully responsible for any damage and or for loss of life of his
own employee or any outsider due to any accident, fire, hazards occurred during the work
or after completion of work.
3.1 All the equipment and systems shall conform to the latest applicable National and
International standards; and latest Rules and Regulation of the Local Authorities. The
codes and standards mentioned in this specification shall be latest as on the day of
execution of the works unless otherwise specified. The revisions in the relevant codes
and standards if any after the date of award of contract shall be informed by the
Contractor to the Consultant/ Owner within 30 days of the issue of such revision of the
codes/ standards. Consultant/ Owner may approve use of the earlier code/ standard if
the revisions do not materially affect the statutory requirements of the project or does
not impact safety practices. Any cost impact arising out of such revisions shall be
mutually agreed. Nothing in this specification shall be construed to relieve the
CONTRACTOR of this responsibility
5
4.1.1 The list of identified Spine roads is provided in the Annexure 5. There are no definite
RoW sections for any of the road in Guwahati. The roads vary in width along its entire
length.
4.1.2 Maximum RoW width is being provided in the Annexure 5. The width of RoW to be
considered for the design shall be inclusive of the Shoulder & Drain Width on either
side and Carriage Way. The pole shall be mounted on the outer edge of the shoulder
towards the drain to avoid any obstruction of traffic/ expansion in near future.
4.1.3 The roads can be summarized into different ROWs. The Average Lux level, Uniformity
and Threshold requirements of each ROW are indicated in the table below;
4.1.4 The CONTRACTOR shall design the system for each road keeping the following in
view:
(a) The level and type of lighting adopted for a street shall be based on its traffic
importance, both vehicular and pedestrian. However, the system of lighting to
be provided should take into account all the relevant factors, such as the
presence of factories, market, or places of public resort, the character of the
street like trees, landscape etc.
(b) Public lighting should permit users of the road at night to move about with the
greatest possible safety and comfort so that the traffic capacity of the road at
night is as much equal to that planned for the daytime as possible.
(c) The driver should be able to see distinctly without the use of dipped or driving
headlights and locate with certainty and in time all significant details notably the
alignment of the road (its direction and its surrounds)
(d) The glare due to luminaries should be controlled at a value which keeps the
visual discomfort to which the driver is subjected below an acceptable level as
per the latest standard.
6
(e) The pedestrian should be able to see distinctly the edges of the footways,
vehicles and obstacles; dark patches should not occur.
(f) The above aim shall be achieved with due respect to the aesthetic appearance
of the lighted road within acceptable limits of cost of installation and
maintenance.
4.1.5 All the required Design Factors shall be considered as per the latest version of IS 1944
and National Lighting Code 2010.
4.1.6 The Average Lux levels achieved on roads shall not be less than the actual design
requirements even after 30% Lumen Degradation.
4.1.7 Maintenance factor shall not be considered less than 0.8 for the lighting calculation.
4.1.8 Lighting design shall be performed using latest version of DiaLux Software (Version
4.12 or higher)/ Original Equipment Manufacturer (OEM) validated software. The
Validation Report validated from Accredited Authority and IES files shall be submitted
along with the BID.
4.1.9 Maximum power output of each Feeder Pillar for calculating the incoming cable size
shall be considered not less than 10 kVA. The voltage drop at the terminals of the
farthest pole shall not exceed more than 3% from the Feeder Pillar. Cumulative voltage
drop from HT to the farthest Point for one feeder Pillar group shall not exceed 5%.
4.1.10 The following criteria shall be followed for designing the CCMS system for the Identified
roads;
(a) Only Group ON-OFF shall be provided for the roads having lights below or
equal to 75W.
(b) Group ON-OFF Plus Dimming shall be provided for the roads having Light
fittings rated above 75W and all Light fittings on roads having Carriage Way +
Shoulder Width equal to or more than 11m and Road No. 36, 36A, 110, 4A, 1,
1A, 5, 24A, 40B, 14AA for Spine roads.
(c) Dimming shall be possible from min 25% to 100% of the rated output.
(d) Dimmable driver shall be considered only for Luminaires which are rated above
75W and all Light fittings on roads having Carriage Way + Shoulder Width
equal to or more than 11m and Road No. 36, 36A, 110, 4A, 1, 1A, 5, 24A, 40B,
14AA for Spine roads.
(e) Only Step-less Dimming shall be provided for the Luminaires where applicable.
Incase Step less dimming is not possible then multistep dimming can be
considered to get a smooth transition of light. Min 5 steps are acceptable. The
dimming steps shall be programmable remotely as per site requirement at
various point of time.
7
4.1.11 The RFP requirement is Group control. However, in case BIDDER wishes to
achieve Group control with Individual Controller then that is BIDDER's decision.
Individual controller can be accomplished with either NEMA socket or inbuilt controller.
However, the thermal stability of the Luminaire shall be ensured when provided with
inbuilt controller.
4.2.1 The CONTRACTOR shall ensure that cable associated with the power distribution
systems in all the installations throughout the Works are adequately rated for their use.
4.2.2 The following main aspects shall also be considered while deciding the final size of the
cables-
(b) All cables shall be selected to carry the corresponding full load current under
site conditions.
(d) Maximum allowable temperature rise under normal full load condition based on
the material of cable insulation (XLPE/ PVC).
(e) Maximum short circuit current duration (fault clearing time) and final
temperature of cable during short circuit current flowing through the cable.
4.2.3 For Cables emerging from MCB outgoing of the feeder pillar, fault clearing time shall be
considered as 0.01 second
4.2.4 Appropriate de-rating factors as per cable manufacturer’s catalogue as enlisted below
shall be considered for sizing the cable:
(d) Depth of cable burial (minimum 750 mm for LT). Cables laid under the carriage
way under any condition shall not be laid less than 1000mm from the FRL/ FGL
as the case may be.
(h) Any other de-ration factors as applicable & as per Manufacturer’s catalog.
8
4.2.5 The number of light fixture controlled by a single feeder pillar outgoing circuit shall be
limited based on the voltage drop at the farthest pole. The cumulative voltage drop at
the END point of the CIRCUIT shall not exceed beyond 5%.
4.2.6 The LV power cables shall be 1.1 kV grade, multi-stranded Copper/ Al conductor, XLPE
insulated, colour coded, inner and outer extruded PVC sheathed, ST2, galvanized steel
round wire/ flat strip armoured cables.
4.2.7 Cables up to & including 4.0 sq.mm shall be Cu multi-stranded conductor with
galvanized steel round wire armoured & balance cables shall be Al multi-stranded
conductor with galvanized steel round wire/ flat strip armoured.
4.2.8 Control cables shall be Cu multi-stranded conductor with galvanized steel round wire/
flat strip armoured. For multi core cables above 7 cores, minimum two spare cores shall
be considered.
4.3.1 The safety earthing and lightning protection system shall be based on the latest version
of the following codes and standard including all amendments.
The earthing conductor sizes shall be calculated as per IS: 3043. Following factors will
be considered for sizing the earthing conductor.
9
d) Overall earthing resistance Less than 1 Ohms
4.3.3 GI Pipe electrodes shall be provided for Feeder Pillars-2 Nos. each, 1 No. for every
consecutive 5 light poles and other systems as per the provisions of latest version of IS
3043 or better. Electrode shall be connected to the feeder pillar by two runs of GI strip
of min size 25X6 mm. For street light poles, 8SWG wire shall be used for earthing laid
in DWC pipe along with lighting cable.
4.3.4 Requirements for APDCL Two Pole structure and transmission line shall be as per
APDCL/ CEIG guidelines for which work will be carried out by APDCL.
4.4.1 All the civil foundation design shall be suitable for the Seismic requirement of Guwahati
as per latest IS as the city of Guwahati falls in the Seismic Zone-V.
4.4.2 The design shall also consider the maximum wind speed of min 180 kmph as per IS
875, 1987 (Reaffirmed in 2013).
4.4.3 Grade of concrete to be used shall be M20 (1:1.5:3) and grade of reinforcement steel
shall be Fe 500.
4.4.4 40NB Flexible DWC Pipe of 1m length shall be embedded to draw the cable through
the foundation.
4.4.5 Minimum requirement for Civil Foundations for Lighting poles upto a height of 6m are
as follows:
(b) Plan dimensions of footing should be 900mm x 900mm having depth D=200
mm Minimum.
(f) Four anchor bolts of 16mm Dia and 500 mm total length are required.
(g) Grade of concrete to be used shall be M20 (1:1.5:3) and grade of reinforcement
steel shall be Fe 500.
(ii) Main vertical reinforcement shall be 4 nos. bars of 12mm dia bars
10
(iii) Shear reinforcement (stirrups) shall be 8 mm dia bars at 200 mm c/c.
(iv) This foundation design of pole will be applicable for all types of soils i.e. soft
soil, medium soil and hard soil.
4.4.6 Minimum requirement for Civil Foundations for Lighting poles up to a height of 10m are
as follows:
(b) Plan dimensions of footing should be 1200mm x 1200mm having depth D=300
mm Minimum.
(f) Four anchor bolts of 16mm Dia and 500 mm total length are required.
(g) Grade of concrete to be used shall be M20 (1:1.5:3) and grade of reinforcement
steel shall be Fe 500.
(ii) Main vertical reinforcement in shall be 8 nos. bars of 12mm dia bars
(iv) This foundation design of pole will be applicable for all types of soils i.e. soft
soil, medium soil and hard soil.
4.4.7 The above design requirements are minimum requirement. Bidder may offer better
design based on site conditions subject to approval from GSCL.
5.1 CONTRACTOR shall carry out a Detailed Survey of the identified Spine Roads to
gather following information to design the proposed system:
(a) Road width at different stretches of a particular road; - including shoulder width
and carriage way details
(c) List out the requirements of particular roads for satisfactory illumination and
control;
11
(d) Prospective location for mounting the Switching Point Feeder pillars as per the
offered technology; its access to the power from nearest APDCL source.
(f) Bottlenecks and hindrances if any and offered solution for the same
(h) Location for mounting the two pole structures and transmission line poles
5.1.1 Design the new lighting system based on the above inputs in latest validated version of
Dialux software.
5.1.3 The Report shall indicate the Guaranteed total energy consumption by the system
proposed for each road per month.
5.1.4 Road wise drawings for GA layout with Sections for various stretches of the road shall
be enclosed showing the location of poles and feeder pillar with HT/LT supply
arrangement and any other accessories required. All the space allocations shall be
clearly identified after due verification with the authorities.
(d) Summary of all the roads including road width with carriage way/ footpath/
drains; proposed wattage; height of poles; distance between the poles;
calculated lux level, uniformity etc.
(f) Data sheets of proposed Luminaire, Poles, Feeder Pillar, controller, battery,
communication module, server etc.
12
(i) Resource deployment
5.1.6 Apart from the above, in case CONTRACTOR detects any other point of concern during
the survey the same shall be indicated in detail in the report.
6.1 The Product should be designed for the specific climatic and environmental conditions
of the region to ensure full durability and safety throughout its designed life.
6.2 All the Octagonal Poles shall be designed to withstand the maximum wind speed of 180
kmph as per IS 875. The top loading i.e. area and the weight of fixtures are to be
considered to calculate maximum deflection of the pole and the same shall meet the
requirement of BS EN 40-3-3:2013.
6.3 The pole shall also be designed to withstand the Earthquake as per the provisions of
the relevant BIS/other standards related to the urban location in the State of Assam.
6.4 The pole shaft shall have octagonal cross section and shall be continuously tapered
with single longitudinal welding. There shall not be any circumferential welding of the
pole shaft. The welding of the pole shaft shall be done by Submerged Welding process.
6.5 All octagonal pole shafts shall be provided with the rigid flange plate of suitable
thickness with provision for fixing minimum 4 foundation bolts. The base plate shall be
fillet welded to the pole shaft at two locations i.e. from inside and outside. The welding
shall be done as per standard approved process.
(d) Pole Sections: - The Octagonal Poles shall be in single piece with single
longitudinal welding joint,
(e) Galvanization: - The poles shall be hot dip galvanized as per IS 2629 / IS 2633
/ IS 4759 and BSEN ISO 1461 standards with average coating thickness of 65
micron. The galvanizing shall be done in single dipping. The zinc Ingot raw
material shall be 99.99% pure and procured from reliable sources with Quality
Test Certificates.
6.7 The pole manufacturing & galvanizing unit shall be ISO 9001: 2000 & ISO 14001
certified to ensure consistent quality & environmental protection.
13
6.8 The poles shall have integrated Junction box with openable door of adequate size (Not
less than 500mm length) at the elevation of 750 mm from the base plate. The door shall
be hinged type with mechanical interlock, dust proof, weather proof and vandal resistant
and shall ensure safety of inside connections and components. The door shall be flush
with the exterior surface and shall have suitable locking arrangement. The pole shall be
adequately strengthened at the location of the door to compensate for the loss in
section.
6.9 The door of the Junction Box shall permit clear access to the components inside viz.,
termination strips, connectors, MCBs, cables etc. There shall also be suitable
arrangement for the purpose of earthing.
6.10 Electrical connections - Four way connectors shall be provided along with Slide lock
suitable for connecting 1.1 kV grade, 4 core X16 sqmm Al cable. It shall also house 1
no. 6 amps DP MCB,2.5 sqmm connectors for looping with 2.5 Sqmm Copper wires for
connecting to the luminaries through 0.75kV grade, 3 core X 2.5 mm² PVC insulated
copper conductor flexible un-armoured Cable from the terminal block to the fixture
within the pole. All the cables laid through the pipe shall be without any joint.
6.11 Two nos. Earth Boss shall be provided at the bottom of the pole or on base plate
(diagonally opposite) suitable for connecting 25X6 mm GI/ CU earth strip earthing of the
poles. Similar Earth Boss suitable for connecting 4 sqmm copper wire shall be provided
on the control plate inside the Junction Box for earthing of the electrical components.
6.12 Two nos. 50 mm DWC HDPE sleeves of suitable length shall be provided through the
foundation up to foundation top.
6.13 Earthing of each pole shall be carried out with one earth electrode for a set of 5 poles.
The earth electrode shall be GI pipe electrode as recommended in the latest version of
IS 3043. The earth electrode shall be connected with 8SWG wire laid in DWC pipe
along with lighting cable to the two distinct earth boss on the pole.
6.14 Aesthetic appearance - All the grooves and carvings of the pole unit shall be free from
any kind of distortion for a pleasing aesthetic appearance.
6.15 Top Mountings -The galvanized decorative mounting bracket as selected by the GSCL
shall be supplied along with the Poles for Installation of the luminaries.
6.16 The Poles shall be bolted on a pre-cast foundation with a set of foundation bolts for
greater rigidity.
6.17 The CONTRACTOR shall carry out all the relevant tests and inspection in the presence
of the GSCL or Third Party Agency, as may be selected by the GSCL, before the
dispatch of the poles at no extra cost to the GSCL.
6.18 The CONTRACTOR shall inform the GSCL at least FIFTEEN (15) days in advance,
about the manufacturing program so that arrangement can be made for inspection.
GSCL reserves the right to waive the inspection at any stage.
14
6.19 All the material/equipment/accessories shall be supplied with manufacturer's test
certificates.
6.20 CONTRACTOR shall submit the Proposed Product Catalogue, Detail Data sheet, spare
parts list and drawing of Pole & Bracket along with the BID for each product quoted.
6.21 CONTRACTOR shall arrange for all the tools and equipment’s including spares.
6.22 M20 concrete foundations shall be provided for all the poles. Approx. dimension of the
foundation for evaluation purpose is 600X600X1700 mm. However, CONTRACTORs
shall design as per the stability requirement and Soil bearing Capacity of each location.
The Poles shall be bolted on a pre-cast foundation with minimum four foundation bolts
for greater rigidity.
6.23 Galvanized Poles Dimensions – These are the minimum dimensions (Annexure-3).
CONTRACTOR may offer as per their design for a particular Height.
The average atmospheric condition during the year is mentioned below. The equipment
shall be designed to work in such environmental conditions:
(f) The equipment shall be suitable to sustain and work in the humid and dusty
atmosphere of Guwahati.
7.3.1 The Luminaires shall work on single phase three wire system (phase, neutral & earth).
7.3.2 The luminaire light output (lumen) shall be constant and shall be able to withstand
allowable supply source voltage variations/ fluctuations, spikes and harmonics.
7.3.3 The Luminaries shall have a sturdy and corrosion resistant high pressure Die cast
Aluminium alloy housing with weatherproof gasket for lamp, with separate Driver
compartment and control gear accessories. The housing shall be Epoxy coated, without
15
any cracks or thorough holes, made in a single piece of die-cast LM6 Aluminium alloy.
The luminaries shall be totally enclosed, dust tight and water proof.
7.3.5 Heat sink used should be Aluminium extrusion having high conductivity. The
dimensions of luminaries shall be optimum and adequate to permit sufficient heat
dissipation, through the body itself, so as to prevent abnormal temperature rise inside
the lantern and consequential damage to the cover and gasket materials, LEDs, lenses
and electronic drivers. Heat sink must be thermally connected to MCPCB/ LED light
source.
7.3.6 The Luminaries Housing shall be suitable for termination of 3C X 2.5 sqmm copper
conductor PVC insulated flexible Cable with Double Compression Weather proof Cable
Glands if required.
7.3.7 The optical system shall consist of Poly Carbonate lenses on individual high power
LEDs designed & tested to achieve typical street lighting distribution from the LED
Luminaire. These lenses provided for individual LEDs are to be fixed on lens plate in
order to have consistent light distribution from luminaries. Luminaries should conform to
the Photometric Distribution / requirements of Cut-Off / Semi Cut – off light distribution
and optics as classified in IS 1944 and NLC 2010.
7.3.8 Suitable number of LEDs shall be used in the luminaries. The manufacturer shall submit
the proof of procurement of LEDs from OEMs at the time of testing along with the test
reports.
7.3.9 The Luminaries shall be provided with distortion free, clear, high tensile, heat resistant,
toughened glass of minimum 0.8mm thickness or UV resistant polycarbonate cover with
required degree of protection. It is preferred that BIDDER offer Cover with Integrated
individual lenses for LEDs fixed to housing providing required degree of protection. All
hardware shall be corrosion free/ stainless Steel.
7.3.10 An extruded silicon loop gasket shall be provided in the lantern body to ensure a
weather proof seal between the cover and the metal housing to exclude the entry of
dust, water, insects, etc. Luminaries should conform to degree of protection of IP 66 or
above. Felt gasket will not be accepted.
7.3.12 All Luminaires shall conform to RoHS/UL/CE/ERTL/ERDI and BIS requirements and
Certifications as appropriate. All the test reports from Third Party NABL accredited
laboratory shall be submitted along with the technical proposal/ Bid. Drivers used
in the luminaires should be having individual BIS CRS number. BIS certificate
shall be submitted along with the BID in the compliance.
7.3.13 Name of the GSCL, Year of Manufacture, Batch No., Serial Number or Identification No.
Luminaries Manufacturer's Name / Logo, Wattage and Frequency should be embossed
on the housing.
16
7.3.14 LED luminaries, should conform to the various National / International standards for
safety & performance. Manufacturer should provide test reports as per LM 79 & LM80.
The test reports shall be certified from UL/ILAC/NABL accredited Third Party Laboratory
(TPL) shall be submitted along with the technical proposal/ Bid for LED as well as
Luminaires.- all test reports not older than Three (3) years.
7.3.15 Luminaries should conform to the National / International standards for Safety &
Performance and test certificates as per relevant standards shall be provided by the
manufacturer. In case of luminaries are imported, the CONTRACTOR shall conform to
test parameters as per UL or equivalent standards. However, Luminaire should be
registered under BIS CRS for IS 10322 part 5 Sec 3 which covers all safety and
protection criteria since it has been made compulsory by BIS. BIDDER shall submit the
BIS registration number of Luminaires including the Driver or both if separately
registered proposed for the project in the technical Proposal and not only one of the
two.
7.3.16 The electrical component of the LED and LED driver must be suitably enclosed in
separate sealed unit to function in environment conditions mentioned above.
7.3.17 All the connecting wires inside the Luminaries shall be Low Smoke Halogen Free, fire
retardant cable or as per IS 10322 part 5 Sec 3 whichever is stringent.
7.3.18 Adequate protection against Overloading, Short Circuit, Over Voltage, Over
temperature, Under Voltage, String Open, Surge Protection shall be provided within the
Luminaries. Drivers shall have inbuilt protection system to operate safely, automatically
isolate during abnormal conditions & restart as soon as the system normalizes. Third
party Test certificates from NABL accredited Lab shall be submitted along with the BID
for all the above. Drivers shall be capable of withstanding the voltage stress of 440V.
Test certificates shall be submitted to justify the same.
7.3.19 Design of the thermal management shall be done in such a way that it shall not affect
the properties of the diffuser.
7.3.20 All the material used in the luminaries shall not contain any toxic material/ metal like
mercury; shall be halogen free and fire retardant conforming to relevant standards.
7.3.21 The Manufacturer shall have NABL accredited testing facilities to carry out all the
relevant test and shall be offered for inspection to the GSCL for verification of the
required parameters and tests. CONTRACTOR shall confirm the same in the BID.
7.3.22 The control gear shall comply with the provisions of IEC 61347-2-13:2014, IEC
62031:2018 and IEC 62384:2006 as appropriate or equivalent BIS standards IS 15885
Part-2 Section 13. BIS certificate shall be submitted along with the BID in the
compliance.
7.3.23 The switching surges are expected in the power supply system. Appropriate surge
protection shall be provided by the CONTRACTOR for all the Luminaires offered. Such
protections can either be provided centrally at the Feeder Pillar or at each individual
luminaire level or a combination of both, as may be decided by the CONTRACTOR. No
claim for failure of Luminaires, on account of surges will be considered.
17
7.3.24 Additionally, as per ANSI C 136.2-2014/ UL-1449, External Surge protection device
(SPD) with Thermal Protection (TMOVs) of minimum 10 kV/ 10 kA to be separately
installed with each fixture while an additional surge arrestor of 20kV/10kA shall be
installed inside Feeder Pillar / field panel. The same shall be certified from independent
lab and follow IEC 62305:2010 & IEC 61643-11-2011.No claim for failure of Luminaires,
on account of voltage surges other than Lightning surges, will be considered.
7.3.25 In case of voltage surges due to lightning, it is expected that lights, in the affected
circuit, will fail in a group and not in an isolated manner. Hence, any such failure of
lights in a group on account of Lightning surges, may be reported to the GSCL, along
with circumstantial evidence preferably within 48 hours of such occurrence. The
responsibility for submission of supporting documentation rests with the
CONTRACTOR.
7.3.26 The Luminaires shall be suitable for operation within the input supply voltage range
specified. The driver of the light should be able to sense and cut-off power to the light in
case of phase-to-phase/ 440 V fault. No claim in this regard shall be considered.
7.3.27 The lighting fixtures offered shall comply with the data sheet attached in Annexure 1.
7.3.28 The driver/ control gear offered shall comply with the data sheet attached in Annexure
2.
7.3.29 The complete luminaire assembly including all the components shall have a
warranty period of 5 years.
7.4.1 The Routine test on each of the offered Luminaries shall be carried out by the
CONTRACTOR before dispatch. Following tests shall be carried out as Routine tests by
the CONTRACTOR for the offered Luminaries;
(d) HV test
7.4.2 The Acceptance test shall be carried out by GSCL or GSCL’s Representative on a
sample of the lot offered for Acceptance. The Lot shall be different from the lot from
which the Type test samples have been drawn. The cost of the testing shall be borne by
the CONTRACTOR. Following tests shall be carried out as Acceptance tests by the
CONTRACTOR for the offered Luminaries;
(d) HV test
7.4.3 Following Type tests reports shall be provided by the CONTRACTOR for the offered
Luminaries from Third Party NABL Accredited Laboratory along with the BID;
(f) HV test
19
(r) Photometric Measurements Test Report (IES LM 79)
(s) LED Lumen Maintenance Test Report (IES LM 80) (As provided by LED
manufacturer)
8.1 All Feeder Pillars (FP) shall be Outdoor type, Wall/ Column/ Steel Support mounting,
Weatherproof, double door, single front, non-compartmentalized enclosure with locking
facilities.
8.2 The OFP (Outdoor Feeder Pillar) shall be made of either Galvanised sheet steel
enclosure or Powder coated with minimum seven tank process (certification confirming
the same shall be submitted) CRCA panel enclosure. All the feeder pillars shall be
Outdoor type with permanent rain canopy and shall be dust, damp and vermin proof. All
feeder pillars shall conform impact resistance of IK10 and shall be minimum IP55
certified. Third Party Type test report for Impact and Ingress protection shall be
provided in the Technical Proposal.
8.3 The GI feeder Pillar shall be fabricated from 3 mm CRCA sheet and shall be Hot
Dipped Galvanized as per relevant latest standards after entire fabrication. The
enclosure shall be powder coated with Epoxy paint as per desired colour of GSCL. The
gland plate shall be 3mm thick.
8.4 The fabricated enclosure shall not have any welds or bolt heads apparent from outside.
All fabrication work like cutting, drilling, punching, shearing & welding etc. related to the
enclosure shall be complete before proceeding to 7 tank process. The fabricated body
shall be thoroughly cleaned and treated by chemical agents as required to produce a
smooth surface free of scales, grease and rust.
8.5 Sheet metal components shall be pre-treated using the seven-tank phosphating
process consisting of de-greasing, acid pickling, de-rusting, phosphating and
passivation including repeated rinsing in between each process. On completion of
passivation of the components they shall be preheated and then epoxy powder coated
with selected shade for exterior as well as interior and Glossy White shade for the gland
plates (Inside the panel) and component mounting plate.
8.6 All interiors and exteriors of the enclosure shall be finished and painted to prevent
rusting and corrosion. The paint should be carefully selected to withstand tropical heat,
rain and environmental effects. The paint shall not scale off or crinkle or be removed by
abrasion due to normal handling. Thickness of all painting shall be average 80 microns
DFT. The final colour of Feeder pillar shall be as per GSCL requirements.
8.7 The gasket shall be of neoprene rubber suitable to withstand all weathers for long
tenure of service. All hardware shall be made of non-corrosive material either HD
20
Galvanized or stainless steel. Door shall be with concealed type hinges & captive
screws.
8.8 Both the doors shall have an Inspection/ View Window for monitoring the energy meter
reading without opening the door. The window on the external door shall be provided
with a metal flip cover with small canopy which can be moved up and down for viewing
the meter.
8.9 Both the doors shall have panel type lock with keys in duplicate as per the requirements
of the GSCL.
8.10 All the feeder pillars shall be of uniform height and shall be mounted with the bottom of
the panel at minimum 800mm above the Finished Ground or Floor level as the case
may be.
8.11 A danger notice board written in English, Hindi and Assamese shall be made of 2mm
thick GI plate and shall be provided on the front door of the feeder pillar.
8.13 The details of max load in KW, Rating of Incomer, no of phase, voltage, frequency,
controller no., Meter No., road name, Pillar no. name of the agency and year of erection
shall be labelled using radium sticker/radium paint.
8.14 The feeder pillar shall consist of Incoming Four Pole (FP) RCBO or MCB with ELCB, 3
Phase Digital Energy Meter, FP Contactor for each outgoing circuit, Astronomical
Timer, Outgoing FP MCB apart from all the smart control components like Gateway
controller, Power Supply Unit for the Gateway unit, Battery for Back up etc. It shall also
consist of FP Isolator for isolating the smart lighting control equipment without
discontinuing supply to the light pole during the outage of the smart control system.
8.15 The feeder pillar shall have cable entry at the bottom suitable for terminating double
compression glands for 2 Runs of 3.5 C x 50sqmm Aluminium conductor, XLPE
insulated armoured cable at the incoming terminal and minimum 4 Runs of 4 core 16
sqmm Aluminium conductor, XLPE insulated armoured cable at the outgoing terminal.
8.16 All MCBs/ RCBOs/RCCBs shall be comply with the relevant IS and IEC standards. It
shall be current limiting type and shall provide a cut off in, < 10 ms for prospective
currents during faults. It shall be provided with fixed thermal overload, short circuit and
earth fault release as appropriate. The breaking capacity of the MCB shall be 10kA for 1
sec.
8.17 The Outgoing and Incoming breakers shall be discriminated based on Current.
8.18 The other power and control components as per requirement are listed below;
(a) The minimum rating of the incomer shall be minimum 32A, RCBO, 100mA
sensitivity, Current limiting type, Characteristic Curve C, Breaking capacity 10
kA for 1 sec.
21
(b) All the contactors shall have high rupturing capacity rated for 3 phase, 440 V,
50 Hz, Four Pole, AC 1 duty.
(c) Astronomical timer having Single channel and capable of Auto resetting when
power resumes, provision of manual over ride, switching ON / OFF the circuit
as per the Sunset and Sunrise timings along the year.
(d) Min 25X3 mm insulated tinned Copper bus bar with SMC support insulators
shall be provided for power distribution within the feeder pillar. The size of
phase and neutral shall be equal.
(f) Terminal connectors suitable for terminating the above-mentioned cables. Min
12 nos. 25 sq mm terminals for incoming cable shall be provided for tapping
power. Twenty percent spare terminals shall be provided.
(g) Under voltage and Over voltage Monitoring Relay for connection and
disconnection of the power during off band abnormal voltage within a time
band.
(h) All connecting power & control wiring shall be carried out with stranded copper
conductor PVC insulted LSHF wires. Minimum size of control wiring shall be 1.5
sq mm and power wiring shall be 4 sq mm.
(i) Space Heater with MCB and Thermostat and 7W LED Luminaries with lamp
shall be provided inside with a door limit switch. The lamp and the heater shall
be tapped from the outgoing of the meter with separate DP MCB circuits.
(j) An Aluminium / GI Earth bus shall be run at the bottom of the Feeder Pillar
which shall be connected to the earth leads at the two extreme ends for
connecting the GI earthing strip from the electrode.
(k) Cast Resin CT of appropriate rating (---/5A) shall be provided at the incomer of
each phase for measurement of the current, if required. If current input can be
drawn directly from incomer then separate CT is not required.
(l) Digital Tariff meter as per APDCL Standards with RS 485 and RJ 45
connectivity for measuring, Line and Phase Voltage/ Current; kW, KVAR, KVA;
kWh kVAh, kVARh (L & C); Frequency, Phase wise Voltage and Current
Harmonics upto min 7th order; Maximum demand.
(m) CONTRACTOR shall provide provision for connection through SIM, Ethernet,
RS 485 / OFC etc. to connect with server through whatever mode is available
at site.
8.19 Two nos. Pipe Earthing electrode shall be provided for each Feeder pillar and
connected with 25X6 mm GI earth strip. The pipe electrode shall be as per the latest
version of IS 3043- 2018.
22
8.20 HDPE/ DWC pipe of suitable size (minimum 40 mm ID) for conveniently
accommodating the above incoming and outgoing cables shall be laid upto the feeder
pillar for carrying the buried cables upto the feeder pillar for termination. The GI strip for
earthing shall be laid with proper dressing.
8.21 The feeder pillar shall be mounted on prefabricated Galvanised Steel Support structure
duly fastened with a concrete foundation with M20 concrete suitable to sustain the local
geological conditions, seismic conditions and max wind speed requirements.
8.22 All the material/equipment/accessories must confirm to the relevant IS with its latest
amendments. All the material/equipment/accessories shall be supplied with
manufacturer's test certificates.
8.23 Insulation resistance between live parts and earth terminal shall be 2 MΩ minimum. All
power equipment shall be able to withstand high voltage (HV) test at 2.5 kV for 1 minute
between live parts (current carrying parts) and earth terminal without
breakdown of insulation.
8.24 In addition to the above, the feeder Pillars may enclose Smart Controller for Group
controlling (ON/ OFF and ON/OFF/Dimming) & communicating with the CCMS over the
mode and network provided. It shall also house Surge Protection Devise (SPD);
Battery; communication module with required SMPS; etc. and their associated
accessories.
8.26 Routine test shall be conducted as per relevant IS/IEC and shall be carried out at
manufacturer place and same shall be witnessed by GSCL/GSCL's representative.
Following shall be minimum check:
23
(e) HV insulation check.
8.27 Type Test certificate like IP and IK certifications, and short circuit certifications shall be
submitted for review from third party Accredited Laboratories.
9.1 Scope of Works for Smart Street Lighting shall include design, supply, installation, testing
at site, commissioning, Operation and maintenance of lighting controls through Centralized
Control & Monitoring System – (CCMS) for LED streetlights under the scope of this RFP.
Operation and Maintenance of CCMS shall be as per the terms and conditions of the RFP.
9.2 The CCMS system shall be provided for the total no. of lights as specified in the scope of
works and shall be Scalable as required.
(a) Controller
9.3.2 Server for storage of data -preferably dedicated server set-up (at Centralized Command
Center/ Dedicated Server) or cloud based arrangement to ensure 100% guarantee of the
data transmission, and real time data storage and archived data for the contract period.
9.4.1 CCMS shall consist of Street Light Controllers and its accessories; Gateways and
Communication network to communicate with Server.
9.4.2 Wherever applicable for Group Control the Maximum quantity of luminaries controlled by
each Controller shall be decided by CONTRACTOR however, it shall not be less than 40
lamps per Controller. This may be different for Individual Controlled Luminaires used for
Group Control because of the available technology by the BIDDER.
9.4.3 All the LED Luminaires shall be Remotely/ Automatically/ Manually Switched ON-OFF in
GROUP including Web Based Applications based on
(a) Sunrise/ sunset timing depending on geographical locations of the Switching Point
/ Feeder Pillar
24
(b) Based on preprogrammed/ Scheduled timings
9.4.4 All the LED Luminaires which are rated above 75W and all Light fittings on roads
having Carriage Way + Shoulder Width equal to or more than 11m and Road No. 36,
36A, 110, 4A, 1, 1A, 5, 24A, 40B, 14AA in Spine roads shall be Dimmable
(configurable) where as the rest of the lights in Spine roads shall be non-Dimmable.
9.4.5 Dimming should be possible from 25% to 100%. However, the settings shall be decided by
the CLIENT/PURCHASER at the time of implementation. Moreover, it is expected that the
light output shall be gradually decreased and increased to minimum or maximum output
capacity respectively during sunrise and sunset by dimming. It should be possible to
program the Dimming as desired for smooth transition.
(a) Offer Web-based solution for Remote management on Real Time basis of the
Outdoor Lighting System through wired or wireless communication networks
securely. CONTRACTOR shall select the communication technology as per their
offering and performance requirements.
(b) Capturing and monitoring all the electrical parameters of the Feeder Pillars/
Luminaires. Calibration of the MFM shall be ensured.
(c) Monitoring of ON and OFF period; Provide On/Off control based on Sunrise and
Sunset timings for burn hour optimization, Energy optimization and simplify
maintenance.
(d) Shall facilitate easy and remote configuration/ programming of the system from a
web based interface that can be changed as per requirement.
(e) Shall facilitate Fault Monitoring and Automatic Fault detection; Event Logging and
Report generation.
(f) Alarm Generation and Alert Notifications through emails & SMSs to desired
number of users.
(g) The system shall be modular and easily scalable. Presently the system shall be
designed for 15000 luminaires and should be expandable up to twice the present
capacities as and when required in steps.
(h) Sufficient Battery Backup shall be provided for transfer of the data to server from
the field as well as for updating the status of the system at regular interval in case
of/ during power failures/ communication failures.
(j) Facilitate Asset mapping through GPS coordinates of each FP/ poles on existing
maps
(k) The controller shall have inbuilt memory storage to store data in case of
Communication network failure and transfer it as soon as the link is resumed
25
(l) Shall have inbuilt protection logic to operate the hardware to automatically isolate
the system during abnormal conditions/ faults and restart the system as soon as
the system normalizes
(m) Server uptime should be minimum 99.99% with disaster backup and sufficient
storage capacity and processing power to ensure stable operation of CCMS
throughout the contract period.
(n) Minimum 60 Days data shall be stored in the CLOUD. Data Older than 60 days
shall be backed up on storage devices.
(o) Should be easy to integrate with City Operation Centre (COC)/ Centralized
Command Center (CCC) any other systems as desired in future.
(p) CCMS shall ensure Data authenticity, Cyber security, safe database
management, data retrieval and trouble-free operation of software and allied
systems. It shall have a self diagnostic and self healing feature to identify fault and
resume the system by isolating it within shortest possible time.
9.5.1 The controllers shall be programmable remotely as well as locally. All suitable device and
instruments for such access shall be considered part of the scope. It should send data on
Real time basis or at uniform intervals as programmed. All programming carried out shall
be affected within five seconds or in less time. The controller shall be able to carry out two
way communication - communicate information/ data as well as receive commands from
the server.
9.5.2 Controllers if mounted inside the Luminaire shall be provided within the Luminaire in IP66
enclosure or through NEMA Socket.
9.5.3 The controller shall sustain operating temperature of (-5) to 50 deg C, operate at AC input
(RMS Volts) 90-320V, 50 Hz supply conditions. Shall have the ability to communicate with
remote central server/ CLOUD securely via suitable communication technology. All data
shall be secured by encrypting them by 128 bit encryption.
9.5.4 The peak power requirement of the controllers shall be less than 2.5W and average power
requirement shall be less than 1.5 W.
9.5.5 The controller shall provide Class I accuracy measurement of RMS Voltage & Current,
Power (kW, kVA, kVARH), energy consumption with 1% as per IS 13779/ IEC 62052/53
(KWH, kVAH, kVARH) and Power factor.
9.5.6 Controller shall provide the following minimum alerts but not limited to;
26
9.5.7 If the Controller fails due to any reason, the luminaire should remain ‘ON’ if the luminaire is
healthy.
9.5.8 The controller shall not have any replaceable components for minimum 5 years from the
date of installation.
9.5.9 Controller shall have the provision to store at least last 10 days data at one hour interval.
All this data is accessible for reading, recording by downloading through HHT (Hand Held
Unit) through optical port or USB/Bluetooth given on controller. For HHT, a smart phone-
based solution for collecting /accessing data is also be provided.
9.5.10 The controller shall have a built-in calendar and a local Real Time Clock (RTC) having an
accuracy of +/- 1 minute per year or better, synchronized with remote time server, to
enable functionality even in case of communication network failure. A separate internal
Lithium battery back-up shall be provided for continuous operation of controller RTC for at
least two years under controller un-powered conditions.
9.5.11 Controller shall be able to carry out switching operations based on Astronomical calendar
of the location.
9.5.12 Controller shall facilitate local operation in case of emergency or during maintenance with
proper security verification.
9.5.13 Controller shall be able to detect switch weld condition and generate alarm. If due to fault if
any contact melts, then the controller shall able to generate fault signal.
9.5.14 Controller shall be able to log minimum last 25 scheduled and unscheduled events
including scheduled switching events, faults, abnormal power conditions and maintenance.
9.5.15 Controller shall additionally be able to log minimum last 25 power availability events.
9.5.16 The controller shall have protection logic to monitor the abnormal conditions like overload
& over voltage conditions, against the benchmark/ threshold limits configured in it and
carry out auto switching to disconnect the system if the abnormal condition prevails over
predefined period. The controller shall reconnect after the normal system conditions are
resumed. All such unscheduled switching activities shall be logged in the system.
9.5.17 Controller shall be provided with proper universal interface port (USB, Optical etc.) or
device shall be provided to access all the stored data within the controller as well as to
configure the controller locally either by a Hand Held Unit or by connecting to a laptop in a
secured manner. Configuration allows user to set operating modes, ON/OFF timings, RTC
configuration, Updating GPS locations, Astronomical Clock etc.
9.5.18 The CPU of the controller shall be well protected against overvoltage and surges upto10
kV as per EN 61000-4-5; Burst pulses up to 4 kV as per EN 61000-4-4.
9.5.19 All the controllers shall be traceable when mapped through GPS coordinate.
9.5.20 The controller shall support digital and analogue measurements such as any digital/
analogue signal from additional sensors like Photosensor and any other analogue devices.
27
9.5.21 Controller shall have battery back-up or equivalent suitable to sustain the stored data and
transmit its own status of input failure for both power and communication failure.
(a) Controller case and terminal blocks shall be made of fire resistant material
9.5.23 Any firmware/software upgradation which is required for the smooth operation of controller
shall be done by CONTRACTOR. CONTRACTOR shall provide maintenance and
upgrades of the software during the contract period & for the next 2 years beyond the
contract period of five years without any additional cost.
9.5.24 Controller Certifications as per above standards for Metering Accuracy for Class 1, IP 66,
Surge protection, 440 VAC withstand rating, EIRP & ETA from NABL Accredited Third
Party Laboratory to be submitted along with the bid.
(i) The BIDDER shall adopt communication network which helps improve the efficiency
and performance of the system offered by it and is cost effective. It should have
GPRS interface to upload/ download all data & events on web/cloud network through
suitable port & modem
(ii) Communication range shall be sufficient for flawless performance without assistance
of any additional equipment
(v) The end devices should be able to communicate to a gateway which will send data
to the server
(vi) The gateway infrastructure site should be beyond the reach/access of general public
and should be secured with lock and key (site to be fenced and should allow entry to
authorized persons ONLY with proper authorization from the vendor) & must be
equipped with a back up of min 2 hrs.
(vii) There should be point to point communication between Controller & Gateway
(viii) Alternatively, if the communication to the gateway fails the end devices should have
fail safe mode to switch on the lights as default download rules to the end devices
28
9.7.1 The Controller (CPU), Communication module etc. shall be provided with battery backup
or equivalent to function during failure of grid power.
9.7.2 The battery shall help CPU to store all the data and send a main power failure alarm to the
remote server/ Cloud before it shuts down safely.
9.8.1 The web application shall be offered through the GSCL web site or as may be decided by
the GSCL at the time of execution.
9.8.2 The application shall enable receipt & storage of all the field data with a time stamp in
Cloud or in-house local server.
9.8.3 The application shall facilitate to communicate, control and configure the each Switching
point controllers remotely. The application shall be suitable to manage the data traffic from
the field to the Cloud or Server.
9.8.4 Operation Time - It should be able to record LED luminaires glowing and non-glowing
hours of a particular FP (Group).
9.8.5 The System should be suitable for third party integration if required.
9.8.6 Report Generation – shall enable Users to generate various reports related to the system
performance parameters such as energy consumed report, lamp and system failure
report, actual hours of operation, uptime (%), etc. as well as based on historical data on
daily, monthly, quarterly or annually basis as the case may be from the data/readings
received from the units. The reports shall be generated in Excel as well as Graphical
format.
9.8.7 The application should facilitate Roles and Permissions requirements at different level of
user hierarchy. It should manage system access for different levels with multiple privileges
for different purpose, including Administrator access to configure, work flow access for
operations, and public access for viewing and uploading status.
9.8.8 Web application shall ensure system security and safety for users at different levels with
security password for various users.
9.8.9 It should be possible to configure Switching point remotely through web application.
Remote configuration includes setting new ON/OFF timings, setting RTC time, viewing the
Real time data of each switching point, Energy meter parameters, Resetting of the any
unit, time synchronization of controller with that of Server and GPS clock etc.
9.8.10 The minimum interval for the update of data should be 5 minute but programmable up to 1
minute.
(a) Application shall provide a map application that gives an overview of all Feeder
Pillars/ Individual Luminaire on a street map or GIS map or a satellite image.
29
(b) Web application software shall offer asset management feature and allow user to
locate SPC through GPS coordinates. It also enables user to identify each SPC
with unique/Asset ID with additional information like Wattage, Make, Installation
date, replacement date, Replacement defect tracking. It is also possible to link
details of every street light with reference to particular switching point.
9.8.12 Dashboard – Web application shall provide a comprehensive dashboard with real time
status of switching point, real time faults of various switching points, system uptime %,
power consumption, graphical representation of cumulative data etc.
9.8.13 Data refresh rate should be within 5 mins; any abnormality should be updated to the
application within 5 mins.
9.8.14 The application should have required protection like Firewall, Malware, Antivirus etc., as
per industry security standards. The data sent by device to IoT platform and further to
application should strictly follow 128-bit AES Encryption standards. The application should
also follow OWASP Application Security Verification Standard. The supplier should
provide documentary proof that the supplier follows Data Validation, Denial of Service. The
supplier provided application should also follow OAuth2 Security based authentication
process to provide customer user access to its application software.
9.8.15 The application software should be flexible to cater to customized requirement which are
not foreseen at this point of time but are deemed necessary during the execution and
O&M. Separate tabs shall lead to details regarding monitoring & control parameters like,
Alerts, Maps, Configuration, Reports, uptime, fault penalty, history, energy savings, power
failure, operational hour, lamp failure etc.
9.8.16 Each Switching Point Controller shall be represented by a separate Tab on the dashboard
to show the switch point summary indicating the details, rating, location, meter parameters,
history of alerts, active alerts, link to the map page, etc.
9.8.17 The application shall generate alarm and alerts through SMSs for any type of abnormal
system conditions and faults as listed below to designated users which should not be less
than six in numbers.
9.8.18 It should describe the abnormality or fault in short as well as highlight the same with
different colours to indicate the status with respect to time – within 12 hrs, in next 12 hrs,
beyond a day etc. It shall provide monthly reports on the faults through email. Penalty as
indicated in the Service Benchmark for the CONTRACTOR shall be calculated based on
these reports.
9.8.19 The application should display the no. of faulty lights for each phase separately instead of
giving a total figure of faulty lights for all the 3 phases together.
9.8.20 Application shall protect and report Jamming/ hacking attempts and maintain status-quo in
cases of such attempts i.e. if lights are ON, they should remain ON till the default OFF time
recorded in the system. In case lights are OFF at the time of Jamming / hacking attempt,
lights should remain OFF till default ON time recorded in the system
30
9.8.21 The application shall provide API based integration to GSCL Command and Control
Center (CCC) in future. It would be the joint responsibility of the service provider (street
light application provider and CCC provider) to jointly work to get this integration up and
running. CCC shall provide remote viewing and control of street light control application for
troubleshooting and support.
9.8.22 There should be an automated mechanism in the form of “Mobile App” (IOS or Android) to
capture pole, controller, lamp information/field information along with the Lat Long
(location) of the pole, that would help the commissioning team to activate the system
immediately. The mobile app should help map Controller Device ID, Lamp No and Pole
No. effortlessly.
9.8.23 Software to have complaint handling system for light failures, with citizen interface and
means of communicating repair update to complaining citizen through SMS. The
Complaint handling system software shall be implemented for handling and resolution of
complaints during O&M period. The access for the complaint handling system shall be
given to general public either through web portal of GSCL/GMC or through dedicated APP
for lodging complaints.
9.8.24 Ability to remotely upgrade the CCMS device firmware from central server.
9.8.25 The system shall display the following minimum faults in alarms
31
9.8.26 The software shall enable to divide the city lights in certain zones as per GSCL
requirement and assign access to the concerned authorities for control and monitoring
from their mobile or laptop.
9.8.27 All alarms shall be notified in near real-time via SMS and email to responsible
maintenance team.
9.8.28 The system shall support auto switching of street light according to light sensor input if
provided in future.
9.8.29 The system shall support auto switching of street light according to input. Graphical view of
the electrical consumption readings shall be available online for monitoring of the hourly,
daily and monthly electricity consumption
9.8.30 Bidder shall demonstrate Live Street Lighting System including LED Luminaires and CCMS of
the earlier completed project with due permissions, if asked by GSCL during the stage of Bid
Evaluation.
9.8.31 All Software’s shall be one time purchase in the name of GSCL. Provision for API
for future integration with the command control centre shall be included in scope.
CONTRACTOR shall provide maintenance and upgrades of the software for the next
2 years beyond the contract period of five years without any additional cost.
9.8.32 The Software Application shall be supported by the CONTRACTOR even after the
contract period.
9.8.33 In case of CLOUD server, the CLOUD registration shall be done in the name of
Client/ Owner. Only Administrative rights shall be provided to the CONTRACTOR
during the contract period. The CLOUD services shall be intact upon renewal every
year after the contract period. The CLOUD shall not be OEM specific and shall be
independent of OEM so that after the completion of contract period there should be
no dependence on OEM for cloud services. Ministry of Electronics and Information
Technology (MEITY) empaneled companies for providing Cloud services shall only
be considered.
10.1 All the LV Power cables shall be 1100V grade, multi-stranded, Al / Copper conductor,
XLPE insulated, extruded inner & outer PVC sheath compound type ST2 and galvanised
steel strip armoured cables.
10.2 All cables shall conform to IS 7098 – Part I, 1988 (Reaffirmed- 2015) and all armouring
shall confirm to IS: 3975, 1999 (Reaffirmed- 2014).
10.3 For all LT power and control cables, double compression glands with aluminium lugs for
Aluminium cables and tinned Copper lugs for Copper cables shall be used in indoor and
outdoor application.
10.4 The termination shall be inclusive of miscellaneous items such as clamps, cleats, cable
tags, cable markers etc.
32
10.5 In general cable installation works shall be carried out in accordance with IS 1255 – 1983
(Reaffirmed- 2016), latest version. At road crossings, the depth of the Pipe shall be
minimum 1m else proper concrete encasing shall be provided.
10.6 For Underground cables, all cables shall be laid in minimum 63 mm ID HDPE/ DWC pipes
either laid by excavation or by through horizontal directional drilling (HDD) or Micro-
tunnelling (for road crossing). The top of the pipe shall be at least 750mm below the
finished ground level. There should not be any joints between two pole distance. The
roads shall be made good as before by following standard procedure for preparation of
roads and with standard quality material.
10.7 All Railway crossings shall be carried out as per the prevailing standards of railway or as
specified by the concerned Authority in writing.
10.8 Cable markers shall be provided in the vicinity or on the top of the corridor such that it
should not obstruct the pedestrian/ parked or traffic vehicles. Cable markers shall project
150mm above ground and shall be spaced at an interval of 20metres, and at every
change in direction. Top of cable marker/joint marker shall be sloped, to avoid
accumulation of water/dust on marker. On finished surface like foot path etc. the marking
shall be accomplished with a separate colour tiles/ paver block for highlighting the route of
the cable.
10.9 Cable tags shall be provided on all cables both at feeder pillar end as well as on each pole
JB (just before entering the equipment enclosure).
(a) Double compression type cable glands with rubber hoods shall be used for the
termination of all the power and control cables. Cable glands shall be brass
casting, machine finished and Nickel-plated to avoid corrosion and oxidation.
Rubber components used in cable gland shall be of neoprene.
(b) For single core cables, gland shall be with brass ring.
(a) Cable lugs shall be of tinned Copper, solder less crimping type for Cu cables &
Al lugs for the Al cables.
(b) The current rating of the lugs shall be same as that of the respective cable
conductors.
(d) Insulated lugs are not acceptable for any cable terminations.
33
(e) Bi-metal strip/ Bi-metallic lug shall be used whenever two different metals are to
be connected together.
(f) Double hole extended neck (long barrel neck) type lugs shall be used in case of
cables above 185 sq. mm.
(g) Fork terminals shall be used for luminaries & decorative switch/ socket. Pin
terminals may be acceptable during execution only in case other terminals/ lugs
cannot be accommodated.
(h) Reducer / wire pin terminals shall be avoided for MCB terminations. MCB
terminations shall be with ‘long palm terminals.
(i) All terminations in Feeder Pillars / enclosure for earthing & neutral busbars /
terminals shall be with ring type terminals.
(j) All earthing terminations shall be with ring type lugs only.
(k) All control & interlock cable terminations shall be with ring type lugs.
(l) Anticorrosion/ anti-oxidation compounds shall be used for crimping lugs [This
shall especially be ensured for Al cable terminations & any bimetallic
terminations (Cu cable termination using tinned Copper lugs)].
(m) If termination is done with crimping tool employing crimping die then forming
dies shall be used to make the sector shaped conductor into a round conductor
before crimping the lugs on the conductor. The lug must not be crimped directly
on the sector conductor. Before crimping the lug, the conductor shall be
thoroughly cleaned and special jelly applied over it to prevent further oxidation.
10.12 Cable Joints shall be either heat shrinkable type of reputed makes. Test certificates of the
Joints shall be submitted at the time of inspection.
11.1 O&M shall be initiated after completion of installation and commissioning of street
lighting system on all the specified roads and issue of completion certificate by GSCL
after due inspection and testing.
11.2 CONTRACTOR shall install a Help Desk minimum 30 days in advance before the
initiation of the O&M period.
11.4 During the Contract period, if any hardware or software needs to be replaced, the same
will be replaced with same or better OEM and with same or higher configuration free of
cost.
34
11.5 The manpower and accessories required for O&M of Spine Road shall be provided by
CONTRACTOR during relevant contract period. CONTRACTOR shall maintain a
service team/s with vehicle/ s to address the complaints/ accidents on SOS basis and
act immediately. For Spine Road minimum Two Service team shall be provided
consisting of a gang of one I.T.I./PWD/Second class wireman/electrician and one
wireman helper along with two rigours. One certified electrical supervisor shall be
maintained to supervise the gangs of Spine road. One manager shall be maintained to
observe the activities and report to the concerned dept. Two drivers with two Tower
vehicles shall be maintained. One pickup truck shall be maintained. Such an
arrangement shall be provided at the beginning of the contract and only the staff shall be
augmented if found insufficient during the course of the contract. CONTRACTOR shall
maintain at least one wireman along with one helper to attain emergency work round the
clock. The Vehicle shall be self sufficient with all the required tools and instruments, duly
calibrated, to meet the maintenance requirements as per service benchmark.
11.6 CONTRACTOR shall keep adequate provision of standby team – either its own or on
contract- for attending to cable faults. During rectification of cable fault if excavation of
road / median / foot path, paver blocks etc. is required then the same shall be carried
out by the CONTRACTOR after getting approval from GMC.
11.7 The payment terms for the O&M shall be as agreed in the Contract for the entire tenure.
11.8 GCSL through APDCL shall ensure availability of power. Electricity charges and
Connectivity charges shall be paid by GSCL to the APDCL.
11.9 The Non -availability of incoming power supply from APDCL shall be intimated by
CONTRACTOR within an hour. CONTRACTOR shall coordinate with APDCL on behalf of
GSCL and GSCL shall facilitate as and when required to expedite the response from
APDCL.
11.11 Any complaint for failure of luminaire due to lack of earthing, SPD, connector and loose
connections shall be to CONTRACTOR’s Account.
11.12 The CONTRACTOR shall upgrade the software application from time to time during the
contract period in terms of features, performance & security of the system.
11.13 The CONTRACTOR shall take adequate insurance to cover themselves for the cost of
O&M during the tenure of the contract including the ones due to theft.
11.14 All the electrical parameters and illuminance level of all the roads shall be monitored with
calibrated Power Analyzer and Lux meter and documented for records and analysis at
regular interval as decided by authorities during O & M.
35
11.15 All the necessary modifications that are required to be carried out for the efficient working
of the system including network and Luminaires and minimise the breakdowns and issues
shall be carried out by CONTRACTOR from time to time at its own cost.
11.16 CONTRACTOR shall develop training material for the GSCL technicians, impart them
training from time to time as may be decided by the GSCL.
11.17 All the responsibilities related to replacement of LED lamps / cables / other accessories
shall be borne by CONTRACTOR in respect of cost, managing the technical problems and
other related aspect during the tenure of the project.
11.18 The maintenance work will be carried out without disturbing the street traffic and with
proper work permit.
11.19.1 The CONTRACTOR shall set up a centralized helpdesk to address the O&M for the
project for entire Contract period with the following;
(a) A web based Complaint Management System shall be installed which should
enable users to log complains and monitor its status & closure. The CMS shall
be updated regularly with new updates/ patches to improve the performance
during the contract period.
(b) A Toll Free Number exclusively for the Street lighting for Spine Roads shall be
finalized in consultation with the GSCL. Language Capabilities : Assamese,
Hindi and English;
(c) The help desk shall operate 24X7 to assist and guide the users.
(d) The help desk will handle user queries and issues relating to implemented
solution
(e) The helpdesk shall ensure that users can log calls and complaints for any
technical issues they face while accessing the system.
(f) The helpdesk shall have Interactive Voice Response (IVR) system for first level
of call segregation;
(g) A Standard Operating Procedures (SOP) for O&M process shall be created by
the CONTRACTOR from logging of request to closure of the request. The SOP
shall address call prioritization guidelines, problem security codes and
escalation procedures etc. in consultation with GSCL ;
(h) It shall be also possible to log requests by user through other channels like
email and web interface;
(i) All the complaints and work carried out by the CONTRACTOR shall be logged
in the system with a unique service request.
36
(j) The application shall be accessible to all users including general public through
the GSCL portal for logging issues;
(k) CONTRACTOR shall allocate Serial No to the Pole- Lamp combination and
maintain records of each one of them during the Contract period.
(l) A Report containing the operational Status of each light pole, complaints
received and resolved; Preventive maintenance schedule and status, Stock of
spares, man power update, etc shall be submitted to the GSCL on a weekly
basis.
(m) The call statistics will be analyzed every quarter after Go-Live and the number
of Customer Care Executives may be ramped up or down accordingly on a
week’s notice;
A. Client will call in the toll-free number for raising a complaint and he will be welcomed
with a welcome note/Music
C. IVR shall then throw the call to respective agent in the customer care set up for
Smart city for further detailing.
D. Agent shall pick up the call and take down the nature of complaint with the caller
details. After that agent shall create an incident ticket in service desk software.
E. An acknowledgement SMS and email shall be sent with complaint no. to the
respective caller along with a standard time for resolution. (SMS Gateway shall be
integrated with the service software)
F. A complaint SMS with all the details and Email copy shall be sent to the respective
department immediately with respective hierarchy.
G. The respective department shall review the issue and come back with an exact
resolution procedure along with the timeline.
H. If problem not solved during the stipulated time then it will automatically escalate to
the next higher concerned person.
I. Once complaint gets resolved the respective department shall notify Customer care
through the software itself. (Accessibility of service desk software shall be with the
respective department also).
J. Now customer care will finally close the ticket. An SMS notification shall go to the
caller with the resolution update (Rating provision shall be there).
11.21.1 A service Level Benchmark for evaluating the performance of the CONTRACTOR shall
consist of the following;
(a) Resources - CONTRACTOR shall maintain O&M team, tools and calibrated
measuring and verification instruments as specified above from the day one of
the contract. In case the required resources are not deployed on time, a penalty
of Rs.5000 per day shall be imposed for the first week and the same shall be
doubled in the subsequent weeks till adequate resources are deployed.
(c) Energy Consumption – The energy consumed by the lamp shall not exceed
more than as committed in the design report. CONTRACTOR shall guarantee
the total energy consumption of the system for each road with respect to its
38
design offered in the design report. The same shall be monitored on daily basis
and reported to the GSCL. Any excess energy more than the guaranteed
consumption plus 2% shall be recovered from the CONTRACTOR at the
same rate as paid by GSCL to APDCL. Any action required for mitigating the
excess energy consumption may be immediately taken up by the
CONTRACTOR with the information to the GSCL.
(d) Lux Level –CONTRACTOR shall guarantee the Lux level based on Design
output and offered Luminaire for each road. There shall not be any
reduction of the Lux level during the entire tenure of the contract period.
Illuminance at various chainages of each road shall be checked annually as per
the methods mentioned in National Lighting Code and reported to GSCL. Any
reduction in the lux level shall be immediately investigated and corrective action
shall be taken with information to GSCL for Spine roads.
(e) In case a reduction in the lux levels are found due to reduction in the output/
performance of the Luminaires, all the Luminaires of the same wattage and
same batch offered in the project shall be investigated and rectified/ replaced if
found faulty by the CONTRACTOR at its own cost within a period of time as
may be agreed by GSCL.
(f) Complaint Resolution - All the complaints shall be redressed within next 48
hrs. In case the service provider fails to comply with the same a penalty of Rs.
500/- per day per complaint shall be imposed for a period of 7 days after which
the amount will be doubled for the next subsequent days till the complaint is
resolved to the satisfaction of the owner.
(g) At any given time the CONTRACTOR shall maintain spares equivalent to
minimum 1% of the total number of lights installed. Failing to maintain spares
and causing delay in resolution of the complaint shall be penalized as indicated
above.
(h) Cleaning of the luminiare cover shall be taken up once half yearly and record
shall be maintained and reported to GSCL.
(i) In case CONTRACTOR fail to make provision or fail to abide by the Safety
Procedures as per Statute/ Best engineering practices, a penalty of Rs. 2000/-
for every such incidence for first three incidences shall be charged. After which
the amount will be doubled for the next subsequent three occurrences. Beyond
which GSCL may consider suitable measures including termination of involved
team members or even the contract.
(j) In Theft cases, if the CONTRACTOR fails to create new assets which are
damaged by theft or any other reason, and Services are affected, then the
penalties will be levied as per Penalty Clause for not meeting the desired level
of Service Level.
39
12.1 The Quality Control Plan shall list and define in sequential order all process control
activities, inspection and tests proposed to be performed on the equipment/ material
starting from component procurement and from testing stages to product dispatch. The
Quality Control Plan shall indicate and identify the applicable standards, detailed
description with diagram the procedure, acceptance criteria, extent of check and record
to be generated.
12.2 The CONTRACTOR shall within Fifteen (15) days of placement of order submit the
following information to the GSCL.
(a) Descriptive list of the raw material as well as bought out accessories and the
names of sub suppliers selected from those furnished along with the
Specification.
(b) Type test certificates of the raw material and bought out accessories.
(c) Quality Assurance Plan (QAP) with holds points for GSCL’S inspection. The
QAP and hold points shall be discussed between the GSCL and the
CONTRACTOR before the QAP is finalized.
13.0 INSPECTION
13.1 The inspection may be carried out by the GSCL or his representative at any stage of
manufacturing. The successful CONTRACTOR shall grant free access to the GSCL/ its
representative/s at a reasonable notice when the work is in progress. Inspection and
acceptance of any equipment under this specification by the GSCL shall not relieve the
CONTRACTOR of his obligation of furnishing equipment in accordance with the
specification and shall not prevent subsequent rejection if the equipment is found to be
defective.
13.2 The CONTRACTOR shall keep the GSCL informed in advance regarding the time of
starting and progress of manufacture of all the equipment in its various stages so that
arrangements could be made for stage inspection, if desired by GSCL.
13.3 No material shall be dispatched from its point of manufacture unless the material has been
satisfactorily inspected and tested and approved by GSCL or an inspection waiver is
given.
13.4 CONTRACTOR shall, during inspection/ at any stage as sought by GSCL, will furnish test
certificates for all equipment including bought out items as included in this BID. However,
the GSCL reserves the right to insist for witnessing the acceptance/routine testing of
bought out items.
13.5 The CONTRACTOR shall communicate to the GSCL the details of all testing programme
at least Three (3) weeks in advance. GSCL reserves the right to waive the inspection at
any stage.
13.6 CONTRACTOR shall keep all his testing instruments duly calibrated against Standard
Meters at designated Accredited Laboratory not earlier than 6 months from the date of test
of the equipment, covered under this specification. Calibration certificates shall be made
40
available during inspection. The calibrating instruments used as standard shall be
traceable to National/ International standards.
13.7 A joint inspection of GSCL Authority; Technical Officer, Project Manager and team of
CONTRACTOR shall be carried out before commencing for operation.
(c) Power consumption of individual Luminaire, each feeder pillar System for a
particular road.
(d) Lux level available with and without the other façade and vehicular lights. The
lux level shall be tested in accordance with NLC.
14.1 The CONTRACTOR needs to provide training to GSCL employees and other
stakeholders as directed by GSCL for capacity building;
14.2 The CONTRACTOR shall prepare all the requisite audio/visual training aids that are
required for successful completion of the training for all stakeholders. These include the
following for all the stakeholders:
(c) Presentations;
(f) Regular updates to the training aids prepared under this project.
14.3 The CONTRACTOR shall maintain a copy of all the training material on the portal and
the access will be provided to relevant stakeholders depending on their need and role.
The access to training on the portal would be finalized with GSCL. CONTRACTOR has
to ensure the following points:
14.3.1 For each training session, the CONTRACTOR has to provide the relevant training
material copies to all the attendees.
41
14.3.2 The contents developed shall be the property of GSCL with all rights.
14.4 The CONTRACTOR has to ensure that the training sessions held are effective and that
the attendees would be able to carry on with their work efficiently. For this purpose, it is
necessary that the effectiveness of training sessions is measured. The CONTRACTOR
will prepare a comprehensive feedback form that will capture necessary parameters on
measuring effectiveness of the training sessions. This form will be discussed and
finalized with GSCL.
14.5 After each training session, feedback will be sought from each of the attendees on
either printed feedback forms or through a link available on the web portal. One
member of the stakeholder group would be involved in the feedback process and
he/she has to vet the feedback process. The feedback received would be reported to
GSCL for each training session.
15.1 The CONTRACTOR shall hand over to the GSCL the following before the expiry of the
contract or in the case of termination of Contract by GSCL with Justifiable reason as
specified elsewhere in the RFP:
(a) A complete list of Hard and Soft Assets with its records over the past period.
(b) All the assets in good working condition as per tech specification or its
upgraded version. In case any asset is not in working condition,
CONTRACTOR shall ensure that the same is made good as per required
standard and performance and handed over within the Exit period.
(c) All software along with the confidential information related to it like user name
and passwords and hardware keys if any. It shall also hand over all the rate
contract if any signed with the software company for continuity of services.
(d) Information relating to the current services rendered and technology and
technical data relating to the performance of the services; Entire documentation
relating to various components of the Project, any other data and confidential
information related to the Project;
(e) All other information (including but not limited to documents, records and
agreements) relating to the products & services related to the project to enable
GSCL and its nominated agencies, or its replacing CONTRACTOR to carry out
due diligence in order to transition the provision of the Project Services to
GSCL or its nominated agencies, or its replacing CONTRACTOR (as the case
may be).
15.1.2 The duration of 60 working days after completion of the contract period shall be
considered as Handover/ Exit period during which CONTRACTOR shall give full access
to its premises, records, data base and assets related to this project.
42
15.1.3 All the information as indicated above which is handed over to GSCL should not be
copied, sold or reused by CONTRACTOR under any circumstances without any written
approval from GSCL.
15.1.4 In case this handover happens within DL period, the CONTRACTOR shall ensure that
the technology provider shall continue to support the assets and systems till the end of
the DL Period.
15.1.5 The CONTRACTOR shall not retain any data, security codes, and other confidential
documents including any type of customer survey data with them.
15.1.6 During the Exit period CONTRACTOR shall not reduce any manpower or replace any
Manpower wilfully as available on the day of issue of Notice. In case the
CONTRACTOR reduce the manpower then GSCL shall charge Rs. 1000/- Per person
per day as penalty for the remaining duration of the Exit period.
CONTRACTOR shall have to prove the Power Consumption & the functionality mentioned
in the below table as decided by GSCL and in the presence of GSCL nominated reviewers.
All charges for on-site testing shall be included in the scope.
Switching ON, OFF & The offered Smart Light should switch ON & OFF
2 DIM lamp based on based on trigger/input from predefined schedule.
predefined schedule
Switching on lamp The offered Smart Light should switch ON & OFF
3 based on photodiode based on trigger/input from connected photodiode
mode, if provided based on ambient lighting conditions.
Switching on of lamp The offered Smart Light should switch ON & OFF
4 based Astronomical based on astronomical data-based
data calendar/schedule stored in the application.
43
The application should showcase faults by fault
type (Mains failure and Luminaire failure) and show
5 Fault monitoring this alert on the application screen. The alert
should be triggered in the application software in
less than 5 mins.
44
17.0 DOCUMENTS REQUIRED TO SUBMITTED BY CONTRACTOR DURING TECHNICAL
BID
(a) Offered Solution for Smart Lighting with details of the technology
(b) Typical Design report highlighting the solution & calculations for each category
of road as specified in the RFP above
(d) MoU with one or more Luminaire and Lighting Management System OEMs,
whose products are being offered by the BIDDER for the project. and technical
details regarding the product offered including the following;
(i) Details of the LED chip offered, technical data sheet, Type
test report,
(ii) Details of LED Luminaire, technical Data sheet of the offered
ratings, Type test reports
(iii) Driver test report for all dimming stages
(iv) Guarantee/ warrantee offered
(e) LED Data sheet and Third party NABL accredited Lab Type test reports of the
Luminaire as follows;
45
(xvi) Endurance Test
(xvii) Life Test
(xviii) Photometric Measurements Test Report (IES LM 79)
(xix) LED Lumen Maintenance Test Report (IES LM 80) (As
provided by LED manufacturer)
(xx) Vibration test as per ANSI
(xxi) Drop Test
(f) Guaranteed Energy consumption for each Luminaire and its system including
the losses. Tabulated list of Guaranteed Energy consumption per Road as well
as Total Energy Consumption for the offered system.
(g) Data sheet of all the Luminaires, drivers & Controllers offered along with their
respective type test reports as specified above. IES files of the Luminaires
offered must be submitted along with the Bid.
(h) Driver/ Control gear Data sheet and Third party NABL accredited Lab type test
reports of the driver as follows;
(k) Write up on proposed Data storage system in cloud or otherwise including its
capacity, ownership, integration with other command centers, its components,
it’s technical configurations
(l) Write up on Approach Methodology for carrying out the Project implementation,
Project Management & Schedule and Operation & Maintenance of the entire
project i.e, Spine Road during the contract period including
46
(iii) Execution methodology proposed for various roads
(iv) Project schedule & deployment of resources to comply with
the same
(v) Operation and Maintenance Methodology of the project
during the contract period including deployment of
resources; compliance to the Service Benchmarks;
Deployment of Service teams and deployment of special
tools to expedite implementation and reduce downtime
during breakdown; Predictive/ preventive maintenance
(vi) Call Center set up & its operations
(vii) O&M Schedule
(viii) Training and documentation, handing over procedure
(m) Earthing and Surge suppression solutions offered
18.1.1 Detailed Field Survey Report along with findings with maps.
18.1.2 Detailed Survey report with proposed solution as found in the Site Survey including the
following;
(a) Road details – Total RoW width, Width of carriage way/ foot path/ drains, road
length etc.
(c) Summary of Road, road width as above, Design lux, Pole height, calculated lux
level, uniformity ratio, threshold (TI), no. of FP, Luminaire wattage,
(d) Guaranteed Energy consumption for each FP/ road including the losses.
(e) Identified source of power, single line diagram and space provisions for
Switching points for each road
(f) Location drawings for poles, Switching points and cable laying corridor
(g) Offered systems, components, their technical data sheets and type test reports;
47
(i) Details regarding Cloud Server and Lighting management Software-
compatibility for integration with Command Control Centre
(n) Details of Call centre & Complaint management system – system and
component technical details
(p) Detailed execution micro schedule to meet the target dates with milestones &
deadlines – Order of roads for installation
18.1.3 Mock up with installation and commissioning of minimum 3 nos. of Street light pole and
LED luminaire to confirm the offered lighting design is as per requirement for each type
of road. Clearance for the completion of street lighting system for entire length of each
type of the road will be given upon the successful achievement of desired Lux level.
18.1.4 Execution drawing with coordinates of each pole and Switching point for each road
18.1.5 Civil foundation drawings with Calculations for each height of pole
18.1.8 User Manuals: For all the application software modules, required for operationalization
of the system.
18.1.9 System Manual: For all the application software modules, covering detail information
required for its administration.
18.1.10 Control schematic diagram and interconnection diagrams for switching points
18.1.13 All drawings shall carry GSCL's name, purchase order no. with date, project title,
consulting engineer's name and adequate space for drawing approval.
48
18.1.14 Training Material: Training Material will include the presentations used for trainings and
also the required relevant documents for the topics being covered. Training registers
should be submitted for same.
18.1.15 Standard Operational Procedure (SOP) Manuals: The draft process (SOP) document
for O&M and all other services shall be formally signed off by GSCL before completion
of Final Acceptance Test. This SOP manual will be finalized by the CONTRACTOR
within 2 months of operationalization, in consultation with the GSCL and formally signed
off by the GSCL.
18.1.16 The CONTRACTOR shall ensure upkeep & update all documentation and manuals
during the Contract period. The ownership of all documents, supplied by the
CONTRACTOR, will be with GSCL. Documents shall be submitted in two copies each
in printed (duly hard bound) & in softcopy formats
49
19.0 APPROVED MAKES
50
12. Rex, Gemini, Duraline, Alcorr, Nobel Polytec or
HDPE/ DWC Pipe
APWD/ CPWD Approved
51
20.0 ANNEXURE 1
5. Frequency 50 Hz +/- 3%
Rated Minimum LED Life 50000 Burning Hours (With only 30% Lumen
12.
(L70) Degradation or 70% Lumen maintenance)
52
13. System efficacy ≥ 110 Lm/Watt
Operating Temperature
21. -20 Deg C to + 50 Deg C
Range
53
27. Operating Hours Dusk to Dawn (max 12 Hrs.)
54
38. Photometric measurements LM-79/IS16105, 2012.
55
21.0 ANNEXURE 2
5. Frequency 50 Hz +/- 3%
Operating Temperature
9. -20 Deg C to + 50 Deg C
Range
56
13. Output Voltage Range 150 V DC – 215 V DC
57
22.0 ANNEXURE 3
FOUNDATION BOLT
DIMENSIONS (LxBxT)
BOTTOM DIA (A/F)
TOP DIA (A/F)
BASE PLATE
THICKNESS
BOLT LENGTH
BOLT LENGTH
PITCH CIRCLE
HEIGHT
SHEET
PROJECTED
(NO. x DIA)
BOLT SIZE
DIA (PCD)
(MM)
(mtr) (mm) (mm) (mm) (mm) (mm) (mm) (mm) (mm)
58
23.0 ANNEXURE 4
59
Particular Requirements - Fixed general purpose IEC 60598-2-1/
14.
Luminaires/ Specification for Luminaires IS10322
60
24.0 ANNEXURE 5
61
Left Left Right Right CW +
Rd. Ward CW Avg. Road Road
Sr.No Name of The Road drain Shoulder Shoulder drain Shoulders
No. No (m) Width (m) Length (m)
(m) (m) (m) (m) (m)
A K Dev Road/Dhirenpara
13 3 7 1.5 2 7 2.5 2.5 16 12.0 6013.0
main road/Katabari main road
63
Left Left Right Right CW +
Rd. Ward CW Avg. Road Road
Sr.No Name of The Road drain Shoulder Shoulder drain Shoulders
No. No (m) Width (m) Length (m)
(m) (m) (m) (m) (m)
Freedom Fighter Road/ASEB
52 5 18 1.0 1.0 8.0 1.0 1.0 12 10.0 1207.0
Road
GMC Hospital Road from
53 12 GMCH Circle to AK Azad 18 1.5 1 7 1 1.5 12 9.0 1641.0
Road
54 24A Rajgarh Road 18 1.2 9 1.2 11 9.0 1268.0
55 116 Ram Krishna Mission Road 18 1.0 10.0 1.0 12 10.0 520.0
56 116A Ram Krishna Mission Road 18 1.5 7.2 1.5 10 8.0 570.0
57 117A Harabala Path 18 1.2 6 1.2 8 6.0 504.0
58 117 Harabala Path 18 1 9 1 11 9.0 489.0
59 117B Kali Mandir Road 18 7 1 8 7.0 766.0
Harbala Rd to Bhangagarh
60 117C 18 0.5 6 1 8 6.0 765.0
road
Ganeshguri-Kahilipara
61 1A 19 1.9 10 1.8 14 10.0 2030.0
OdalBakra Road
GMCH Hostel Road/Dispur
62 13A College Road/Kachari Basti 19 1.4 1 5.7 0.8 1.2 10 8.0 1508.0
Road
64
Left Left Right Right CW +
Rd. Ward CW Avg. Road Road
Sr.No Name of The Road drain Shoulder Shoulder drain Shoulders
No. No (m) Width (m) Length (m)
(m) (m) (m) (m) (m)
Rajgarh Road to RG Baruha 0.9 7 0.5 0.5
67 24 21 9 8.0 109.0
Link Road
68 28 Ambikagiri Nagar Path 21 1.0 6.0 1.0 8 6.0 987.0
69 43 Rajgarh Link Road 21 1 6.7 2.5 10 7.0 700.0
70 65 Railway Colony Road 21 1.0 1.0 5.0 1.0 1.0 9 7.0 1250.0
71 38 Maniram Dewan Road 22 1.5 8 1.5 11 11.0 1567.0
DrBhupen Hazarika
72 76AA 22 1.0 7.0 1.0 9 7.0 4236.0
Path/Guwahati Refinery Road
65
Left Left Right Right CW +
Rd. Ward CW Avg. Road Road
Sr.No Name of The Road drain Shoulder Shoulder drain Shoulders
No. No (m) Width (m) Length (m)
(m) (m) (m) (m) (m)
Central Jail
Road,Sarusajai(Lokhra Road
84 77 from NH 37+ Nalapara 27 1.0 9.0 1.0 11 9.0 1194.0
Road+And road joining above
mention two road)
Hockey Stadium Road/Bishnu
85 14AA Rava Path(From Hatigaon to 29 1.5 1 7 1.3 1.4 12 10.0 2181.0
Saukuchi)
86 14B AG Colony Road 29 1.0 7.0 1.0 9 7.0 864.0
87 14D Nizara Path 29 1 7 1 9 7.0 1236.0
Dargah Road/Chaolung
88 57 29 1.0 7.0 1.0 9 7.0 1474.0
Sukaphaa Path
67
25.0 ANNEXURE 6
22822 m
1 5-6 m 15
62177 m
2 7-9 m 20
23192 m 20
3 10-11 m
11937 m 20
4 12-13 m
5 14-15 m 3500 m 20
6 16-18 m 6259 m 20
7 19-20 m 288 m 20
8 20-22 m 1293 m 20
10 22 m (2 X 10 m) with 3226 m
20
median
TOTAL 135904 m
68
26.0 ANNEXURE 7
1. Type
3. Rated Voltage
5. Frequency
69
Total Lumen Output; Test
13.
report enclosed (Y/N)
Operating Temperature
21. Range of LED & Driver; Test
report enclosed (Y/N)
Luminaries body
temperature after 12 hours
22.
of continuous operation; Test
report enclosed (Y/N)
70
Heat Sink Temperature; Test
24.
report enclosed (Y/N)
Whether Controller is
29.
provided in Luminaire
Luminary Housing
33.
Construction
71
37. Materials
38. Optics
Photometric measurements;
40.
Test report enclosed (Y/N)
72
27.0 ANNEXURE 8
1. Type
2. Driver Efficiency
3. Driver Life
5. Frequency
6. Power Factor
8. Protection Class
Operating Temperature
9.
Range
11. IP Protection
73
14. Output Power
Over Temperature
18.
Protection
74