Final Bid Document Tech Consul Itp 44
Final Bid Document Tech Consul Itp 44
BID DOCUMENT
FOR
Survey & Preparation of Report for Transmission System for
Package-C: “Establishment of new 220/132kV substation at
Nangalbibra” using Modern Survey Techniques
Corporate Office
th
9 Floor, A-Wing, Statesman House, Connaught Place, New Delhi- 110001
December 08, 2020
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 1 of 65
TABLE OF CONTENT
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 2 of 65
PFC CONSULTING LIMITED
(A wholly owned subsidiary of Power Finance Corporation Ltd. -
A Government of India Undertaking)
(Online bids are invited in single stage two part system (Technical bid
& Price bid) only from the firms empanelled by PFCCL under Area
Code ‘3(E)(i) or ‘3(E)(ii)’)
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 3 of 65
E-Tender Notice No.: 04/20-21/ITP-44 December __, 2020
PFC Consulting Ltd. invites E-Tenders for Appointment of Technical Consultant for Survey and
Preparation of Report for Independent Transmission Project (ITP) Package-C: “Establishment of
new 220/132kV substation at Nangalbibra”.
a) Opening date of Tender downloading December 08, 2020 from 13:00 hrs (IST)
b) Submission date of E-bids December 22, 2020 till 13:00 hrs (IST)
c) Opening of E-bids (Technical) December 22, 2020 at 13:30 hrs (IST)
d) Opening of E-bids (Financial) To be intimated to Technically Qualified Bidders
Note: Tender Notice and Tender Document are available on PFC Consulting Limited (PFCCL)
website and can be downloaded from https://www.pfcclindia.com or from the e-Tendering portal
https://mstcecommerce.com/eprochome/pfccl. For bid submission, the tenderer will have to
necessarily download an official online copy of the tender documents from e-portal. All future
Information viz. corrigendum /addendum/ amendments etc. for this Tender shall be posted on the
PFC Consulting Ltd. website and said e-Procurement Portal only.
The bidder shall bear all costs associated with the preparation, submission of bid, participation in
bidding process including cost of registration with e-Procurement Portal. PFCCL in no way will be
responsible or liable for these costs regardless of the conduct or outcome of the bidding process.
Bidders are advised to start the registration process on the e-Procurement Portal as it may take a
few days so as to avoid any delay in bid submission (upload) stage. Bidders may visit MSTC’s e-
procurement Portal Guidelines for vendors at
https://www.mstcecommerce.com/eprochome/UserManualVendor.pdf for further details.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 4 of 65
BID INVITATION LETTER
…………………….
…………………….
…………………….
Subject: Request for an offer for Consultancy Services Package for Survey and Preparation of
Report Transmission System for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra” using Modern Survey Technique
Dear Sir,
Ministry of Power has initiated a scheme for development of Independent Transmission Project
through Private Participation in India through tariff based competitive bidding guidelines. The
objective is to develop large capacity transmission system in India and attract potential investors
including private participants for developing such projects. To do this, Shell companies have been
formed as subsidiaries of PFCCL (herein after called “Owner”) to obtain all requisite clearances till
the stage of tariff based bidding.
Online bids are invited in single stage two part system (Technical bid & Price bid) only from the
firms empanelled by PFCCL under Area Code ‘3(E)(i) or ‘3(E)(ii)’ in respect of Survey and
Preparation of Report for transmission system for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”. The Scope of Work is indicated in Volume-III of this document. The
Eligibility Criteria, Deliverables, Selection procedure and criteria, terms of payment, terms and
conditions etc. are given below:
1.0 ELIGIBILITY CRITERIA
i) The Consulting Organization (Bidder) should have been empanelled with PFCCL under
Area Code ‘3(E)(i)’ or ‘3(E)(ii)’. The empanelled Consulting Organization with PFCCL
shall be evaluated solely on its own credentials for meeting the eligibility/ qualifying
criteria and not on the credentials of any other organization.
ii) The firms should have completed at least one assignment of Survey & Preparation of
Report for 400kV and/or higher voltage level of minimum 136 km transmission line
length during the period from Indian FY 2015-2016 onwards till 7 days prior to bid
submission date.
The Bidder is required to submit the documentary proof for meeting the above eligibility
criteria as per the format enclosed at Annex-1 to Schedule 2 of Covering Letter.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 5 of 65
2.0 CONTENTS OF BID DOCUMENTS
The following documents are enclosed along with this Bid Invitation Letter for your
quotation purposes:
3. Technical Specification including Scope of Work for Survey and Preparation of Report for
transmission system for Package-C: “Establishment of new 220/132kV substation at
Nangalbibra” (Volume-III).
Note:
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 6 of 65
The following documents shall be necessarily enclosed/ attached along with the Technical
Proposal. A bid shall not be considered as complete/ responsive without any of these
documents.
c) The proposed methodology and work plan in responding to the Scope of Work as
per format provided at Annexure- II to Schedule - 2 of Bid Proposal sheets.
d) The curriculum vitae of each team member proposed to be deployed for the
assignment as per format provided at Annexure- III of schedule-2 of Bid proposal
sheets.
e) Name and contact information of one team member who shall be the Team
Leader for the assignment.
5.2 The Financial Proposal should contain the detailed price offer for the consultancy services as
per Schedule-5 of Bid proposal sheet. PFCCL may call for any clarifications/ information if
required.
5.3 Bidders are instructed not to approach via e-mail, fax, and telephone or contact any official
in PFCCL as regards to this bid after the submission of the bids, apart from communications
by PFCCL in writing, and bid of a bidder doing so shall be summarily rejected.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 7 of 65
A. Completeness of bid with respect to the bidding document
i) The Bidder should be empanelled with PFCCL under Area Code ‘3(E)(i)’ or ‘3(E)(ii)’
ii) The Technical Proposal should contain all documents mentioned at Para 5.1 above,
duly filled and signed by authorized signatory.
iii) The Bidder should agree to the entire scope of work and deliverables. No proposal
for part scope of work will be considered.
iv) The Bidder should submit Authorization Letter in favor of the authorized signatory
signing and submitting the Bid as per Schedule-4.
v) There should be no deviations from any or all the contents of the bidding
documents or conditional or alternate bids.
vi) Adequacy of the proposed Methodology and work Plan in responding to the Scope
of Work as per Annexure-II to Schedule-2 of Bid Proposal Sheet (Volume-I).
vii) Details of past experience are to be provided in Technical Bid as per format
provided at Annexure-I to Schedule-2 of Bid Proposal Sheet (Volume-I).
viii) Documentary evidence (e.g. Client’s certificate for successful completion of the
assignment and Copy of work Order/Letter of Award/LoI/Purchase Order etc.) to
be provided in support of past experience.
ix) Details of composition of Team and Team Leader proposed to be deployed are to
be provided in Technical bid as per format provided at Annexure-III to Schedule-2
of Bid Proposal Sheet (Volume-I).
PFCCL may call for any clarifications/ information if required.
Bid of any firm not meeting any or all the above criteria, the technical evaluation of the firm
will not be carried out and the bid shall be rejected outrightly.
The bidder’s relevant experience in the past five years has been considered. For this
purpose, the relevant experience of the firm has been considered (7) days prior to the
last date of bid submission deadline. Experience of the bidders would be evaluated on
the following basis:
i) No. of assignments completed for Survey & Preparation of Report for 400 kV and/or
higher voltage level of minimum 136 km transmission line length during the period
from Indian FY 2015-2016 onwards till 7 days prior to bid submission date. Max
marks 70 (The marks will be allocated as follows: One assignment = 60 marks, Two
assignments = 65 marks, Three assignments or more = 70 marks)
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 8 of 65
ii) Adequacy of the proposed methodology and work plan in responding to scope of
work and deliverables : Max marks 30
PFCCL reserves the right to seek clarifications during the evaluation process of the Technical
proposal.
The Bidder obtaining 75 marks or more would be regarded as technically qualified Bidder
and considered for opening of “Financial Proposal”. Financial Proposal of non-qualified
Bidders will not be opened online.
Financial Proposals of only such bidders will be opened online who have been declared
Technically Qualified. Financial Proposal of other Bidders will not be opened.
The assignment will be awarded to the technically qualified bidder who has quoted lowest
Lump Sum price, in Indian Rupees, without condition(s) or alternate price bid. Conditional
Financial Proposals will be rejected outright. The applicable Goods and Services Tax shall be
paid over and above the quoted price at applicable rates on the date(s) of payment(s).
In case of more than one bidder at L1 price, the Assignment will be offered to the bidder
quoting L1 price and obtaining the highest marks in the technical evaluation.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 9 of 65
9.0 CONTRACT AGREEMENT
9.1 In the event of award, the selected bidder (“Consultant”) will be required to enter in to a
Contract Agreement with the PFCCL within 10 (ten) working days from the date of the Letter
of Award (LOA) or within such extended time, as may be granted by the PFCCL. PFCCL shall
provide the pro-forma of the Contract Agreement.
9.2 Formal Contract Agreement will be executed on Non-judicial stamp paper of Rs. 100/- (Rs.
one hundred only) as per the format provided by PFCCL. Two sets of Non-Judicial Stamp
papers of Rs.100/- each and water mark papers to be purchased by the Consultant from
Delhi State.
9.3 The Agreement will be signed in two originals and the consultant shall be provided with one
signed original Agreement
9.4 The date of execution of the contract agreement in no case shall alter the date of start or
completion period of the work.
9.5 Till the time a ‘Contract Agreement’ is prepared and executed, the Letter of Award shall be
read in conjunction with the Bidding Documents and will constitute a binding contract.
9.6 The executed Contract Agreement may only be amended or supplemented by a written
agreement between the parties.
11.0 DELIVERABLES:
The firm is required to submit the following deliverables in line with the time schedule
indicated against each deliverables.
11.1 The consultant shall submit progress report for all the works/ studies/ survey every week as
per the format mutually agreed upon.
11.2 Submission of alternative Route Alignment for Transmission Line and finalization of Route
Alignment for Transmission Line and Estimation of land requirement and identification of
alternative sites for substation as per Annexure-A & Annexure-B in consultation with the
Owner within one (1) weeks from the date of LoA.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 10 of 65
11.3 Walk over survey of the optimized route and submission of Draft Reports (three copies)
including the details of the substations and incorporating details as per Annexure-A &
Annexure-B within two (2) weeks from the date of LOA.
11.4 The consultant shall submit ten (10) copies of final report, both in soft and hard copies, in
English language within four (4) weeks from the date of the Letter of Award (LOA).
Note: Final report, if required to be submitted in regional language for clearances or any
other purposes, shall also be the responsibility of the consultant.
All raw data for all the studies/ reports/ surveys shall also be submitted.
All reports shall be submitted in A4 size sheets and all drawings on A0 size sheets. All
drawings shall be properly bound and printed on good quality paper.
11.5 Preparation & filing of application for obtaining forest clearance, if any, from the concerned
authorities.
11.6 Initiation of land acquisition for substation including preparation & filing of application and
follow-up/co-ordination with the concerned Authorities.
11.7 There may be any other deliverables, which are not specifically mentioned above but may
be required for successful completion of the assignment. The consultant shall have to
provide such deliverables, as may be desired by PFCCL during the course of the assignment
for the successful completion of the assignment to its satisfaction.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 11 of 65
e) In case the performance of the proposed team member(s) is not satisfactory, the
Consultant will be asked to change/replace the team member(s) within three days of
receipt of such request from PFCCL with a member acceptable to PFCCL.
f) Any change in the list of key personnel submitted with the bid shall be made only with
the prior approval of CEO, PFCCL or as may be requested by CEO, PFCCL.
g) PFCCL with the approval of CEO, can cancel the contract at any stage of the work, in
case it is found that the knowledge of a team/team member(s) and or his/her
performance is not satisfactory, any information given at the time of submission of the
bid is found to be incorrect.
h) Given the nature of the work being entrusted, the selected organization would have to
give an undertaking to the effect that the contents/ essence of any reference/
documents given would not be disclosed to any third person without the express
approval of PFCCL, failing which the engagement of the organization would be
terminated.
i) If due to any reason or decision of the Govt/Client, the Assignment is dropped and the
Consultant is directed to discontinue work, the “Drop Dead Fee” would be limited to
the payments received by the Consultant and the claims already raised, as per the
payment terms relating to the Assignment, till the point of calling off the Assignment
or as mutually agreed.
j) Conflict of Interest: Consulting organization or their Partners / any other Employee or
Associate would not be hired for any work whose interests are that in conflict with
their prior or current obligations to the other organizations, or that may place them in
a position of being unable to carry out the work assigned to them at any point of time
during the currency of engagement by PFCCL or above all enable them to pose a
threat to PFCCL’s consulting business in future. Without limitation on the generality of
the foregoing, Consulting organizations would not be hired, under the circumstances
set forth below:
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 12 of 65
injury or death is the result of a wrongful action, negligence or breach of contract by
the Consultant, or the Consultant's personnel, including the use or violation of any
copyright work or literary property or patented invention, article or appliance
l) Offers received in the designated office after the due time and date mentioned above
shall not be considered.
m) PFCCL reserve the right to accept or reject any or all Proposals/Offers or annul the bid
Process or modify/ change the content of the bid document without assigning any
reason.
n) PFCCL shall not entertain any claim of any nature, whatsoever, including without
limitations, any claim of expenses in relation to the preparation, submission or any
other activity relating to bidding or any other expense till award of contract.
The complete bid document can be downloaded from our website: www.pfcclindia.com. For
submission of bid it is necessary that Bidders may download complete Bid document from the e-
Procurement Portal https://mstcecommerce.com/eprochome/pfccl on or before December 22,
2020 at 12:30 hrs (IST).
Yours sincerely,
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 13 of 65
SPECIAL INSTRUCTION TO BIDDERS FOR E- TENDERING
4. Once the registration is done, login with your user name and password:
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 14 of 65
5. System will ask you to verify your digital signature
8. Once login is complete, a bidder can access My Menu through the left side of the page:
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 15 of 65
9. Here click on Download NIT/Corrigendum button to download the NIT/Corrigendum’s.
Select Event number and click on download to download the files:
10. To submit the bid a bidder can proceed to Bid Floor through the left side My menu. In Bid
Floor click on live events to view a list of Live events. In live events select the tender
number where you wish to submit a bid.
11. On clicking the event number, if the bidder has not paid transaction fee, system will
prompt them to pay the transaction fee. They can pay the transaction fee by going to
Transaction Fee payment link in their login, and pay the same through online payment
(debit card, credit card, net banking etc) or RTGS/NEFT (Challan).
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 16 of 65
12. Tender can be of multiple types with price bid uploading in Excel or Technical-Price type.
The bid floor for each type of event will change automatically.
On clicking the tender number one of the following screens will appear:
For 2 part with price bid in excel
13. For each type of event the event details including start time and close time the details will
be given on the top of the page.
14. To submit the tender the bidder has to start from top left and submit the details one by
one.
15. For 2 part with price bid in excel, the bidder has to submit technical bid, by filling the
details and clicking the save button.
a) After the technical bid is saved, a bidder can proceed to uploading documents
through the link upload docs:
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 17 of 65
b) Please note that under no circumstance the price bid excel has to be uploaded here.
c) After the documents have been uploaded, the bidder can click on download excel to
download the excel format.
d) Fill up the excel sheet as per the details given therein and tender document.
e) To upload the filled up excel click on Upload Price Button, click on browse to select
the file and then click on Upload and Save encrypt file.
f) The bidder can then click on final submit to finally submit the bid. In case of any
amendments after final submit, click on delete bid button to delete the techno-
commercial and price bids and resubmit the same. Please note that at the end the
bid must be final submit, otherwise the same will not be considered.
16. For E-Tender Technical Cum Price Bid:
a. In the manner similar to above the bidder has to fill up Common terms, then press
save button to submit.
b. Then the bidder has to upload documents as per the list shown therein.
c. Once the documents are uploaded the bidder has to submit the Technical and Price
bids.
d. The bidder can then click on final submit to finally submit the bid. In case of any
amendments after final submit, click on delete bid button to delete the techno-
commercial and price bids and resubmit the same. Please note that at the end the
bid must be final submit, otherwise the same will not be considered.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 18 of 65
Bidder’s may note that in each case using the Delete bid button will only delete the bids
and then the bidder can resubmit upload tender closing time.
Using the withdraw button the bid will be withdrawn and the bidder will not be allowed
to submit any further bid in that event.
For any assistance regarding the Tender Document and/or term and conditions the
bidders may contact at PFCCL:
Contact Person Mr. Sanjay Nayak, VP
Ms. Nirmala Meena, Manager
Telephone 011-23443996
011-23443906
[between 9:00 hrs to 17:30 hrs on
working days]
For any assistance during bid submission, system settings etc. bidders may contact at MSTC:
Phone Number
03322901004, 01123212357, 01123215163, 01123217850
Email
[email protected]
Please mention “Helpdesk” as subject while sending emails
Availability
10 AM to 5:30 PM on all working days.
Offline Submissions:
Note: The Bidder should upload the scanned copies of all the documents as Bid- Annexure during
Online Bid-Submission.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 19 of 65
PFC CONSULTING LIMITED
(A wholly owned subsidiary of Power Finance Corporation Ltd. -
A Government of India Undertaking)
VOLUME – I
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 20 of 65
SCHEDULE-1
COVERING LETTER
(On the Letter head of the Organization/Firm)
To:
Executive Vice President
PFC Consulting Ltd.
(a subsidiary of PFC Ltd.)
9th Floor, A-Wing, Statesman House,
Connaught Place, New Delhi 110001.
Dear Sir,
2.0 We have understood the instruction and the terms & conditions mentioned in the Bidding
Documents furnished by you and have thoroughly examined the specifications/ scope of work
laid down by you and are fully aware of nature of consultancy services required.
3.0 We herewith enclose Technical & Financial proposal for selection of our organization as
consultant on lump sum basis for assisting PFCCL on Consultancy Services for transmission
system for Package-C: “Establishment of new 220/132kV substation at Nangalbibra”.
a. Technical qualification of our firm (as per format provided at Annexure I to Schedule 2
of Bid Proposal Sheets)
b. Documentary evidence in support of past experience.
c. The proposed methodology and work plan in responding to the Scope of Work (as per
Annexure II to Schedule 2 of Bid Proposal Sheets).
d. The curriculum vitae of each team member (as per format provided at Annexure III to
Schedule 2 of Bid Proposal Sheets)
e. Bid Invitation Letter along with all other documents as issued by PFCCL duly stamped
and signed on each page.
f. Details/information as per Schedule 2 and 3 of Bid Proposal Sheets.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 21 of 65
Note: All the above formats including supporting documents shall be scanned and
uploaded as a part of Technical Bid.
ii) Price Offer as Part 2 (as per format provided at Schedule 5 of Bid Proposal Sheets)
5.0 _________________________ [Name and contact information of one of the team member]
shall be the Team Leader for the assignment.
6.0 We declare that the above quoted lump sum fee is firm and shall remain valid for the entire
period of the consultancy assignment. We further declare that the above quoted fee
includes all taxes (excluding Goods and Services Tax), duties & levies etc. payable by us
under this consultancy assignment.
7.0 We hereby confirm that if any Income Tax, Surcharge or any other Corporate Tax is attracted
under the law, we agree to pay the same to the concerned authorities.
8.0 We confirm that the prices and other terms and conditions of this proposal are valid for a
period of 120 days from the date of submission of bid.
9.0 We declare that the services will be rendered strictly in accordance with the specifications and
we do not have any deviation to any of the terms and conditions of the bidding documents.
11.0 We hereby declare that only the company, persons or firms interested in this proposal as
principal or principals are named herein and that no other company, person or firm other
than one mentioned herein have any interest in this proposal or in the contract to be
entered into, if we are awarded this contract.
12.0 We give our unconditional acceptance/compliance to the Bid Documents issued by PFCCL.
The proposal is unconditional.
13.0 Further, we confirm that we agree and seek no deviations from the ‘Scope of Work’, ‘Time
Schedule’, ‘Deliverables’, ‘Terms of payment` and all other terms and conditions as
contained in the ‘Bid Document’.
14.0 We confirm to execute the Contract Agreement as per the provisions of the Bid Document.
15.0 We understand that PFCCL will award the contract to the successful consultant whose offer
is substantially responsive and to be the lowest evaluated offer.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 22 of 65
16.0 We confirm and certify that all the information/ details provided in our bid are true and
correct.
17.0 We also declare that by taking this assignment we do not have any conflict of Interest with
any of our prior or current obligations to other organizations/clients and also do not have
business or family relationship with member(s) of PFC’s and/or PFCCL’s employees or
persons positioned in or on the Board of these two organization by whatever process and if
found incorrect, we may be debarred from any further engagements by PFCCL forever.
18.0 We certify that all the information provided in our bid, including the information regarding
the team members, are true. We understand that any willful misstatement in the bid may
lead to disqualification or cancellation of award if made or termination of contract. We also
understand that in such a case we may be debarred for future assignments with PFCCL for a
period of maximum three years from the date of such disqualification.
19.0 Further, we undertake that in the event of our appointment as sub consultant, given the
nature of the work being entrusted, the contents/ essence of any reference/ documents
given would not be disclosed to any third person without the express approval of PFCCL,
failing which the engagement of the organization would be terminated.
20.0 We hereby confirm and declare that we M/s _____________________, are not blacklisted/
De-registered/ debarred by any Government department/ Public Sector Undertaking/
Private Sector/ or any other agency for which we have Executed/ Undertaken the works/
Services during the last 5 years.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 23 of 65
SCHEDULE-2
(On the Letter head of the Organization/Firm)
Dear Sir,
We hereby enclose a brief write up on the proposed methodology to be adopted for Consultancy
Services for Survey and Preparation of Report for transmission system for Package-C:
“Establishment of new 220/132kV substation at Nangalbibra” using Modern Survey Technique as
per the following Annexure to this schedule:
Note: Details not provided as per format shall be considered as non-responsive and shall not be
considered for bid evaluation.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation
at Nangalbibra”
Page 24 of 65
ANNEXURE-I to SCHEDULE-2
(Page 1 of 1)
On Company’s Letter Head
EXPERIENCE OF ORGANIZATION
1. Brief Description of the Organization:
2. Outline of experience on Assignments:
No. of Survey & Project Report for transmission lines (The bidder’s relevant experience during the period from Indian FY 2015-16 onwards
including the current Financial Year till 7 days prior to bid submission date.)
1. It is hereby certified that the above mentioned details are true and correct.
2. It is hereby certified that our company has actually carried out and completed the above mentioned work/assignments
Place:
Date:
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation at Nangalbibra”
Page 25 of 65
* If the Survey &Project Reports for Transmission System are done for more than one section/element of line in one Work Order, it shall
be considered as one only.
* Assignment of Survey & Project Reports for 400 kV and/or higher voltage level of minimum 136 km transmission line length shall only
be considered for evaluation purpose.
# Documentary evidence: e.g. Client’s certificate for successful completion of the assignment and Copy of work Order/Letter of
Award/LoI/Purchase Order etc.) to be provided in support of past experience.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV substation at Nangalbibra”
Page 26 of 65
ANNEXURE-II to SCHEDULE-2
To:
Executive Vice President,
PFC Consulting Limited
(a subsidiary of PFC Ltd.)
9th Floor, A-Wing, Statesman House,
Connaught Place, New Delhi – 110001
Dear Sir,
We hereby enclose a brief write up on the proposed methodology to be adopted for
Consultancy Services for Survey and Preparation of Report for transmission system for Package-
C: “Establishment of new 220/132kV substation at Nangalbibra” using Modern Survey
Technique indicating the following.
i) Approach Methodology and Work Plan in responding to scope of work and deliverables
ii) Key Personal and their Task Assignment for Completing the Assignment
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 27 of 65
ANNEXURE-III to SCHEDULE-2
(Page 1 of 2)
Name
Team Members
Team Leader
1
Other Members
2
3
4
5
6
Date:
Place:
Note: Curriculum Vitae of the Personnel listed above should be enclosed as per the suggested
format at Page 2 of 2 of Annexure III to Schedule 2.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 28 of 65
ANNEXURE-III to SCHEDULE-2
(Page 2 of 2)
Name: __________________________________________________________
Educational Qualification:
(Under this heading, summarize college/ university and other specialized education of staff
member, giving names of colleges, etc. degrees obtained and Year of Passing/obtaining the
qualification.)
Experience:
(Under this heading, list of positions held by staff member since graduation, giving dates, names
of employing organization, title of positions held and location of assignments. For experience in
last ten years also give types of activities performed and client references, where appropriate.)
Language:
(Indicate proficiency in speaking, reading and writing of each language by ‘excellent’, ‘good’ or
‘poor’).
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes me, my qualifications, and my experience. I understand that any willful mis-statement
described herein may lead to disqualification of the firm.
……………………
Signature of the Team Member
Name & Designation ………………………
Signature of Authorized Person
Name, Designation & Company seal
Date:
Place:
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 29 of 65
SCHEDULE-3
PAGE 1 OF 1
On Company’s Letter Head
To,
Executive Vice President,
PFC Consulting Limited
(a subsidiary of PFC Ltd.)
9th Floor, A-Wing, Statesman House,
Connaught Place, New Delhi – 110001
Dear Sir,
We hereby declare that following equipment/instruments shall be used to carry out the scope
of services as contained in the Technical specification and Bid Documents for Consultancy
Service Package for Survey and Preparation of Report for transmission system for Package-C:
“Establishment of new 220/132kV substation at Nangalbibra” as outlined in your tender
documents. We also furnish the area wise deployment as well as the source of such
equipment/instruments required to carry out this work.
Further, we confirm that the cost for purchase/installation or any other related cost for the
equipment shall be entirely borne by us and is included in our lump sum consultancy fee. The
Owner shall not have any liability in this regard.
______________________________________________________________________
Note: - The successful bidder must submit the calibration certificate of above
proposed instruments/equipment from Appropriate Authority within 15 days of
issuance of LoA.
Date:
Place:
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 30 of 65
SCHEDULE-4
AUTHORISATION LETTER
(On the Letter head of the Organization/Firm)
Signature:
Full Name:
Address:
(Company Seal)
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 31 of 65
On Company’s Letter Head
SCHEDULE- 5
From: To:
Executive Vice President,
PFC Consulting Limited
(a subsidiary of PFC Ltd.)
9th Floor, A-Wing, Statesman House,
Connaught Place, New Delhi – 110001
Sir,
Sub: Financial Proposal for Consultancy Services Package for Survey & Preparation of
Project Report for transmission system for Package-C: “Establishment of new
220/132kV substation at Nangalbibra” using Modern Survey Technique- Regarding
NOTE:
1. The lump sum price is inclusive of taxes and duties, all travel, stay, out of pocket expenses, cost of
producing documents etc. and PFCCL will not be required to pay and/or reimburse anything over
and above the price quoted. No escalation for any reason whatsoever shall be allowed over and
above the bid price till completion of the assignment. However, the applicable Goods and Services
Tax shall be paid over and above the quoted price at applicable rates on the date(s) of payment(s).
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 32 of 65
3. Income tax at source will be deducted by PFCCL as per the applicable law and regulation and TDS
certificate shall be issued to the consultant by PFCCL
4. In case of more than one bidder at L1 price, the Assignment will be offered to the bidder quoting L1
price and obtaining the highest marks in the technical evaluation.
5. The financial proposal with condition(s) or alternate price bid will be summarily rejected.
6. The offer is valid for a period of 120 days from the date of submission of bid.
Date:_______
Place: _______
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 33 of 65
PFC CONSULTING LIMITED
(A wholly owned subsidiary of Power Finance Corporation Ltd. -
A Government of India Undertaking)
VOLUME – II
CONDITION OF CONTRACT
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 34 of 65
TABLE OF CONTENTS
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 35 of 65
32.0 CORRESPONDENCE AND CONTRACT COORDINATION ROCEDURE
33.0 INSPECTION OF SITE BY CONSULTANT
34.0 MANPOWER DEPLOYMENT
35.0 LIST OF EQUIPMENT / INSTRUMENTS
36.0 CO-ORDINATION PROCEDURE
37.0 COLLABORATION
38.0 ASSOCIATION OF THE OWNER
39.0 LANGUAGE
40.0 UNITS & INDIAN STANDARDS / CODES / REGULATIONS
41.0 OWNER'S RIGHT
42.0 TRAVEL EXPENSES
43.0 ACCESS TO CONSULTANT'S OFFICE / WORK SITE
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 36 of 65
1.0. DEFINITION OF TERMS
1.1 Unless defined otherwise, the following terms used in this document shall have the
meanings.
1.2 “Owner” or “PFCCL” or Client” shall mean PFC Consulting Limited, New Delhi, India (a
wholly owned subsidiary of Power Finance Corporation Ltd.) and shall include their legal
representatives, successors and permitted assigns.
1.3 “Project-in-Charge” shall mean the officer appointed in writing by the Owner to act as
“Coordinator” from time to time on behalf of Owner in all matters pertaining to this
Contract.
1.4 “Specification” shall mean the Technical Specifications and the Conditions of Contract
together with Bid Proposal Sheet forming a part of the bid documents and contract and
such other schedules and drawings as may be mutually agreed upon.
1.5 “Notice of Award of Contract” / Letter of Award” shall mean the official intimation from
the Owner notifying the successful bidder that its proposal has been accepted and that
the bidder is required to sign the contract Agreement.
1.6 “Date of Contract” shall mean the date on which both the parties have signed the
Contract Agreement or any other date mentioned in the Contract/Letter of Award, as
the effective date of Contract, whichever is earlier.
1.8 “Indian Rupees” or “Rs.” shall mean the mean the currency of the Government of India.
1.10 The words imparting singular shall also include the plural and vice-versa where the
context so requires.
1.11 “Final Report” or “Report” will mean the final report or document prepared by the
successful Bidder as per Owner’s Specification.
1.12 “Starting Date” shall mean the date from which the periods specified for various
activities are measured and asset forth in the completion schedules. The starting date
for each schedule, unless otherwise agreed, shall be as indicated in the respective
schedule.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 37 of 65
1.14 “Day or “Days” unless herein otherwise expressly defined shall mean calendar day or
day of 24 hours each. Working days in a month shall be as defined by Consultant in its
offer.
1.15 The title or heading shall not alter or affect the intent or scope of the clause or articles
of the Documents
1.16 The Date of Completion of Contract-Unless otherwise terminated under the provisions
of any other relevant clause of the document, Contract shall be deemed to have been
completed after issuance of the certification from Project-in-Charge that there is no
demand outstanding against the Consultant and all liabilities under the contract have
been satisfactorily fulfilled by the Consultant.
1.17 The “Final Acceptance of Work” provided by the Consultant under the Scope will be
given by Owner as hereinafter defined, six (6) Months after successful completion of the
Consultancy assignment and submission of all documents, reports etc. to the Owner and
acceptance of the reports by the concerned statutory Authorities, Government of India
and upon certification by the Project-in-Charge.
1.18 Words imparting “Person” shall include firms, companies, corporations and association
or bodies of individuals, whether incorporated or not.
1.19 “Consultant” or “Technical Specialist” or “Contractor” shall mean the bidder whose bid
has been accepted by the Owner for the award of the work and shall include his legal
representatives, successors and permitted assigns.
1.21 “Contract” shall mean the Contract Agreement entered into between the Owner and
the Consultant, together with the Contract documents referred to therein; they shall
constitute the Contract and the term “Contract” shall in all such documents be
construed accordingly.
2.0 VALIDITY
The proposal shall be on firm price basis and valid for acceptance for at least 120 days
from the date of submission of bid.
All prices quoted in the Schedules of the Bid Proposal Sheets should be in Indian Rupees
and all payments shall be made in Indian Rupees.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 38 of 65
4.1 This document is meant for exclusive purpose of submitting the offer by the bidder
against the specification and shall not be transferred, reproduced or otherwise used for
purposes other than for which it is specifically issued.
4.2 PFCCL does not bind themselves to accept the lowest or any offer or to give reasons for
their decision. PFCCL reserves the right to reject any or all offers without assigning any
reason.
The successful bidder, within fifteen (15) days of from the date of Letter of Award, will
be required to arrange submission of CPG in the form of a Bank Guarantee (BG)
equivalent to Ten (10) Percent of the contract consideration. The CPG/BG should be as
per Performa provided by the Owner and should be kept valid up to nine (9) months
from the date of Letter of Award.
The bidder is required to carefully examine the specifications and documents and fully
inform himself as to all the conditions and matters which may in any way affect the
works or the cost thereof. If any bidder finds discrepancies or omissions in the
specifications and documents or is in doubt as to the true meaning of any part, he shall
seek clarification from Owner at once but in no case later than seven (7) days prior to
the deadline for submission of bids prescribed by the Owner. After receipt of such
interpretations and clarifications, the bidder may submit his offer but within the time
and date as specified. All such interpretations and clarifications shall form an integral
part of the specifications and documents and accompany the consultant’s proposal.
Verbal clarifications and information given by the Owner or his employee (s) or his
representatives(s) shall not in way be binding on the Owner.
7.1 The Bid documents are mutually explanatory of one another. If there are varying or
conflicting provisions made in any one of the bid documents, Owner shall be deciding
authority with regard to the intention of the document.
7.2 Any errors in description, quantity or rate in Schedules or any omission there from shall not
vitiate the Contract or release the Consultant from the execution of the whole or any
part of the works comprised there in according to drawings and specifications or from
any of his obligations under the contract.
7.3 If on checking any difference is found between the rates given by the consultant in words
and figures or in the total amount worked out by him in the Schedules in the proposal,
the same shall be rectified in accordance with the following rules::
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 39 of 65
a) In the event of discrepancy between description in words and figures quoted by
bidder, the description in words shall prevail.
b) In the event of an error occurring as a result of wrong extension of the unit rate
and quantity, the unit rate shall be regarded, as firm and extension shall be
amended on the basis of the rate.
c) All errors in totaling in the amount column and in carrying forward totals shall be
corrected.
7.4 The bidder should ensure that the prices furnished in various price schedules are consistent
with each other. In case of any inconsistency in the prices furnished in the specified
price schedules (to be identified in Bid Proposal sheets (BPS) for this purpose), the
Owner shall be entitled to consider the highest price for the purpose of evaluation and
to award the contract at the lowest of the price in these schedules.
7.5 Prior to detailed evaluation, the Owner will determine whether each bid is for acceptable
quality, is generally complete and is substantially responsive to the bidding documents.
For purposes of this determination, a substantially responsive bid is one that conforms
to all the terms, conditions and specifications of the bidding documents without
material deviation, objection, conditionality or reservation is one (i) that affects in any
substantial way the scope, quality or performance of the contract; (ii) that limits in any
substantial way, inconsistent with the biding documents, the Owner’s rights or the
successful bidder’s obligations under the contract; or (iii) whose rectification would
unfairly affect the competitive position of other bidders who are presenting
substantially responsive bids. The Owner’s decision in respect of the determination of
the responsiveness of a bid will be final and binding on all the bidders.
7.6 A bid determined as not substantially responsive will be rejected by the Owner and may
not subsequently be made responsive by the bidder correction of the non-conformity.
7.7 The Owner may waive any minor informality or non-conformity or irregularity in a bid which
does not constitute a material deviation, provided such waiver does not prejudice or
affect the relative ranking of any bidder.
8.1 The offer must contain the name, residence and place of business of the person or
persons making the offer and must be duly signed and stamped on each page by the
bidder with his usual signature.
8.2 Offer by a partnership firm must be furnished with full names of all partners and be
signed with the partnership name, followed by the signature(s) and designations(s) of
the authorized partner(s) or other authorized representative(s).
8.3 Offers by Corporation/ Company must be signed with the legal name of the
Corporation/Company by the President, Managing Director or by the Secretary or other
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 40 of 65
person or persons authorized to furnish offer on behalf of such Corporation, Company in
the matter.
8.4 An offer by a person who affixes to his signature the word `President`, `Managing
Director` `Secretary` or other designation without disclosing his principal will be
rejected.
8.5 The Bidder’s name stated on the proposal shall be the exact legal name of the firm.
8.6 Erasures or other changes in the offer shall be over the initials of the person signing the
bid.
8.7 Offers not conforming to the above requirements of signing may be disqualified.
All payments against the services shall be paid against production of invoice in
quadruplicate by the Consultant. The payment of such fees shall be released as per
clause No. 13.0 (Terms of Payment) of the Bid Invitation, on stage-wise completion of
the services including submission of the Deliverables and subject to acceptance,
approval and certification by the Project-in-Charge.
All the invoices of payment shall be supported by necessary documents and submitted
in triplicate for the certification of Project-in-Charge of which he will require a maximum
time of seven (7) days before the same are submitted for processing the payment within
thirty (30) days of certification of the Project-in-Charge of the amount payable for the
services. In the event, there is any query in respect of any item of such invoice requiring
clarification, the Project-in-Charge shall notify the same within 15 days of receipt of such
invoice by the Owner that such a query has arisen and both the parties shall endeavor to
reach an agreement within a period of thirty (30) days thereafter. If no mutual
agreement can be reached within a period of forty five (45) days after receipt of the
invoices by the Project-in-Charge, the Owner shall make payment against the balance of
invoice (original amount less the amount in question) to the consultant within thirty (30)
days thereafter i.e. within sixty (60) days from the date of receipt of invoice by the
Project-in-Charge. The invoice for the balance amount under question shall be
separately submitted for future consideration of the Owner.
Should any defect or inadequacy appear in the study carried out and report submitted
by the Consultant prior to the date of final acceptance of the work by the Owner, the
Consultant shall perform at its own initiative and free of any cost to Owner, all such
services as shall be necessary to remedy the said defect or inadequacy.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 41 of 65
The Consultant shall be further liable for the consequence of errors and omissions
arising from the gross negligence on its part or on the part of its employees or
associates or experts to the extent of the total contract value of this contract.
All taxes (including professional tax, etc. as applicable but excluding Goods and Services
Tax), duties, levies, insurance charges, license fees, etc. arising out of the contract shall
be payable directly by Consultant and shall be included in the lump sum bid price for the
entire scope of work. Owner will not bear any expenditure, whatsoever on this account.
As regards income tax, surcharge on income tax and other corporate taxes, the
Consultant shall be responsible for such payments to the concerned authorities.
However, the Owner is entitled to deduct TDS as per the Government policies/tax rules
and regulations.
The Consultant shall be liable to take/maintain all necessary insurance at its own cost.
12.0 PATENT
12.1 The Consultant shall hold harmless and indemnify the client from and against loss,
damage and expenses arising from any claim for infringement of patent, copy right,
design and other such rights in existence or to be granted on an application published
prior to the completion of this Consultancy with respect to or arising out of the sue or
supply of design, or any work in accordance with the designs, drawings or specifications
furnished, approved or recommended by the consultant.
12.2 The Consultant shall promptly notify the client in writing if the Consultant has or has
acquired knowledge of any patent under which a claim or suit for infringement could
reasonably be brought because of the use by the client of any information,
recommendation or specifications, services rendered by the Consultant.
12.3 The Consultant, in such case, shall forthwith at its own cost make and furnish to the
client alternative designs, drawings, specifications or recommendations to avoid the
same and without putting the Client to additional cost.
13.1 Except as otherwise specifically provided in the Contract all disputes concerning
questions of fact arising under the Contract shall be decided by the Project-in-Charge
subject to a written appeal by the Consultant to the Project-in-Charge, whose decision
shall be final to the parties hereto.
13.2 Any disputes or difference including those considered as such by only one of the parties
arising out of or in connection with the contract shall be to the extent possible settled
amicably between the parties.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 42 of 65
13.3 If amicable settlement cannot be reached then all disputed issues shall be settled by
arbitration as provided in ARBITRATION clause.
14.0 ARBITRATION
14.1 In the event of any question, dispute or difference arising out of or in connection with
this consultancy work, whether during the progress of the work or after its completion,
abandonment or breach of contract, the same shall be referred for arbitration, for which
purpose the Client and the Consultant shall nominate one Arbitrator each. These
Arbitrators shall appoint an Umpire not later than one month from the latest date of
their respective appointment. The arbitration shall be conducted in accordance with
the provisions of Indian Arbitration and Conciliation Act 1996, the rules framed
hereunder and any statutory modifications thereof. The costs of reference and
arbitration award shall be payable by the parties to the extent and in a manner as may
be determined by the Arbitrators or the Umpire.
In case the consultant is an Indian Public Sector Enterpirse/ Govt.Deptt. (but not a State
Govt. Undertaking or Joint Sector Undertaking which is not a subsidiary of Central Govt.
Undertaking), the dispute arising between the Owner and the Consultant shall be
referred for resolution to a Permanent Arbitration Machinery (PAM) of the Department
of Public Enterprises, Govt. of India.
14.2 Notwithstanding the existence of any dispute or difference and/or reference for the
arbitration, the Consultant shall proceed with and continue without hindrance with the
performance of the work under the contract with due diligence and expedition in a
professional manner and the payment due to the consultant shall not be withheld by
the Client on account of such difference or arbitration proceedings unless such payment
is subject matter of the arbitration.
14.3 The arbitrators may from time to time with consent of the parties enlarge the time, for
making and publishing the award. The venue of arbitration shall be the registered office
of the Owner.
15.1 The Owner may without prejudice to any other remedy for breach of contract, by
written notice of default sent to the consultant, terminate the contract in whole or in
part.
a. If the consultant fails to deliver any or all of the services within time period(s)
specified in the contract or any extension thereof granted by the Owner in writing.
b. If the consultant fails to perform any other obligation(s) under the contract or
c. If the consultant, in either of the above circumstances, does not cure its failure
within a period of thirty (30) days after receipt of the default notice from the Owner.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 43 of 65
15.2 In the event the Owner terminates in whole or in part, pursuant to Para 16.1.0, the
Owner may get the services done, upon such terms and in such manner as it deems
appropriate, similar to those not rendered, and the consultant shall be liable to the
Owner for any excess costs for such similar services. However, the consultant shall
continue performance of the contract to the extent not terminated.
16.1 The Owner, may by written notice sent to the consultant, terminate the contact, in
whole or in part, at any time for its convenience, The notice of termination shall specify
that termination is for Owner’s convenience, the extent to which performance of work
under the contract is terminated and the date upon which such termination become
effective.
16.2 The studies/services that are completed and ready for final reporting within thirty
(30) days after the consultant’s receipt of notice of termination shall be accepted by the
Owner at contract terms and prices. For the remaining services, the Owner may elect,
a) To have any portion completed and delivered at the contract terms and prices
and/or.
b) To cancel the remainder and pay to the Consultant an agreed amount for partially
completed services.
17.1 The Owner may at any time terminate the Contract by giving written notice to the
Consultant, without compensation to the Consultant, if the Consultant becomes
bankrupt or otherwise insolvent, provided that such termination will not prejudice or
affect any right of action or remedy which has accrued or will accrue thereafter to the
Owner.
17.2 Upon termination of the contract at any time for whatever reason by the Owner
compensation shall be payable to the Consultant for all services performed satisfactorily
until the date of termination. In addition the Consultant will be paid for such of those
items of work, which have been partially completed as per conditions stipulated under
relevant clause. The Consultant shall provide available documentary evidences to this
effect, acceptable to the Owner.
17.3 Following issuance by the Owner of a notice of termination and prior to the effective
date of such termination, the Consultant shall:
a. Terminate performance of work in progress under the contract on the date and to
the extent specified in the notice of termination.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 44 of 65
c. Terminate all outstanding orders, service contracts and sub-contracts to the extent
that they relate to the performance of work terminated by the notice;
d. Transfer title and deliver to the Owner in the manner, at the times and to the extent,
if any, as directed by the Owner, all completed or partially completed reports,
designs, data, maps, plans, photographs, specifications, and commutations, etc.
which, if the contract had been continued, would have been required to be
furnished to the Owner.
The termination of the contract shall not relieve the Consultant of its duties and
liabilities as per the contract for the portion of the services performed prior to the
effective date of termination.
20.1 The obligations stipulated in this specification can only be suspended in the case of
any particular item or work, in the event of Force Majeure as defined in clause 21.0 or as
the result of an agreement between the parties.
20.2 In the event of Force Majeure, neither of the parties may be considered in default of
its obligations under the terms of the Specifications.
21.1 Force Majeure is hereby defined as any cause which is beyond the control of the
Consultant or Owner as the case may be, which they could not have foreseen and which
substantially affect the performance of contract such as:
b) Acts of any government, domestic or foreign, including but not limited to war,
declared or undeclared, priorities, embargoes, etc.
Provided either party shall within fifteen (15) days from the occurrence of such a
cause notify the other in writing of such cause.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 45 of 65
22.0 HANDLING OF DOCUMENTS
22.1 All plans, design calculations, studies, data, maps, drawings and specifications prepared
by the consultant in connection with the services to be provided by the Consultant shall
be the property of the Owner, As when required or upon termination of the Contract,
the aforesaid documents, prepared specifically for this Study (including originals), shall
be handed over to the Owner before final acceptance or thereafter.
22.2 The consultant shall take all necessary steps to ensure confidential handling of all
matters pertaining to plans, designs, drawings, specifications, methods and any other
information developed or acquired by him from the Owner under terms of the Contract
or in performance thereof.
22.3 The consultant shall not prepare articles or photographs for publication or speeches or
presentations about the work and /or site and/or plant, contracts and installation in
which has an interest without prior written consent of.
22.4 The consultant shall take necessary steps to ensure that all persons employed on any
work in connection with this contract have noticed that the Indian Official Secrets Act,
1923 (XIX of 1923) applies to them and shall continue to apply even after the execution
of such work(s) under the contract.
23.1 If any work included in the scope of specification to be done by the consultant is
abandoned or suspended for any cause or reasons, which cannot be attributed to the
consultant, payment, shall be made on a pro-rata basis for the work actually done and
as decided by the Owner.
24.0 SUB-CONTRACT
The consultant cannot assign or sub-contract any of this work without the prior written
consent of the Owner.
25.1 The Owner shall in no way be responsible for any liabilities arising out of the
Consultant’s contractual obligation with the Consultant’s personnel, experts, engineers,
Sub-contractors, licensors, collaborators, vendors, or subsidiaries.
25.2 The Consultant and the Owner both agree that each shall assume full risk of damages of
injury to its own properties, employees and representatives caused by any act or
omission to act by their respective employees or representatives, during the
performance.
26.0 CHANGES/ADDITIONS/DELETIONS
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 46 of 65
26.1 The Owner shall have the right to request in writing additions or changes in the scope of
services to be performed by the Consultant. If in the Consultant’s opinion, any such
additions or changes affect the completion schedule or the fee, Owner will be advised
accordingly and the same shall be mutually settled. However, the consultant shall
continue to carry out the work pending till final settlement if any.
26.2 The Owner reserves the right to delete any item/s or part thereof from the scope of
services to be performed by the Consultant. For such purposes the Owner shall give to
the Consultant a notice in writing on receipt of which the Consultant shall take
necessary steps as may be directed by the Owner and shall stop incurring any
expenditure and performing services in connection with the item/s of work so deleted.
26.3 The corresponding fee for the deleted item(s) of work will be arrive based on the fee
identified in the Contract and shall be deducted from the fee payable to the Consultant
under the Contract. The Consultant, however, shall be entitled for the compensation of
the amount of work and services already performed in connection with item(s) deleted
from the scope, at a mutually acceptable fee.
27.0 NO WAIVERS
If Owner, in any instance, does not insist upon strict performance of any of the terms of
the assignment, it shall not be construed as a waiver or relinquishment in the future till
the assignment is in force and shall not relieve Consultant of any of its responsibilities
under the assignment.
All notices to be given on behalf of the Owner and all other actions to be taken on its
behalf may be given or taken by the Project-in-Charge or any officer for the time being
entrusted with the functions, duties and powers of the Project-in-Charge.
All instructions, notices and communications, etc., shall be given in writing and if sent by
registered / speed post to the last known place of business of the consultant, shall be
deemed to have been served on the dates when in the ordinary course of post these
would have been delivered to him.
29.0 BANKRUPTCY
If the Consultant shall become bankrupt or have a receiving order made against him or
compound with his creditors or being a corporation commence to be wound up, not
being a voluntary winding up for the purpose only amalgamation or reconstruction, or
carry on their business under a receiver for the benefit of their creditors or any of them,
the Owner shall be at liberty:
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 47 of 65
b) To give such liquidator receiver or other person the option of carrying out the
consultancy assignment subject to their providing a guarantee for the due and
faithful performance of the assignment up to an amount to be determined by
the Owner.
30.1 The Consultant shall prepare and submit to the Owner weekly progress report showing
the progress and status of the `Works being performed by him including such materials
as charts, networks and photograph (if any) as per the directives of the Owner. Draft
formats of progress reports shall be enclosed by the Consultant with the offer.
30.2 It is understood that submission of such reports and reviews thereof by the Owner shall
not be deemed to absolve the Consultant of his responsibility of timely completion of
the Assignment as per the time schedule indicated herein.
31.1 Consultant shall clearly bring out in their bid their organization chart and the
methodology they want to follow of successful execution of the assignment. Consultant
along with the organization chart shall indicate the names of key persons proposed to
be deployed for each activity of the project and their bio data. They shall also indicate
separately the works they intent to carryout in their home office and in their office in
India and estimated Man days. Consultant shall also bring out in his bid number of visits
to site of the key personnel they envisage under the assignment.
31.2 Regular review meetings will be held one in two (2) weeks either in the Owner’s Office
or Consultant’s office in India and progress of work will be reviewed. The engineering
co-ordination and consultant co-ordination procedure will be discussed and decided
separately during the pre- award stage.
32.1 All correspondence during the pre-award stage and during execution of the contract
shall be made as per following procedure:-
32.2 On all technical matters pertaining to execution of the contract as per specification in
the consultant shall directly interact with the Project-in-Charge.
32.3 All correspondence from the Owner to the Consultant shall be made with the full time
Coordinator to be identified by the consultant and agreed by Owner.
The Consultant shall inspect and examine the site and its surroundings and shall satisfy
himself as to the form and nature of the site, the quantities and nature of work and the
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 48 of 65
equipment / materials necessary information as to risks, contingencies, and other
circumstances, which may influence or affect his tender, before bidding.
The Consultant shall deploy task force of well qualified and experienced engineering /
science executive and draftsmen for this work. The manpower proposed to be deployed
for this task shall be guaranteed by the Consultant in his offer both discipline-wise and
category wise (for Engineers / Scientists and draftsmen) required for completion of
service included under the scope of the specification. The Consultant shall depute a
senior level executive to act as fulltime overall coordinator and focal point for all
interactions with the Owner throughout the entire period of consultancy assignment.
The bio-data of the Engineering / Scientific personnel proposed to be included in the
Task Force should be enclosed with the offer. The task force so proposed is subject to
the approval of the Owner. The Owner may ask for suitable substitution of
Engineers/Scientists in place of the proposed ones, if it so desires.
The Bidder shall provide a schedule of instruments / equipment available with it and/or
with its collaborators (s)/ laboratories, which are intended to be used for each area of
study separately. Further, the Bidder shall indicate in Schedule-3 the list of equipment
proposed to be deployed for the study.
The Owner shall not make any additional payment for any type of equipment /
accessories required by the consultant for this package or for any other purpose.
The Consultant shall propose in its offer the detailed co-ordination procedure with the
Owner for performing the services. The system to be adopted shall provide control and
continuity of all functions. Owner’s participation in the major decisions shall be
essential to the extent desired by the Owner. The coordination procedure and
schedules of coordination review meeting between the Owner and the Consultant shall
be mutually discussed and finalized before award of the contract.
37.0 COLLABORATION
The Consultant will be required to furnish the details its collaboration arrangement with
various laboratories, institutions and other organizations along with consent letters
from the collaborators categorically agreeing to carry out the assignment till the
completion of the study. Such consent letter must contain a declaration that the
consent given by the collaborator is irrevocable till successful completion of the
assignment. The proposal will also precisely outline the responsibilities and task to be
undertaken by the collaborator(s). The consent letters from the collaborators shall be
enclosed with the Bid.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 49 of 65
38.0 ASSOCIATION OF THE OWNER
The Owner may depute its representative to be present during the entire course of
studies or any part thereof. The Project-in-Charge or his authorized representatives will
have to be provided necessary information when asked for. He may further monitor the
field and laboratory activities, and supervise the finalization of the documents. The
engineers will also discuss results of studies and may suggest different cases to be
studied. The Consultant shall provide all facilities for the Owner’s Project-in-Charge /
Representatives to have fruitful participation in the work. The Consultant will submit all
study results draft sections / documents to the Project-in-Charge for his approval and
the final document will be prepared after incorporating changes / modifications /
additions / alterations suggested by the Project-in-Charge.
39.0 LANGUAGE
Indian Standards, codes and regulations, wherever applicable, shall be adopted and
adhered to by the Consultant. In case of such Indian standards / codes / regulations
being not available in particular areas, applicable and accepted International standards
shall be followed.
The travel expenses incurred by the Consultant’s personnel for journeys to site or
Owner’s Office or anywhere in connection with the study under Scope of this
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 50 of 65
Specification will be borne by the Consultant and the Owner will not take any
responsibility whatsoever on this account
The authorized representative (s) of the Owner shall be provided access to the
Consultant’s and/or its Associates premises or to the work site at any reasonable time
during the currency of this work for expediting, inspection & checking of the progress of
the Consultant’s work.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 51 of 65
PFC CONSULTING LIMITED
(A wholly owned subsidiary of Power Finance Corporation Ltd. -
A Government of India Undertaking)
VOLUME – III
TECHNICAL SPECIFICATION
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 52 of 65
TECHNICAL SPECIFICATIONS FOR SURVEY & PREPARATION OF
REPORT USING MODERN SURVEY TECHNIQUES
1. General Information & Scope Of Work
1.1. The technical specification covers survey including route alignment of
transmission lines, identification of substation sites and preparation of report for
transmission system for Package-C: “Establishment of new 220/132kV substation at
Nangalbibra” comprising the following:
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 53 of 65
S.
Scope of the Transmission Scheme Capacity/ Km
No.
1. Establishment of new 220/132kV, 2x160MVA 220/132kV, 160
substation at Nangalbibra. MVA ICT-2 Nos.
220 kV ICT bays- 2 Nos.
Additional space for future expansion: 132 kV ICT bays- 2 Nos.
220/132kV 200MVA ICT-1 (along with associated 220 kV Line bays: 2
bays at both levels)
Nos. [for termination
400/220kV 500MVA ICT-3 (along with associated of Bongaigaon
bays at both levels)
(POWERGRID) –
Space for 400kV upgradation: Nangalbibra 400kV D/c
Line bays along with space for switchable line line (initially operated
reactor: 8 No. [2 No. for 400kV operation of at 220kV) – under this
Bongaigaon (POWERGRID) – Nangalbibra scheme]
400kV D/c line (initially operated at 220kV) and 6
132 kV Line bays: 2 [for
No. for other lines]
termination of
Bus reactor 420kV, 125MVAr -3 Bus reactor bays- Nangalbibra – existing
3 Nos. Nangalbibra (MePTCL)
132kV D/c (Single
Space for future 220kV line bays: Moose) line of MePTCL]
6 No. [2 No. for termination of Mawngap Bus reactor 31.5 MVAr-
(Meghalaya) – Nangalbibra 220 kV D/c line of
2 Bus reactor bays: 2
MePTCL and 4 No. for future lines]
No.
Space for future 132 kV line bays:
a. Route Alignment using satellite imageries of NRSA and Survey of India maps (to be
arranged by the Consultant) to the extent required, inter-alia including :-
i. Identification of three alternative route alignments & selection of optimized
route alignment in consultation with the Owner. This shall be done using low
resolution satellite imageries of NRSA and Survey of India maps. The output shall
be in the form of final route alignment on digitized topographical map with latest
details/features upto 8 kms on both sides of selected route alignment (both in
hard & soft copies).
ii. Digital terrain modeling wherever required along the selected route using
contour data from duly updated topographical maps.
iii. Walk-over Survey of the route alignment (finalized in consultation with the
Owner).
iv. Preparation of Survey Report including identification and explanation of route
constraints (like Forest, Animal/Bird sanctuary, reserve coal belt areas, oil pipe
line/underground inflammable pipe lines etc.), infrastructure details available
enroute, various clearances required in the final route alignment, etc.
b. The scope shall also include three dimensional perspectives for terrain
characteristics for the purpose of selection of appropriate route alignment.
c. Preparation of Survey Report incorporating the details as per Annexure-A
d. Initiation of any forest clearance based on walk over survey of final route alignment,
including filing of application and follow-up/co-ordination with the concerned
Authorities.
e. Estimation of the land required for substation at a location in Nangalbibra area
considering the scope of the substations specified at Clause 1.1 above including
provision of staff quarter and other substation auxiliaries. Identification of three
alternative of sites for the substation as detailed in Clause 4.0 hereinafter and assist
in Land acquisition including filing of application and follow-up/co-ordination with
the concerned Authorities
f. Initiation of land acquisition for substation including preparation & filing of
application and follow-up/co-ordination with the concerned Authorities.
g. Preparation of alternative site identification Report incorporating the details as per
Annexure-B
h. The scope of the survey consultant also includes preparation of tower schedule,
tower location & cost of land and details of line passing through agriculture, semi
urban and urban area in-order to have a fair estimation of compensation as per the
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 55 of 65
guidelines “Payment of compensation towards damages in regard to Right of Way
for transmission lines” issued by Ministry of Power, Govt. of India vide dated
15.10.2015.
1.2. The quantities indicated in the scope of work are provisional. The final
quantities for route alignment & survey (quantities in “kms” unit) shall be the route
length along the optimized route alignment. The route alignment shall be carried out by
the Consultant as per the technical specifications stipulated herein.
1.3. The Consultant must note that the Owner shall not be responsible for loss or
damage to properties, trees etc. due to Consultant’s work during survey. The Consultant
shall indemnify the Owner for any loss or damage to properties, trees etc. during the
survey work.
1.4. The Consultant should note that Owner will not furnish the NRSA satellite
imageries or topographical maps prepared by Survey of India but will make available
assistance that may be required in obtaining these by providing letters of
recommendation, if required, to the concerned authorities.
1.5. The bidder shall give along with their bid clause by clause commentary
indicating their confirmation / comments/ observation in respect of all clauses of
technical specification.
1.6. The work shall be carried out by the Consultant using modern surveying
techniques. The bidder shall indicate in his offer, the detailed description of the
procedure to be deployed. The details of the equipment & facilities including software
for image processing etc. available with the bidder or his associates shall also be
furnished with the bid.
1.7. Any other activity not specifically mentioned in this specification but required
for successful completion of the scope of work shall be deemed to be included in the
scope of the Consultant, without any cost implication to the Owner.
1.8. Location Details
The bidders may visit the site to acquaint themselves with the terrain etc. For this
purpose or for any other clarification, they may contact PFCCL at the following address:
Vice President,
PFC Consulting Limited,
9th Floor, A-Wing, Statesman House,
Connaught Place, New Delhi-110001
Email: [email protected]
Ph.: (011) 23443996, Fax: (011) 23443990
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 56 of 65
b.2 Route Alignment shall be done using satellite imageries of NRSA (PAN & LISS-III merged
product of minimum resolution corresponding to 1:25,000 scale) and Survey of India
topographical maps (scale 1:50,000). In case the required Survey of India maps are
available in digitized form, the same shall only be procured and used by the Consultant.
The Consultant shall identify & examine three alternative route alignments and suggest
to the Owner the optimal route alignment between the terminal points.
b.3 Requirement of Transmission Line Routing
b.3.1 The alignment of the transmission line shall be most economical from the point of view
of construction and maintenance.
b.3.2 Routing of transmission line through protected/reserved forest area should be avoided.
In case it is not possible to avoid the forests or areas having large trees completely, then
keeping in view of the overall economy, the route should be aligned in such a way that
cutting of trees is minimum.
b.3.3 The route should have minimum crossings of Major river, Railway lines, National/State
highways, overhead EHV power line and communication lines.
b.3.4 The number of angle points shall be kept to a minimum.
b.3.5 The distance between the terminal points specified shall be kept shortest possible,
consistent with the terrain that is encountered.
b.3.6 Marshy and low lying areas, river beds and earth slip zones shall be avoided to minimize
risk to the foundations.
b.3.7 It would be preferable to utilize level ground for the alignment.
b.3.8 Crossing of power lines shall be minimum. Alignment will be kept at a suitable distance
from power lines to avoid induction problem on the lower voltage lines.
b.3.9 Crossing of communication line shall be minimized and it shall be preferably at right
angle. Proximity and parallelism with telecom lines shall be eliminated to avoid danger
of induction to them.
b.3.10 Areas subjected to flooding such as Nallah shall be avoided.
b.3.11 Restricted areas such as civil and military airfield shall be avoided. Care shall also be
taken to avoid aircraft landing approaches.
b.3.12 All alignment should be easily accessible both in dry and rainy seasons to enable
maintenance throughout the year.
b.3.13 Certain areas such as quarry sites, tea, tobacco and saffron fields and rich plantations,
gardens & nurseries which will present the Owner problems in acquisition of right of
way and way leave clearance during construction and maintenance should be avoided.
b.3.14 Angle points should be selected such that shifting of the point within 100 m radius is
possible at the time of construction of the line.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 57 of 65
b.3.15 The line routing should avoid large habitations, densely populated areas, Forest,
Animal/Bird sanctuary, reserve coal belt areas, oil pipe line/underground inflammable
pipe lines etc. to the extent possible.
b.3.16 The areas requiring special foundations and those prone to flooding should be avoided.
b.3.17 For examination of the alternatives & identification of the most appropriate route,
besides making use of information/data/details available/extracted through Survey of
India Topographical maps and computer-aided processing of NRSA’s satellite imagery,
the Consultant shall also carryout reconnaissance/preliminary survey as may be
required for verification & collection of additional information /data /details.
b.3.18 The Consultant shall submit his preliminary observations & suggestions along with
various information/data /details collected and also processed satellite imagery data,
scanned topographical map data marked with the alternative routes etc. The final
evaluation of the alternative routes shall be conducted by the Consultant and optimal
route alignment shall be proposed by the Consultant.
b.3.19 Digital terrain modelling using contour data from topographical maps as well as
processed satellite data shall be done by the Consultant for the selected route. A fly
through perspective using suitable software(s) shall be developed for further refinement
of the selected route, if required. Site visit and field verification shall be conducted by
the Consultant for the proposed route alignment.
b.3.20 Final digitized route alignment drawing with latest topographical and other
details/features including all rivers, railway lines, canals, roads etc. up to 8 kms on both
sides of selected route alignment shall be submitted by the Consultant for Owner’s
approval along with report containing other information/details as mentioned above.
b.3.21 The co-ordinates of all the angle points as well as other important crossings, landmarks
etc. shall be recorded using GPS instrument. For all such locations, permanent land
marks such as rock, boulders, culverts etc. shall be provided with suitable white paint
marks with directional and PFC markings.
3.0 Tower Scheduling
3.1 The following shall be borne in mind
a) Span
The maximum length of a section shall not exceed 5 km in plain terrain and 3 km in
hilly terrain. A section point shall comprise of tension point with DB/B type or DC/C
type or DD/D type towers as applicable. The normal span shall be considered as
350m for 220kV lines, 400m for 400kV lines and 450m for 765kV lines.
b) Right of way
The Right of way corridor shall be considered as 35m for 220kV lines, 46m for 400kV
lines and 70m for 765kV lines.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 58 of 65
c) Road Crossing
At all important road crossings, the tower shall be fitted with double suspension or
tension insulator strings depending on the type of tower.
d) Railway Crossings
All the railway crossings coming-enroute the transmission line shall be identified by
the Consultant.
i. The crossings shall be supported on DD/D type tower on either side.
ii. The crossing span will be limited to 300 meters.
e) River Crossings
Suitable type of suspension/tension tower shall be used for river crossings. For non-
navigable river, clearance shall be reckoned with respect to highest flood level (HFL).
f) Power line Crossings
Where this line is to cross over another line of the same voltage or lower voltage,
DA/A type tower with suitable extensions shall be used.
Provisions to prevent the possibility of its coming into contact with other overhead
lines shall be made in accordance with the Indian Electricity Rules, 1956 as amended
up to date. In order to reduce the height of the crossing towers, it may be
advantageous to remove the ground-wire of the line to be crossed (if this is possible
and permitted by the Owner of the line to be crossed).
Minimum clearance in metres between lines when crossing each other:
S. Nominal System 110-
220KV 400KV 800KV
No. Voltage 132KV
1. 110-132KV 3.05 4.58 5.49 7.94
2. 220KV 4.58 4.58 5.49 7.94
3. 400KV 5.49 5.49 5.49 7.94
4. 800KV 7.94 7.94 7.94 7.94
For power line crossings of voltage level of 132 kV and above, an angle towers shall
be provided on either side of DA/A type tower to act as temporary dead end towers
with proper guying.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 59 of 65
3.2 Clearance from Ground, Building, Trees etc.
Clearance from ground, buildings, trees and telephone lines shall be provided in
conformity with the Indian Electricity Rules, 1956 as amended up to date
3.2.1 The Consultant shall also intimate the Owner, his assessment about the likely amount of
tree & crop compensation etc. required to be paid by the Owner during execution stage.
This assessment shall be done considering prevailing practices/guidelines, local
regulations and other enquiries from local authorities
3.3 Survey Report
3.3.1 Each angle point locations shall be shown with detailed sketches showing existing close
by permanent land marks such as specific tree(s), cattle shed, homes, tube wells,
temples, electric pole/tower, telephone pole, canal, roads, railway lines etc. The relative
distance of land marks from the angle points and their bearings shall be indicated in the
sketch. These details shall be included in the survey report.
3.3.2 Information w.r.t infrastructure details available enroute, identification and explanation
of route constraints, etc shall also be furnished in the Survey report and shall inter-alia
include the following:
3.3.2.1 All observations which the Consultant thinks would be useful to the construction of the
transmission lines mentioned under scope of work are to be reported
3.3.2.2 Some portions of the line may require clearance from various authorities. The
Consultant shall indicate the portion of the line so affected, the nature of clearance
required and the name of concerned organizations such as local bodies, municipalities,
P&T (name of circle), Inland navigation, Irrigation Department, Electricity Boards and
Zonal railways, Divisional Forest Authorities etc.
4.0 Sub Stations
.1 Estimation of the land required for the substation at a location at Nangalbibra
considering the scope of the substations specified at Clause 1.1 above including
provision of staff quarter and other substation auxiliaries. Identification of three
alternative of sites for the substation as detailed in Clause 4.0 hereinafter and assist in
Land acquisition including filing of application and follow-up/co-ordination with the
concerned Authorities. The Contractor shall estimate the cost of the proposed site
keeping in view the area required (including provision of staff quarters) and the
prevalent rate/acre for various types of land, which shall also be separately indicated.
The details as per Annexure-B shall be furnished for the proposed alternative sites of the
sub-station.
5.0 Statutory Regulations and Standards
5.1 Statutory Regulations
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 60 of 65
regulations referred in this Specification.
6.0 Completion Period
The work as detailed in this specification shall be completed in all respects as per
schedules detailed below:
a. Submission of alternative Route Alignment for Transmission
Line and finalization of Route Alignment for Transmission Line and Estimation of
land requirement and identification of alternative sites for substation as per
Annexure-A & Annexure-B in consultation with the Owner within one (1) week
from the date of LoA.
b. Walk over survey of the optimized route and submission of
Draft Reports (three copies) including the details of the substations and
incorporating details as per Annexure-A & Annexure-B within two (2) weeks
from the date of LoA.
c. The consultant shall submit ten (10) copies of final report,
both in soft and hard copies, in English language within four (4) weeks from the
date of the Letter of Award (LoA).
d. following activities till the award of work to Transmission
Service Provider
i. Initiation of forest clearances, including preparation & filing of application
and follow-up/co-ordination with the concerned Authorities.
ii. Initiation of land acquisition for substation including preparation & filing
of application and follow-up/co-ordination with the concerned Authorities.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 61 of 65
Annexure - A
Description
1. Project Highlight
2. Brief Background
3. Scope of Work
4. Complete technical profile of the project giving technical parameters of the
Transmission System & equipment.
5. Metrological data like temp., humidity, rainfall, wind pressure & wind
direction.
6. DETAILS RELATED TO TRANSMISSION LINE
a. Survey Report covering the scope of work detailed in the specification with
all maps & other enclosures including details of the following enroute the
transmission line
b. Places of Archaeological importance, river, streams, Estuary, sea, hills/
mountains etc.
c. Places of Historical, Cultural, Religious or Tourist importance
d. Defense installation
e. Railway Crossings
f. Power Line / Telecom Line Crossings
g. Land Availability (if required for acquisition)
i. Extent of land available
ii. Land use pattern (agricultural, barren, forest etc.)
iii. Land Ownership (Govt. Pvt., tribal, non-tribal etc.)
h. Environmental and social aspect
i. Forest Involvement / Clearance
ii. Social Issue / R&R Measure
b. Approach to Site
i. Nearest Rail Head & Distance including Type (BG/MG)
ii. Road - Existing Highway/roads distance from site
iii. Constraints, if any, in access to site
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 62 of 65
c. Land Availability
i. Extent of land available
ii. Land use pattern (agricultural, barren, forest etc.)
iii. Land Ownership (Govt. Pvt., tribal, non-tribal etc.)
iv. Prevailing land cost details
v. Estimation of population affected
e. Location & vicinity plan identifying the areas proposed for substation.
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 63 of 65
Annexure-B
Information Required for Substation Sites
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 64 of 65
S. Criterion Site-I Site-II Site-III Remarks
No.
2.2 Length of approach road to be
constructed
2.3 Distance from main road
2.4 Nearest railway station (BG/MG)
2.5 Unloading facility at railway station
2.6 No. of Culverts required
2.7 Nearest EHV line
2.8 Length of line between this site &
nearest substation for construction
power
2.9 Length of proposed line (Approx.)
2.10 Additional crossings
2.11 Frontage for line take off
2.12 Telephone/Telegraph line
3.0 Community Facilities
i) Drinking Water
ii) Drainage
iii) Distance from
a) Post Office
b) Telephone
c) School
d) Market
iv) Security
v) Availability of construction water
vi) Availability of drinking water
4.0 Others
Bid Document for Survey & Preparation Report for Package-C: “Establishment of new 220/132kV
substation at Nangalbibra”
Page 65 of 65