tender documents for supply, installation, … of airfield ground lighting system including simple...

101
DIRECTORATE OF CIVIL AVIATION GOVERNMENT OF UTTAR PRADESH TENDER DOCUMENTS FOR Supply, Installation, Testing and Commissioning of Airfield Ground Lighting System including Simple Approach and CAT- I AT Kushinagar International Airport, (U.P) PART-1 TECHNICIAL BID TENDER NOTICE NO: RITES/AP/UPSCA/Kushinagar/TENDER/AGL/2016/01 October 2016 Consultants (A Govt. of India Enterprise) AIRPORTS DIVISION RITES BHAWAN, Plot No. 144, SECTOR – 44, GURGAON – 122 003 Phone: 0124-2728105, Fax 0124-2571633 web: www.rites.co.in

Upload: duongque

Post on 10-Apr-2018

225 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

DIRECTORATE OF CIVIL AVIATION

GOVERNMENT OF UTTAR PRADESH

TENDER DOCUMENTS

FOR Supply, Installation, Testing and Commissioning of Airfield Ground Lighting System including Simple

Approach and CAT- I AT

Kushinagar International Airport, (U.P)

PART-1 TECHNICIAL BID

TENDER NOTICE NO: RITES/AP/UPSCA/Kushinagar/TENDER/AGL/2016/01

October 2016

Consultants

(A Govt. of India Enterprise) AIRPORTS DIVISION

RITES BHAWAN, Plot No. 144, SECTOR – 44, GURGAON – 122 003

Phone: 0124-2728105, Fax 0124-2571633 web: www.rites.co.in

Page 2: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

DIRECTORATE OF CIVIL AVIATION

GOVERNMENT OF UTTAR PRADESH

TENDER DOCUMENTS

FOR Supply, Installation, Testing and Commissioning of Airfield Ground Lighting System including Simple

Approach and CAT- I AT

Kushinagar International Airport, (U.P)

PART-1 TECHNICIAL BID

TENDER NOTICE NO: RITES/AP/UPSCA/Kushinagar/TENDER/AGL/2016/01

October 2016

Tender Document issued to

_______________________________ (Name and address of Tenderer)

_______________________________

_______________________________

_______________________________

Signature of Officer issuing the Document with Designation and Date of issue _____________

Consultants

(A Govt. of India Enterprise) AIRPORTS DIVISION

RITES BHAWAN, Plot No. 144, SECTOR – 44, GURGAON – 122 003

Phone: 0124-2728105, Fax 0124-2571633 web: www.rites.co.in

Page 3: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

1

RITES LTD.

E-TENDER AND CONTRACT DOCUMENT CONTENTS

S. No. Details Page PART – 1 (Technical Bid)

SECTION No 1 Notice Inviting Tender and Instructions to Bidders & Power of attorney

003 to 054

SECTION No 2 Tender and Contract Form 055 to 056 SECTION No 3 Special Conditions 057 to 058 SECTION No 4 Schedules A to F 059 to 066 SECTION No 5 Technical Specifications 067 to 096 SECTION No 6 Tender Drawings 097 – 099 and 01

no. tender drawing

PART – 2 (Financial Bid)

SCHEDULE A - BILL OF QUANTITIES

Instructions to Bidders 001 Abstract 002 SCHEDULE NO. A (Bill of Quantities – Electrical Work) (DSR – 2016) 003 to 004 SCHEDULE NO. B (Bill of Quantities – Electrical Work) (Non DSR Items) 004 to 009 PART - 3 General Conditions of Contract December

2015*

SECTION No 7* Conditions of Contract SECTION No 8* Clauses of Contract SECTION No 9* RITES Safety Code SECTION No 10* RITES Model Rules for Workers SECTION No 11* RITES Contract Labour Regulations *General Conditions of Contract, December 2015 (Compilation of Sections 7 to 11) is available with all correction slips up to date, in RITES website www.rites.com

Page 4: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

2

BLANK PAGE

Page 5: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

3

SECTION NO. 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.0 GENERAL 1.1 Tender Notice

Tenders are invited through E-Tendering System by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and on behalf of Directorate of Civil Aviation, Govt. of Uttar Pradesh, as an Agent / Power of Attorney Holder, from working contractors (including contractors who have executed works within the last five years reckoned from the scheduled date of opening of tender) of Railways, CPWD, MES, DOT, RITES, State PWD or any other Central / State Government Department, Central / State Government Undertaking or their Subsidiaries, Municipal Body, Autonomous Body of Central/State Governments or Public Ltd., Companies listed on Stock Exchange in India or Abroad or Subsidiaries of such companies for the work of “ Supply, Installation, Testing and Commissioning (S/I/T/C) of Airfield Ground Lighting System including Simple Approach and CAT – I at Kushinagar International Airport, (U.P)”. (Note: Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives are synonymous).

1.2 Estimated Cost of Work

The work is estimated to cost Rs 5,73,25,566/- (Rupees Five Crores Seventy Three Lakhs Twenty Five Thousand Five Hundred Sixty Six only). The estimate is generally based on CPWD DSR 2016 for Electrical Items and on market rates for non-schedule items for Electrical items. This Estimate, however, is given merely as a rough guide.

1.3 Time for Completion

The time allowed for completion will be 09 (Nine) months from the date of start which is defined in Schedule F under Clause 5.1(a) of Clauses of Contract.

1.4 Brief Scope of Work: Supply, Installation, Testing and Commissioning (S/I/T/C) of Airfield Ground Lighting System including Simple Approach and CAT – I at Kushinagar International Airport, (U.P)

1.5 Availability of Site The site for the work is available.

1.6 Deadline for submission of bids: 14:00 Hrs on 24.10.2016 The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Clause 6.3 in which case all rights and obligations of the Employer and the Tenderer previously subject to the original deadline will be subject to new deadline.

1.7 Date & Time of opening of bids: 14:30 Hrs on 24.10.2016 1.8 Pre-bid Clarification Start time & date: 08:00 Hrs on 07.10.2016 1.9 Pre-bid Clarification End Time & date: 11:30 Hrs on 14.10.2016

Page 6: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

4

2.0 QUALIFICATION CRITERIA TO BE SATISFIED 2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed. 2.2 The Qualification Criteria to be satisfied will depend on the category of works, whether

Small, Normal or Large. Small Works are those costing below Rs. 3.00 Crores each, Normal Works are those costing upto Rs.100 Crores each and Large Works are those costing more than Rs.100 Crores. The work for which the Tender is being invited falls under the category of Normal Works.

2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls in

Normal area or difficult area. Difficult area includes North East States, Jammu & Kashmir, Andaman & Nicobar Islands and the 60 districts requiring Integrated Action Plan of Government of India (List available at Annexure X). Normal area covers all areas other than difficult area. The work for which this Tender has been invited falls under Normal area.

2.4 In this Tender Joint Venture is not allowed. 2.5 The documents to be furnished by the Bidder to prove that he is satisfying the Qualification

Criteria laid down should all be in the Bidder’s name, except in cases where though the name has changed, the owners continued to remain the same and in cases of amalgamation of entities.

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA 3.1 The information to be furnished and the documents to be enclosed shall be as per Clause

28.0 hereinafter. 4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the Documents listed below and

addenda issued in accordance with clause 6:

PART – 1:- Technical Bid Packet (Read with Correction Slip Nos.1 to )

Section 1: Notice Inviting Tender and Instructions to Tenderers including Annexures. Section 2: Tender and Contract Form. [DELETED] Section 3: Special Conditions. Section 4: Schedules A to F Section 5: Technical Specifications Section 6: Drawings

PART – 2:- Financial Bid Packet

Schedule of Quantities (Bill of Quantities)

PART - 3:- General Conditions of Contract December 2015 (Read with correction Slip Nos. 1 to )

Section 7: Conditions of Contract Section 8: Clauses of Contract Section 9: RITES Safety Code Section 10: RITES Model Rules for protection of Health and Sanitary arrangements for

Workers Section 11: RITES Contractor’s Labour Regulations

Page 7: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

5

4.2 Part-3, General Conditions of Contract December 2015 (Compilation of Sections 7 to 11)

as also correction slips to GCC are available on RITES website <www.rites.com> under the link ”Tenders”.

4.3 Part-3 of the tender, i.e, General Condition of Contract December 2015 (Compilation of Sections 7 to 11) is not uploaded as a part of this tender document because as started in Sub-Clause 4.2 above, the same is available separately on RITES websites and can be seen/ downloaded from there. The bidder need not submit/upload Part 3 of the Tender as a part of his offer but he must, nevertheless, read the same. It shall be presumed that the bidder has read the contents of General Conditions of Contract December 2015 and up to date Correction Slips thereto and the same will be binding upon him. The successful bidder will be required to sign the complete tender document i.e., Part I, Part 2 ,Part 3 and Correction Slips, if any, thereto.

5.0 ACCESSING / PURCHASING OF BID DOCUMENTS

(a) To participate in the E-Bid submission for RITES, it is mandatory for the bidders to get their firms registered with E-Procurement portal https://rites.eproc.in.

(b) Bidder should enroll themselves on the E-Procurement portal by clicking the option “New Registration” link available on the home page. A Bidder Registration link containing the detailed guidelines for e-procurement system is available on the RITES E-Procurement portal. During registration, the bidders should provide the correct/true information including a valid email-id. All correspondence shall be made directly with the contractors/bidders through the email-id provided. The registration charges are INR 3900+ service tax and this is required to be paid to M/s C1 India Pvt. Ltd. through integrated E-payment gateway. The registration will be approved only after receipt of payments. Validity of registration is for three years. In case of any difficulty faced during registration you are requested to contact e-Tendering Helpdesk Number provided on E-Procurement portal. Contact Person: Sh. Manish Jain.(Phone no. 9999469654)

(c) It is mandatory for all bidders to have class - III Digital Signature Certificate (DSC) in the name of the person who will sign the bid from any of licensed Certifying Agency (CA). Bidders can see the list of licensed CAs from the link http://www.cca.gov.in.

(d) Bidders can view / download Part-1 and Part-2 of bid documents from RITES E- Procurement portal https://rites.eproc.in or RITES website http://www.rites.com and Part-3 of the bid documents from RITES website.

(e) Bidder shall ensure use of registered Digital Signature Certificate (DSC) only and safety of the same.

(f) Following may be noted:

Bids can be submitted only during validity of registration of bidder with RITES E-Procurement portal.

The amendments / clarifications to the bid document, if any, will be posted on E-Procurement portal / RITES website only.

(a) If the firm is already registered with E-procurement portal of RITES and validity of registration has not expired, the firm is not required for fresh registration.

5.1 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may notify on line only. Request for clarifications including request for Extension of Time for submission of Bid, if

Page 8: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

6

any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Details of such questions raised and clarifications furnished will be uploaded in RITES website without identifying the names of the Bidders who had raised the questions. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website.

6.0 AMENDMENT OF TENDER DOCUMENT

6.1 Before the deadline for submission of tenders, the Tender Document may be modified by RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be stopped 7 days prior to the deadline for submission of tenders as finally stipulated.

6.2 Addendum/corrigendum, if any, will be hosted on website / E-procurement portal and shall become a part of the tender document. All Tenderers are advised to see the website for addendum / corrigendum to the tender document which may be uploaded upto 7 days prior to the deadline for submission of Tender as finally stipulated.

6.3 To give prospective Tenderers reasonable time in which to take the addenda/ corrigenda into account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES.

7.0 PREPARATION AND SUBMISSION OF BIDS

(a) Part-1 and Part-2 of tender document may be downloaded from E-procurement portal of RITES and Part 3 from RITES website, prior to the deadline for submission of bids. The bids (Part-1 and Part-2 only) shall be submitted online following the instructions appearing on the screen. Part-3 of the tender document need not be submitted online but it shall be deemed to have been submitted. Users are requested to map their system as per the System settings available on the link “System Requirement and Registration Manual” on the E-Procurement portal.

(b) After downloading / getting the tender document/schedules, the Bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidders are advised that prior to bid submission they should read the Bid Submission manual available on E-Procurement portal on RITES website.

(c) Bidders must ensure that all the pages of the documents mentioned in Clause 28 must be signed & stamped by authorised signatory and serially numbered.

(d) The bids shall be submitted online following the instructions appearing on the screen. Bidders may insert their eToken/SmartCard in their computer and Log onto E- procurement portal using the User-Id and Password chosen during registration. Then they may enter the password of the eToken/SmartCard to access the DSC.

(e) Prior to bid submission, bidder should get ready with the documents to be uploaded as part of the bid as indicated in the tender document/schedule. Generally they can be in Excel/PDF/ZIP formats. No other format is accepted. If there is more than one PDF document, then they can be clubbed together in a ZIP file for uploading. Maximum Single file size permitted for uploading is 20 MB. One can upload multiple of such files in case information to be uploaded in single file exceeds 20MB.

(f) Cost of Tender Document & Earnest Money deposit (EMD) During bid submission the bidder has to select the payment option as offline to pay the cost of tender document and EMD and enter details of the instruments. In case of exemption from payment of cost of tender document and EMD, the scanned copy of document in support of exemption will have to be uploaded by the bidder during bid submission. The onus of proving that the bidder is exempted from payment of cost of tender document

Page 9: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

7

and/or EMD lies on the bidder. In this connection, it should be noted that mere opening of bid does not mean that the bid has to be considered by RITES as a valid bid. If later, it is discovered from the uploaded documents that bidder is not exempted from payment of cost of tender and/or EMD, his bid shall be treated as non-responsive.

Cost of Tender Document: The cost of tender document is Rs. 7,000/- (Rupees Seven

Thousand Only) which is non refundable. It shall be in the form of a Banker’s Cheque/ Pay Order/ Demand Draft favoring “RITES Ltd.” issued by a scheduled commercial bank, payable at Gurgaon / Delhi. No other mode of payment will be accepted.

Earnest Money deposit (EMD) - The bids shall be accompanied by total Earnest Money Deposit (EMD) of Rs. 5.74 Lakhs (Rupees Five Lakhs Seventy Four Thousand Only) in the form specified in Clause 9 hereinafter.

Upload scanned copy of acceptable instruments for EMD and cost of Tender document in different files (Either in PDF or zip format) during on-line submission of Bid. These documents shall be deposited in “ORIGINAL” in a sealed envelope within a week from the date of opening to: SDGM (AP), RITES Ltd., Airports Division, Plot No. 144, Sector – 44, Gurgaon – 122003 (Haryana), failing which the bid shall be rejected and the bidder shall be debarred from tendering in RITES Ltd. for a period of 02 (two) years, unless the lapse is condoned by the Accepting Authority at the request of the bidder for valid reasons. The envelope should bear the tender details (tender no., tender name etc.).

(g) The bid both technical & financial (i.e. Part-1 and Part-2) should be submitted online, in the prescribed format. No other mode of submission is accepted.

(h) Bid shall be digitally signed by the Authorized Signatory of the bidder and submitted “on-line”. No hard copy of the documents (except those specifically asked for in the tender document) are required to be submitted.

(i) The bidders will have to accept unconditionally the online user portal agreement which contains the Terms and Conditions of NIT including General and Special Terms & Conditions and other conditions, if any, along with on-line undertaking in support of the authenticity regarding the facts, figures, information and documents furnished by the Bidder on-line in order to become an eligible bidder.

(j) The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the tender/bid document including terms and conditions without any exception and have understood the entire document and are clear about tender requirements.

(k) The bidders are requested to submit the bids through online e-tendering system before the deadline for submission of bids (as per Server System Clock displayed on the portal). RITES will not be held responsible for any sort of delay or the difficulties faced during online submission of bids by the bidders at the eleventh hour.

(l) The bidder may seek clarification online only within the specified period. The identity of bidder will not be disclosed by the system. RITES Ltd. will clarify the relevant queries of bidders as far as possible. The clarifications given will be visible to all the bidders intending to participate in that tender. The clarifications may be asked from the day of “Pre Bid Clarification Start Date and Time” till “Pre Bid Clarification End Date and Time”.

Page 10: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

8

8.0 TENDER VALIDITY

8.1 The Tender shall be valid for a period of 90 days from the due date for submission of Tender or any extended date as indicated in sub- para below.

8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to the expiry of the original time limit for Tender Validity, the Employer may request that the Tenderers may extend the period of validity unconditionally for a specified additional period. The request and the tenderer’s response shall be made in writing/ e-mail. A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Bid but will be required to extend the validity of the Earnest Money for the period of the extension.

9.0 EARNEST MONEY

9.1 The Tender should be accompanied by total earnest money of Rs. 5.74 Lakhs (Rupees Five Lakhs Seventy Four Thousand Only) in any one of the following forms: Banker’s Cheque / Pay Order / Demand Draft issued by any Scheduled Commercial Bank drawn in favour of RITES Ltd. and payable at Gurgaon / Delhi.

9.2 Any Tender not accompanied by scanned copies of the instruments for payment of Earnest Money and cost of tender document in an acceptable form shall be rejected by the Employer as non-responsive.

9.3 Refund of Earnest Money The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned without interest soon after scrutiny of Technical Bid has been completed by the Employer subject to provisions of Clause 9.4 (b). The Earnest Money of the Tenderers whose Technical Bid is found acceptable but who are neither the lowest nor the second lowest will be returned without interest within 07 days of opening of Financial Bid. The Earnest Money of the remaining unsuccessful bidders will be released within seven days of the Accepting Authority’s decision on acceptance or otherwise of the tender subject to provisions of Clause 9.4 (b). . The bidder shall submit RTGS/NEFT Mandate Form as per Performa given in Annexure VII, dully filled in.

9.4 The Earnest Money is liable to be forfeited

a) if after bid opening, but before expiry of bid validity or issue of Letter of Acceptance, whichever is earlier, any Tenderer

i) withdraws his tender or ii) makes any modification in the terms and conditions of the tender which are not

acceptable to the Employer.

b) in case any information/document which may result in the tenderer’s disqualification is concealed by the Tenderer or any statement/information/document furnished by the Tenderer or issued by a Bank/Agency/third party and submitted by the tenderer, is subsequently found to be false or fraudulent or repudiated by the said Bank/Agency/Third Party”.

c) in the case of a successful Tenderer, if the Tenderer

i) fails to furnish the Performance Guarantee within the period specified under Clause 1 of “Clauses of Contract”. or

Page 11: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

9

ii) fails to commence the work without valid reasons within the period as specified in Schedule F after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later.

In case of forfeiture of Earnest Money as prescribed hereinabove, the Tenderer shall not be allowed to participate in the retendering process of the work.

10.0 MODIFICATION/ SUBSTITUTION/ WITHDRAWAL OF BIDS

10.1 The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time as indicated in Clause 6.0 above. Alternatives or any modifications by the tenderer shall render the Tender invalid.

10.2 The bidder can modify, substitute, re-submit or withdraw its E-bid after submission but prior to the deadline for submission of bids. No Bid shall be modified, substituted or withdrawn by the bidder on or after the deadline for submission of bids. Withdrawal of bid after the deadline for submission of bids would result in the forfeiture of EMD.

10.3 Any modification in the Bid or additional information supplied subsequently to the deadline for submission of bids, unless the same has been explicitly sought for by RITES, shall be disregarded.

10.4 For modification of E-bid (Technical Bid), bidder has to detach its old bid from E- procurement portal and upload / re-submit digitally signed modified bid.

10.5 For withdrawal of bid, bidder has to click on withdrawal icon at E-procurement portal and can withdraw its E-bid.

10.6 After the bid submission on the portal, an acknowledgement number will be generated by the system which should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening.

10.7 The time settings fixed in the server side & displayed at the top of the tender site, will be valid for bid submission, in the e-tender system. The bidders should follow this time during bid submission.

10.8 All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid submission & will not be viewable by any one until the date & time specified for bid opening.

10.9 The bidder should logout of the tendering system using the normal logout option available in the portal and not by selecting the (X) exit option in the browser.

11.0 AUTHORITY TO SIGN

a) If the applicant is an individual, he should sign above his full type written name and

current address. b) If the applicant is a proprietary firm, the Proprietor should sign above his full type

written name and the full name of his firm with its current address. c) If the applicant is a firm in partnership, the Documents should be signed by all the

partners of the firm above their full type written names and current addresses.

Page 12: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

10

Alternatively the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure III.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed

by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure III.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member

holding Power of Attorney for signing the Document in the Format at Annexure IV. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure III.

11.1 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i) There shall be no additions or alterations except those to comply with the instructions

issued by the Employer or as necessary to correct errors, if any, made by the Tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the Financial offer will however be accepted.

iii) The Employer reserves the right to accept or reject any conditional rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

iv) In case of Item Rate Tenders, if the same item figures in more than one section / part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections / parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections / parts of the Schedule of Quantities.

11.2 Integrity Pact – Not Applicable

(i) The Bidder/Contractor is required to enter into an Integrity Pact with the Employer, in the Format at Annexure VI. The Integrity Pact enclosed as Annexure VI will be signed by RITES for and on behalf of Employer as its Agent/Power of Attorney Holder at the time of execution of Agreement with the successful Bidder. While submitting the Bid, the Integrity Pact shall be signed by the duly authorized signatory of the Bidder/Lead Member of JV. In case of failure to submit the Integrity Pact duly signed and witnessed, along with the Bid, the Bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the Bid Document and the Integrity Pact, the former will prevail.

Provided always that provision of this Clause 11.2 - Integrity Pact, shall be applicable only when so provided in Clause 11.2A below which will also stipulate the name and address of the Independent External Monitor as well as the Name, designation and address of the official nominated by the Employer to act as the Liaison Officer between the Independent External Monitor and the Engineer-inCharge as well as the Contractor.

11.2A Whether Clause 11.2 (Integrity Pact) shall be applicable - No

If Yes, Name and Address of the Independent External - NA

Page 13: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

11

Monitor (In case estimated cost put to tender is above Rs.10 crores or more) Name, Designation and Address of RITES’ Liaison Officer

12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS

12.1 The Employer will open all the Tenders received, in the presence of the Tenderers or their representatives who choose to attend at 14:30 Hrs. on 24.10.2016 in the office of SDGM (AP) / RITES Ltd. Plot No. 144, Sector – 44, Gurgaon – 122 003 (Haryana). In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

12.2 Opening of bids will be done through online process. RITES reserves the right to postpone or cancel a scheduled bid opening at any time prior to its opening. Information of the same will be displayed at RITES E-procurement portal.

12.3 Bid opening committee will open the bids online in the presence of bidders or their authorized representatives who choose to attend on opening date and time. Also the bidders can participate online during the bid opening process from their remote end through their dashboard. The bidder’s representatives, who are present, shall sign in an attendance register. RITES shall subsequently examine and evaluate the bids in accordance with the provision set out in the tender document.

12.4 It will be the bidder’s responsibility to check the status of their Bid on-line regularly after the opening of bid till award of work. Additionally, information shall also be sent by system generated e-mail to bidder regarding deficiencies in the documents, if any and also request for clarification from the bidder. A system generated SMS alert will also be sent to the bidder. No separate communication will be sent in this regard. Non-receipt of email and SMS will not be accepted as a reason of non-submission of deficient documents or confirmatory documents within prescribed time.

12.5 The bids will be evaluated for qualifying criteria as mentioned in Clause 2 hereinbefore. RITES shall not be responsible for any postal delay in receipt of all original documents including the cost of tender document and EMD. In case of non-receipt of these documents in original within the aforesaid period, the bid will be treated as nonresponsive.

12.6 Two Packet System

(a) (i) Envelope 1 containing scanned copy of Earnest Money alongwith Mandate Form as per Annexure VII, Cost of Tender Document and scanned copy of Authority to sign document of all the Tenderers will be opened first and checked. If any of the document(s) so furnished are not as per tender stipulations, the Envelope 2 of PACKET A (Technical Bid) and PACKET B (Financial Bid) will not be opened and the bid is treated as rejected. The Envelope 2 of PACKET A (Technical Bid) of other Tenderers who have furnished scanned copies of Earnest Money, cost of Tender document and Authority to sign as per tender stipulations will then be opened.

(b) The Employer will scrutinize the Technical Bids accepted for evaluation to determine whether each Tenderer

(i) has submitted ‘Authority to sign’ as per Clause 11.0 above and Integrity Pact (where

Page 14: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

12

applicable) duly signed and witnessed as per Clause 11.2 above; (ii) meets the Qualification Criteria stipulated in Clause 2.0; and (iii) conforms to all terms, conditions and specifications of the Tender Document without

any modifications or conditions.

(c) If required, the Employer may ask any such Tenderer for clarifications on his Technical Bid. If a Tenderer does not submit the clarification/document requested, by the date and time set in the Employer’s request for clarification, the bid of such Tenderer is likely to be rejected. PACKET B (Financial Bid) of Tenderers whose Technical Bids are not found acceptable will not be opened. Tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated through e-mail the time and date and place where and when the PACKET B (Financial Bid) will be opened.

(d) At the appointed place, time and date, in the presence of the Tenderers or their representatives who choose to be present, the Employer will open the envelopes containing the PACKET B (Financial Bid).

12.7 Single Packet System-NOT APPLICABLE

(a) Envelope 1 containing scanned copy of Earnest Money along with Mandate Form as per Annexure VII, cost of tender document and scanned copy of Authority to sign document of all the Tenderers will be opened first and checked. If any of the document(s) so furnished are not as per tender stipulations, the Envelope 2 of Technical bid and Envelope 3 containing financial bid will not be opened and the bid is treated as rejected. The Envelope 2 containing Technical Bid and Envelope 3 containing Financial Bid of other Tenderers who have furnished scanned copies of Earnest Money, cost of Tender document and Authority to sign as per tender stipulations will then be opened.

13.0 INSPECTION OF SITE BY THE TENDERERS Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The Tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a Tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work.

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the Tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such Tender is likely to be rejected.

(ii) The competent authority on behalf of the Employer does not bind himself to accept the

Page 15: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

13

lowest or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS

17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the Tenderer would render his Tender to be rejected. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful Tenderers shall return all the drawings given to them.

17.3 In the case of any Item rate tender where unit rate of any item/items appears unrealistic, such tender will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

17.4 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess on material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However, in respect of Service Tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor.

17.5 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company / Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and / or as a

Page 16: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

14

witness, liable to summary rejection. 17.6 The Contractor shall be fully responsible for all matters arising out of the Performance of

the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority.

17.7 In case the bidder does not quote his rate for any item(s), it will be presumed that the bidder has included the cost of that/those item(s) in the rates of other items and the rate for such item(s) shall be considered as Zero and the tender will be evaluated by the Employer accordingly and the work executed by the successful bidder accordingly.

18.0 SIGNING OF CONTRACT AGREEMENT

18.1 The Tenderer whose tender has been accepted will be notified of the award by the Employer by issue of a ‘Letter of Acceptance’ prior to expiration of the Bid Validity period.

The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

18.2 Within the period as specified in Clause 1 of ‘Clause of Contract’, of the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee and Additional Performance Guarantee (where applicable) in the format prescribed.

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance.

18.4 At the same time the Employer notifies the successful Tenderer that his Tender has been accepted, the Employer will direct him to attend the Employer’s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure V. The Agreement will however be signed only after the Contractor furnishes Performance Guarantee and Additional Performance Guarantee (where applicable) and hence, where justified, the period of 28 days stipulated above will be extended suitably.

19.0 Pre Qualification Performa

The bidder shall fill the pre-qualification proforma at Annexure IX. The bid will be evaluated only considering those details and corresponding documents as mentioned in Annexure IX and no other details/ certificate/ document will be taken in to consideration while evaluating the bid to decide whether the bidder is qualified or not. For similar work experience the details of only those works mentioned in Annexure IX may be given in Performa no. 1 attached to Annexure-I.

20.0 Brief Notice Inviting e-Tenders

GGM (Airports), RITES Ltd invites on behalf of Directorate of Civil Aviation, Govt. of Uttar Pradesh Online item rate bids on Two packet system for the following work: Supply, Installation, Testing and Commissioning (S/I/T/C) of Airfield Ground Lighting System including Simple Approach and CAT-I at Kushinagar International Airport, (U.P).

Page 17: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

15

S. N o.

NIT No.

Name of work & Location

Cost of Tender Document

Estimated Cost put to bid

Earnest Money

Period of Completion

Last Date & time of submission of bid, EMD, cost of tender document and other Documents as specified in the press notice

Time & Date of opening of bid

1 2 3 4 5 6 7 8 9 1 RITES/

AP/UPSCA/Kushinagar/TENDER/AGL/2016/01

Supply, Installation, Testing and Commissioning (S/I/T/C) of Airfield Ground Lighting System including Simple Approach and CAT-I at Kushinagar International Airport, (U.P).

Rs. 7,000/-

Rs. 5,73,25,566/-

Rs. 5.74 Lakhs

09 months

24.10.2016 at 14:00 hrs

24.10.2016 at 14:30 hrs

21.0 The bid document consisting of tender drawings, specifications, the schedule of

quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen on website www.rites.com free of cost.

22.0 After submission of the bid the bidder can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

23.0 While submitting the revised / modified Financial bid, the bidder can revise / modify the rate of one or more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

24.0 The bid submitted shall become invalid (i) The bidder is found ineligible. (ii) The bidder does not upload all the documents (including service tax registration/

VAT registration/ Sales Tax registration) as stipulated in the bid document including the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of bid opening authority.

(iv) The bidder does not deposit physical instruments of EMD within a week of opening of technical bid.

25.0 Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed they can be imparted training on online bidding process as per details available on the website.

26.0 The intending bidder must have valid Class-III digital signature to submit the bid. 27.0 On opening date, the bidder can login and see the bid opening process. After opening of

bids he will receive the competitor bid sheets.

Page 18: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

16

28.0 List of Documents to be scanned and uploaded within the period of bid submission:-

1. Banker’s Cheque/ Pay Order/ Demand Draft towards cost of Tender Document in accordance with Clause 7.0 (f) hereinbefore OR Document in support of exemption from payment of cost of Tender Document

2. Banker’s Cheque/ Pay Order/ Demand Draft towards Earnest Money Deposit (EMD) in accordance with Clause 9 hereinbefore OR Document in support of exemption from payment of EMD

3. Authority to Sign (if required as per Clause 11.0 hereinbefore) in the format given at Annexure III / Annexure IV as applicable.

4. Documents in support of meeting the criterion of Annual Financial Turnover in accordance with Para 1 of Annexure I.

5. Certificates in support of meeting the criterion of Similar Work Experience in accordance with Para 2(a) of Annexure I.

6. Details of Similar works completed in the format given at Performa 1 in Annexure I. 7. Certificates in support of meeting the criterion of Construction Experience in key

activities / specified components in accordance with Para 2(b) of Annexure I. 8. Solvency Certificate in accordance with Para 3(i) of Annexure I. 9. Documents (Audited Balance Sheets, Profit & Loss Statements and Auditor’s Reports) in

support of meeting the Profitability criterion in accordance with Para 4 of Annexure I. 10. Documents in support of meeting the criterion of Net Worth in accordance with Para 5 of

Annexure I. 11. Declaration by the Bidder in the format given in Performa 3 of Annexure I. 12. Integrity Pact as per Annexure VI including Annexure A thereof. Not applicable 13. RTGS/NEFT details as per Annexure- VII 14. Annexure IX duly filled in. 15. Self-attested copy of a certificate, confirming that the applicant is working contractor or

has executed any work within the last five years reckoned from the date of opening of tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central / State Government Undertaking, Municipal Body of Central / State Government or Public Limited Company listed in Stock Exchange in India & Abroad.

16. Self-Attested Copy of Partnership Deed/ Memorandum and Articles of Association of the firm.

17. Self-Attested copy of Corrigendum(s), if any. 18. Any other document if specified in the correction slips to the Tender Document. 19. Self-certified copy of the Joint Venture Agreement/Memorandum of Understanding as

per Annexure II & Annexure IV (where Joint Venture is allowed) Not applicable 20. Power of Attorney in favour of Lead Member as the Lead Member of JV executed by

the authorized representatives of all the members of JV (where Joint Venture is allowed). Not applicable

21. Self-attested copy of a certificate, confirming that the Partners including Lead Partner duly signed by the Authorized representative of each Partner/Member of Joint Venture is a working contractor or has executed any work within the last five years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body of Central or State Government or Public Limited Company listed on NSE/BSE (where Joint Venture is allowed).

Page 19: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

17

Note: - Any clarification / deficient document(s) sought by RITES Ltd. as per Clause 12.4 & Clause 12.6 (c) shall be submitted by the bidder.

29.0 List of Documents to be submitted physically by Lowest (L1) Bidder within a week of the opening of Financial Bid:-

1. Self-attested copy of PAN/TAN issued by income Tax Department 2. Self-attested copy of registration under Labour Laws like PF, ESI etc. 3. Self-attested copy of ISO 9000 Certificate. (if any) 4. Self-attested copies of all the documents specified in Clause 28.0 above.

30.0 RITES Ltd. may approach any Bank, Individual, Employer, Firm or Corporation, whether mentioned in the documents submitted by bidders or not, to verify the credentials and general reputation of the bidder and where JV is allowed the credentials and general reputation of lead member & each Member of Joint Venture.

Page 20: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

18

Annexure - I

QUALIFYING CRITERIA FOR WORKS CONTRACTS

1. Annual Financial Turnover The bidder should have achieved a minimum annual financial turnover of Rs.11,46,51,132.00/- (Eleven Crores Forty Six Lakhs Fifty One Thousand One Hundred Thirty Two Only) in any one of the last 3 Financial Years.

Notes: - The financial turnover will be taken as given under the head “Income” in audited Profit and

Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit.

- Closing stocks in whatsoever manner should not form part of turnover. - Weightage of 7% (compounded annually) shall be given for equating the financial turnover of

the previous years to the current year. - For considering the Financial Years, for example for a work for which the Tender is being

opened in Financial Year 2014-15, the last three Financial Years will be 2013-14, 2012-13 and 2011-12. For a Tender opened on (say) 05.09.14 (F.Y. 2014-15), with weightage of 7% compounded annually, the weightages to be applied on the Turnover of the previous three Financial Years will be : F.Y. 2013-14 = 1.070; F.Y. 2012-13 = 1.145; F.Y. 2011- 12 = 1.225.

- The Bidder should furnish Annual Financial Turnover for each of the last 3 Financial Years in

tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criterion.

- The Bidder should submit self attested copy of Auditor’s Report along with Balance Sheet and

Profit and Loss Statement along with Schedules for the relevant Financial Year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted.

- If the Audited Balance Sheet for the immediately preceding year is not available in case of

tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the three Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder.

- In case JV is permitted the following provisions will apply: Large works (NOT APPLICABLE)

For each Partner, the highest Annual Turnover in any of the last three Financial Years will be considered and the weighted figure for the current Financial Year will be worked out as described in Para 1 (Note 3). This should not be less than the figure arrived at by multiplying the minimum Annual Turnover stipulated for the Bidder in Qualification Criterion multiplied by the percentage of Financial participation by that partner in the JV. Each partner should satisfy this requirement and thus automatically JV will satisfy the criterion of minimum Annual Turnover.

Page 21: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

19

Normal Works (NOT APPLICABLE) The Partner-in-charge/Lead Member shall singly meet this criterion.

2. WORK EXPERIENCE a) Similar Works Experience (i) For works in normal areas (other than difficult areas) The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs. 4,58,60,453.00/- OR at least two similar works each of minimum value of Rs. 2,86,62,783.00/- OR at least three similar works each of minimum value of Rs. 2,29,30,226.00/- during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut -off date shall not be considered.

Similar Works A Similar Work shall mean the work of “Supply, Installation, Testing and Commissioning of Airfield Ground Lighting System including Simple Approach and CAT-I” carried out in India.

Notes:

A weightage of 7% (compounded annually from the date of completion of the work to the submission of the Bid) shall be given for equating the value of works of the previous years to the current year.

Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

The Bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed.

Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

Credential certificates issued by Govt. Organizations / Semi Govt. Organizations of Central or State Government; or by Public Sector Undertakings / Autonomous bodies of Central / State Governments; or their subsidiaries / by Public Ltd. Companies listed in Stock Exchange in India or Abroad or Subsidiaries of such companies shall only be accepted for assessing the eligibility of a tenderer. Certificate issued by one of the aforesaid organizations as a lead member (having equity stake of 51% or more) of a joint venture (JV) for a work executed for the JV, will also be acceptable. In case of PPP projects, if the bidder has executed a work for a concessionaire who is one of the aforesaid organizations, then the certificate issued by such concessionaire or by the public authority concerned, will also be acceptable.

The cut- off date shall be calculated backwards from the last stipulated date for submission/ opening of Tender i.e. for a Tender which is being opened on 06.08.2014, the cut -off date shall be 07.08.09. - In case JV is permitted the following provisions will apply:

Large Works (NOT APPLICABLE)

All the partner shall jointly meet the criterion.

Normal Works (NOT APPLICABLE) The Partner-in-charge / Lead Member shall sign the declaration.

Page 22: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

20

b) Construction Experience in key activities/specified components To qualify for award of the contract, each Bidder in his own name or as a member of a Joint Venture should have, in the last five Years prior to the last stipulated date for submission of the Bid, executed the following key activities in any one work individually / more than one work cumulatively carried out in India.

Works consisting of “Supply, Installation, Testing and Commissioning of Airfield Ground Lighting System including Simple Approach and CAT-I” carried out in India.

Notes:

Credential certificates issued by Govt. Organizations / Semi Govt. Organizations of Central or State Government; or by Public Sector Undertakings / Autonomous bodies of Central / State Governments; or their subsidiaries / by Public Ltd. Companies listed in Stock Exchange in India or Abroad or Subsidiaries of such companies shall only be accepted for assessing the eligibility of a tenderer. Certificate issued by one of the aforesaid organizations as a lead member (having equity stake of 51% or more) of a joint venture (JV) for a work executed for the JV, will also be acceptable. In case of PPP projects, if the bidder has executed a work for a concessionaire who is one of the aforesaid organizations, then the certificate issued by such concessionaire or by the public authority concerned, will also be acceptable.

When Key activities/specified component are expressed/ specified in monetary terms, a weightage of 7% (Compounded annually from the date of completion of the work of the submission of the Bid) shall be given for equating the value of works of the previous years to the current year.

The work satisfying the criterion for a particular key activity may be different from a work satisfying the criterion for another key activity.

The Bidder should furnish with his Bid a tabular statement giving contract-wise quantities of key activities / specialized components executed in the last 5 years which meet the Qualification Criterion along with documentary proof in support thereof (indicating page nos.).

Even if a work has not been completed but if the specified quantity of the key activity has been completed, the same shall be taken into consideration for the purpose of this criterion.

Any work executed by the Bidder as a member of a Joint Venture will be accepted provided there is documentary proof in support of the same either in the MOU/ Agreement of the JV or in a declaration by the other Members of that JV or the Client confirming that the specialized work was actually executed by the Bidder. - In case JV is permitted the following provisions will apply:

Large Works (NOT APPLICABLE)

All the partner shall jointly meet the criterion.

Normal Works (NOT APPLICABLE) Same as for Large works.

3. SOLVENCY CERTIFICATE AND SERVICING OF LOAN / CREDIT LIMIT:

(i) A Solvency Certificate of minimum solvency of Rs. 2,29,30,226.00/- (Two Crores Twenty

Page 23: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

21

Nine Lakhs Thirty Thousand Two Hundred Twenty Six only) (suggested format at Proforma 2) from a Scheduled Commercial Bank issued not earlier than 6 months from the last date for submission of tender is required to be submitted by the bidder.

Notes: - The certificate so produced by the Bidder may be got verified from the issuing Bank. - In case JV is permitted the following provisions will apply: Large Works

For each Partner, the figure in the Solvency Certificate issued as above in favour of that Partner, should be not less than the minimum Solvency figure stipulated for the Bidder in the Qualification Criterion multiplied by percentage of Financial participation by that Partner in the JV.

Normal Works

The Partner-in-charge/Lead Member shall singly meet this criterion.

(ii) The bidder should furnish a declaration that he has not failed to service the principal

amount or interest or both of a loan amount / credit limit from any Bank or Financial Institution during a period of one year prior to the deadline for submission of bids.

Notes:

- In case a bidder has defaulted in servicing his loan / credit limit during past one year, he shall be disqualified. - The declaration may be included in the Declaration to be submitted in Performa 3 to this Annexure. - In case JV is permitted the following provisions will apply: Large Works (NOT APPLICABLE)

Each partner shall sign the declaration.

Normal Works (NOT APPLICABLE)

The Partner-in-charge / Lead Member shall sign the declaration.

4. PROFITABILITY:

The Bidder should be a profit (net) making firm and should have made profit during any two of the past 3 Financial Years immediately preceding the deadline for submission of bids. If the audited Balance Sheet for the immediately preceding year is not available in case of tenders opened before 30th September, Audited Balance Sheets of the three financial Years immediately preceding the previous Financial Year shall be considered. The Bidder should furnish figures of net profit of last 3 years in a tabular form and submit attested copies of Auditor’s Reports along with audited Balance Sheets and Profit and Loss Statements for the last three Financial Years. Specific reference with page no. of document which proves satisfaction of this Qualifying Criterion should be indicated in the tabular statement.

Page 24: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

22

Notes: - In case JV is permitted, the following provisions will apply: Large Works (NOT APPLICABLE) All the partners shall meet individually this criterion. Normal Works (NOT APPLICABLE) The Partner-in-charge/Lead Member shall singly meet this criterion.

5. NET WORTH: The Bidder should have positive Net Worth of at least Rs 85,98,835.00/- (Eighty Five Lakhs Ninety Eight Thousand Eight Hundred Thirty Five Only) of the estimated cost.

Notes:

- Net Worth shall be computed from the bidder’s audited balance sheet of the last financial year ending on a date not prior to 18 months from the due date of submission of the tender (or, if the date is extended, such extended date of submission).

- In case JV is permitted, the following provisions will apply:

Large Works (NOT APPLICABLE) All the partners shall jointly meet this criterion. Normal Works (NOT APPLICABLE) The Partner-in-charge/Lead Member shall singly meet this criterion

6. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE OF BOTH LARGE AND NORMAL WORKS

a) Sub-Contractor’s Experiences and Resources

Sub-Contractors’ Experiences and Resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria.

b) Experiences and Resources of the Parent Company and other subsidiary companies

If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration.

7. DISQUALIFICATION ON CERTAIN GROUNDS

Even though the Bidders may meet the above qualifying criteria, they are subject to be disqualified if they have; a) Concealed any information/document which may result in the Bidder’s disqualification

or if any statement/information/document furnished by the Bidder or issued by a

Page 25: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

23

Bank/Agency/third party and submitted by the Bidder, is subsequently found to be false or fraudulent or repudiated by the said Bank/Agency/Third Party. In such a case, besides Bidder’s liability to action under para 9.4 of Instructions to Tenderers, the Bidder is liable to face the penalty of banning of business dealings with him by RITES.

b) Records of any contract awarded to them, having been determined during the past three years prior to the dead line for submission of bids.

c) Their business banned or suspended by any Central/State Government Department/Public Undertaking or Enterprise of Central/State Government and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed.

Page 26: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

24

Proforma - 1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED DURING THE LAST 5 YEARS

SEAL AND SIGNATURE OF THE BIDDER

Note: 1. In support of having completed above works, attach self-attested copies of the completion

certificate from the owner/client or Executing Agency / Consultant appointed by owner / Client indicating the name of work, the description of work done by the Bidder, date of start, date of completion (contractual & actual) and contract value as awarded and as executed by the Bidder . “Contract Value” shall mean gross value of the completed work including cost of materials supplied by the owner/client but excluding those supplied free of cost.

2. Credential certificates issued by Govt. Organizations / Semi Govt. Organizations of Central or State Government; or by Public Sector Undertakings / Autonomous bodies of Central / State Governments; or their subsidiaries / by Public Ltd. Companies listed in Stock Exchange in India or Abroad or Subsidiaries of such companies shall only be accepted for assessing the eligibility of a tenderer. Certificate issued by one of the aforesaid organizations as a lead member (having equity stake of 51% or more) of a joint venture (JV) for a work executed for the JV, will also be acceptable. In case of PPP projects, if the bidder has executed a work for a concessionaire who is one of the aforesaid organizations, then the certificate issued by such concessionaire or by the public authority concerned, will also be acceptable.

3. Information must be furnished for works carried out by the Bidder in his own name or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished.

S. No.

Client's Name

and Address

Name of the Work & Location

Scope of work

carried out by the

Bidder

Agreement / Letter of

Award No. and date

Contract Value Date of start Date of Completion Reasons for delay in

completion if any

Ref. of document (with

page no.) in support of meeting

Qualification Criterion

Awarded Actual on completion

As per LOA/

Agreement Actual

Page 27: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

25

4. If a Bidder has got a work executed through a Subcontractor on a back to back basis, the Bidder cannot include such a work for his satisfying the Qualification Criterion even if the Client has issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture.

6. Only similar works completed during the last 5 years prior to the last stipulated date for submission of Bid, which meet the Qualification Criterion need be included in this list.

7. Only those works mentioned in Annexure IX shall be given in this Performa.

Page 28: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

26

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK –Not Applicable

This is to certify that to the best of our knowledge and information, M/s____________________________________________________________________, having their registered office at _____________________ , a customer of our Bank, is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. . This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.

Signature with date Senior Bank Manager (Name of Officer issuing the

Certificate) Name, address & Seal of the Bank/ Branch

Note:

Banker’s Certificate should be on letter head of the Bank.

Page 29: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

27

Proforma 3

DECLARATION BY THE BIDDER (Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary /Magistrate)

This is to certify that We, M/s. ____________________________________ , in submission of this offer confirm that:-

i) We have visited the site of work and seen the working conditions, approach road / path, availability of water, electricity, construction labour, construction materials and other relevant requirements connected with the work.

ii) We have neither concealed any information/document which may result in our disqualification nor made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements;

iii) During the past three years prior to the deadline for submission of bids, no contract awarded to us has been determined.

iv) No Central / State Government Department/ Public Sector Undertaking or Enterprise of Central / State Government has banned/suspended business dealings with us as on date.

v) We have submitted all the supporting documents and furnished the relevant details as per prescribed format and we agree to submit, without delay additional information / documents which may be demanded by RITES Ltd.

vi) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not include any work which has been carried out by us through a Subcontractor on a back to back basis.

vii) The information and documents submitted with the Tender and those to be submitted subsequently by way of clarifications are correct and we are fully responsible for the correctness of the information and documents submitted by us.

viii) We have not failed to service the principal amount or interest or both of a loan account / credit limit from any Bank or Financial Institution during a period of one year prior to the deadline for submission of bids.

ix) *The original instruments of EMD and Cost of Tender Document, in physical form shall be deposited by us with RITES Ltd. within a week from the date of opening of Technical Bid failing which RITES Ltd. may reject the bid and also take action to debar us from participating in Tenders invited by RITES Ltd. for a period of two years.

OR

*We are exempted from payment of cost of Tender Document and EMD and the certified copies of original documents in support of such exemption shall be deposited by us with RITES Ltd. within a week from the date of opening of Technical Bids and original documents produced on demand, failing which RITES Ltd. may reject the bid and also take action to debar us from participating in Tenders invited by RITES Ltd. for a period of two years.

(* Delete whichever is not applicable)

Page 30: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

28

x) We understand that in case any statement/information/document furnished by us or to be furnished by us in connection with this offer, is found to be misleading or false, our EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

signing this document

Page 31: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

29

ANNEXURE II NOT APPLICABLE

DRAFT MEMORANDUM OF UNDERSTANDING

EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE (On each firm’s Letter Head)

From

To RITES Ltd

Dear Sir,

Re: RITES Tender Notice No. ________________ dated _______ for ____ (Name of Work)

We wish to conform that our company / firm (delete as appropriate) has formed a Consortium

with _____ (insert names of all other members of the group) for purposes associated with your Tender No.__________ (Members who are not the Lead Member of the Consortium should add the following paragraph) *

* The Consortium is led by ___________ (insert name of the Lead Member) whom we hereby authorize to act as leader on our behalf for the purposes of submission of Bid for _____ (name of work) and to incur liabilities and receive instructions for and on behalf of any and all the partners of the Joint Venture/Members of the Consortium. For this purpose we have executed a Power of Attorney in favour of (name of the Lead Member)

(Member who is the Lead Member of the Consortium should add the following paragraph)**

** In this Consortium we act as Lead Member and for the purposes of bidding for the work, represent the Consortium.

Till the award of work, the Lead Partner shall furnish Bid bond and all other bonds/guarantees to the Employer on behalf of the Joint Venture, which shall be legally binding on all the partners of the Joint Venture. In the event of our Consortium being awarded the contract we agree to be jointly with--------------- (insert names of all other members of the Consortium) and severally liable to RITES, its successors and assigns for all obligations, liabilities, duties and responsibilities arising from or imposed by the contract subsequently entered into between RITES and our Consortium.

The precise responsibility of the Lead Member and other Members of the Consortium in

Page 32: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

30

Witness 1 Name Address Occupation

respect of planning, design, construction equipment, key personnel, work execution and financing of the Work including Percentage of financial participation by each Member will be as indicated in the Annexure. These shall not be varied/ modified subsequently without your prior approval.

We further agree that entire execution of the contract shall be carried out exclusively through the Lead Member.

In case our Bid is successful, the Joint Venture Agreement incorporating the above provisions will be executed within 15 days of receipt of Letter of Acceptance from you and shall be registered at the place where the Agreement will be signed, so as to be legally valid and binding on all Members of the Consortium.

We agree that the Joint Venture Agreement shall be valid during the entire currency of the Contract including the period of extension if any, and the maintenance period after the work is completed.

We further confirm that we shall open a Bank Account in the name of JV and all payments due to the JV shall be made by you by crediting to that Account. To facilitate statutory deductions such as towards Income Tax and VAT made from the amounts due to us against our bills, being credited to the concerned Government departments, we shall obtain PAN/TIN number etc. as required and advise you the details before claming our first on-account bill.

We affirm that the Integrity Pact with the Employer in the format at Annexure VI (if applicable) shall be signed by the Lead Member duly witnessed, on behalf of the Joint Venture/Consortium. All Members including the Lead Member shall comply with the provision in the Integrity Pact and any violation of the Integrity Pact by any Member shall be construed as violation by the Joint Venture/Consortium.

Encl: Annexure.

Yours faithfully,

Signature ___________

(Name of Signatory) __________ (Capacity of signatory) ________

Seal

Witness 2 Name Address Occupation

Note :

1. To be executed by each Member of the Consortium individually.

Page 33: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P).

31

ANNEXURE - III

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney).

We, M/s. _____________ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.(Name and residential address) who is presently employed with us and holding the position of and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work (name of work), including signing and submission of application / proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us.

(Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ________________________ , ,___________and

Dated this the _____________ day of ______ 20

(Signature and name of authorized signatory being given Power of Attorney) (Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for the Company) Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation: Notes: In case the Firm / Company is a Member of a Consortium/ JV, the authorized signatory has to be the

one employed by the Lead Member. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any,

laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 34: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

32

ANNEXURE IV

NOT APPLICABLE

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM / JOINT VENTURE

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the Power of Attorney)

Whereas------------RITES Ltd. has invited bids for------------(Name of work) for and on behalf of _______________ as an Agent /Power of Attorney Holder.

Whereas, the Members of the Consortium comprising of M/s.------------------------ ________ , M/s.---------- _______________________________________________________________ , M/s.--------- _______ and M/s.----------- (the respective names and addresses of the registered offices to be given) are interested in bidding for the work and implementing the same in accordance with the terms and conditions contained in the bid documents.

Whereas, it is necessary for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do, for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the work.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT

We, M/s.------------, M/s-------------and M/s--------------- ________ hereby designate M/s.---------- _____________ being one of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s bid for the work, including submission of application proposal, participating in meetings, responding to queries, submission of information/documents and generally to represent the Consortium in all its dealings with RITES or any other Government Agency or any person, in connection with the work until culmination of the process of bidding till the contract agreement is entered into with RITES and thereafter till the expiry of the contract agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us/Consortium.

Dated this the ________________ day of _______ 20 (Signature and Name in Block letters of *All the Partners of the firm / * Authorised Signatory for the Company)Seal of firm / Company

Page 35: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

33

Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation:

Notes:

To be executed by all the members individually, in case of a Consortium.

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any laid down by the applicable law and the charter documents of the executants (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 36: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

34

ANNEXURE V

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

Agreement No. _______________ dated _________

THIS AGREEMENT is made on ________________ day of ________ Two thousand ___________________________________________ between RITES Ltd. a Government of India Enterprise and a Company registered under Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through ,RITES LIMITED acting for and on behalf of and as an Agent /Power of Attorney Holder of hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s. hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz._____________ (brief description of the work) and has by Letter of Acceptance dated ______________ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ___________________ (Rupees ______________________________________________________________________ only) NOW THIS AGREEMENT WITNESSETH as follows:-

1. In this Agreement words and expressions shall have the same meaning as are respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents in conjunction with addenda/ corrigenda to Tender Documents shall be deemed to form and be read and construed as part of this agreement viz.

The Letter of Acceptance dated _____________ . Priced Schedule (Bill) of Quantities Notice Inviting Tender and Instructions to Tenderers. RITES Tender and Contract Form [DELETED] Special Conditions Schedules A to F. Technical Specifications Drawings Amendments to Tender Documents (List enclosed) General Conditions of Contract December 2015 (read with Correction Slip Nos. 1 to --) comprising of

(i) Conditions of Contract (ii) Clauses of Contract (iii) RITES Safety Code (iv) RITES - Model Rules for the protection of Health and Sanitary arrangements for Workers (v) RITES - Contractor's Labour Regulations. 3. In consideration of the payment to be made by the Employer to the Contractor as hereinafter

mentioned, the Contractor hereby covenants with the Employer to execute, complete,

Page 37: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

35

remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in consideration of the execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY

In the capacity of ____ representing RITES LIMITED In the capacity of Agent / Power of Attorney Holder

On behalf of M/s. For and on behalf of

(The Contractor) (The Employer)

In the presence of In the presence of

Witnesses (Signature, Name & Witnesses (Signature, Name & Designation) Designation)

1. 1.

2. 2.

Page 38: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

36

ANNEXURE VI

INTEGRITY PACT – NOT APPLICABLE Between

RITES LTD. acting for and on behalf of and as an Agent / Power of Attorney Holder of ____________________________________ hereinafter called the “Employer” AND ______________ hereinafter referred to as "The Bidder/Contractor".

Preamble

The Employer intends to award, under laid down organizational procedures, contract/s for . The Employer values full compliance with all relevant laws and regulations, and economic use of resources, and of fairness and transparency in his relations with the Bidder/s and/or contractor/s.

In order to achieve these goals, the Employer will appoint an Independent External Monitor (IEM) who will monitor the Tender process and execution of the contract for compliance with the principles mentioned above.

Section 1 - Commitments of the Employer

(1) The Employer commits himself to take all measures necessary to prevent corruption and to observe the following principles:-

1. No employee of the Employer, personally or through family members, will in connection with the tender or for the execution of the contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

2. The Employer will, during the tender process, treat all Bidders with equity and reason. The Employer will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

3. The Employer will exclude from the process all known prejudiced persons.

(2) If the Employer obtains information on the conduct of any of his employees which is a criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act, or if there be a substantive suspicion in this regard, the Employer will inform its Chief Vigilance Officer and in addition can initiate disciplinary action.

THE INFRASTRUCTURE PEOP.E

Page 39: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

37

Section 2 - Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

1. The Bidder/Contractor will not directly or through any other person or firm, offer, promise or give to any of the Employer’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions, to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant IPC/PC Act; further the Bidder/ Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Employer as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder/ Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3-Disqualification from tender process and exclusion from future contracts

If the Bidder/Contractor, before award or during execution has committed a transgression through a violation of Section 2 above, or in any other form such as to put his reliability or credibility in question, the Employer is entitled to disqualify the Bidder/Contractor from the tender process or take action as per the procedure mentioned in the "Guideline on banning of business dealing" annexed and marked as Annexure ”A".

Section 4- Compensation for Damages

(1) If the Employer has disqualified in terms of the provisions in Section 3, the

Page 40: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

38

Bidder/Contractor from the tender process prior to the award of contract, the Employer is entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security.

(2) If the Employer has terminated the contract during execution in terms of the provisions under Section 3, the Employer shall be entitled to demand and recover from the Contractor the damages equivalent to Earnest Money Deposit, Security Deposits already recovered and Performance Guarantee, which shall be absolutely at the disposal of the Employer.

Section -5 Previous transgression

(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the Anti-Corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder/Contractor makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the procedure mentioned in "Guideline on banning of business dealing".

Section -6 Equal treatment of all Bidders/Contractors/Sub-Contractors

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if permitted under the conditions/ clauses of the contract) a commitment to act in conformity with this Integrity Pact and to submit it to the Employer before signing the contract.

(2) The Bidder/ Contractor confirms that any violation by any of his partners/sub-contractors to act in conformity with the provisions of this Integrity Pact can be construed as a violation by the Bidder/Contractor himself, leading to possible Termination of Contract in terms of Section 4.

(3) The Employer will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Section 7- Criminal charges against violating Bidders/Contractors/Sub-Contractors

If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub- Contractor, or of an employee or a representative or an associate of a Bidder, Contractor or Sub Contractor, which constitutes corruption, or if the Employer has substantive suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer.

Section -8 Independent External Monitor/Monitors

(1) The Employer shall appoint competent and credible Independent External Monitor for

Page 41: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

39

this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and will perform his functions neutrally and independently. He will report to the MD/RITES Ltd.

(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction to all Project documentation of the Employer including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Partners/Sub-Contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Employer will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Employer and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices or has reason to believe that violation of the agreement by the Employer or the Bidder/ Contractor, has taken place, he will request the Party concerned to discontinue or take corrective action , or to take any other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner or refrain from action or tolerate action.

(6) The Monitor will submit a written report to the MD/RITES Ltd. within 8-10 weeks from the date of reference or intimation to him by the Employer and should the occasion arise, submit proposal for correcting problematic situations.

(7) If the Monitor has reported to the MD/RITES Ltd. of a substantiated suspicion of an offence under relevant IPC/PC Act, and the MD/RITES Ltd. has not, within reasonable time, taken visible action to proceed against such offender or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(8) The word Monitor would include both singular and plural.

Section - 9 Pact Duration

This pact begins when both parties have legally signed it. It expires for the Contractor when his Security Deposit is released on completion of the Maintenance Period and for all other Tenderers six months after the Contract has been awarded. If any claim is made/lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact specified above, unless it is discharged/determined by MD/RITES Ltd.

Page 42: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

40

(Office Seal)

Section 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall be as stated in the Contract Agreement.

(2) Changes and supplements as well as termination notices need to be made in writing. (3) If the Contractor is a partnership or a consortium, this agreement must be signed by the

Partner in charge/ Lead Member nominated as being incharge and who holds the Power of Attorney signed by legally authorised signatories of all the partners/Members. The Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to the effect that all Members of the Consortium will comply with the provisions in the Integrity Pact to be signed by the Lead Member on behalf of the Consortium. Any violation of Section 2 above by any of the Partners/Members will be construed as a violation by the consortium leading to possible Termination of Contract in terms of Section 3

Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

RITES Ltd. Agent / Power of Attorney Holder

(For & on behalf of the Employer) (For the Bidder/Contractor)

(Office Seal)

Place: ___________

Date:_____________

Witness 1:

(Name & Address)________________________

_____________________

Witness 2:

(Name & Address)________________________

_____________________

Page 43: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

41

ANNEX-A

Guidelines on Banning of Business Dealings

1. Introduction

1.1 RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article 12 of Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. RITES has also to safeguard its commercial interests. It is not in the interest of RITES to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on RITES to observe principles of natural justice before banning the business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope

2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has been laid down in these guidelines.

2.2 It is clarified that these guidelines do not deal with the decision of the Management not to entertain any particular Agency due to its poor / inadequate performance or for any other reason.

2.3 The banning shall be withprospective effect, i.e., future business dealings.

3. Definitions

In these Guidelines, unless the context otherwise requires: i) 'Bidder / Contractor / Supplier' in the context of these guidelines is indicated as

‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following:

a) The Director shall be the ‘Competent Authority’ for the purpose of these guidelines. CMD, RITES shall be the ‘Appellate Authority’ in respect of such cases.

b) CMD, RITES shall have overall power to take suo-moto action on any information available or received by him and pass such order(s) as he may think appropriate, including modifying the order(s) passed by any authority under these guidelines.

Page 44: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

42

iii) ‘Investigating Department’ shall mean any Department, Division or Unit investigating into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate.

iv) ‘Banning Committee’ shall mean a Committee constituted for the purpose of these guidelines by the competent authority. The members of this Committee shall not, at any stage, be connected with the tendering process under reference.

4. Initiation of Banning / Suspension:

Action for banning / suspension business dealings with any Agency should be initiated by the department/ unit having business dealings with them after noticing the irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any department, the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department/Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department.

The Investigating Department/Unit may ensure that their investigation is completed and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless the Competent Authority, having regard to the circumstances of the case, decides otherwise.

5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency before issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed.

Page 45: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

43

6. Grounds on which Banning of Business Dealings can be initiated

6.1 If the security consideration, including questions of loyalty of the Agency to the State, so warrants;

6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or RITES, during the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners, owner of the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a person convicted for an offence involving corruption or abetment of such offence;

6.5 If business dealings with the Agency have been banned by the Govt. or any other public sector enterprise;

6.6 If the Agency has resorted to Corrupt, fraudulent practices including misrepresentation of facts;

6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the Company (RITES) or its official in acceptance / performances of the job under the contract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in complying with contractual stipulations;

6.9 Based on the findings of the investigation report of CBI / Police against the Agency for malafide / unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit;

6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

7. Banning of Business Dealings

7.1 A decision to ban business dealings with any Agency shall apply throughout the Company.

Page 46: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

44

7.2 If the Competent Authority is prima-facie of view that action for banning business dealings with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice

8.1 In case where the Competent Authority decides that action against an Agency is called for, a show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause notice and the Agency should be asked to submit within 30 days a written statement in its defence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of RITES, necessary facility for inspection of documents may be provided.

8.3 On receipt of the reply of the Agency, or in case no reply is received within the prescribed time, the Competent Authority shall refer the case along with relevant details to the Banning Committee, which shall examine the reply of the Agency and other facts and circumstances of the case and submit its final recommendation to the Competent Authority for banning or otherwise. A final decision for Company-wide banning shall be taken by the Competent Authority. The Competent Authority may consider and pass an appropriate speaking order: For exonerating the Agency; or For banning the business dealing with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a reasoned order. If it decided to ban business dealings, the period for which the ban would be operative may be mentioned.

9. Appeal against the Decision of the Competent Authority

9.1 The Agency may file an appeal against the order of the Competent Authority banning business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shall be communicated to the Agency as well as the Competent Authority.

10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review.

Page 47: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

45

11. Circulation of the names of Agencies with whom Business Dealings have been banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of RITES may circulate the names of Agency with whom business dealings have been banned, to the Ministry of Railways and PSUs of Railways, for such action as they deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more information about the Agency with whom business dealings have been banned a copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority/ Appellate Authority may be supplied.

12. Restoration

12.1 The validity of the banning order shall be for a specific time & on expiry of the same, the banning order shall be considered as "withdrawn".

12.2 In case any agency applies for restoration of business prior to the expiry of the ban order, depending upon merits of each case, the Competent Authority which had passed the original banning orders may consider revocation of order of suspension of business/lifting the ban on business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of Ban Orders had been sent.

Page 48: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

46

ANNEXURE VII MANDATE FORM

To

RITES ________ Dear Sir, Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT)

We hereby authorize RITES Ltd. to make all our payments, including refund of Earnest Money, through Electronic Fund Transfer System (RTGS/NEFT). The details for facilitating the payments are given below:

Date: _________ SIGNATURE

(AUTHORISED SIGNATORY) Name_________________

BANK CERTIFICATION

It is certified that the above mentioned beneficiary holds bank account No. __________________________ with our branch and the Bank particulars above are correct.

Date: _____________ SIGNATURE AUTHORISED SIGNATORY) Name______________

OFFICIAL STAMP

(TO BE FILLED IN CAPITAL LETTERS) 1 NAME OF THE BENEFICIARY

2 ADDRESS WITH PIN CODE

3 (A) TELEPHONE NO. WITH STD CODE

(B) MOBILE NO.

4 BANK PARRTICULARS

A BANK NAME

B BANK TELEPHONE NO. WITH STD CODE

C BRANCH ADDRESS WITH PIN CODE

D BANK FAX NO. WITH STD CODE

E 11 CHARACTER IFSC CODE OF THE BANK (EITHER ENCLOSE A CANCELLED CHEQUE OR OBTAIN BANK CERTIFICATE AS APPENDED)

F BANK ACCOUNT NUMBER AS APPEARING IN THE CHEQUE BOOK

G BANK ACCOUNT TYPE (TICK ONE) SAVING CURRENT LOAN CASH CREDIT OTHERS

H IF OTHERS, SPECIFY

5 PERMANENT ACCOUNT NUMBER (PAN)

6 E-MAIL ADDRESS

I / We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit it not effected at all for reasons of incomplete or incorrect information, I / We would not hold RITES Ltd. responsible. Bank charges for such transfer will be borne by us.

Page 49: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

47

ANNEXURE VIII

Form of Earnest Money Deposit – NOT APPLICABLE Bank Guarantee Bond

BLANK

Page 50: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

48

Annexure IX Pre-Qualification Performa

Name of Work

Tender No.

Name of the Bidder:

Details of Cost of Tender Document Paid by Banker’s Cheque/Pay Order/Demand Draft

Name & Address of Issuing Bank

Amount (`) Date of Issue

Instrument placed at

Details of EMD paid by (i)Banker’s Cheque /Pay Order/Demand Draft

(ii)Bank Guarantee

Annual Financial Turnover S. No. Financial Years Turn over

(Rs In Lakh) Documents Placed at:

Remarks

1 2015-16 2 2014-15

3 2013-14

Profitability S.No. Financial Years Profit with (+) sign or

Loss with (-) sign Document Placed at:

Remarks

(` In Lacs)

1 2015-16

2 2014-15

3 2013-14

Page 51: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

49

Similar Work Experience S.No. Name

of Work Name of Client

Actual Date of Start

Actual Date of Completion

Actual Completion Cost (`)

Completion Certificates Placed at

Remarks

1

2

3

4

Net Worth

S.No. Financial Years Net worth (`) Document Placed at:

Remarks

1 2015-2016

Solvency Certificate SI No Name & Address

of Issuing Banks Solvency Amount in (`)

Date of Issuance

Document Placed at

Remarks

1.

Other document to be submitted along with Tender documents:

SI No. Particulars Document Placed at

Remarks

1 Declaration by the bidder as per Proforma-3 2 Self Attested Copy of Partnership Deed/

Memorandum and Articles of Association of the firm.

3 Written Power of Attorney of the signatory of the Tender on behalf of the tenderer. (Annexure-III)

4 Self attested copy of a certificate, confirming that the applicant is working contractor or has executed any work within the last five years reckoned from the date of opening of tender,

Page 52: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

50

SI No. Particulars Document Placed at

Remarks

issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central /State Government Undertaking, Municipal Body of Central/ State Government or Public Limited Company listed in Stock Exchange in India & Abroad.

5 List of similar works satisfying qualification criterion completed during the last 5 years as per Proforma-I

6 Integrity Pact as per Annexure-VI 7 Self attested copy of Corrigendum/ Minutes of

Pre – Bid Meeting, if any.

8 RTGS/NEFT details as per Annexure-VII 9 Details of Construction Experience in key

activities/ specified components

Page 53: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

51

ANNEXURE X

List of 60 districts covered under IAP

S.No. State District

1 Andhra Pradesh Adilabad 2 Andhra Pradesh Khammam 3 Bihar Arwal 4 Bihar Aurangabad 5 Bihar Gaya 6 Bihar Jamui 7 Bihar Jehanabad 8 Bihar Nawada 9 Bihar Rohtas 10 Chhatisgarh Bastar 11 Chhatisgarh Bijapur 12 Chhatisgarh Dantewada 13 Chhatisgarh Jashpur 14 Chhatisgarh Kanker 15 Chhatisgarh Kawardha 16 Chhatisgarh Koriya 17 Chhatisgarh Narayanpur 18 Chhatisgarh Rajnandgaon 19 Chhatisgarh Surguja 20 Jharkhand Bokaro 21 Jharkhand Chatra 22 Jharkhand Garhwa 23 Jharkhand Gumla 24 Jharkhand Hazaribagh 25 Jharkhand Kodarma 26 Jharkhand Latehar 27 Jharkhand Lohardaga 28 Jharkhand Pachim Singhbhum 29 Jharkhand Palamu 30 Jharkhand Purbi Singhbhum 31 Jharkhand Ram Garh 32 Jharkhand Saraikela 33 Jharkhand Simdega 34 Madhya Pradesh Anuppur

Page 54: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

52

35 Madhya Pradesh Balaghat 36 Madhya Pradesh Dindori 37 Madhya Pradesh Mandla 38 Madhya Pradesh Seoni 39 Madhya Pradesh Shahdol 40 Madhya Pradesh Sidhi 41 Madhya Pradesh Umaria 42 Maharashtra Gadchiroli 43 Maharashtra Gondiya 44 Orissa Balangir 45 Orissa Debagarh / Deogarh 46 Orissa Gajapati 47 Orissa Kalahandi 48 Orissa Kandhamal / Phulbani 49 Orissa Kendujhar / Keonjhar 50 Orissa Koraput 51 Orissa Malkangiri 52 Orissa Mayurbhanj 53 Orissa Nabarangapur 54 Orissa Nuapada 55 Orissa Rayagada 56 Orissa Sambalpur 57 Orissa Sonapur 58 Orissa Sundargarh 59 Uttar Pradesh Sonbhadra 60 West Bengal Paschim Medinipur

Page 55: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

53

Page 56: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

54

Page 57: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

55

SECTION-2

TENDER AND CONTRACT FORM FOR WORKS

DELETED

Page 58: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

56

BLANK PAGE

Page 59: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

57

SECTION - 3

SPECIAL CONDITIONS

(i) Special Conditions relating to existing Clauses of Contract: NA

(ii) Additional Special Conditions • The contractor shall be responsible for all incidental & non-incidental expenses on the supplies &

services procured under this contract. • The Tenderer shall be responsible for the safe custody of the materials during the validity of this

contract and shall make his own arrangements for the same. • The Tenderer shall provide a replacement guarantee of TWELVE MONTHS, in the form of a

certificate, from the certified date of completion of the work, for the quality of supplied items against manufacturing defects and for stability of the works executed against failure due to any defective workmanship or usage of defective material or equipments for the work.

• The payment schedule for the supply, Installation, testing and Commissioning of items will

be as under: 1. On supply of items in good condition at site (which comply with the specifications & conditions

/ special conditions of the contract): 65 % of the BOQ rate. Necessary invoice / documents including list of BOM, list of spare parts, cost breakup of material & equipments, etc. shall be submitted by contractor.

2. After successful erecting / installation: 20 % of the BOQ rate. 3. Payment shall be released after testing, commissioning, and handing over to Directorate of Civil

Aviation, Government of Uttar Pradesh or their authorized representative: 15% of BOQ rate.

Page 60: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

58

BLANK PAGE

Page 61: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

59

SECTION 4

PROFORMA OF SCHEDULES

SCHEDULE ‘A’

Schedule of quantities ( As per Bill of Quantities attached) (BOQ to be attached with Financial

Bid)

SCHEDULE ‘B’ - Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)

- Not Applicable -

SCHEDULE ‘C’ - Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract).

- Not Applicable -

SCHEDULE ‘D’

Extra schedule for specific requirements/documents for the work, if any.

- Not Applicable –

S.No Description of items Quantity Rates in Figures & words at which the material will be charged to the contractor

Place of Issue

1 2 3 4 5

S.No Description Hire charges per day Place of Issue 1 2 3 4

Page 62: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

60

SCHEDULE ‘E’ -Schedule of components of Cement, Steel, other materials, POL, Labour etc. for price escalation. (Refer Clause 10CC of Clauses of Contract).

CLAUSE 10 CC - Not Applicable

Component of Bitumen (Xb)

expressed as percent of total value of work

Component of other materials (XM) (except cement & steel)

expressed as per cent of total value of work

Component of labour (Y)

expressed as percent of total value of work

Component of P.O.L (Z)

expressed as percent of total value of work

Total

SCHEDULE ‘F’

Reference to General Conditions of Contract Name of Work : Supply, Installation, Testing and Commissioning (S/I/T/C) of Airfield Ground Lighting System including Simple Approach and CAT-I at Kushinagar International Airport, (U.P). Estimated cost of work: Rs. 5,73,25,566/- (Rupees Five Crores Seventy Three Lakhs Twenty Five

Thousand Five Hundred Sixty Six only) Earnest money : Rs. 5.74 Lakhs (Rupees Five Lakhs Seventy Four Thousand only)

Performance Guarantee (Ref. Clause 1) 5% of Tendered value.

Security Deposit: (Refer clause 1A) 5% of Tendered value

Notice Inviting Tender and Instruction to Tenderers

Officer inviting tender : GGM(AP), RITES Limited CONDITIONS OF CONTRACT Definitions 2 (iv) Employer Directorate of Civil Aviation, Govt. of Uttar Pradesh

2(v) Engineer-in-Charge GGM (AP) / RITES Ltd.

2(vii) Accepting Authority GGM (AP) / RITES Ltd.

Page 63: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

61

2(ix) Percentage on cost of materials and labour to cover all overheads and profits. 15%

2(x) Standard Schedule of Rates Market rate as on date and CPWD DSR 2016 (to be modified as per requirement and as applicable) 2(xiii) Date of commencement of work 15 days from the date of issue of LOA or the first

date of handing over of site whichever is later

9 (a) (ii) General Conditions of Contract RITES General conditions of Contract December 2015 Edition as modified & corrected upto date C.S No. --------------------------------- dated: ---------------------------

CLAUSES OF CONTRACT

Clause 1 1 (i) Time allowed for submission of

P.G. from the date of issue of Letter of Acceptance, subject 15 days. to maximum of 15 days

Maximum allowable extension beyond the period provided in (i) above subject to a maximum of 07 days. 7 days

Clause 2

Authority for fixing compensation under Clause 2 GGM (AP) / RITES LTD.

Clause 2A

Whether Clause 2A shall be applicable YES/NO

Clause 5 5.1 (a) Time allowed for execution of work 09 months from the date of start

Date of start 15 days from the date of issue of Letter of Acceptance or the first date of handing over of site whichever is later.

Page 64: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

62

5.1 (b) TABLE OF MILESTONE(S)

S.No Description of Milestone (Physical)

Time allowed in days (from date of start)

Amount to be withheld in case of non achievement of

milestone 1 1/8th (of the whole work) 1/4th (of the whole work) In the event of not achieving the

necessary progress as assessed from the running payments, 1% of the tendered value of work will be withheld for failure of each milestone.

2 3/8th (of the whole work) 1/2 (of the whole work) 3 3/4th (of the whole work) 3/4th (of the whole work)

4 Full Full

Clause 5A

Shifting of stipulated date of completion Competent Authority GGM (AP) / RITES Ltd

Clause 6 Whether Clause 6 or 6A applicable 6*/6A*

Clause 7

Gross work to be done together with net payment/ adjustment of advances for material collected, if any, since the last such payment for Rs. 50.00 lakhs being eligible to interim payment

Clause 10A

i) Whether Material Testing Laboratory is to be provided at site. YES/NO

ii) If “YES” list of equipments to be provided NA

Clause 10 B Whether Clause 10 B (ii) to (v) applicable Clause 10B (ii),10B (iv),10 B

(v) is applicable Clause 10 CC Whether Clause 10CC applicable YES / NO Clause 11

Specifications to be followed for execution For CPWD DSR Items:- of work CIVIL WORKS

CPWD Specifications 2009 Vol. I & II.

Page 65: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

63

ELECTRICAL WORKS CPWD General Specifications

Part I Internal 2013 Part II External 1994 Part III Lifts & Escalators 2003 Part IV Substations 2013 Part V Wet Riser Part VI Sprinkler System 2006

Part VII DG Sets 2013 For Non DSR Items and items of Specialised nature in Railway Works etc.

Technical Specifications under Section No. 5.

Clause 12 Clause 12.2 Deviation Limit beyond which i) For Non-foundation items. 12.3 & 12.5 Clauses 12.2, 12.3 & 12.5 shall Plus 25% apply Minus No limit

ii) For Foundation Items Plus 100% Minus No limit

Note: For Earthwork, individual classification quantity can vary to any extent but overall Deviation Limits will be as above.

12.5 Definition of Foundation item if other than that described in clause 12.5 ___NA___________________

Clause 16 Competent Authority for deciding reduced rates GGM (AP) / RITES Ltd Clause 17 Maintenance Period 12 Months

Clause 18 List of mandatory machinery, tools & plants to be deployed by the Contractor at site:- NOT Applicable Clause 25 25 (i) Appellate Authority - ED (B&A), RITES Ltd

Appointing Authority - ED (B&A), RITES Ltd

Whether Clause 31A or 32 is applicable 31A* / 32* is applicable

Page 66: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

64

Clause 36 (i) & (iii) Minimum Qualifications & Experience required and Discipline to which should belong

Clause 36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy Technical Representative

Designation Rate of Recovery per month (in Rs.) for non-deployment Principal Technical Representative

30,000.00

Engineer (Degree Holder) 20,000.00 Engineer (Diploma Holder) 20,000.00

Clause 42

i) (a) Schedule/statement for determining DSR 2016 theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD

ii) Variations permissible on theoretical quantities

a) Cement i. for works with estimated cost 3% plus / minus

put to tender not more than Rs.5 lakhs ii. for works with estimated cost put to 2% plus / minus

tender more than Rs.5 lakhs b) Bitumen for All Works 2.5% plus only & nil on minus side c) Steel Reinforcement and structural 2% plus / minus

steel sections for each diameter, section and category

d) All other materials Nil

Designation Minimum Qualification

Minimum Working experience (Years)

Discipline Number

Principal Technical Representative

Graduate 5 Electrical/ Electronics

1

Project Planning /Site/Billing Engineer

Graduate or Diploma

Nil / 5 years

Electrical/ Electronics

2 or 2

Page 67: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

65

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Clause 46 Clause 46.10 Details of temporary accommodation including number of rooms and their sizes as well as furniture to be made Two rooms of total area 25sqm with toilet available by the Contractor And pantry and seating for 2 officers. Whether Clause 46.11.1A applicable YES /NO Whether Clause 46.13A applicable YES / NO Clause 46.17 New Delhi City of Jurisdiction of Court Clause 47.2.1 Rs. 10.00 Lakhs per occurrence with the number Sum for which Third Party Insurance of occurrences limited to four. to be obtained. Clause 55 Whether clause 55 shall be applicable. YES/ NO If yes, time allowed for completion of sample floor/unit. -N.A-

Sl. No.

Description of Item Rates in figures and words at which recovery shall be made from the Contractor

Excess beyond permissible variation

Less use beyond the permissible variation

1 Cement

NOT APPLICABLE 2 Steel

reinforcement 3 Structural Sections 4 Bitumen issued free

5 Bitumen issued at stipulated fixed price

Page 68: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

66

BLANK PAGE

Page 69: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

67

SECTION 5

TECHNICAL SPECIFICATIONS

STANDARD SPECIFICATIONS ISSUED BY CPWD 1.1 Civil Engineering Works CPWD Specification 2009 Vol. I & II with upto date correction slips. These Specifications

have replaced CPWD Specifications 1996 along with Correction Slips issued on them. These Specifications cover all types of Building Works. The specifications are available as a printed document issued by CPWD and also in soft copy PDF Format in CPWD website.

1.2 Electrical Engineering Works Part No. Description Year of issue I Internal 2013

II External 1994 III Lifts and Escalators 2013

IV Sub Stations 2013 V Wet Riser and Sprinkler Systems 2006 VI Heating, Ventilations & Air Conditioning Works 2004 VII D.G.Sets 2013 VIII Gas based Fire extinguishing system 2013 The above documents are available as Priced Document issued by CPWD and in soft copy PDF

Format in CPWD website.

International Civil Aviation Organization (ICAO) Annexure-14 with latest edition. International Civil Aviation Organization (ICAO) Annexure-10 with latest edition.

2.0 STANDARD SPECIFICATIONS ISSUED BY MINISTRY OF SURFACE

TRANSPORT

Specifications for Road and Bridge works (Fourth Revision) August 2001 have been published by Indian Road Congress as a priced document. These Specification cover exhaustively various Road and Bridge works.

3.0 STANDARD SPECIFICATIONS ISSUED BY INDIAN RAILWAYS

Railway Board vide their letter No. 2009/LMD/01/03 dated 14/01/2010 have advised that they have approved issue of “Indian Railways Unified Standard Specifications or Materials and works with corresponding Indian Railways Unified Standard Schedule of items (for rates of Materials and works)”. These documents are to be published by Northern Railway on behalf of Railway Board after the Zonal Railways have made out “Schedule of Rates” as applicable to

Page 70: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

68

them based on “Standard Analysis of Rates of items”. These Specification however cover only Building and Road works generally on the lines of CPWD and Ministry of Surface Transport. They do not cover Track works which are governed by Manuals and RDSO/Indian Railway Specifications. Pending publication of Unified Standard Specifications, the specifications issued by the zonal Railways will be applicable.

Special Notes: (1) The bidder firm shall posses the required tools, plants, skilled manpower, etc. required for

execution of the subject scope of work in the tender at each site.

(2) The Contractor shall supply ISI marked material as per any of the makes or brands indicated above. In case the firm is not manufacturing ISI marked material for any of the brands, first quality material shall be accepted. The samples of the material shall in either case have to be got approved from the Engineer-in-Charge.

(3) Material where no make/brand has been mentioned, ISI marked shall be submitted by the

Contractor for approval of Engineer-in-Charge. For those class of materials, where no firms exist with ISI approval, sample of the first quality material of the firm shall be submitted for the approval of the Engineer-in-charge.

(4) Only materials of approved brand/make/manufacturers as mentioned above or as specified else

where in these specifications/bill of quantities shall be used in the work. Samples of these makes/brands/manufacturers for each material shall be submitted by the contractor to the Engineer-in-Charge for the approval well before the requirement of actual procurement and only the material as per sample approved by the Engineer-in-Charge shall be procured for use in the work.

(5) Any variation from the above mentioned makes/brands will require specific approval of the

Engineer-in-Charge.

ORDER OF PRECEDENCE

If any discrepancy is noticed between these special conditions of Contract, specifications, Schedule of Quantities and drawings, the most stringent of the above shall apply.

WORKING DRAWINGS

Any subsequent drawings which are issued from time to time shall also form part of the contract. The working drawings are for guidance of the contractor, who shall submit Shop drawings for approval prior to commencement of any works.

SCOPE OF WORK

The Contractor shall carry out and complete the said work under this contract in every respect in conformity with the current rules and regulations of the local electricity Supply authority, Department of Electrical Safety (State Administration), state government/national building code/Central government/or any other statuary bodies and with the directions of and to the

Page 71: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

69

satisfaction of the Engineer In charge. The Contractor shall furnish all labour, supply and install all materials, appliances, equipments necessary for the complete provision and testing of the whole Installation as specified herein and shown on the drawings . This also includes any material, appliances, equipment not specifically mentioned herein or noted on the drawings as being furnished or installed but which are necessary and customary to make complete installation functional. The work shall include all incidental jobs connected with successful commissioning of the system.

AS BUILT DRAWINGS

At the completion of the work and before issuance of certificate of virtual completion, the Contractor shall submit to the Engineer In-charge layout drawings drawn at approved scale indicating the complete system “As installed”.

SHOP DRAWINGS

The contractor shall prepare and furnish Shop Drawings in quadruplicate at no extra cost for approval by the Engineer In-charge before commencing installation, manufacture of the equipment & all other works. Such shop drawings shall be based on the Consultants / Architect’s drawings and requirements laid down in the specifications. The manufacturing of equipment shall be commenced only after the shop drawings are approved in writing by the Engineer In charge. Such drawings shall be co-ordinated with all disciplines of work.

FEES PERMITS & TESTS

The Contractor shall obtain and pay for any fees and permits required for the installation of the work and obtaining certificates & approvals. On Completion of the work, the Contractor shall obtain and deliver to the Engineer In-charge, certificates of final inspection & any other State statuary authority. All the incidental & liasoning charges what-so-ever shall be borne by the contractor and are deemed to be included in the quoted prices. The Engineer In-charge shall have full powers to require the materials or work to be tested by an independent agency at the Contractor’s expense in order to prove their soundness and adequacy. The contractor shall assist Owner in arranging all necessary local, provincial or national government permits and shall make arrangements for inspection and tests required thereby. Pre delivery factory inspection (at the manufacturer’s place) of the materials and equipments are necessary prior to dispatch of the materials/equipments. The contractor shall include all charges in their prices for samples, testing & inspection of materials at the works of manufacturer. The contractor’s rates shall be deemed to include all such expenditures & cost for two persons. The contractor shall also arrange all the test certificates & results & submit to the Engineer In-charges in original with the four sets of photo copies along with catalogue & Manuals.

CODES SPECIFICATIONS, EQUIPMENTS

The Contractor shall also keep and maintain a copy of all relevant IS codes (latest edition) and other standard and make it available to the Owner /Engineer In-charge as and when required.

Page 72: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

70

The Contractor shall keep and maintain the necessary equipments for measuring and testing the quality of works and make it available to Engineer In-charge, as and when required.

ENGINEER/ FOREMAN

The Contractor shall employ a competent, licensed, qualified full time engineer to direct the work of installations in accordance with the drawings & specifications. The engineer shall be available at site at all times to receive instructions from the Engineer-in charge in any day to day activities throughout the duration of the contract. The engineer shall correlate the progress of work in conjunction with all relevant requirements. The skilled workers employed for the work should have requisite qualifications and should posses competency certificate.

(B) SPECIAL SPECIFICATIONS (NOT COVERED BY ANY STANDARD

SPECIFICATIONS) Airfield Ground Lighting System including Simple Approach and CAT - I

A. SPECIFICATION FOR FIXED FOCUS BI-DIRECTIONAL HIGH INTESITY RUNWAY EDGE LIGHT FIXTURES.

1. Forward

1.1 This standard is intended to deal with specific requirement of fixed focus bi-directional high intensity runway edge light fixture. The standard has been developed with a view to ensure good design, high quality workmanship and test procedures so that the fixtures provide reliable service in actual field application.

1.2 This standard would apply to high intensity runway edge light installations suitable for Cat-I weather conditions.

1.3 In preparing this standard the assistance has been derived from the following:

i) Aerodrome annexure - 14 of International Civil Aviation Organisation - Latest Edition.

ii) Federal Aviation Administration, specifications and standards L-862 (U.S.A.) iii) Indian Standard specification for elevated type aerodrome light fittings Part – I -

General requirements IS:7785 (Part-I) 1975 iv) Indian Standard - General & safety requirements for electric lighting fittings IS:1913

– 1969

2. Standard

2.1 This standard covers the detailed requirement for fixed focus bidirectional runway edge light fixtures.

Page 73: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

71

2.2 Terminology: For purpose of this standard, definition and terminology as indicated in annexure 14 of ICAO and IS:7785 (Part-I) 1975 shall apply.

3. Conditions of use

3.1 General: In addition to other conditions detailed hereunder the runway light fixture shall be designed to withstand blast effects from Jet Engines including wind velocity to the extend they are likely to be encountered on the runway.

3.2 Circuitry: The fittings shall be suitable for use on a constant current series system 6.6 amps. AC (secondary rating)

3.3 The runway light fixtures shall be capable of withstanding continuous outdoor operation under normal weather conditions ranging from -15 deg.C to +55 deg.C, the effect of blowing dust, sand, heavy rain and snow, With the unit operating at continuous full brilliancy and under maximum ambient conditions of temperature no part of the light fixture will deteriorate or get damaged.

3.4 Relative humidity: Upto 100% including conditions where condensation takes place in the form of both water and frost.

4. Design requirement & constructional features

4.1 Runway light fixtures shall be fixed focus bi-directional high intensity type for use in CAT-l lighting system. The photometric performance shall comply with ICAO Annex.- 14.

4.2 The light fixtures shall consist essentially of an optical system, a lamp holder mounted in a suitable housing, connecting leads, mounting assembly and base plate for installing the unit securely in place. The lamp holder should be suitable for bi-pin type halogen lamp. The runway light fixture shall be furnished complete and ready for installation on a mounting base.

4.3 Optical system 4.3.1 The optical system shall consist of a glass lens assembly or combination of lenses and

may include reflectors, filters and shields. This assembly must be easily removed and replaced and must retain its correct alignment on replacing. The lens shall not melt, deform, crack, blister, bubble or get affected in any manner for colour characteristics under normal operations under the conditions of use specified.

4.3.2 The lens shall be made of heat resistant glass and shall be capable of withstanding continued atmospheric action including the thermal stresses without deterioration in the photometric performance of the fixtures. The lens shall be suitably clamped to the housing with a gasketted joint. The lens should be capable of replacement in the field without the use of special tools.

4.3.3 Means shall be provided for clamping of coloured filters inside the lens. Filters wherever asked for in respect of fixtures covered in this standard shall be made from heat resistant glass. Reflectors, if used, shall be aluminum with a specular finish similar and equal to "ALZAK" Chromatically and other colour requirement shall comply

Page 74: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

72

with— colours for Aeronautical Ground Lights of Appendix-I Fourth edition July 2004 of Annexure 14 to ICAO with upto date amendments.

4.4 Lamp: The lamp used shall be for 200W bi-pin type 6.6A, Halogen lamps, the minimum rated life should be 1200 hrs. giving not less than 4800 lumen.

4.5 Lamp holder: The lamp holder shall be medium prefocus, base with a good ceramic housing with a current rating of not less than 10 Amps at 500 Volts. All electrical conducting parts shall be made of corrosion resistant, high conductivity materials.

4.6 Housing: All metal parts of the housing shall be fabricated from aluminum alloy of type A-5 or A-6 conforming to IS:617 as amended upto date. Copper bearing hardware in contact with aluminium shall be either nickel or zinc plated. A means for drainage shall be provided in the bottom of housing to drain water. Suitable means shall be provided for holding the lens and reflector assembly securely in place on the metal housing. A continuous metal band fitted either with a trunk latch or acceptable substitute to assure a positive holding of the lens assembly shall be provided. The fitting shall include a means for leveling the optical system when mounted on the central column.The leveling adjustment shall be accessible from above with lens removed. Where an asymmetrical, lens is used means shall be provided to indicate correct orientation with respect to runway centre line. The housing shall support the lens and lamps so that they are tilted downward towards the runway side after the assembly has been levelled to achieve the toe-in-angle and elevation setting angle. Where lens / reflector assembly is removed for relamping, it shall be keyed for correct orientation. Sighting device shall be included on each unit to check alignment of optical system with respect to adjacent units when installed in place. The unit shall be designed to require no special tools for re-lamping or for cleaning purposes.

4.7 Mounting assembly: 4.7.1 The mounting assembly shall consist of a breakable coupling and a base plate as

required. The overall height of the unit mounted in place shall not exceed 350mm above ground levele All parts of the mounting assembly shall be made of non-ferrous metal or ferrous metal protected against corrosion.

4.7.2 The breakable coupling shall be firmly secured to the base plate. The coupling shall have a shearing groove produced by securing, moulding etc. which will withstand a static load of 1400N with less than 15mm deflection when the load is applied perpendicular to the axis of the coupling at a point 300mm above the shearing groove. The coupling shall break clearly at the groove, when a static load of 2500N is applied at the same point. The breakable coupling shall also be provided with one or more drainage holes near the sheering groove.

4.7.3 The base plate or the metal stake of the fittings shall be designed to receive the breakable coupling, These shall be designed such that when assembled to the breakable coupling, the shearing groove on the coupling shall be not more than 30mm above the top of the base plate / metal stake.

4.7.4 A heat resistant rubber / neoprene gasket tor the base plate shall be supplied to obtain a water tight seal with the base over plate. This gasket shall have a minimum thickness of 3.17 mm.

4.8 Leads: A connecting lead assembly shall be supplied to make connection between the socket and receptacle to source of supply. This lead shall consist of an approximate length of 30 cm, two core of single conductor 2.5 Sqmm standard copper conductors

Page 75: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

73

with PVC sheathed of 600/660V grade conforming to IS-434-Part-1 1964, wire terminated in a plug. A cable clamp or similar device shall be fitted with fixture to prevent strain at the lead connection terminals.

4.9 Gaskets: The gasket material between the material and the metal part of the housing and glass shall be such that it is watertight and heat resistant and it shall withstand temperature of 90 deg.C without damage, Wherever the base flange is used with the gasket it shall be such that it has a minimum thickness of 3mm and provides a water tight joint.

4.10 Fastners: All fasteners shall be suitably protected against corrosion by cadmium plating.

4.11 Painting: Paint for the finish shall be of high quality enamel suitable for the drying process used. The colour shall •be golden yellow (no.356 of IS:5-1961). Paint for the primer coat shall be suitable for the metal treatment involved. The paint finish shall be resistant to heat from the lamp and weathering.

5 Testing: The light fixtures assembly shall be tested in accordance with the tests detailed below:

5.1 Type tests : The under mentioned type tests shall be carried out for initial approval of

the fixtures and shall hold good until a change is made in the design of any components or other assembly techniques.

5.1.1 The optical performance of the light fixtures shall be achieved with type of lamp for which the unit is designed. The lamp shall operate at its rated current for a period of at least 15 minutes before the measurements are made. The photometric readings shall be taken for horizontal as well as vertical distribution of light at 1 deg. interval and shall not be less than values indicated as per ICAO.

5.1.2 Test for Resistance to Heat

5.1.2.1 The light fittings (fitted with lens) shall be operated with lamp of maximum wattage to be used for which it is designed in still air at 270 ± 5 0C. for one hour, after which the fitting shall, if practicable, be immediately immersed in water at a temperature of 10OC if immersion is not practicable then they shall be sprayed with water at a temperature of 100 C in a manner simulating rain fall at a rate equivalent to 125mm of rain per hour for a period of atleast one minute. Any breakage or cracking of the lens shall be a cause for rejection.

5.1.2.2 The fittings shall be operated at full output in an ambient temperature of 500 C. for a period of 24 hours. At the completion of these tests the fixture shall be thoroughly inspected. Any visible deterioration or deformation shall be the cause for rejection.

5.1.3 Test for temperature shock: The lens / filters of the fittings shall be heated in an oven to a temperature of 100 ± 20C. for one hour. They shall then be immediately immersed in water at a temperature of 0±50C. Any cracking or other failure shall be the cause for rejection.

5.1.4 Test for temperature rise: The test for temperature rise shall be conducted in accordance with relevant IS. The temperature at any point of the holder shall not exceed 2000C. After this test, insulation resistance shall be measured.

Page 76: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

74

5.1.5 Rain proof test: This test shall be conducted in accordance with relevant IS which is applicable for rain proof class of light fittings.

5.1.6 Insulation resistance (dry test). This test shall be conducted in accordance with relevant IS.

5.1.7 High voltage test: This test shall be conducted in accordance with relevant IS. 5.1.8 Test for mechanical strength: 5.1.8.1 For lead: The plug connected to the socket shall not show any evidence of

separation when subject to a static pull load of 50 N. 5.1.8.2 For breakable couplings: This test shall be performed with the couplings secured

tightly in a base plate which has been bolted rigidly. Insert in the breakable couplings 400mm length of aluminium rod suitably turned down at one end to fit tightly in the breakable couplings. The load shall be applied at not more than 250N per minute until the coupling breaks. The average breaking strength after conducting tests of atleast 5 coupling shall not exceed 2500N.

5.2 Routine test: Each fixture shall be required to undergo the following routine tests successfully before leaving the manufacturer's work.

5.2.1 Photometric test: In this photometric test intensity measurement will be made.

a) At horizontal angles of +6.5 deg. from the centre line axis with a vertical elevation angle of 4 deg. and

b) At 4 deg. vertical and 0 deg. horizontal. 5.2.2 Insulation test: The Insulation resistance of the fixture assembly shall be measured with

the 500 volts insulation megger and the value should correspond to that given in para 5. 1.6.

5.3 Acceptance test : Following test shall comprise acceptance test

a) Visual examination. b) Rain proof test c) HV test. d) Insulation resistance test.

B. Threshold and runway end lights (Inset type)

1 General comments

Description The following section describes all aspects related to the supply of high intensity threshold and runway end lights, in compliance with the specifications. Applicable regulations The ruling standards in this section are: ICAO – International Civil Aviation Organization, Annex 14 Aerodromes, Volume I, Aerodrome Design and Operations, 5th edition, July 2009. FAA – Federal Aviation Administration (L-850 D) AC 150/5345-46 A: Specifications for runway and taxiway lighting fixtures, July 6th1984.

Page 77: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

75

Product General The lights will be either unidirectional or bidirectional semi flush inset fixtures. The semi flush inset fixtures will be designed and manufactured in forged aluminum alloy of 12” outer diameter. The protrusion above the surrounding pavement will be less than 12.7 mm.

Structural Characteristics The threshold lights will be unidirectional showing green. The threshold/runway end lights will be bidirectional showing green (threshold) and red (runway end). The threshold and runway end fixtures are designed for a runway width up to 60m, giving an elevation angle of 5.5 degrees and a toe-in of 3.5 degrees for the green lights and an elevation angle of 2.5 degrees with no toe-in for the red lights. The toe-in will be realized in the optical assembly and will not require a shifted installation of the bases. The lamps to be installed will be of the prefocus 6.6A halogen type with a power of not more than 105W with an average life cycle of not less than 1000 hours at nominal intensity. If more than one lamp is used in an inset fixture, extra devices will protect each of the in series connected lamps and prevent the whole unit from failing in case one lamp breaks down. The series isolating transformers will be compatible with the load of the selected lamps. The mounting assembly will be supplied with a leveling device to regulate the horizontal and vertical position of the light units, marked with increments of one degree.

Light Distribution The light fixtures will be so designed to give a light distribution into one direction. The light characteristics will be in compliance with the requirements specified in ICAO Annex 14, Appendix 2. This appendix indicates that the average intensity should not be less than 10,000 cd for green light in the main beam with the following dimensions or coverage: Horizontal: from -5.5° to +5.5° Vertical: from 1° to 10° and not less than 2500 cd for red light with beam coverage: Horizontal: from -6° to +6° Vertical: from + 0.25° to 4.75° Moreover will the ratio between the point of highest intensity in the main beam and the point of lowest intensity not be higher than 3. The ratio between the average intensity of the main beam of a threshold/runway end light and the average intensity of the main beam of a runway edge light will be 1.0 to 1.5 for green light and 0.25 to 0.5 for red light.

Page 78: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

76

Mounting:- The semi flush inset light fixtures will be installed in willow 12” bases of a depth of not more than 150 mm. The transformers will be placed in CI Boxes installed at both sides of the threshold. The fixtures will be installed according to the procedures detailed in the last version of the installation manual of the fixtures’ supplier.

C. Taxiway/Apron/Turning pad edge elevated lights

General comments Description The following section describes all aspects related to the supply of taxiway edge elevated lights, in compliance with the specifications. Applicable Regulations The ruling standards in this section are: ICAO – International Civil Aviation Organization, Annex-14 Aerodromes, Volume I, Aerodrome Design and Operations, fourth edition, July 2004. FAA – Federal Aviation Administration – L861T AC 150/5345-46 B: Specifications for runway and taxiway lighting fixtures, September 1st 1998. FAA – Federal Aviation Administration Engineering Brief No 67: Light sources other than incandescent and xenon for airport and obstruction lighting fixtures, November 4th 2004.

Products General The light unit will be omni directional elevated type. The fixtures will be designed and manufactured primarily in die-cast aluminum alloy. Structural Characteristics The fixture will contain the following subassemblies: - A breakable coupling of die-cast aluminum alloy with the lower part threaded (2” 11 TPI) to be mounted onto a conduit elbow. - A piece of 1" EMT tube. - A body with leveling screws to adjust the horizontal and vertical positions of the units. - A blue optical rod in synthetic material, externally smooth. - A single blue LED with an expected life of not less than 100,000 hours at nominal intensity. - A power adaptor feeding the LED with the required current from the secondary of the isolation transformer. The power adaptor will be internal to the light: external adaptors will be forbidden. - A heat-resistant supply cable moulded with a 2-pole plug in accordance with the specification FAA L-823 fig. 5. The fixture will be compact, aerodynamic and give optimal resistance to engine jet blast; its height will not exceed 356 mm above the ground level and its weight will not exceed 2.3 kg.

Page 79: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

77

The overall power consumption at 6.6A will not be higher than 8.5W. The installation of the fixture onto the base plate or conduit elbow will not require the complete body to be turned and so avoid the supply cable to be twisted. Photometric performances The omni directional light units will be designed to provide a light distribution in all directions. The light characteristics will be in compliance with the requirements of the FAA L-861T specification. This specification indicates that the average intensity in the main beam should not be less than 2 cd in blue light for the following main beam coverage: Horizontal: 360° Vertical opening: from 0° to 10° and not less than 0.2 cd in blue light for a vertical opening of 0° to 30° degrees. Mounting The fixtures will be installed in accordance with the last version of the installation manual of the supplier of the equipment.

D. High intensity runway edge inset lights

General comments Description The following section describes all aspects related to the supply of high intensity touchdown zone lights, in compliance with the specifications. Applicable Regulations The ruling standards in this section are: ICAO – International Civil Aviation Organization, Annex 14 Aerodromes, Volume I, Aerodrome Design and Operations, latest edition. FAA - Federal Aviation Administration L-850 C AC 150/5345-46 A: Specifications for runway and taxiway lighting fixtures, July 6th 1984. Product General The lights will be bidirectional semi flush inset fixtures. The fixtures will be designed and manufactured in forged aluminum alloy of 12” outer diameter. The protrusion above the surrounding pavement will be less than 12.7 mm. Structural Characteristics The runway edge lights will be bidirectional colored white/white or white/yellow. The yellow color is obtained through a yellow filter with a transmission factor of not less than 45%.

Page 80: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

78

The light fixtures will present a left or right toe-in of 4.5°. This toe-in will be realized in the optical assembly and will not require the shifted installation of the light base. Lamps will be prefocus halogen 6.6A with power of not more than 105W with an expected life of not less than 1000 hours at nominal intensity. If more than one lamp is used in an inset fixture, extra devices will protect each of the in series connected lamps and prevent the whole unit from failing in case one lamp breaks down. The series isolating transformers will be compatible with the load of the selected lamps. The mounting assembly will be supplied with a leveling device to regulate the horizontal and vertical position of the light units, marked with increments of one degree. Photometric performances The bidirectional light units will be designed to provide a light distribution into two directions. The light characteristics will be in compliance with the requirements of ICAO Annex 14, Appendix 2 for runways of width up to 60 m. This appendix indicates that the average intensity in the main beam will not be less than 10,000 cd for white light for the following main beam coverage: Horizontal: from -6.5° to 6.5° Vertical: from 0° to 7° and not less than 2,500 cd for yellow light with the same beam dimensions. The runway edge fixtures are designed for a runway width up to 60m, resulting in an elevation angle of 5.5 degrees.

Mounting The semi flush inset light fixtures will be installed in willow 12” bases of a depth of not more than 150 mm. The transformers will be placed in concrete pits installed at both sides of the runway. The fixtures will be installed according to the procedures detailed in the last version of the installation manual of the supplier of the fixtures.

E. LIGHTED WIND CONE General comments Description This specification describes all aspects related to the supply of wind cones, in accordance with the specifications. The configuration of the wind cones will be in compliance with ICAO, art.5.1.1.

Applicable Regulations The ruling standards in this section are: ICAO – International Civil Aviation Organization, Annex 14 Aerodromes, Volume I, Aerodrome Design and Operations, fourth edition, July 2004.

Page 81: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

79

Product General The wind cone will be orange color and be provided with an external lighting system as well as an obstruction light. Structural Characteristics The wind cone assembly will consist of: - A nylon fabric wind sock 3.6 m long and with a diameter of 0.9 m, colored aviation orange and coated for resistance to humidity. - A collapsible aluminum frame to hold the sock open even under no wind conditions. - Sealed hanger bearings with cover to protect against dirt and moisture - a mast of 6 m high - the wind cone will be illuminated externally through 5 lamps of not more than 150W in parallel supply 220V. - an L-810 obstruction light

Mounting The wind cone will be mounted through a fixing system to the concrete slab.

F. ISOLATING TRANSFORMERS

General comments Description The following specification describes all aspects related to the supply of series isolating transformers for airfield lighting circuits.

Applicable Regulations The ruling standards in this section are: ICAO – International Civil Aviation Organization, Aerodrome Design Manual, Part 5, Document 9157, fourth edition, July 2004. FAA – Federal Aviation Administration – L830 AC 150/5345-47. Product General The isolating transformer will be in compliance with the applicable regulations and will be designed and manufactured to be directly installed in concrete pits. It will be completely sealed encapsulation, designed for connection onto a series circuit of 6.6/6.6 A. 5 kV, 50 Hz. The power rating of the transformers will be defined by the lamps of the fixtures of the different systems for approach, runway edge, threshold, runway end, touchdown zone, runway centreline, taxiway edge, taxiway centreline, etc. The transformers will be designed for a continuous operation not restricted in time, at full load, short circuit or open circuit, and for a temperature range of 0°C to 65°C.

Page 82: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

80

They will have molded plugs and receptacles, one-pole for primary 5 kV connections and 2-pole for secondary 600V connections, according to FAA L-823.

An earthing terminal will be foreseen to ensure the safety of the personnel.

G. CONSTANT CURRENT REGULATORS

Scope The following specification describes aspects related to the supply of constant current regulators for use with airfield lighting equipment.

General comments The constant current regulators (CCR) will be microprocessor based device and will be regulated by solid-state microprocessor components, with 5 fixed output current brightness levels. Brightness level setting would be available through local control. The CCR will have a frontal display panel with a drum selector of multiple positions to select shutdown and local control of the brightness step. The whole unit will be tropicalised, resistant to insects and dust and will be designed for an indoor installation and a continuous use in an ambient temperature range of 0°C to +55°C and up to 100% relative humidity. The regulators will be in compliance with FAA specification L-829, AC 150/5345-10E and a door lock will be provided. Each regulator will be provided with an electronically controlled soft start procedure. Lamp fault and earth fault detection will be included into the CCR units.

Type The following specifications will prevail: - Nominal Power rating (in kW) - Nominal Output current (6.6 A.) - Primary power supply (input voltage) 220 V. - Frequency (50 Hz) - Operating voltage (5000 V) - Automatic compensation for input voltage variations from –15% to 15%. - Efficiency of 90 to 92% - Primary Power Factor not less than 0.95. Power supply The regulators will operate with a nominal input voltage of 220V or 380V. The CCR will maintain the level of output current for an input voltage variation of –5% to 10% from the nominal value and for any load going from idle to full load. The requirements of efficiency and testing should be in compliance with the FAA specification AC 150/5345-10E.

Page 83: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

81

Local control of brightness level

The regulators will be designed for local control. The local control commands will be positioned at the front side of the regulator and will be of easy manipulation by the operator. At least the following back-indication signals will be generated by the CCR: - Normal Operation - Shutdown due to open circuit - Shutdown due to overload - Difference between real and preset brightness level - Local or remote control indication - Asymmetric output current - Capacitive output current - Lamp Fault indication (LFD) - Earth Fault indication (EFD)

Lightning arrestors and series cut-out

Lightning arrestors will be installed at the output terminals of the regulators to prevent from damage by electric thunderstorms. The lightning arrestor will be earthed and will be mounted into the regulator housing. Cable entries The regulators will be provided with compression bushings for the cable entries (supply cable, series circuit cables and the remote control cables), with separate terminal racks for the earthing cables and terminals for each conductor. The compression bushings will be situated at the lower part and on the side panel of the regulator. Back indications Positive status back indication signals will be provided for all output circuits. Testing All regulators will be factory tested before being shipped. Copies of all test records will be provided and will show compliance with the specifications, After its installation and before its acceptance, each regulator will be tested in accordance to the specified conditions. The tests will include all required measurements, but in any case will the read values show that the output current value is compliant to the established specifications for all load conditions.

Related and applicable specifications ICAO Specifications, Aerodrome Design Manual, Part 5; Electrical System,1983.

Page 84: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

82

FAA Specifications: L-829AC 150/5345-10E Specifications for constant current regulators and monitoring.

H. SPECIFICATION FOR ELEVATED HIGH INTENSITY APPROACH LIGHT

FIXTURES

1. FORWARD:

1.1 This standard is intended to deal with specific requirement of fixed focus unidirectional high intensity runway approach light fixture. The standard has been developed with a view to ensure good design, high quality workmanship and test procedures so that the fixtures provide reliable service in actual field application.

1.2 This standard would apply to high intensity approach light in simple approach category - I system.

1.3 Applicable specifications:

1.3.1 Aerodrome Annex. — 14 of International Civil Aviation Organization — latest edition. 1.3.2 Federal Aviation Administration specification 1.3.3 Aerodrome Design manual 4 & 5 1.4 Standard: 1.4.1 This standard cover the detailed requirement for fixed focus high intensity

unidirectional approach light fixtures. 1.5 Terminology: For purposes of this standard, definitions and terminology as indicated in

annexure — 14 of ICAO. 1.6 Conditions of Use 1.6.1 General: In addition to the conditions detailed hereunder the runway approach light

fixture shall be designed to withstand blast effects from Jet Engines including wind velocities to the extent they are likely to be encountered in approach path.

1.6.2 Circuitry: The fittings shall be suitable for use on constant current series system 6.6 amps AC (secondary rating).

1.6.3 The approach light fixtures shall be capable to withstanding continuous outdoor operation under normal weather conditions ranging from — 15 degree C to + 55 degree C, the effect of blow test sand, heavy rain and snow.

1.6.4 Relative Humidity: Upto 100% including conditions where condensation takes place in form of both water and frost.

1.7 Design requirement & constructional features: 1.7.1 The approach light fixture shall be fixed focus high intensity uni-directional type for use

in approach lighting systems. The photometric performance shall comply with annex.14.

1.7.2 The fixture would comprise of a reflector assembly, a gallery and a mountings assembly. The reflector shall be spun from an aluminium sheet which allows high quality finish and high specular reflectivity. The gallery shall be an aluminium / light alloy casting and would accommodate a medium pre-focus/halogen lamp holder. Means shall be provided for securely attaching the reflector assembly on to the gallery and the joint between the two shall be through a suitable gasket arrangement or alternative means should be provided to render the same leak proof. Suitable means shall also be provided for entry of the cable.

Page 85: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

83

1.7.3 The mounting assembly shall include means for adjustment of the beam both in horizontal and vertical planes.

The mounting assembly shall be provided with an arrangement for direct mounting of the fixtures on a 50 mm dia. Medium gauge galvanized pipe. A frangible coupling and a suitable base plate be supplied along with the light fixture assembly.

1.7.4 Lamp and lamp holder: 1.7.4.1 The lamp used in the light fixture shall be halogen lamp. 1.7.4.2 The lamp holder shall be suitable for halogen lamp. The same shall be having a

capacity of current rating of not less than 10 Amp at 500V. 1.7.5 Operating temperature: With the unit operating at continuous full brilliancy and under

maximum ambient conditions of temperatures, no parts of the light fixture will deteriorate or get damaged.

1.7.6 Optical Components: 1.7.6.1 The reflector used in the light fixtures shall have high specular reflectivity. 1.7.6.2 The spreader lens shall be made of heat resistant glass. It should be capable of

withstanding continued atmospheric action including the thermal stresses without deterioration in the photometric performance of the fixture. The spreader lens should be suitably clamped to the reflector assembly with a gasketted joint. The lens should be capable of replacement in field without the use of special tools.

1.7.6.3 All gaskets shall be made of the best quality neoprene or silicon rubber. Under no circumstances, bituminous or similar sealing compounds shall be used for such joints.

1.7.7 All components including reflector assembly shall be corrosion resistant and shall not be affected by continued atmospheric action.

Dissimilar materials in contact with each other which will lead to bimetallic corrosive action shall not be used. All parts/components not made up of stainless steel should be rendered corrosion proof by plating anodizing or painting. Outer surfaces wherever painted shall be in aviation yellow colour.

1.7.8 All bolts, studs, nuts and other similar hardware components shall be made of the best quality stainless steel.

1.7.9 Drainage: The fixture shall be so constructed that any water entering the fixtures drains out without coming in contact with lamp or any electrical connections. Small drains holes shall be provided to remove water/condensation, if any.

1.8 ELECTRICAL COMPONENTS: 1.8.1 All electrical components used in the fixture shall be rated for atleast 500 V and shall

have current carrying capacity of at least 10 Amps. 1.8.2 High conductivity non-corrosive metal suitably protected against corrosion shall be used

for current carrying components. Aluminum will not be acceptable for this purpose. 1.8.3 Suitable cable entry arrangement shall be made in the fixture to receive a

PVC/neoprene cable twin conductor or cross-section upto 6 Sq.mm. Alternatively, a connecting lead assembly shall be supplied so as to have a socket and receptacle joint. Such a lead shall consist of an approximate length of 30 cms. of PVC/neoprene sheathed wire terminated in a plug; a cable clamp or similar device shall be fitted in the fixture to prevent strain at the lead connection terminals.

1.9 Testing: The light fixture assembly shall be tested in accordance with annex. 14 and FAA specifications.

1.9.1 Acceptance Test: Following test shall comprise acceptance tests:

Page 86: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

84

a) Visual examination b) Rain proof test c) HV test d) Insulation resistance test.

J. SPECIFICATION FOR (PAPI) PRECISION APPROACH PATH INDICATOR

1 This specification covers the requirements of PAPI unit used for accurate precision approach indication to landing pilot with regard to approach slope in airports.

1.1 The PAPI system consists of the following components : a) Four identical light units b) Current powered (series circuit) system. c) Built in aiming and calibration equipment.

1.2 Environmental requirement: The equipment should be designed for outdoor installation

and continuous operations under the following environmental conditions:- a) Temperature - Any temperature from -20°C to + 55°C. b) Humidity - Any relative humidity upto 100% c) Sand and dust particles - Exposure to wind borne sand and dust d) Wind blown rain - Exposure to wind blown rain. e) Wind (from any direction) - Exposure to wind speed upto 161 km/hr f) Sunshine - Exposure to solar radiation.

1.3 Phtometric requirement : The unit shall have three lamps to give light intensity of peak

white 1,00,000 cd and red at 15% of this and shall provide a beam of light split horizontally to produce white light on the top sector and red light in the bottom sector. When viewed by an observer from ranged in excess of 1000 ft. (300 mtrs) transition between the red and white signals should appear to be virtually instantaneous. The transaction from red light to white light shall occur within an angle of 3 minutes of arc in depth at the centre of the beam expanding to not greater than 5 minutes at the edges, 15 degree horizontally on either side of the centre. The light distribution and the intensity required from each light unit shall be in accordance with ICAO.

1.4 Light unit construction: Each light unit shall be designed so that dynamic loading due to wind or static loading due to snow will not cause the light patern to be displaced. The light unit shall have an ever hang or other means to inhibit rain or snow from reaching the optical lens.

1.5 Mounting provision: The units shall have a suitable number of mounting legs to provide stability and these shall be adjustable to pursuit leveling, where one side of the unit is installed upto 25mm higher / lower than the opposite side or adjoining unit. The legs shall consist of mounting & adjusting hardware 50mm electrical metallic cubing. Frangible coupling and flanges shall be used for mounting on concrete pad. The adjusting hardware shall be designed to prevent any displacement of the optical system due to vibration.

1.6 Aiming: the unit shall be provided with integral adjustment to permit accurate vertical provisioning of the centre of the light beam at any elevation between 2 and 8 degree. The centre of the light beam is defined as the transaction bend between red and white light. And aiming device shall be provided that will indicate the vertical angle of the light

Page 87: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

85

beam centre within an accuracy of ±3 minutes of arc. The aiming device shall indicate the minutes of are arc and shall have atleast one division every 10 minutes. The manufacturer shall provide a procedure to check the calibration of the aiming system in the field. The unit shall have adjustment with +1 deg. accuracy and find adjustment with ±1 angle minute. It is preferred to have angle setting / checking arrangement from outside so as to minimize opening of PAPI unit in field.

1.7 Leads : All wiring should be carried out upto the light unit through leads fitted with factory molded plugs. The length of the leads should be adequate to extend from the unit from a flexible conduit to a frangible coupling at a ground level. Strain relief shall be provided to prevent pulling on the laud from being transmitted to its connections in the units. The plugs shall match with the output lead of the isolating transformer.

1.8 Power supply and system control: The system shall operate directly from a series lighting circuit having a operating current range of 2.8 to 6.6 amp. Lamps used shall be compatible with the isolating transformers capacity.

1.9 Equipment finish: The exterior of all unit shall be either a bright orange or yellow to maximize the connectivity of the equipment.

1.10 Material: All users and material shall be suitable for the intended purpose and shall be adequately protected against corrosion.. The component shall have adequate capacity and shall not be operated in exceeds of the component manufacturers recommended ratings. Any plastic components exposed to sunlight shall be made of U.V. stabilized material. All fasteners shall be of corrosion resistant material. Ferrous metal shall he galvanised or given other equal corrosion protection. Copper bearing hardware in contact with the aluminium shall be placed with cadmium, nicked or zinc.

1.11 Maintenance: All system components shall be designed for ease of maintenance and shall have 'a mean time between failures of atleast six months (excluding lamps). If required, means shall be provided for refocusing the system after relamping. The design of the system should be such that servicing of the system can be done with available tools. Special tools if required for servicing shall be furnished by the manufacturer.

1.12 Workmanship: The equipment shall be fabricated in accordance with the highest quality workmanship; all wiring shall be neatly run and laced. all sharp edges and burns shall be removed. Pointer screen/section shall be free from scratches.

1.13 Instruction book: An instruction book containing the following information shall be furnished with each system. i) Complete system schematic and wiring diagrams showing all components cross

indexed to the parts list. ii) Complete parts list with applicable rating and characteristics of each part and with

the component manufacturer's name and part number. iii) Installation instruction, including aiming calibration of the aiming system and

focusing. iv) Maintenance instructions, including relamping procedure, theory of operation and

troubleshooting charts. v) Operating instructions.

1.14 Tests: The following tests are required shall be examined for compliance with the specification. The tests may be run on power supply and a single light unit with the other unit simulated by a resistive load.

Page 88: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

86

i) Visual examination: The equipment shall be examined for compliance with the requirement for the size, weight, material finish and quality of workmanship.

ii) High temperature test: A high temperature test shall be conducted by subjecting the equipment to a suitable temperature +55 degree C ±5 degree C for a period of 4 hrs after temperature stabilization. The system shall be operated throughout the test. Any deterioration in material or performance will cause for the test failure.

iii) Low temperature test: A low temperature test shall be conducted by subjecting and exposing the system to a minimum of —20 degree C for 24 hrs. The equipment shall be operated at the beginning and end of the test. Any deterioration in material of performance will cause for the test failure.

iv) Rain test: A windblown test shall be conducted by subjecting and exposing the equipment to rain at a rate of 130mm per hour with an exposure time of 30 minutes per side. The system shall be operated throughout the test. Any deterioration of system performance or excessive accumulation of water in equipment cabinets shall cause for a test failure.

v) Salt tog tests: A salt tog test shall be conducted in accordance with MIL STD-810, Method 509.2 procedure by subjecting and exposing equipment to a test of duration of 48 hrs. for exposure and 48 hrs drying. Any evidence of damage, rust, pitting of corrosion (except to sacrificial coatings) shall cause for a test failure.

vi) Wind loading: The manufacturer shall demonstrate by wind tunnel tests of static loading that the system will withstand the specified wind speed upto 161 km/hr from any direction.

vii) Photometric test: The manufacturer shall conduct a photometric test to prove conformance with the colour, intensity and beam pattern requirement as given under PARA 1.3.

viii) Lens certification: The manufacturer shall provide a certification from the lens manufacturer that the lens meet the requirement of MIL C-7989 and colour requirement of MIL-C-25050.

ix) Rigidity test: A uniformly distributed load (sand or other material) of 15 PSI (73 kg/m2) shall be applied over the entire top surface of the light unit. Before applying the load, the unit shall be set up and the light pattern displayed on a vertical surface 20 feet (6m) in front of the light unit & top, bottom & sides of the light unit beam pattern must be marked on the vertical surface. A framework or other method may be used to ensure that the sand used to load the system does not spoil over the sides. The load shall then be applied by letting the sand pour down on the centre of the light unit. After loading the unit with required amount of material the beam pattern shall be checked for displacement from the marking & the load shall be left in place for 5 hrs. Upon removal of load, the beam pattern shall again be checked against original markings. Under all conditions the beam pattern shall remain within +1/4 inch (6mm) of the original markings.

x) Aiming Device Test : The manufacturer / supplier shall conduct a test of the aiming device using a procedure as approved by F.A.A. to demonstrate that, when the light / units is moved via adjustment mechanism the measuring device registers the changes within the allowable tolerance. The measuring device shall be checked to adjustment range.

xi) Operational test: The manufacturer / supplier shall conduct an operational test, using a test procedure as approved by the FAA to demonstrate the compliance test, the power supply performance, photometric requirement, and any other

Page 89: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

87

operational feature. The system shall be operated with one lamp out per light unit to demonstrate that the proper voltage is still applied at the sockets of the operational lamps. The manufacturer / supplier snail demonstrate that failure of a lamp will not produce transients large enough to damage the remaining lamps.

xii) Insulation resistance (dry test) : This test may be carried out as per relevant IS. xiii) High voltage test : All fittings shall satisfactorily withstand the application of HT

voltage as per relevant IS.

NOTE: The following test certificates shall be acceptable. 1) Type test certificates from independent test laboratory. 2) Routine test certificate from manufacturer.

1.15 INSTALLATIONS:

System consisting of four units shall be installed on the left side of the runway. The inner edge of PAPI unit nearest the runway shall be installed at distance of 15m from the runway edge. Distance between units will be 9 metres. Successful tenderer shall have to finalize the exact location, distance etc. before the start of work from the Engineer-in-charge. Any site level required in connection with sitting the units have to be done by the successful tenderer. The installation of PAPI units shall conform to ICOA Annexure 14, aerodrome design manual part 4 visual aids latest edition with upto date amendment. The installation work covers excavation of required earth soil for making foundation, providing foundation works, transportation and placement, adjustment and site calibration of units etc. Test pit for recalibration of PAPI with checking stick.

L. TERMINATION BOX

1.1 Termination box: Inside the control tower building and AFL equipment room control cable termination box will be provided. Termination box shall be made of 14 SWG MS sheet with double front door including suitable locking arrangement and necessary painting and shall be fitted with terminal block suitable for termination of 100 cores. This item includes the termination of control cables. No extra cost shall be paid towards termination of control cables.

1.2 Control cable inside AFL equipment room and control tower: Inside the control tower building 10 core control cable shall be laid in surface of wall / ceiling etc. from the termination box to the remote control desk. Inside the AFL equipment room 10 core control cable shall be laid in cable tray from the termination box to the individual CCR. Necessary cable tray made of MS flat / angle / slotted angle shall be provided by the contractor. Cable tray shall be suspended from the ceiling.

M. REMOTE CONTROL SYSTEM

1 Scope 1.1 This item shall consist of a remote control system for the AFL. Design of remote control

system shall be submitted by the firm. This item shall include the simplified remote control desk, the simplified mimic diagram, the terminal boxes, the transformer / rectifier, the extra low voltage relays, wiring inside the desk and all connections of

Page 90: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

88

incoming and outgoing cables / wires, the emergency power battery (dry type) and all other materials, services and incidental necessary to place the system in operation as a complete system to the satisfaction of the Engineer-in-charge. Cables from CCR hall to control desk are not included in this item and are specified separately.

1.2 Desk 1.2.1 The remote control desk shall be installed in the control tower. The contractor shall

satisfy himself that adequate space is available for mounting of the remote control panel. Illuminated control push buttons shall be mounted on the desk.

1.2.2 A mimic diagram, giving a simplified visual presentation of the lighting status on the airfield shall also be mounted on the desk along with 5 point brightness control. In the desk shall be installed the remote control relays, a rectifier / transformer and the electronic circuits or micro processor system. The desk shall be in accordance with FAA specification for panels for remote control of airport lighting, as far as applicable and comply with the applicable sections of annex-14 and the aerodrome design manual part 5. The circuitry design will cover the circuits described in the scope of work and besides shall include the other installations as under: i) Runway 11/29 : Runway Edge Lights. ii) Runway 11/29 : PAPI iii) Runway 11/29 : Approach lighting iv) Runway 11/29 : Threshold Lights v) Runway 11/29 : Runway end lights vi) Runway 11/29 : Turn Pad Lights vii) All taxiway edge lights viii) Apron edge lights

1.3 Mimic diagram 1.3.1 The mimic diagram shall show which airfield lighting circuits are energized or not. The

diagram shall be engraved on tiles or be printed by a photographic process on reduced scale, showing the simplified airport lay out including the latest developments.

1.3.2 The back indications shall be made by luminous points. 1.4 The remote control relays be 24/48 V, direct current, 80% responsiveness, switch over

time approx. 10 milliseconds. 1.4.1 The control and signal lamps shall be LED type or micro type with an approx.

consumption of 2VA. The control desk shall be equipped with a terminal board with flat plug-in jacket connections. A suitable transformer and a rectifier shall also be furnished. The control desk shall also be connected to a standby power supply. Before starting construction of the control desk and the mimic diagram, the following data shall be submitted to the Engineer in charge for approval. a) A schematic diagram of the control console. b) A dimensional drawing & material specification of the desk. c) A dimensional drawing and material specification of the mimic diagram. d) A parts list with manufacturers documentation.

1.5 Local Control board: Same as above except providing a remote control switches.

Page 91: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

89

N. TECHNICAL SPECIFICATION FOR HIGH MAST

1 CABLE JOINTS

Cable joints will not be permitted in straight runs of cable. Junction boxes shall be used for all tee offs as only two / three cables are permitted

within or on any one pole.

2 EARTHING

SWG GI earth wire shall be laid with the feeder cables. This GI wire shall be connected to the earth bar of the appropriate feeder pillar, and shall be bonded to each high mast.

Earth connections will be installed on terminal poles and as indicated on the drawings

3 ERECTION AND POSITIONING

The High mast will be positioned as indicated on the drawings. Any obstruction or difficulties must be brought to the immediate attention of the Engineer. The High mast shall be fully upright and perpendicular when viewed from any angle.

The erection procedure shall be approved by the Engineer-in-charge. Precautions shall be taken to ensure no damage occurs to the high mast or other structure, power line or property in the area.

4 JUNCTION BOXES

Supply and install a totally weatherproof, outdoor with slanting top or inside the poles for outdoor uses, corrosion resistant cable joint junction box.

Suitably rated block connectors (60 Amps) shall be used internally for all connections.

Cables shall be made off using compression glands. Unused spouts shall be sealed with blanking plugs. The junction box must contain a 6 Amp 10 kA ‘C’ curve MCB mounted on DIN rail alongside 4# 60 Amps terminal blocks. Two earth studs suitable for connection of three 10 mm2 cable lugs shall also be provided. A 2.5 mm2 3 core PVC/FRLS cable is to be used from the terminal box to the lamp. The openings shall be fitted with a steel cover retained by 1No lockable lock & key and with two nos. bolts.

The out junction box shall be made out from 1.6mm thick CRCA sheet steel, duly

painted with Epoxy primer & paint in approved shade, adequately sized for the number and size of cables to be terminated, mounting clamp fixing arrangement by providing 25x6mm MS strips on back of the Pole Box, two clamps with hardware for mounting of pole box on the pole.

5 CABLES & EXCAVATIONS

Cables and excavations shall be as specified elsewhere in the relevant specifications.

Page 92: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

90

This section of the documents shall comprise of the supply and installation complete including earthing, testing and commissioning of Flood Lighting for parking areas and approach road through galvanized steel high masts with lowering lantern carriage and tubular poles with fixed luminaries all as specified and/or indicated on the drawings. The work shall generally be carried out in accordance with the CPWD Specifications. The distribution boards for this section of the works shall be as specified in other sections of this specification. Individual high mast shall have a dedicated earthing system. The contractor shall submit for the engineer’s approval full physical, mechanical and electrical details of the equipment he proposes to use prior to placement of order. Full details of concrete foundation for high mast columns as recommended by the manufactures shall also be submitted for approval. All concrete foundation shall be provided by others, under a civil engineering contract unless, specified otherwise. The contractor shall be required to provide the civil engineering contractor with the approved details of masts foundation, foundation bolts, template and associated installation instructions together with accurate mast locations and cable sleeve requirements plus the sleeves required inclusive bends and boxes.

6 Supply System

The supply system for the external lighting installation will be 415/220 V, 3 –phase, 4-wire 50 HZ with neutral solidly earthed. The main distribution panel feeding external lighting supply from the Electric Sub Station shall be fed to the feeder pillars located near the load centers to minimize the voltage drop and for even distribution. The feeder pillars shall be rain and dust proof and suitable for operation in humid atmosphere. They shall be made of at least 2.0 mm sheet steel having hinged lockable doors. They shall have pedestals of suitable height which are grounded on concrete foundation raised above the ground level by 300 mm. Feeder pillars shall be painted with one coat of water proof paint and two finished coat of spray stove enamel paint of Grey colour. Feeder pillars shall be complete with cable boxes, glands, and clamps, for incomer and outgoing cables. All cables entries shall be from below. All switchgears shall be as per BOQ. Incomer shall be a 4P MCCB. All openings in the feeder pillar and distribution boards etc. shall be vermin and rodent proof. The operation of all external lighting shall be actuated through photosensitive switches capable of setting at a predetermined level.

7 General illumination requirements

General illumination requirements on the road network and parking areas shall be 20 lux and shall be achieved with high pressure sodium vapor and tungsten halogen lamps.

Page 93: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

91

For parking areas and cluster of processors, illumination shall be achieved through 30M high masts with 250W/400W/2x400W / 1000W & 150W HPSV luminaries shall be installed on the apron within the airport as per drawing. Photometric characteristics of the fixtures offered by the tenderer shall be so chosen and fixtures arranged so as to give minimum glare to moving aircraft and motorists and following minimum illumination levels measured in the horizontal plane.

A minimum average of 20 lux vertical luminance at a height of 2 meters in relevant

directions.

Each high mast shall be provided with lightning protection to comply with relevant Indian Standards including providing an earth station adjacent to each mast with an inspection chamber etc.

Each high mast shall also be provided with a twin obstruction light mounted on an up

stand fixed to the lantern carriage.

Important: Power supply to mast and aviation obstruction lighting lamps shall be actuated through photocell in a manner that even if mast lighting is switched off manually, power to obstruction lights would remain on, so that they could be activated during dark.

8 High Masts

The high mast shall be continuously tapered presenting a good visual appearance. They shall be designed for an assumed maximum reaction arising from a 3 second gust of 47 m/s measured at a height of 10m from the ground level. Design shall be such that oscillations caused on account of wind speed are damped as far as possible and an adequate allowance is made for the stress due to these oscillations. Full calculations on the design shall be made available by the manufacture. Masts shall be constructed from mild steel plates cut and folded to form a multi sided polygonal section, telescope jointed. Steel used for the construction shall comply with INDIAN STANDARS of appropriate grade. Welding shall be of the best possible quality and in accordance with standards. A door opening of adequate size in the base of each mast shall be provided to permit clear access to equipment mounted therein complete with a close fitting vandal resistant weatherproof lockable door.

The material used shall comply with BSEN 10025. Hot dip galvanising shall be in accordance with IS 2629 or latest IS Specification. Steel tubes used for fabrication of braket shall comply with IS 1161-1979 (or latest). Calculation of wind pressure shall be as per IS 875 Part-III. The base flange shall be free from lamination and welded to the mast the connection

shall develop fully the strength of the section. Supplementary gussets shall also be provided between bolt holes.

A cable entry of not less than 25 cm. diameter shall be provided centrally in each base plate to coincide with the cable duct in the mast foundation. Any space left between the underside of the mast base plate and the top of the foundation shall be dry packed with cement mortar.

Page 94: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

92

Masts shall be delivered to site in manageable section and joined onsite. The manufacture shall supply detailed instruction relating to site assembly. Bolted connections shall not be permitted.

Holding down blots shall be supplied complete with anchor plates for casting into the

foundation. They shall be guaranteed performance medium tensile steel bolts. A precision made steel template with tubed holes to ensure correct vertical and horizontal bolt alignment shall also be provided. The entire mast shall be hot dip galvanized internally and externally in accordance with IS specification unless manufactured from intrinsically non-corrosive steel.

For installation and maintenance purposes it shall be possible to raise or lower the

lantern carriage using a double drum winch in the base of mast.

The steel wire rope supporting the canteen carriage shall be in tension at all times. The top pulley assembly shall be of large diameter, pulleys appropriate to the multicore flexible cable being used. Sufficient pulleys shall be provided to cater for the requisite number of riser cables as well as steel wire ropes. They shall be of non-corrodible material and shall run on self lubricating bearing with stainless steel axles. Arrangement shall exist to ensure that the electric cables and steel wire ropes are separated before passing over their respective pulleys and close fitting guides shall protect the pulleys to prevent ropes and cables leaving the pulleys grooves. The pulley shall be housed in a chassis integral with a sleeve which slips over the top of the mast and is secured axially and in azimuth. Guides and stops shall be provided for docking the lantern carriage and an anchor point shall be securely welded to the assembly to receive the safety maintenance equipment. Chassis assembly shall also be hot dip galvanized and shall be covered by an approved weather proof cover.

Winches of the double drum type shall be warm driven with a gear ratio of not less than

50:1. Winches shall be self lubricating by means of an oil bath. At least four turns of rope shall remain on the drum when the lantern carriage is fully lowered. Dimensions of the winch shall be such to enable its installation or removal through the door opening. Winch drums shall be grooved to ensure a tidy rope lay. A test certificate issued by an independent laboratory shall be supplied with each winch. The capacity and operating speed of the winch shall be clearly marked on each winch on an indelible label together with the specification of the recommended lubricant. The winch shall be capable of operation by hand or by means of a power tool. The driving spindle shall be positively locked when not in use by automatic means.

Steel wire ropes shall be flexible stainless steel of at least 7/19 size/construction.

Thimble and terminals shall be of compatible material. The winch drive portable power tool shall be multi-speed reversible tool incorporating a torque limiting device which can be readily adjusted and locked. A remote control switch shall be incorporated to allow the equipment to be operated from a distance of 5 meters. Suitable arrangement shall be made to support the power tool accurately and securely during operation. The power tool shall be radio suppressed. Handless shall to provide for hand operating the winches and they shall incorporate a torque limiter which can be readily adjusted and locked. A limit switch shall be provided adjacent to the winch to cut off the supply to the

Page 95: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

93

operating tool when the lantern carriage is approximately 30 cm from the locked position. Winch shall also be capable of manual operation over the whole raising and lowering cycle if necessary.

The lantern carriage shall be of durable steel construction fitted with lantern and lamp

control gear fixing and junction box mounting plates. It shall be in two halves jointed by bolted flanges to permit removal from the erected mast. It shall incorporate arrangements to prevent damage to the galvanized finish of the mast and such arrangements shall preferably not require rollers or other moving parts. It should be capable of carrying load not less than 215 kgs.

Junction boxes of heavy duty weather proof type shall be provided and positioned on lantern carriages each to accommodate the termination of a multi-core flexible supply cable riser. Each junction box shall contain adequate live, neutral and earth terminals to facilitate outgoing final wiring connections to a maximum of three fixtures per phase or to obstruction lights. The load shall be properly balanced. The junction boxes shall be provided with MCB/HRC fuses for protection of each fixture. The metal work of all fixtures, carriage and control gear shall be efficiently earthed by means of separate earth conductors. The wiring of the lanterns and associated control gear shall be carried out with multi-core copper flexible 600 V grade high temperature insulated and sheathed cable of 6 mm² size. Each multi-core cable shall terminate in the base compartment with a metal cased multi-pin plug and socket coupler fitted with a guard ring and at the mast head at terminals provided in the junction boxes via nylon glands. Two sets of extension leads shall be provided to facilitate testing equipment when the carriage has been lowered. The base compartment shall house switches, cable terminal boxes and other related equipment. A 12 mm diameter stainless steel stud shall be attached to the mast structure within the base compartment to provide a lightening and cable earthing point.

The mast shall be fitted with lightening protection comprising an air terminal at the mast head, hard drawn down tape or conductor bonded to each section of the mast and test link, all efficiently bonded to an adjacent earthing station.

9 Flood light fixtures

The flood light fixtures shall be of the totally enclosed weatherproof and dust proof type manufactured from aluminum alloy with a stove enameled finish having minimum rating of IP-55. The fixture shall give an asymmetric distribution to suit the installation and be complete with aluminum reflector, lamp holders, heat resisting glass and internal heat resistant wiring. The fixtures shall be equipped with: a) 1x150 / 1x250 / 1x400 / 2 x 400 / 1x1000 W high pressure sodium lamp b) Aviation obstruction lights.

Internal baffles to aviation standards shall be incorporated in the lanterns to screen light emission in unwanted directions. It shall also have the means to facilitate horizontal and vertical adjustments and looking. Control gears for 150 / 250 W / 400 W / 1000 W HPSV lamps shall be provided in remote weatherproof boxes. The control

Page 96: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

94

gear boxes shall be fixed to the lantern carriage and so positioned to act as a counter balance.

HPSV lamps shall be suitable for external use and 220 volt operation. Ballasts shall be

totally enclosed and proofed against condensation, leak proof and either sealed –in heat resisting cable tails or a terminal block suitably shrouded to prevent live parts being exposed during operation. They shall be symmetrically wound and be of the solid filled type and have voltage tapping in suitable steps from 195 volts to 265 volts. They shall comply with standards and suitable for working with the specified lamp and for mounting on the baseboard of the column. The capacitance shall be sufficient to produce a power factor of not less than 0.84. Capacitance shall be as standards. Ballasts shall not cause any radio interference or television reception. The contractor shall be responsible for the correct adjustment of the voltage tapping at each light position.

The obstruction light fixture shall be of omni directional red in compliance with ICAO

Annex 14 and FAA L-810 specifications. The light shall be equipped with a Neon spiral lamp having 100,000 hour of life. in case the main one burns out. All components shall be of cast aluminum alloy and yellow epoxy painted and suitably protected against corrosion and the lantern shall be waterproof. Intensity shall not be less than 3000 candela.

10 Foundation details

Complete details of required foundations to suit the approved masts shall be submitted for the Engineer’s approval. The foundation shall be of reinforced concrete type for flanged base plate mounting as recommended by the mast manufacture. The incoming duct arrangement shall be adequate for incoming cables and outgoing lightening conductor. Foundation bolts shall be supplied by the manufacture with a fixing template.

11 Testing

The complete installation after commissioning shall be tested as regard to their earthing, insulation resistance values, continuous operation for at least 12 hours, illumination values, aiming, glare and mechanical / physical requirements to the satisfaction of Engineer. The galvanizing of the mast shall be tested to be not less than 64 microns. Manufacture shall produce a test certificate with regard to wind load stability test to meet the specified conditions.

12 Guard Rails

Each mast shall be protected against damages by collision by a guard rail cage, of 2.4 m by 2.4 m mounted on vertical angle steel sections of the size 200 mm by 16mm, solidly founded to or in the concrete foundation of the flood light pole. The top of the guardrail shall be 750 mm above ground level and the corners shall be suitably rounded off so that no sharp edges are protruding.

Page 97: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

95

All parts of the cage, angle iron and bolts are to be galvanized in accordance with IS Specification.

The contractor shall compare the dimensions of the lantern carriage with the guard rail cage and ensure that unrestricted maintenance access would be available. He shall make adjustments to the guard rail cage dimensions if necessary and allow for it in his rates.

O. TECHNICAL SPECIFICATION FOR UPS

i. 125% rated rectifier cum charger unit + 100% rated inverter, integrated in UPS module.

ii. Anit harmonic filter at rectifier input for achieving THD<5% and input power factor of greater than 0.9.

iii. 100% rated inbuilt galvanic isolation transformer of H-class delta/Zigzag type at the inverter output.

iv. 100% rated inbuilt static switch at the inverter output. v. 100% rated inbuilt static switch at the static bypass line. vi. 100% rated inbuilt maintenance bypass. vii. 100% rated moulded case circuit breaker having I Thermal, magnetic and

automatic U/V trip mechanics. viii. Web-enabled monitoring and management through SNMP protocols for multi-OS

environment. ix. RS232/RS486 BMS connectivity with software. x. Built-in circulating fan. xi. Supply, Installation, Testing and Commissioning of sealed valve regulated lead acid

batteries (minimum life 5 years) for UPS system, for providing 15 minutes backup. xii. Supply / fixing of matching racks to house batteries for the UPS system. xiii. UPS incoming and outgoing LT panels as required including interconnection with

copper conductor cabling.

Page 98: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

96

List of Makes

LIST OF APPROVED MAKES OF MATERIALS S.no. Description of Items Make

1 Runway/Taxiway/Turning Pad/ Approach Fittings

Youyang Airports/AMA/ATG

2 Inset Fitting Youyang Airports/ATG/IDMAN 3 CCR Panel NASU/REWINDER/Youyang Airports 4 Rotating Beacon Youyang Airports/AMA/ATG 5 Isolating Transformer Bildal/Youyang Airports/ATG 6 Essna Connector Bildal/Youyang Airports/ATG 7 Remote Control Desk Rewinder/Youyang Airports/NASU

8 Airfield Lighting Control Monitor System

Rewinder/Youyang Airports/NASU

9 H-Indicator/ Wind Cone Rewinder/Youyang Airports/AMA 10 Primary Cable / Secondary Cable Ankur Technocrate (Alok) / Rallison/Havells 11 PAPI Units Youyang Airports/AMA/ATG 12 Guidance Sign Board Rewinder/Nasu/AMA 13 GI Pipe Tata/Jindal/AKG 14 CI Box Deepak Metals/Akash/Jaquith/AMA 15 High Mast Crompton/Bajaj/Surya/Philips/Utkarsh/Ventura/BPP 16 Lighting Fixtures for High Mast Crompton/Bajaj/Surya/Philips

17 LT Cable Skytone/Finolex/World Cab/Grandlay/Havells/ RR Kabel

18 HDPE Pipe Ganpati/Duraline/Version 19 UPS Emerson/Power one/Numeric

20 LT Panel AAR VEE Electricals/Madhu Electric/Unique Power

Control/Advance Panels (Delhi)/Mohini Electricals / Sugel

NOTE: FOR THE MATERIALS WHOSE MAKES ARE NOT SPECIFIED ABOVE NEEDS PRIOR APPROVAL FROM ENGINEER-IN-CHARGE BEFORE USE.

Page 99: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

97

SECTION 6

DRAWINGS

Page 100: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

S/I/T/C of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International Airport, (U.P)

98

List of Drawing

S.no. Description Drawing No.

1 Layout Plan of Airfield Ground Lighting including Simple Approach and CAT-I RITES/AP/KUSHINAGAR/AGL/01

Page 101: TENDER DOCUMENTS FOR Supply, Installation, … of Airfield Ground Lighting System including Simple Tender documents Part I: Technical Bid Approach and CAT-I at Kushinagar International

PR

OP

OS

ED

T

AX

IW

AY

258M

X

23M

PR

OP

OS

ED

T

AX

IW

AY

258M

X

23M

PROPOSED APRON

215M X 141.5M

POLICESTATION

CAR PARKING9600 SQM.

PROPOSEDTERMINAL BLDG.120MX 60M

ATC

150M

RUNWAY STRIP

RUNWAY STRIP

PROPOSED RUNWAY

3200M X 45M

GUARD ROOM

Operational fencingOperational fencing

3.75m wide peripheral road

3.75m wide peripheral road

3

.

7

5

m

w

id

e

p

e

r

ip

h

e

r

a

l

r

o

a

d

150M

G

P

S

1

/

T

B

M

8

0

.

9

0

7

G

P

S

2

/

T

B

M

8

0

.

9

1

6

Area required

4285 sqm

649.3M existing runway

CAT-1 lighting

settlement

255 sqm

settlement

1320 sqm

CAT-1 APPROACH LIGHTINGOVER RUN

60MX45M

648.4M

29

RUNWAY STRIP

900M

3.75m wide peripheral road

3.75m wide peripheral road

3.75m wide peripheral road

3

.

7

5

m

w

id

e

p

e

r

ip

h

e

r

a

l

r

o

a

d

428.7M160M

G

P

S

1

/

T

B

M

8

0

.

9

0

7

G

P

S

2

/

T

B

M

8

0

.

9

1

6

G

P

S

4

/

T

B

M

8

2

.

0

0

5

Area required

4285 sqm

Area required

2355 sqm

649.3M existing runway

289.9M

1811.1M

60

M

CAT-1 lighting

simple approach

settlement

255 sqm

settlement

1320 sqm

PR

OP

OS

ED

T

AX

IW

AY

258M

X

23M

PR

OP

OS

ED

T

AX

IW

AY

258M

X

23M

PROPOSED APRON

215M X 141.5M

45

M

75M 45M

CAT-1 APPROACH LIGHTING

POLICESTATION

CAR PARKING9600 SQM.

PROPOSEDTERMINAL BLDG.120MX 60M

3200M60M

420M

11OVER RUN

60MX45M

7.5M wide shoulder

7.5M wide shoulder

ATC

ISOLATION BAY

215M X 141.5M

100M

10

0M

25

8.7

M

OVER RUN

60MX45M

648.4M

15

0M

29

RUNWAY STRIP

RUNWAY STRIP

PROPOSED RUNWAY

3200M X 45M

900M

GUARD ROOM

Operational fencingOperational fencing

3.75m wide peripheral road

3.75m wide peripheral road

3.75m wide peripheral road3.75m wide peripheral road

3.75m wide peripheral road

3.75m wide peripheral road

3.75m wide peripheral road

3

.

7

5

m

w

id

e

p

e

r

ip

h

e

r

a

l

r

o

a

d

15

0M

428.7M160M

G

P

S

4

/

T

B

M

8

2

.

0

0

5

Area required

2355 sqm

60M

simple approach

45M

75M 45M

60M

420M

11OVER RUN

60MX45M

7.5M wide shoulder

7.5M wide shoulder

ISOLATION BAY

215M X 141.5M

100M

100M

258.7M

3.75m wide peripheral road

3.75m wide peripheral road

Layout Plan of Airfield Ground Lighting including

Simple Approach and CAT-I

DEVELOPMENT OF INTERNATIONAL

AIRPORT AT KUSHINAGAR (UP)

29 END

11 END