<<

16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58

REQUEST FOR PROPOSAL DOCUMENT

FOR

SELECTION OF TRANSMISSION SERVICE PROVIDER

THROUGH TARIFF BASED COMPETITIVE BIDDING PROCESS

TO

ESTABLISH TRANSMISSION SYSTEM

FOR

“WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Intra-state system due to RE injections in Bhuj PS”

ISSUED BY

PFC CONSULTING LIMITED (A wholly owned subsidiary of Power Finance Corporation Ltd.)

Corporate Office: 9th Floor, A-Wing, Statesman House Connaught Place, New – 110 001

March 18, 2019 59

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission60 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

PFC Consulting Limited (A wholly owned subsidiary of Power Finance Corporation Ltd.) 9th Floor, A-Wing, Statesman House, Connaught Place, New Delhi – 110 001

This Request for Proposal document for selection of Transmission Service Provider (TSP) through tariff based competitive bidding process to establish Transmission System for “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS” is issued by PFC Consulting Limited for the benefit of Long Term Transmission Customer(s) as named in Annexure 1.

This RFP document is issued to -

M/s......

Along with following documents: 1. Transmission Service Agreement 2. Share Purchase Agreement 3. Illustration of the Bid Evaluation/Computation of Levellised Transmission Charges (Excel file in CD)

Signature:……………………

Associate Vice President PFC Consulting Limited (A wholly owned subsidiary of PFC Ltd.) 9th Floor, A-Wing, Statesman House, Connaught Place, New Delhi – 110 001 Tel.: +91 – 11 – 23443996 Fax: +91 – 11 – 23443990 Email: [email protected]

PFC CONSULTING LIMITED Page 1

61

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission62 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

DISCLAIMER

1. This Request for Proposal (RFP) document is not an agreement or offer by the Bid Process Co-coordinator (BPC) to the prospective Bidders or any other party. The purpose of this RFP is to provide interested parties with information to assist the formulation of their Bid. This RFP is based on material and information available in public domain.

2. This RFP, along with its Annexures, is not transferable and will be issued only to the Bidding Company or the Lead Member of the Bidding Consortium who has been short listed by the BPC based on its Response to RFQ. The RFP and the information contained therein is to be used only by the person to whom it is issued. It may not be copied or distributed by the recipient to third parties (other than in confidence to the recipient‟s professional advisors). In the event that the recipient does not continue with its involvement in the Project in accordance with this RFP, this RFP must be kept confidential.

3. While this RFP has been prepared in good faith, neither the BPC nor its employees or advisors/consultants make any representation or warranty express or implied as to the accuracy, reliability or completeness of the information contained in this RFP. The Bidders shall satisfy themselves, on receipt of the RFP document, that the RFP document is complete in all respects. Intimation of any discrepancy shall be given to this office immediately. If no intimation is received from any Bidder within ten (10) days from the date of issue of this RFP document, it shall be considered that the issued document, complete in all respects, has been received by the Bidders.

This bidding process is in accordance with the Bidding Guidelines issued by Ministry of Power, Government of under Section 63 of the Electricity Act, 2003. Revisions or amendments in these Bidding Guidelines may cause the BPC to modify, amend or supplement this RFP document, including the RFP Project Documents to be in conformance with the Bidding Guidelines.

4. Neither the BPC, its employees nor its consultants will have any liability to any Bidder or any other person under the law of contract, tort, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this RFP, any matter deemed to form part of this RFP, the award of the Project, the information supplied by or on behalf of BPC or its employees, any advisors/consultants or otherwise arising in any way from the selection process for the said Project.

5. By purchasing the RFP, the purchaser of the RFP, which may be the Bidder or any Member of the Bidding Consortium and each of the Member of such Consortium, shall be deemed to have confirmed that the Bidders are fully satisfied with the process of evaluation of the Responses to RFQ and the BPC‟s

PFC CONSULTING LIMITED Page 2 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission63 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

decision regarding the qualification or disqualification or short listing of the Bidders for sale of the RFP. The Bidders here by expressly waive any and all objections or claims in respect thereof.

6. This RFP may be withdrawn or cancelled by the BPC at any time without assigning any reasons thereof. BPC further reserves the right, at its complete discretion to reject any or all of the Bids without assigning any reasons whatsoever.

PFC CONSULTING LIMITED Page 3 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission64 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

TABLE OF CONTENTS ______

DEFINITIONS ...... 5 1. INTRODUCTION ...... 11 2. INFORMATION AND INSTRUCTIONS TO BIDDERS ...... 16 3. EVALUATION CRITERIA ...... 37 ANNEXURE 1 ...... 42 ANNEXURE 2 ...... 43 ANNEXURE 3 ...... 45 ANNEXURE 4 ...... 46 ANNEXURE 5 ...... 49 ANNEXURE 6 ...... 51 ANNEXURE 7 ...... 56 ANNEXURE 8 ...... 57 ANNEXURE 9 ...... 60 ANNEXURE 10 ...... 63 ANNEXURE 10A ...... 69 ANNEXURE 11 ...... 71 ANNEXURE 12 ...... 74 ANNEXURE 13 ...... 76 ANNEXURE 13A ...... 77 ANNEXURE 14 ...... 79 ANNEXURE 15 ...... 80 APPENDIX - Special Technical Requirements for Transmission Lines...... 90

ANNEXURE A ...... 97

PFC CONSULTING LIMITED Page 4 65

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission66 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

DEFINITIONS Any capitalized term, used but not defined in this RFP, shall have the meaning ascribed to such term in the RFP Project Documents, the RFQ, or the Bidding Guidelines, in that order. In absence of availability of definitions in the foregoing references, the capitalized terms shall be interpreted in accordance with the Electricity Act 2003, the CERC (Terms and Conditions of Tariff) Regulations 2009, Grid Code or any other relevant electricity law, rule or regulation prevalent in India, as amended or re-enacted from time to time, in that order. “Acquisition Price” shall have the same meaning as defined in the Share Purchase Agreement; “Affiliate” shall have the meaning as ascribed thereto in the RFQ; “Allocated Project Capacity” shall mean, for each Long Term Transmission Customer, the sum of the generating capacities allocated to such Long Term Transmission Customer from the ISGS and the contracted power, if any, as adopted by CERC from time to time in determining sharing of transmission charges between the Long Term Transmission Customers; “Appropriate Commission” shall mean the Central Regulatory Commission referred to in sub-section (1) of section 76 of the Electricity Act, or the State Regulatory Commission referred to in section 82 of the Electricity Act or the Joint Commission referred to in section 83 of the Electricity Act, as the case may be; “Appropriate Government” shall mean the Central Government in case of any Inter-State Transmission System and the appropriate state government in case of an Intra-State Transmission System; “Bid” shall mean Non-Financial Bid and Financial Bid submitted by the Bidders, in response to this RFP, in accordance with the terms and conditions thereof; “Bidder” for the purpose of the RFP, shall mean Bidding Company (including its permitted successors and legal assigns subject to fulfillment of conditions given in RFQ) or Bidding Consortium (including permitted successors and legal assigns of its Members subject to fulfillment of conditions given in RFQ) which meets the Qualification Requirements as specified in the RFQ and has been short-listed by BPC based on its Response to RFQ for submission of Bid and has duly purchased the RFP from the BPC; “Bidding Company” for the purpose of the RFP, shall refer to such single company (including its permitted successors and legal assigns subject to fulfillment of conditions given in RFQ) which meets the Qualification Requirements as specified in the RFQ and has been short-listed by BPC based on its Response to RFQ for submission of Bid and has duly purchased the RFP from the BPC;

PFC CONSULTING LIMITED Page 5

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission67 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS “Bidding Consortium” or “Consortium” for the purpose of the RFP, shall refer to such group of companies (including its permitted successors and legal assigns subject to fulfillment of conditions given in RFQ) which meets the Qualification Requirements as specified in the RFQ and has been short- listed by BPC based on its Response to RFQ for submission of Bid and has duly purchased the RFP from the BPC; “Bidding Guidelines” shall mean the “Tariff Based Competitive Bidding Guidelines for Transmission Service” and “Guidelines for Encouraging Competition in Development of Transmission Projects” issued by Government of India, Ministry of Power dated 13thApril 2006 under Section – 63 of Electricity Act and as amended from time to time; “Bid Bond” shall mean the unconditional and irrevocable bank guarantee for Rupees Eighteen Crores Thirty Eight Lakhs Only (Rs.18,38,00,000/-) only, to be submitted along with the Bid by the Bidder under Clause 2.20 of this RFP, as per the format prescribed in Annexure 2; “Bid Deadline” shall mean the last date and time for submission of Bid in response to this RFP, specified in Clause2.16.1; “Bid Process Coordinator or BPC” shall mean a person or its authorized representative as notified by the Government of India / concerned State Government, responsible for carrying out the process for selection of Transmission Service Provider; “CEA” shall means the Central Electricity Authority constituted under Section -70 of the Electricity Act; “CERC” shall mean the Central Electricity Regulatory Commission of India constituted under Section-76 of the Electricity Act, 2003 or its successors; “Change in Ownership” shall mean change of ownership of the Bidder/Member in a Bidding Consortium by way of merger/ acquisition/ amalgamation/ reorganization / consolidation/ demerger; “Conflict of Interest”: A Bidder shall be considered to be in a Conflict of Interest with one or more Bidders in the same bidding process if they have a relationship with each other, directly or through a common company, that puts them in a position to have access to information about or influence the Bid of another Bidder; “Commercial Operation Date (COD)” shall mean the date of charging the Project or part thereof to its rated voltage level or seven days after the date on which it is declared ready for charging by the Transmission Licensee, but is not able to be charged for reasons not attributable to the Transmission Licensee, its suppliers or contractors; Provided that the date of commercial operation shall not be a date prior to the Scheduled Date of Commercial Operation mentioned in the TSA, unless mutually agreed to by all parties; “Consents, Clearances, Permits” shall mean all authorizations, licenses, approvals, registrations, permits, waivers, privileges, acknowledgements,

PFC CONSULTING LIMITED Page 6 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission68 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS agreements, or concessions required to be obtained from or provided by any concerned authority for the development, execution and performance of Project including without any limitation on the construction, ownership, operation and maintenance of the transmission lines and/or sub-stations; “Contract Performance Guarantee” shall have the meaning as per Clause 2.21 of this RFP; “Contract Year” shall mean the period beginning on the Scheduled COD, and ending on the immediately succeeding March 31 and thereafter each period of 12 months beginning on April 1 and ending on March 31 provided that: (i) The last Contract Year shall end on the last day of the term of the TSA; Provided that for the purpose of payment, the Contract Year shall be the applicable Contract Year as per Annexure-4 of this RFP; “CTU/Central Transmission Utility” shall mean the utility notified by the Central Government under Section-38 of the Electricity Act, 2003; “Effective Date” shall have the meaning as ascribed thereto in the TSA; “Element” shall mean each Transmission Line or each circuit of the Transmission Lines (where there are more than one circuit) or each bay of the Sub-station or switching station or HVDC terminal or inverter station of the Project, which has a separate scheduled COD as per Schedule 3 of the TSA and has a separate percentage for recovery of Transmission Charges on achieving COD as per Schedule 6 of the TSA; “Empowered Committee” shall mean the committee constituted by the Ministry of Power, Government of India in terms of Clause 13 of the “Guidelines for Encouraging Competition in Development of Transmission Projects”, notification no 11/5/2005-PG (ii) of the Government of India, Ministry of Power, dated 13th April 2006; "Final Offer" shall mean the Quoted Escalable Transmission Charges and Quoted Non Escalable Transmission Charges, required to be submitted as part of the Financial Bid on the electronic bidding platform during the e- reverse bidding stage. In case, no Final Offer is received during the e- reverse bidding stage then the lowest "Initial Offer" shall be deemed to be the Final Offer; “Financial Bid” shall mean the Initial Offer and Final Offer, containing the Bidder's Quoted Transmission Charges as per the format at Annexure-4 of this RFP; “Financially Evaluated Entity” shall mean the company which has been evaluated for the satisfaction of the financial requirements set forth in the RFQ; “Grid Code” / “IEGC” or “State Grid Code”shall mean the Grid Code specified by the Central Commission under Clause (h)of sub-section (1) of section 79 of the Electricity Act and/or the State Grid Code as specified by

PFC CONSULTING LIMITED Page 7 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission69 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS the concerned State Commission, referred under Clause (h) of sub-section (1) of section 86 of the Electricity Act, as applicable; "Initial Offer" shall mean the Quoted Escalable Transmission Charges and Quoted Non Escalable Transmission Charges, required to be submitted as part of the Financial Bid on the electronic bidding platform along with the Non-Financial Bid; “Inter State Generating Station” or “ISGS” shall mean a Central / other generating station in which two or more states have shares and whose scheduling is to be coordinated by the Regional Load Dispatch Centre; “Inter-State Transmission System” shall include: (i) Any system for the conveyance of electricity by means of main transmission line from the territory of one State to another State; (ii) The conveyance of electricity across the territory of an intervening State as well as conveyance within the State, which is incidental to such inter-State transmission of electricity; (iii) The transmission of electricity within the territory of a State on a system built, owned, operated, maintained or controlled by Central Transmission Utility; “Intra-State Transmission System” shall mean any system for transmission of electricity other than an Inter-State Transmission System; “Lead Member of the Bidding Consortium” or “Lead Member” shall have the meaning as ascribed thereto in the RFQ; “Lead Long Term Transmission Customer” shall have the meaning as ascribed thereto in the TSA; “Letter of Intent” shall mean the letter to be issued by the BPC to the Bidder, who has been identified as the Selected Bidder, for award of the Project to such Bidder; “Levelised Transmission Charges” shall mean the Transmission Charges calculated in accordance with the provisions of Clause3.3.2 in this RFP; “Long Term Transmission Customer” shall mean a person availing or intending to avail access to the Inter-State Transmission System for a period up to twenty-five years or more, and for the purposes of this Project, shall refer to entities listed in Annexure-1 of this RFP; “MOP” shall mean the Ministry of Power, Government of India; “MOEF” shall mean the Ministry of the Environment and Forests, Government of India; “Non Financial Bid” shall mean the scanned copy of the bid submitted online through the electronic bidding platform and hard copy of the Bid in one (1) original and one (1) copy, containing the documents as listed out in Clause 2.14.1.1 of this RFP;

PFC CONSULTING LIMITED Page 8 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission70 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS “Parent Company” shall have the meaning as ascribed thereto in the RFQ; “Quoted Transmission Charges” shall mean the sum of the Quoted Escalable Transmission Charges and Quoted Non-Escalable Transmission Charges submitted online through the electronic bidding platform by the Bidder as part of its Financial Bid as per the format in Annexure-4 of this RFP; “Quoted Escalable Transmission Charges” shall mean the column 5 of Financial Bid quoted online through the electronic bidding platform by the Bidder as per Annexure-4; “Quoted Non-Escalable Transmission Charges” shall mean the column 4 of Financial Bid quoted online through the electronic bidding platform by the Bidder as per Annexure-4; “RFP” shall mean this Request for Proposal document along with all schedules, annexures and RFP Project Documents attached hereto and shall include any modifications, amendments, alterations or clarifications thereto; “RFQ” shall mean the Request for Qualification document issued by BPC for tariff based competitive bidding process for selection of TSP to execute the Project and shall include any modifications, amendments or alterations or clarifications thereto; “RFP Project Documents” shall mean the following documents to be entered into in respect of the Project, by the parties to the respective agreements: a. TSA, b. Share Purchase Agreement, and c. Any other agreement, as may be required; “Scheduled COD” shall have the meaning as ascribed hereto in Clause 2.15 of this RFP; “Share Purchase Agreement” shall mean the agreement amongst PFC Consulting Limited, “Lakadia- Transmission Project Limited” and the Successful Bidder for the purchase of one hundred (100%) per cent of the shareholding of the “Lakadia-Vadodara Transmission Project Limited” for the Acquisition Price, by the Successful Bidder on the terms and conditions as contained therein; “Short Term Transmission Customer(s)” shall mean a transmission customer other than the Long Term Transmission Customer; “Successful Bidder” or “Selected Bidder” shall mean the Bidder selected pursuant to this RFP to acquire one hundred percent (100%) equity shares of “Lakadia-Vadodara Transmission Project Limited”, along with all its related assets and liabilities, which will be responsible as the TSP to

PFC CONSULTING LIMITED Page 9 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission71 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS establish the Project on build, own, operate and maintain basis as per the terms of the TSA and other RFP Project Documents; “Survey Report” shall mean the report containing initial information regarding the Project and other details provided as per the provisions of Clause1.5 (a) of this RFP; “Technically Evaluated Entity” shall mean the entity which has been evaluated for the satisfaction of the technical requirements set forth in the RFQ; “Transmission Charges” shall mean the charges payable to TSP by the Long Term Transmission Customers pursuant to the TSA, as adopted by the Appropriate Commission; “Transmission License” shall mean the license granted by the Appropriate Commission in terms of the relevant regulations for grant of such license issued under the Electricity Act, 2003; “Transmission Licensee” shall mean a licensee authorized to establish and operate Transmission Lines by the Appropriate Commission; “Transmission Lines” shall mean all high pressure cables and overhead lines (not being an essential part of the distribution system of a licensee) transmitting electricity from a generating station to another generating station or a sub-station, together with any step-up and step-down transformers, switch-gear and other works necessary to and used for the control of such cables or overhead lines, and such buildings or part thereof as may be required to accommodate such transformers, switchgear and other works; “Transmission Service Agreement” or “TSA” shall mean the agreement entered into between Long Term Transmission Customer(s) and the TSP pursuant to which TSP shall build, own, operate and maintain the Project and make available the assets of the Project to Long Term Transmission Customer(s) on a commercial basis and a draft of which is attached hereto and marked as Format 1 of Annexure 3, including all its schedules, Annexures and all amendments or modifications; “Transmission Service Provider” or “TSP” shall mean “Lakadia- Vadodara Transmission Project Limited”, which has executed the Transmission Service Agreement and has been/shall be acquired by the Selected Bidder; “Transmission System” shall mean a line with associated sub-stations or a group of lines inter-connected together along with associated sub-stations and the term includes equipment associated with transmission lines and sub- stations; “Ultimate Parent Company” shall have the meaning as ascribed thereto in the RFQ.

PFC CONSULTING LIMITED Page 10 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission72 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

SECTION 1

INTRODUCTION

PFC CONSULTING LIMITED Page 11 73

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission74 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

1. INTRODUCTION

1.1 Ministry of Power, Government of India, vide Gazette Notification dated February 01, 2019 has notified PFC Consulting Limited to be the Bid Process Coordinator (BPC) for the purpose of selection of Bidder as Transmission Service Provider (TSP) to establish Transmission System for “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS” through tariff based competitive bidding process.

1.2 The BPC now invites Bids for selection of Transmission Service Provider to establish the Transmission System as detailed below in the table for “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS” (hereinafter referred to as 'Project‟) on build, own, operate and maintain basis, and to provide transmission service on a long term basis to the Long Term Transmission Customers, as listed out in Annexure-1 of this RFP. The BPC reserves the right to add, delete or replace any Long Term Transmission Customer(s) to the list.

S.No Name of the Transmission Completio Conductor per Element n Target phase (i) Lakadia–Vadodara 765kV D/c line December, Hexa Zebra ACSR 31, 2020 The transmission lines shall have to be designed for a maximum operating conductor temperature of 85 deg C for ACSR. (ii) 330MVAr switchable line reactors December, at both ends of Lakadia – 31, 2020 Vadodara 765kV D/c line along with 500 ohms NGR at both ends of Lakadia – Vadodara 765kV D/c line (330 MVAR line reactor - 4 nos. & 765kV Reactor bay - 4 nos.) (iii) 2 nos of 765kV bays each at December, Lakadia and Vadodara S/s for 31, 2020 Lakadia – Vadodara 765kV D/c line (765kV line bay - 4 nos.)

Note: (a) As per MoM of 3rd ECT held on 21.12.2018, it was decided that the scheme is to be implemented by December, 2020. (b) POWERGRID to provide space for 2 nos of 765kV line bays and space for 2 nos. of 330MVAr switchable line reactors and reactor bays at Vadodara(GIS) for Lakadia – Vadodara (GIS) 765kV D/c line.

PFC CONSULTING LIMITED Page 12 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission75 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS (c) Developer of Lakadia S/s to provide space for 2 nos of 765kV line bays and space for 2 nos. of 330MVAr switchable line reactors and reactor bays at Lakadia for Lakadia – Vadodara (GIS) 765kV D/c line

1.3 The TSP shall ensure that design, construction and testing of all equipment, facilities, components and systems of the Project shall be in accordance with Indian Standards and Codes issued by Bureau of Indian Standards and only in case they are not available under certain conditions, the other equivalent internationally recognized Standards and Codes shall be followed, with prior approval of CEA.

1.4 The objective of the bidding process is to select a Successful Bidder pursuant to this RFP, who shall acquire one hundred percent (100%) of the equity shares of “Lakadia-Vadodara Transmission Project Limited” along with all its related assets and liabilities as per the provisions of the Share Purchase Agreement, at the Acquisition Price to be intimated by the BPC, 30 days prior to the Bid Deadline.

The “Lakadia-Vadodara Transmission Project Limited”, of which one hundred percent (100%) equity shares has been acquired by the Selected Bidder, shall be responsible as the TSP, for ensuring that it undertakes ownership, financing, development, design, engineering, procurement, construction, commissioning, operation and maintenance of the Project, and to provide Transmission Service on a long term basis to the Long Term Transmission Customers as per the terms of the RFP Project Documents.

1.5 The BPC has initiated development of the Project and shall be responsible for the tasks in this regard as specified hereunder:

a) Provide to the Bidders a Survey Report for the Project at least forty five (45) days prior to the Bid Deadline. The Survey Report will contain information regarding the transmission line, i.e. voltage level, line configuration (i.e., S/C or D/C), indicative route alignment, conductor type, conductor configuration and type of terrain likely to be encountered.

Provided that neither the BPC, its authorized representative, any of the Long Term Transmission Customer(s), nor their directors, employees or advisors/consultants make any representation or warranty, express or implied, or accept any responsibility or liability, whatsoever, in respect of any statements or omissions made in the Survey Report, or the accuracy, completeness or reliability of information contained therein, and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of such Survey Report, even if any loss or damage is caused to the Bidders by any act or omission on their part.

b) To obtain approval for laying of overhead transmission lines under Section 68 of Electricity Act, from Appropriate Government at least thirty (30) days prior to Bid Deadline.

PFC CONSULTING LIMITED Page 13 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission76 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS c) To initiate acquisition of land for location specific substation.

d) To initiate process of seeking forest clearance, if required.

e) Intimate the Bidders at least thirty (30) days prior to the Bid Deadline, the name of the BPC for the purpose of issue of the Bid Bond and the place where the Bid Bond shall be payable by the Guarantor Bank.

f) Any addition, deletion or replacement to the list at Annexure 1, will be communicated at least 30 (thirty) days prior to the Bid Deadline. Further, the entities which are legally permitted to sign the TSA on behalf of the Long Term Transmission Customer(s) shall also be intimated to the Bidders at least thirty (30) days prior to the Bid Deadline.

g) The BPC shall intimate the Bidders, the Acquisition Price payable by the Selected Bidder to the PFC Consulting Limited for the acquisition of one hundred percent (100%) of the equity shareholding of “Lakadia- Vadodara Transmission Project Limited”, along with all its related assets and liabilities at least thirty (30) days prior to Bid Deadline.

h) The BPC shall ensure issuance of all finalized RFP Project Documents duly executed, except for the Share Purchase Agreement, at least seven (7) days prior to the Bid Deadline.

Provided that for any delay in meeting the above obligations of the BPC within the specified time period above, the Bid Deadline as per Clause 2.16 shall be extended on a day for day basis.

1.6 The Ministry of Power and the appropriate State Government(s) have agreed to provide their support to the TSP, on best endeavor basis, in enabling the TSP to develop the Project.

1.7 All Bidders are required to submit their Bid in accordance with the instructions set forth in this RFP.

1.8 Once the Successful Bidder is selected, the details and documents as may be obtained by the BPC in relation to the Project, shall be handed over to the Successful Bidder on as is where basis, so that it may take further actions to obtain all necessary Consents, Clearances and Permits and the TSP shall not be entitled for any extensions in the Scheduled COD of the Project.

1.9 The assets of the Project shall be made available on a commercial basis to the Long Term Transmission Customer(s) as per the terms and conditions of the TSA.

PFC CONSULTING LIMITED Page 14 77

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission78 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

SECTION 2

INFORMATION AND INSTRUCTIONS TO BIDDERS

PFC CONSULTING LIMITED Page 15 79

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission80 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

2. INFORMATION AND INSTRUCTIONS TO BIDDERS

2.1 Bidders shall familiarize itself with the procedures and time frames required to obtain all Consents, Clearances and Permits.

2.2 All Bidders are required to ensure compliance with the standards and codes mentioned in Clause1.3.

2.3 The drafts of the following RFP Project Documents have been attached to this RFP. a) TSA as per Format-1 of Annexure3. b) Share Purchase Agreement as per Format-2 of Annexure 3 Upon finalization of the RFP Project Documents after incorporating the amendments as envisaged in Clause 2.13 of this RFP, all the RFP Project Documents, except for the Share Purchase Agreement, shall be duly executed by “Lakadia-Vadodara Transmission Project Limited” and the Long Term Transmission Customers, and copies delivered to the Bidders at least seven (7) days prior to the Bid Deadline.

The RFP Project Documents shall be signed in required number of originals so as to ensure that one original is retained by each party to the Agreement(s).

2.4 Within ten (10) days of the issue of the Letter of Intent, the Selected Bidder shall:

a) provide the Contract Performance Guarantee in favour of the Long Term Transmission Customers as per the provisions of Clause 2.21;

b) execute the Share Purchase Agreement and all other RFP Project Documents as listed in Annexure-3;

c) acquire, for the Acquisition Price, one hundred percent (100%) equity shareholding of “Lakadia-Vadodara Transmission Project Limited” from PFC Consulting Limited, who shall sell to the Selected Bidder, the equity shareholding of “Lakadia-Vadodara Transmission Project Limited”, along with all its related assets and liabilities;

Stamp duties payable on purchase of one hundred percent (100%) of the equity shareholding of “Lakadia-Vadodara Transmission Project Limited”, along with all its related assets and liabilities, shall also be borne by the Selected Bidder.

d) make an application to the Appropriate Commission for the adoption of Transmission Charges, as required under section 63 of the Electricity Act 2003.

e) execute the RFP Project Documents in required number of originals so as to ensure that one original is retained by each party to the

PFC CONSULTING LIMITED Page 16 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission81 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Agreement(s). All stamp duties payable for executing the RFP Project Documents shall be borne by the Successful Bidder.

Provided further that, if for any reason attributable to the BPC, the above activities are not completed by the Selected Bidder within the above period of ten (10) days as mentioned in this Clause, such period of 10 days shall be extended, on a day for day basis till the end of the Bid validity period.

2.5 After the date of acquisition of the equity shareholding of “Lakadia- Vadodara Transmission Project Limited”, along with all its related assets and liabilities, by the Selected Bidder,

i. the authority of the BPC in respect of this Bid Process shall forthwith cease and any actions to be taken thereafter will be undertaken by the Lead Long Term Transmission Customer, ii. all rights and obligations of “Lakadia-Vadodara Transmission Project Limited”, shall be of the TSP, iii. any decisions taken by the BPC prior to the Effective Date shall continue to be binding on the Long Term Transmission Customers and iv. contractual obligations undertaken by the BPC shall continue to be fulfilled by the TSP.

2.6 Within ten (10) days of the issue of the Letter of Intent, the TSP shall apply to the Appropriate Commission for grant of Transmission License.

2.7 If the Selected Bidder / TSP fails or refuses to comply with any of its obligations under Clauses2.4,2.5 and 2.6, and provided that the Long Term Transmission Customer(s) and/or other parties to the respective RFP Project Documents are willing to execute the Share Purchase Agreement and PFC Consulting Limited is willing to sell the entire equity shareholding of “Lakadia-Vadodara Transmission Project Limited”, along with all its related assets and liabilities, to the Selected Bidder, such failure or refusal on the part of the Selected Bidder shall constitute sufficient grounds for cancellation of the Letter of Intent. In such cases, the BPC / its authorized representative(s) shall be entitled to invoke the Bid Bond of the Selected Bidder.

2.8 If the TSP fails to obtain the Transmission License from the Appropriate Commission, it will constitute sufficient grounds for annulment of award of the Project.

2.9 The annulment of award, as provided in Clauses 2.7 and 2.8 of this RFP, will be done by the Empowered Committee after giving the Selected Bidder / TSP an opportunity to be heard.

2.10 Point of contact in case of Bidding Consortium

2.10.1 In case of Bid being submitted by a Consortium, the Lead Member of the Consortium will be the single point of contact for the purposes of the bid process before the date of signing of last of the RFP Project Documents.

PFC CONSULTING LIMITED Page 17 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission82 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Settlement of any dispute amongst the Consortium Members shall not be the responsibility of the BPC and/or the Long Term Transmission Customer(s) and the BPC and/or Long Term Transmission Customer(s) shall not bear any liability whatsoever on this account.

2.11 Transmission Charges

2.11.1 The Transmission Charges shall be as specified in the TSA and shall be payable to the TSP in Indian Rupees only. The Bidders shall quote Transmission Charges for each Contract Year during the term of the TSA as per the format at Annexure-4.

2.11.2 The Quoted Transmission Charges of the Selected Bidder shall be inserted in Schedule 6 of the TSA.

2.12 Clarifications and Pre-bid Meeting

2.12.1 The Bidders may seek clarifications or suggest amendments to the RFP by sending an e-mail to the BPC, at the email id [email protected] within the date and time mentioned in Clause 2.16.2. For any such clarifications or amendments the Bidders should adhere to the format as per Annexure-7.

2.12.2 The Bidders or their authorized representatives are invited to attend the pre- bid meeting(s), which will take place on date as specified in Clause 2.16.2, or any such other date as notified by the BPC. The time and address of this would be intimated later.

2.12.3 The purpose of the pre-bid meeting will be to clarify any issues regarding the RFP, including in particular, issues raised in writing by the Bidders as per the provisions of Clause 2.12.1.

2.12.4 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.

2.12.5 The BPC is not under any obligation to entertain/respond to suggestions made or to incorporate modifications sought for.

2.12.6 In case Bidders need any further clarifications not involving any amendments in respect of final RFP, they should ensure that written request for such clarification is delivered to the BPC at least fifteen (15) days prior to the Bid Deadline as mentioned in Clause 2.16.1. The BPC may issue clarifications only, as per its sole discretion, which is considered reasonable by it. Any such clarification issued shall be sent to all the Bidders to whom the RFP has been issued. Clarifications sought after this date shall not be considered in any manner and shall be deemed not to have been received. There shall be no extension in Bid Deadline on account of clarifications sought as per this clause 2.12.6.

2.13 Amendment of RFP

2.13.1 Any time before the timeline mentioned in Clause 2.16.1, the BPC may, for any reason, whether at its own initiative or in response to a clarification

PFC CONSULTING LIMITED Page 18 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission83 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS requested by any Bidder, modify or amend the RFP, including the timelines specified in Clause 2.16.2 in this RFP.

2.13.2 The amendment to the RFP shall be notified to all the Bidders through the electronic bidding platform and shall be binding on them.

2.13.3 In order to give Bidders reasonable time to take the above amendments into account in preparing their Bids, the BPC may, at its discretion, extend the Bid Deadline.

2.14 The Bidding Process The entire bidding process shall be conducted on electronic bidding platform created by MSTC Limited. The Bid shall comprise of the Non-Financial Bid and the Financial Bid. The Bidders shall submit the scanned copy of Bid online through the electronic bidding platform. In addition to the online submission, the Bidders must make physical submission of the Non- Financial Bid in one (1) original and one (1) copy. There should be no physical submission of the Financial Bid.

The Financial Bid will comprise of two rounds. In the first round the Initial Offer (submitted online along with the Non-Financial Bids) of the responsive bids would be opened and Levellised Transmission Charges of Initial Offer shall be ranked on the basis of ascending order for determination of the Qualified Bidders as provided in Section-III of RFP. The Qualified Bidders, holding first fifty per cent of the ranks (with any fraction rounded off to higher integer) or four Qualified Bidders, whichever is higher, shall be considered to be the qualified for participating in the electronic reverse auction stage and submit their Final Offer.

Provided however, in case only one Bidder remains after the responsiveness check (Step I) under Clause 3.2, the Initial Offer of such Bidder shall not be opened and the matter shall be referred to the Government.

Provided that in the event the number of responsive Non-Financial Bids is between two and four, then each of the responsive Bidder shall be considered as Qualified Bidders.

Provided that in the event of identical Levellised Transmission Charges derived from the Initial Offer having been submitted by one or more Bidders, all such Bidders shall be assigned the same rank for the purposes of determination of Qualified Bidders. In such cases, the fifty per cent shall stand enhanced to fifty per cent (with any fraction rounded off to higher integer) or four Qualified Bidders, whichever is higher, plus the number of Qualified Bidders, whose Levellised Transmission Charges derived from Initial Offer are identical minus the number of such identical Initial Offer.

The applicable ceiling Levelised Transmission Charges for electronic reverse bidding shall be the lowest levelised Transmission Charges derived from the Initial Offer received from the Qualified Bidders. The Qualified Bidders shall be permitted to place their Final Offer on the electronic bidding platform,

PFC CONSULTING LIMITED Page 19 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission84 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS which is lower than zero point twenty five (0.25) % of the prevailing lowest Levellised Transmission Charges.

The initial period for conducting the e-reverse bidding should be at least 2 hours which will be extended by 30 minutes from the last received bid time, if the bid is received during the last 30 minutes of the scheduled or extended bid time. Subsequently, it will be extended again by 30 minutes from the latest received bid time.

The technical details with respect to access to such electronic platform are provided in Annexure-A (Technical Details with respect to electronic auction).

In case of any technical clarification regarding access to the electronic auction platform or conduct of the auction process, the Bidders may contact MSTC Limited directly at the address provided in Annexure-A.

2.14.1 Bid Formats

The Bids in response to this RFP will be submitted online through the electronic bidding platform by the Bidders in the manner provided in Clause 2.18. The Bids shall comprise of the following:

2.14.1.1 Non- Financial Bid comprising of:

1. Board resolutions, as per prescribed formats enclosed as Annexure-8, duly certified by the Company Secretary /Managing Director, as applicable to the Bidder and mentioned hereunder,

(a) Board resolution from the Bidding Company (and any investing Affiliate/Parent Company /Ultimate Parent Company) committing one hundred percent (100%) in aggregate of the equity requirement for the Project – Format-1 of Annexure-8;

(b) Board resolutions from each of the Consortium Member of the Bidding Consortium (and any investing Affiliate/Parent Company /Ultimate Parent Company) together committing to one hundred percent (100%) in aggregate of equity requirement for the Project, in case Bidder is a Bidding Consortium – Format-1 of Annexure-8;

(c) In either of the cases as in (a) or (b) above as applicable, Board resolutions as per Format 2 of Annexure 8 for total equity investment commitment from the Technically / Financially Evaluated Entity(ies) whose technical / financial credentials had been considered for the purpose of meeting Qualification Requirements as per the RFQ

OR

Board resolutions as per Format 2 of Annexure 8 from the Parent Company or the Ultimate Parent Company for total equity investment

PFC CONSULTING LIMITED Page 20 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission85 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS commitment.

Provided that such Board resolutions, as specified in (a) or (b) or (c) above, in case of a foreign entity, shall be supported by an unqualified opinion issued by the legal counsel of such foreign entity, stating that the Board resolutions are in compliance with the applicable laws of the respective jurisdictions of the issuing company and the authorizations granted therein are true and valid. For clarity sake, illustrations identifying which Board Resolution shall be applicable in typical cases are provided in Annexure 13-A.

2. Bid Bond, as per the prescribed format at Annexure-2;

3. Bidders Undertakings and details of equity investment in Project (as per prescribed formats 1 and 2 of Annexure-6);

4. Covering Letter (as per prescribed format enclosed as Annexure-9);

5. Original power of attorney issued by the Bidding Company or the Lead Member of the Consortium, as the case may be, in favour of the person signing the Bid, in the form attached hereto as Format-1of Annexure-10.

Additionally, in case of a Bidding Consortium, the power of attorney in favour of the Lead Member issued by the other Members of the Consortium shall be provided in Original as per format attached hereto as Format-2 of Annexure-10.

Provided that in the event the Bidding Company or the Lead Member of the Consortium or any Member of the Bidding Consortium, as the case may be, is a foreign entity, it may issue Board resolutions in place of power of attorney for the purpose of fulfilling these requirements.

6. Undertaking from the Technically/Financially Evaluated Entity(ies) OR Undertaking from the Ultimate Parent Company, for total equity investment commitment, in the prescribed format in Annexure-10A, to meet any shortfall in the equity investment by the Selected Bidder in the “Lakadia-Vadodara Transmission Project Limited”.

Note: The effective Equity holding of the Selected Bidder in the “Lakadia-Vadodara Transmission Project Limited”, as specified in Clause 2.14.4.1shall be computed as per the provisions of Clause 2.14.4.3 of this RFP.

Provided further, in case the Bidding Company or Member of a Consortium, (as the case may be) holds at least twenty-six percent (26%) equity in such Technically/Financially Evaluated Entities, whose credentials have been considered for the purpose of meeting the Qualification Requirements as per the RFQ, no such Undertaking shall be required from the Technically /Financially Evaluated Entities.

7. The Bidders shall submit a disclosure as per Annexure 14 regarding participation of any related companies in this bidding process.

PFC CONSULTING LIMITED Page 21 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission86 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

In addition to the online submission of above formats through the electronic platform, the bidder is also required to submit the Non- Financial Bid, in one (1) original plus one (1) copy, to the office of PFCCL by the date and time mentioned in this RFP.

2.14.1.2 Financial Bid (as per prescribed format at Annexure-4).

Financial Bid shall comprise of: (i) the Initial Offer; and (ii) the Final Offer. The Initial Offer is required to be submitted along with the Non-Financial Bid. It is hereby clarified that the Financial Bid will comprise of two rounds. In the first round the Initial Offer of the responsive bids would be opened and Levelised Transmission Charges of Initial Offer shall be ranked on the basis of ascending order for determination of the Qualified Bidders as provided in Section-III of RFP.

In accordance with clause 2.14 of this RFP, the Qualified Bidders shall be eligible to participate in the electronic auction and submit their Final Offer.

The applicable ceiling Levelised Transmission Charges for electronic reverse bidding shall be the lowest Levelised Transmission Charges derived from the Initial Offer received from the Qualified Bidders. The Qualified Bidders shall be permitted to place their Final Offer on the electronic bidding platform, which is lower than zero point twenty five (0.25) % of the prevailing lowest Levelised Transmission Charges.

The initial period for conducting the e-reverse bidding should be at least 2 hours which will be extended by 30 minutes from the last received bid time, if the bid is received during the last 30 minutes of the scheduled or extended bid time. Subsequently, it will be extended again by 30 minutes from the latest received bid time.

The Bidders shall inter-alia take into account the following while preparing and submitting the Initial Offer and Final Offer of Financial Bid:-

a. The Bidders shall quote Transmission Charges having two components, namely: i. Quoted Escalable Transmission Charges, and ii. Quoted Non-Escalable Transmission Charges

b. In case of Quoted Escalable Transmission Charges, the Bidders shall quote charges only for the first Contract Year after Scheduled COD of the Project, subject to Sl. No. (f)below.

c. Ratio of minimum and maximum Quoted Transmission Charges during the term of TSA shall not be less than zero point seven (0.7) and this ratio shall be applied only at the Bid evaluation stage on the Quoted Transmission Charges after duly escalating the Quoted Escalable Transmission Charges on the basis of the escalation rates specified in Clause3.3.1.3. In addition, the Escalable Transmission

PFC CONSULTING LIMITED Page 22 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission87 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Charges (after duly escalating the Quoted Escalable Transmission Charges on the basis of the escalation rates specified in Clause 3.3.1.3) for any Contract Year should not exceed fifteen percent (15%) of the corresponding Quoted Non-Escalable Transmission Charges for that Contract Year, and this percentage shall be applied only at the Bid evaluation stage.

d. The Quoted Transmission Charges as per the format at Annexure-4 shall be inclusive of all charges and no exclusions shall be allowed. The Bidders shall take into account all costs including capital and operating, statutory taxes, duties, levies. Availability of the inputs necessary for operation and maintenance of the Project should be ensured by the TSP at the Project site and all costs involved in procuring the inputs (including statutory taxes, duties, levies thereof) at the Project site must be included in the Quoted Transmission Charges.

e. Bidders are required to quote Transmission Charges for the Contract Years, for a period of 35 years commencing from the Scheduled COD of the Project, as per the format at Annexure-4.

f. Bidders shall have the option to quote firm Quoted Transmission Charges for the period of 35 years commencing from the Scheduled COD of the Project, i.e., where the Quoted Escalable Transmission Charges shall be „nil‟ for all the Contract Years.

g. Annexure 4 duly signed by authorized signatory.

2.14.1.3 Wherever information has been sought in specified formats, the Bidders shall fill in the details as per the prescribed formats and shall refrain from referring to any other document for providing any information required in the prescribed format.

2.14.1.4 The Bidders should note that:

(a) If any Bidder conceals any material information or makes a wrong statement or misrepresents facts or makes a misleading statement in its Bid, in any manner whatsoever, the BPC reserves the right to reject such Bid or cancel the Letter of Intent, if issued. If such event is discovered after the Effective Date, consequences specified in TSA shall apply.

(b) If for any reason the Bid of the Bidder with the lowest evaluated levellized Transmission Charges is rejected or Letter of Intent issued to such Selected Bidder is cancelled, the BPC may:-

i. Invite best reduced financial bids from those Bidders whose Bids are responsive and valid; or ii. Annul the bid process; or iii. Take any such measure as may be deemed fit in the sole

PFC CONSULTING LIMITED Page 23 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission88 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS discretion of the BPC1

(c) Bid submitted by the Bidders, within the Bid Deadline, shall become the property of the BPC and the Long Term Transmission Customer(s) and shall not be returned to the Bidders.

(d) Language of the Bid shall be English only.

(e) Bidders shall mention the name of the contact person and complete address of the Bidder in the covering letter as per Annexure-9.

(f) The BPC may, at its sole discretion, ask for additional information / document and/or seek clarifications from a Bidder after the Bid Deadline, inter alia, for the purposes of removal of inconsistencies or infirmities in its Bid. However, no change in the substance of the Quoted Transmission Charges shall be sought or permitted by the BPC.

(g) Non submission and/or submission of incomplete data/information required under the provisions of the RFQ and RFP shall not be construed as waiver on the part of the BPC of the obligation of the Bidders to furnish the said data/information unless the waiver is in writing.

2.14.2 Bidders to inform themselves fully

2.14.2.1 The Bidders shall make independent enquiry and satisfy themselves with respect to all the required information, inputs, conditions and circumstances and factors that may have any effect on his Bid. Once the Bidders have submitted their Bids, the Bidders shall be deemed to have inspected and examined the site conditions (including but not limited to its surroundings, its geological condition and the adequacy of transport facilities to the site), the laws and regulations in force in India, the transportation facilities available in India, the grid conditions, the adequacy and conditions of roads, bridges, railway sidings, ports, etc. for unloading and/or transporting heavy pieces of material and has based its design, equipment size and fixed its price taking into account all such relevant conditions and also the risks, contingencies and other circumstances which may influence or affect the transmission of power. Accordingly, each Bidder acknowledges that, on being selected as Successful Bidder and on acquisition of one hundred percent (100%) of the equity shares of the “Lakadia-Vadodara Transmission Project Limited”, the TSP shall not be relieved from any of its obligations under the RFP Project Documents nor shall the TSP be entitled to any extension in Scheduled COD mentioned in this RFP or financial compensation for any reason whatsoever.

2.14.2.2 In their own interest, the Bidders are requested to familiarize themselves

1 BPC shall record reasons for the same.

PFC CONSULTING LIMITED Page 24 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission89 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS with all relevant laws of India, including without limitation, the Electricity Act 2003, the Income Tax Act 1961, the Companies Act 2013, Environment Protection Act 1986 and Forest (Conservation) Act, 1980, the Customs Act, the Foreign Exchange Management Act, Land Acquisition Act, 1894, the Indian Telegraph Act 1885, Labour & Employment Laws of India, [Insurance Act] the regulations/standards framed by Appropriate Commissions and CEA, all other related acts, laws, rules and regulations prevalent in India, as amended from time to time.

In addition to the above, the Bidders are required to familiarize themselves with all relevant technical codes and standards, including but not limited to the Grid Code / State Grid Code, Central Electricity Authority (Installation and Operations of Meters) Regulations, 2006, Central Electricity Authority (Technical Standards for Connectivity to the Grid) Regulations, 2007, Central Electricity Regulatory Commission (Open Access in Inter-State Transmission) Regulations, 2004, along with related amendments brought in from time to time.

The BPC shall not entertain any request for clarifications from the Bidders regarding the above laws / acts / rules / regulations / standards. Non- awareness of the same shall not be a reason for the Bidder to request for extension in Bid Deadline. The Bidders undertake and agree that, before submission of their Bid, all such factors as generally brought out above, have been fully investigated and considered while submitting their Bids.

2.14.2.3 Bidders may visit the route of the Transmission Lines associated with the Project and the surrounding areas and obtain / verify all information which they deem fit and necessary for the preparation of their Bid.

2.14.2.4 The BPC has carried out a survey of the Transmission Lines associated with the Project and shall provide each Bidder with its Survey Report of the Project. Bidders in their own interest should carry out required surveys and field investigation for submission of their Bid.

2.14.2.5 Failure to investigate the route of the Transmission Lines associated with the Project and to examine, inspect site or subsurface conditions fully shall not be grounds for a Bidder to alter its Bid after the Bid Deadline nor shall it relieve a Bidder from any responsibility for appropriately eliminating the difficulty or costs of successfully completing the Project.

2.14.2.6 The Selected Bidder shall obtain all necessary Consents, Clearances and Permits as required. The Bidders shall familiarize itself with the procedures and time frame required to obtain such Consents, Clearances and Permits.

2.14.2.7 The technical requirements of integrated grid operation are specified in the Indian Electricity Grid Code (IEGC). The Bidders should particularly acquaint themselves with the requirements of connection conditions, operating code for regional grids, scheduling and dispatch instructions / codes, etc. The Bidders are also advised to fully familiarize themselves with the real time grid conditions in the country. Information regarding grid

PFC CONSULTING LIMITED Page 25 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission90 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS parameters such as voltage and frequency is available on the websites of Regional/State Load Dispatch Centre.

2.14.3 Change in the composition of the Bidder

2.14.3.1 If any Bidder makes a request for Change in Ownership or change in membership of a Bidding Consortium or change from Bidding Consortium to Bidding Company or change from Bidding Company to Bidding Consortium as per Clause 2.2.6 of the RFQ, the Bidder shall submit all information for fulfilling the Qualification Requirements, in the formats specified in the RFQ. All such information required to be submitted in support of meeting the Qualification Requirements should be as of the dates specified in the RFQ.

2.14.3.2 The BPC reserves the right to seek additional information from the Bidders, if found necessary, during the course of examination of such request for change. In such a case, the BPC shall intimate the Bidders about its decision, at least fifteen (15) days prior to Bid Deadline.

2.14.3.3 In case of non compliance with any of the conditions of Clause 2.2.6 of the RFQ, the BPC reserves the right to reject the Bid or cancel the Letter of Intent, if issued and the provisions of Clause 2.14.1.4(b) shall apply.

2.14.4 Minimum Equity holding/Equity Lock-In

2.14.4.1 (a) The aggregate equity share holding of the Selected Bidder, in the issued and paid up equity share capital of “Lakadia-Vadodara Transmission Project Limited” shall not be less than the following:

(i) Fifty one percent (51%) up to a period of (2) two years after COD of the Project; and (ii) Twenty six percent (26%) for a period of three (3) years thereafter.

(b) In case the Selected Bidder is a Bidding Consortium, then any Member (other than the Lead Member) of such Bidding Consortium shall be allowed to divest its equity as long as the other remaining Members (which shall always include the Lead Member) hold the minimum equity specified in (i) and (ii) above.

(c) If equity is held by the Affiliates, Parent Company or Ultimate Parent Company, then subject to the second provision of this Clause 2.14.4.1 (c), such Affiliate, Parent Company or Ultimate Parent Company shall be permitted to transfer its shareholding in “Lakadia-Vadodara Transmission Project Limited” to another Affiliate or to the Parent Company / Ultimate Parent Company. If any such shareholding entity, qualifying as an Affiliate/ Parent Company / Ultimate Parent Company, is likely to cease to meet the criteria to qualify as an Affiliate/ Parent Company / Ultimate Parent Company, the shares held by such entity shall be transferred to another Affiliate/ Parent Company / Ultimate Parent Company.

PFC CONSULTING LIMITED Page 26 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission91 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

Provided that in case the Lead Member or Bidding Company is holding equity through Affiliate/s, Ultimate Parent Company or Parent Company, such restriction shall apply to such entities.

Provided further, that the aggregate equity share holding of the Bidding Consortium or a Bidding Company in the issued and paid up equity share capital of “Lakadia-Vadodara Transmission Project Limited” shall not be less than fifty one percent (51%) up to a period of two (2) years after COD of the Project and the lead Member of the Consortium shall have the equity share holding not less than twenty six percent (26%). The Lead Member shall continue to hold equity of at least twenty six percent (26%) up to a period of five (5) years after COD of the Project. In case the Selected Bidder is a Bidding Consortium, then any Member (other than the Lead Member) of such Bidding Consortium shall be allowed to divest its equity as long as the other remaining Members (which shall always include the Lead Member) hold the minimum equity specified in (a)(i) and (a)(ii) above.

(d)All transfer(s) of shareholding of “Lakadia-Vadodara Transmission Project Limited” by any of the entities referred to above, shall be after prior written permission from the Lead Long Term Transmission Customer.

2.14.4.2 The Selected Bidder may invest in the equity share capital of “Lakadia- Vadodara Transmission Project Limited” through its Affiliate(s) or Ultimate Parent Company or Parent Company. Details of such investment will have to specified in the Non Financial Bid as per Format 2 of Annexure 6 of the RFP. If the Selected Bidder so invests through any Affiliate(s) or Ultimate Parent Company or Parent Company, the Selected Bidder shall be liable to ensure that minimum equity holding/lock-in limits specified in Clause 2.14.4.1and as computed as per the provisions of Clause 2.14.4.3are still maintained.

2.14.4.3 For computation of effective Equity holding, the Equity holding of the Selected Bidder or its Ultimate Parent Company in such Affiliate(s) or Parent Company and the equity holding of such Affiliate(s) or Ultimate Parent Company in “Lakadia-Vadodara Transmission Project Limited” shall be computed in accordance with the example given below:

If the Parent Company or the Ultimate Parent Company of the Selected Bidder A directly holds thirty percent (30%) of the equity in “Lakadia- Vadodara Transmission Project Limited”, then holding of Selected Bidder A in “Lakadia-Vadodara Transmission Project Limited” shall be thirty percent (30%);

If Selected Bidder A holds thirty percent (30%) equity of the Affiliate and the Affiliate holds fifty percent (50%) equity in “Lakadia-Vadodara Transmission Project Limited”, then, for the purposes of ascertaining the minimum equity/equity lock-in requirements specified above, the effective holding of Bidder A in “Lakadia-Vadodara Transmission

PFC CONSULTING LIMITED Page 27 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission92 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Project Limited” shall be fifteen percent (15%), (i.e., 30%* 50%);

2.14.4.4 The provisions as contained in this Clause 2.14.4 and Article18.10 of the TSA shall override the terms of the Consortium Agreement submitted by the Bidder as part of the RFQ.

2.15 Project Schedule

2.15.1 All Elements of the Project are required to be commissioned progressively as per the schedule given in the following table;

Percentage of Quoted Element(s) which are pre- Scheduled COD in Transmission required for declaring the Sl. Name of the months from Charges recoverable commercial operation No. Transmission Element Effective Date on Scheduled COD of (COD) of the respective the Element of the Element Project 1. Lakadia –Vadodara December 31, 86.81%  Elements marked at 765kV D/c line 2020 Sl. No. 1, 2 & 3 are 2. 330MVAr switchable line 9.22% required to be reactors at both ends of commissioned Lakadia – Vadodara simultaneously as 765kV D/c line along their utilization is with 500 ohms NGR at dependent on both ends of Lakadia – commissioning of Vadodara 765kV D/c each other. line (330 MVAR line reactor - 4 nos. & 765kV  Availability of Reactor bay - 4 nos.) transmission scheme 3. 2 nos of 765kV bays 3.97% being implemented each at Lakadia and under “Western Vadodara S/Ss for Region Strengthening Lakadia – Vadodara Scheme-21 (WRSS- 765kV D/c line (765kV 21) Part A - line bay - 4 nos.) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS” (Scope as per 3rd ECT MoM)

The payment of Transmission Charges for any Element irrespective of its successful commissioning on or before its Scheduled COD shall only be considered after successful commissioning of the Element(s) which are pre-required for declaring the commercial operation of such Element as mentioned in the above table.

Scheduled COD for overall Project: December 31, 2020.

2.16 Due dates

2.16.1 The Bidders should submit the Bids online through the electronic bidding

PFC CONSULTING LIMITED Page 28 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission93 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS platform before the Bid Deadline and submit the Non-Financial Bids, in one (1) original plus one (1) copy, so as to reach the address specified in Clause 2.18.4 by 14:00 hrs (IST) on May 17, 2019.

2.16.2 Important timelines are mentioned below:

Date Event 18-Mar-19 Issuance of RfP 28-Mar-19 Submission of written clarifications/amendments, if any, on the RfP / RfP Project Documents by Bidders so as to reach BPC by 17:00 hours. Such written clarifications/amendments shall be in the format provided in Annexure-7. 02-Apr-19 Pre-Bid meeting(s) 12-Apr-19 Issue of revised RfP, if required, with balance RfP Project Documents, if any. 10-May-19 Issue of signed RfP Project Documents (except for the Share Purchase Agreement) 17-May-19 Submission of Bid (Online submission of Bid through electronic bidding portal and physical submission of Non-Financial Bid) & Opening of Non Financial Bid 17-May-19 Opening of Non-Financial Bid 23-May-19 Opening of Financial Bid - Initial Offer and Announcement of the Qualified Bidders 24-May-19 Electronic auction (Financial Bid- Final Offer) for the Qualified Bidders 03-Jun-19 Selection of Successful Bidder and issue of LoI 13-Jun-19 Signing of Share Purchase Agreement and transfer of “Lakadia-Vadodara Transmission Project Limited”

2.17 Validity of the Bid

2.17.1 The Bidders shall submit the Bid which shall remain valid up to one hundred and eighty (180) days from the Bid Deadline. The BPC reserves the right to reject any Bid which does not meet the aforementioned validity requirement.

2.17.2 The BPC may solicit the Bidders‟ consent for an extension of the period of validity of the Bid. The request and the response, thereafter, shall be in writing. In the event any Bidder refuses to extend its Bid validity as requested by the BPC, the BPC shall not be entitled to invoke the Bid Bond. A Bidder accepting the BPC‟s request for validity extension shall not be permitted to modify its Bid and such Bidder shall, accordingly, extend the validity of the Bid Bond as requested by the BPC within seven (7) days of such request, failing which the Bid shall not be considered as valid.

2.18 Method of submission

2.18.1 Both the Non-Financial and Financial Bids shall be submitted online through the electronic bidding platform in the manner specified in Annexure A.

PFC CONSULTING LIMITED Page 29 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission94 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS 2.18.2 Envelope containing the hard copy of Non-Financial Bid in one (1) original plus one (1) copy to be submitted by Bidders, should be packed in a single closed envelope, with the following superscript:

“Non-Financial Bid for selection of Transmission Service Provider to establish Transmission System for: “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS”

Due for opening at 14:30 hrs (IST) on May 17, 2019

[Insert Address of the BPC]

“Name of the Bidder ……………………………………”

2.18.3 The Bidders have the option of sending their Non Financial Bids either by registered post; or speed post; or courier; or by hand delivery, so as to reach the BPC at the specified address by the Bid Deadline. Bids submitted by telex/telegram/fax/e-mail shall not be considered under any circumstances. The BPC shall not be responsible for any delay in receipt of the Bids. Any Bid received by the BPC after the Bid Deadline shall be returned unopened.

2.18.4 Hard copies of Non-Financial Bids shall be submitted at the following address by the Bid Deadline specified in Clause 2.16.1. Non submission of the hard copies of Non Financial Bid post uploading in the electronic biding platform or vice versa shall not be considered for evaluation purpose.

PFC Consulting Limited (A wholly owned subsidiary of Power Finance Corporation Ltd.) 9th Floor, A-Wing Statesman House, Connaught Place, New Delhi – 110 001

2.18.5 It may be noted that Non-Financial Bid shall not contain any information/document relating to Financial Bid. If Non-Financial Bid contains any such information/documents, the BPC shall not be responsible for premature opening of the Financial Bid.

All pages of the Bid, except for the Bid Bond (Annexure 2) and any other document executed on non-judicial stamp paper, forming part of the Bid and corrections in the Bid, if any, must be signed by the authorized signatory on behalf of the Bidder. It is clarified that the same authorized signatory shall sign all pages of the Bid. However, any published document submitted in this regard shall be signed by the authorized signatory at least on the first and last page of such document.

2.18.6 Bidders shall submit the Non-Financial Bid in one (1) original plus one (1) copy, duly signed by the authorized signatory of the Bidder. The original Bid shall be clearly marked “ORIGINAL”, and the other copy to be clearly marked “COPY OF BID”. In the event of any discrepancy between the online

PFC CONSULTING LIMITED Page 30 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission95 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS submission, original and the accompanying copy, only the online submission shall prevail.

2.18.7 No change or supplemental information to a Bid will be accepted after the Bid Deadline, unless the same is requested for by the BPC as per Clause2.14.1.4(f)

Provided that a Bidder shall always have the right to withdraw/ modify its Bid before the Bid Deadline. In cases where the Non-Financial Bid is withdrawn by the Bidder, then such Bid shall be returned unopened. No Non-Financial Bid or Initial Offer shall be modified, substituted or withdrawn by the Bidder on or after the Bid Due Date.

2.18.8 If the outer cover envelope (Non-Financial Bid) is not closed and not transcripted as per the specified requirement, the BPC will assume no responsibility for the Bid‟s misplacement or premature opening.

2.19 Preparation cost

2.19.1 The Bidders shall be responsible for all the costs associated with the preparation of the Bid and participation in discussions and attending pre-bid meetings, and finalization and execution of the Share Purchase Agreement, etc. The BPC shall not be responsible in any way for such costs, regardless of the conduct or outcome of this Bid process.

2.19.2 The cost of this RFP is Rupees Five Lakhs only (Rs. 5,00,000./-) or U.S. Dollar Ten Thousand only (US$ 10,000/-) plus applicable GST @ 18% which shall be non-refundable. This amount shall be payable by a crossed demand draft or banker‟s cheque drawn in favour of “Lakadia-Vadodara Transmission Project Limited”, payable at New Delhi.

2.20 Bid Bond

2.20.1 Each Bidder shall submit the Bid accompanied by Bid Bond issued by any of the Banks listed in Annexure-12. The Bid Bond shall be valid for a period of thirty (30) days beyond the validity of the Bid.

2.20.2 Subject to the provisions of Clause 2.7, the Bid Bond may be invoked by the BPC or its authorized representative, without any notice, demure, or any other legal process upon occurrence of any of the following:

 Bidder withdraws during the period of Bid Validity as specified in this RFP or as extended by mutual consent of the respective Bidder(s) and the BPC;  Failure to execute the Share Purchase Agreement as per the provisions of Clause2.4; or  Failure to furnish the Contract Performance Guarantee as per Clause2.21; or  Failure to acquire one hundred percent (100%) equity shares of “Lakadia-Vadodara Transmission Project Limited”, along with all its related assets and liabilities, in accordance with the provisions of

PFC CONSULTING LIMITED Page 31 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission96 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Clause2.4. or  Failure to apply for grant of Transmission License as per Clause 2.6.  Failure to comply with the provisions of Clause 2.7 and 2.8, leading to annulment of the award of the Project.  Bidders submitting any wrong information or making any misrepresentation in their Bid as mentioned in Clause2.14.1.4.

Intimation of the reasons of the invocation of the Bid Bond shall be given to the Selected Bidder by the BPC within three (3) working days after such invocation.

2.20.3 The Bid Bond of the Selected Bidder shall be returned on submission of the Contract Performance Guarantee as per Clause 2.21and the relevant provisions of the TSA.

2.20.4 The Bid Bond of all the Bidders, whose Bids are declared non-responsive, shall be returned within a period of thirty (30) days after the date on which the Financial Bids are opened.

2.20.5 The Bid Bond of all unsuccessful Bidders shall be returned and released by the BPC on the same day on which the “Lakadia-Vadodara Transmission Project Limited” is transferred to the Selected Bidder. The Bid Bond of the Successful Bidder shall be returned on submission of Contract Performance Guarantee as per Clause 2.21 of this RFP and the provisions of the TSA.

2.21 Contract Performance Guarantee

2.21.1 Within ten (10) days from the date of issue of the Letter of Intent, the Selected Bidder, on behalf of the TSP, will provide to the Long Term Transmission Customers the Contract Performance Guarantee for an aggregate amount of Rs.47,25,00,00/- (Rupees Forty Seven Crores Twenty Five Lakhs only), which shall be provided separately to each of the Long Term Transmission Customers for the amount calculated pro-rata in the ratio of their Allocated Project Capacity, as on the date seven (7) days prior to the Bid Deadline (rounded off to the nearest Rupees one lakh (Rs. 100,000) with the principle that amounts below Rupees Fifty Thousand (Rs. 50,000) shall be rounded down and amounts of Rupees Fifty Thousand (Rs. 50,000) and above shall be rounded up).The Contract Performance Guarantee shall be initially valid for a period up to three (3) months after the Scheduled COD of the Project and shall be extended from time to time to be valid for a period up to three (3) months after the COD of the Project and thereafter shall be dealt with in accordance with the provisions of the TSA. The Contract Performance Guarantee shall be issued by any of the banks listed in Annexure-12.

2.21.2 In case the Selected Bidder is unable to obtain the Contract Performance Guarantee for the total amount from any one bank specified in Annexure-12, the Selected Bidder may obtain the same from not more than three (3) banks specified in Annexure-12, subject however to the apportionment as provided in Clause2.21.1.

PFC CONSULTING LIMITED Page 32 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission97 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

2.22 Opening of Bids

2.22.1 Non-Financial Bid will be opened as per the following time schedule and at the venue where the Bids are required to be submitted, as specified in Clause 2.18.4, in the presence of one representative from each of such Bidders who wish to be present:

Opening of Envelope (Non-Financial Bid): 14:30 hrs (IST) on May 17, 2019.

Opening of Initial Offer: Initial Offer shall be opened by the Bid Process Coordinator in presence of the Bid Evaluation Committee at 14:30 hours (IST) on May 23, 2019 or such other dates as may be intimated by the BPC to the Bidders.

In the event of any of above dates falling on a day which is not a working day or which is a public holiday, then the bids shall be opened on the next working day at the same venue and time.

2.22.2 The following information from each Bid will be read out to all the Bidders at the time of opening of Non-Financial Bid:

. Name of the Bidding Company/ Consortium Members in case of Bidding Consortium only, from Format-2 of Annexure-6 (Non-Financial Bid) . Details of Bid Bond (Non-Financial Bid)

Information to be provided after opening of Initial Offer:

Only the lowest Initial Offer (s) shall be communicated to all the Qualified Bidders to participate in the e-reverse bidding process. During the e-reverse bidding process only the lowest prevailing levelised bid should be visible to all the bidders on the electronic platform.

2.23 Enquiries Written clarifications on the RFP and other RFP Project Documents as per Clause 2.12 and 2.13 may be sought from:

PFC Consulting Limited Telephone: +91 – 11- 23443996 9th Floor, A-Wing Fax: +91 – 11 - 23443990 Statesman House, Connaught Place, e-mail: [email protected] New Delhi – 110 001

2.24 Confidentiality

2.24.1 The parties undertake to hold in confidence this RFP and RFP Project Documents and not to disclose the terms and conditions of the transaction contemplated hereby to third parties, except: a) to their professional advisors; b) to their officers, contractors, employees, agents or representatives,

PFC CONSULTING LIMITED Page 33 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission98 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS financiers, who need to have access to such information for the proper performance of their activities; c) disclosures required under Law,

without the prior written consent of the other parties of the concerned agreements.

Provided that the TSP agrees and acknowledges that any of the Long Term Transmission Customers may at any time, disclose the terms and conditions of the RFP and RFP Project Documents to any person, to the extent stipulated under the Law or the Bidding Guidelines.

2.25 Right of BPC to reject any Bid BPC reserves the right to reject all or any of the Bids or cancel the RFP without assigning any reasons whatsoever and without any liability.

2.26 Fraudulent and Corrupt Practices

2.26.1 The Bidders and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Bid process and subsequent to the issue of the LOI Notwithstanding anything to the contrary contained herein, or in the LOI, the BPC shall reject a Bid, withdraw the LOI, as the case may be, without being liable in any manner whatsoever to the Bidder, if it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bid process. In such an event, the BPC shall forfeit the Bid Bond, without prejudice to any other right or remedy that may be available to the BPC hereunder or otherwise.

2.26.2 Without prejudice to the rights of the BPC under Clause 2.26.1 herein above and the rights and remedies which the BPC may have under the LOI, if a Bidder is found by the BPC to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Bid process, or after the issue of the LOI, such Bidder shall not be eligible to participate in any tender or RFP issued by the BPC during a period of 2 (two) years from the date such Bidder is found by the BPC to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practices, as the case may be.

2.26.3 For the purposes of this Clause 2.26, the following terms shall have the meaning hereinafter respectively assigned to them:

(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the Bid process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the BPC who is or has been associated or dealt in any manner, directly or indirectly with the Bid process or the LOI or has dealt with matters concerning the TSA or arising there from, before or after the

PFC CONSULTING LIMITED Page 34 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) Transmission99 System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the BPC, shall be deemed to constitute influencing the actions of a person connected with the Bid Process); or (ii) engaging in any manner whatsoever, whether during the Bid Process or after the issue of the LOI or after the execution of the TSA, as the case may be, any person in respect of any matter relating to the Project or the LOI or the TSA, who at any time has been or is a legal, financial or technical adviser of the BPC in relation to any matter concerning the Project;

(b) “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bid process;

(c) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any person or property to influence any person‟s participation or action in the Bid process;

(d) “undesirable practice” means (i) establishing contact with any person connected with or employed or engaged by the BPC with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bid process; or (ii) having a Conflict of Interest; and

(e) “restrictive practice” means forming a cartel or arriving at any understanding or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Bid process.

PFC CONSULTING LIMITED Page 35 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 100 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

SECTION 3

EVALUATION CRITERIA

PFC CONSULTING LIMITED Page 36 101

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 102 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

3. EVALUATION CRITERIA

3.1 Bid Evaluation

3.1.1 The Bid evaluation process shall comprise of the following three steps:

1. Step I – Responsiveness check (Envelope I) 2. Step II – Evaluation of Financial Bids 3. Step III – Bidder selection

3.2 Step I - Responsiveness check

3.2.1 The Non-Financial Bids submitted by Bidders shall be scrutinized to establish “Responsiveness”. Subject to Clause2.14.1.4 (f), any of the following may cause the Bid to be considered “Non-responsive”, at the sole discretion of the BPC: . Applicable Board resolutions, or any other document, as provided in Clause 2.14.1.1, not being submitted; or . Bid not accompanied by a valid Bid Bond; or . Bid not signed by authorized signatory in the manner and to the extent indicated in this RFP as per Clause 2.18.4; or . Non submission of power of attorney, supported by a Board resolution as per Clause2.14.1.1; or . Bid validity being less than that required as per Clause0 of this RFP; or . Bid not containing Format-1 (Bidders‟ Undertakings) of Annexure-6; or . Bid being conditional in nature; or . Any request for change in membership of Bidding Consortium, Change in Ownership of Bidding Consortium, Change from Bidding Company to Consortium or Change from Bidding Consortium to Bidding Company has not been permitted by the BPC; or . Bids having Conflict of Interest.

3.3 Step II - Evaluation of Financial Bids

3.3.1 General 3.3.1.1 The Initial Offer of Bids which have been found responsive by the BPC, based on the responsiveness check (Step I) as specified above in Clause 3.2, shall be opened and Levelised Transmission Charges of such Initial Offer shall be ranked on the basis of the ascending Initial Offer submitted by each responsive Bids.

Based on such ranking of the Qualified Bidders, holding first fifty per cent of the ranks (with any fraction rounded off to higher integer) or four Qualified

PFC CONSULTING LIMITED Page 37 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 103 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Bidders, whichever is higher, shall be considered to be the qualified for participating in the electronic auction (the "Qualified Bidders").

Provided however, in case of only one Bidder remains after the responsiveness check (Step I) under Clause 3.2, the Initial Offer of such Bidder shall not be opened and the matter shall be referred to the Government.

Provided that in the event the number of responsive Non-Financial Bids is between two and four, then each of the responsive Bidder shall be considered as Qualified Bidders.

Provided that in the event of identical Levelised Transmission Charges derived from the Initial Offer having been submitted by one or more Bidders, all such Bidders shall be assigned the same rank for the purposes of determination of Qualified Bidders. In such cases, the fifty per cent shall stand enhanced to fifty per cent (with any fraction rounded off to higher integer) or four Qualified Bidders, whichever is higher, plus the number of Qualified Bidders, whose Levelised Transmission Charges derived from Initial Offer are identical minus the number of such identical Initial Offer. 3.3.1.2 The Financial Bids submitted by the Bidders shall be scrutinized to ensure conformity with the provisions of Clause 2.14.1.2 of this RFP. Any Bid not meeting any of the requirements as per Clause 2.14.1.2 of this RFP may cause the Bid to be considered “Non-responsive”, at the sole decision of the BPC. Financial Bid not in conformity with the requirement of Sl. No.(c) and (g) of Clause 2.14.1.2 of this RFP shall be rejected. 3.3.1.3 The Bidders shall quote the different components of Transmission Charges as specified in the format at Annexure-4. Based on the Quoted Transmission Charges provided by the Bidders, the Levelised Transmission Charges (only in Rupees per year) of each Bid shall be calculated for the term of the TSA as per the methodology mentioned below: (a) For the purposes of comparison of the Financial Bids, the Quoted Escalable Transmission Charges of each Bidder shall be uniformly escalated as per the escalation rate mentioned below. However, for the purpose of actual payment of Transmission Charges, such escalation rate shall be applied as per the provisions of the TSA.

S. No. Head Value 1. Annual escalation rate This shall be as per the rate applicable to Quoted notified by the CERC, Escalable Transmission applicable on the seventh day Charges prior to the Bid Deadline 2. Discount rate for This shall be as per the rate computation of Levelised notified by the CERC as Transmission Charges applicable for generation projects, applicable on the seventh day prior to the Bid Deadline

PFC CONSULTING LIMITED Page 38 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 104 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS (b) The factor at Sl. No. 1 in the above table shall be applied from the Scheduled COD of the Project, and shall be applied as at the mid point of each Contract Year.

3.3.2 Computation of Levelised Transmission Charges 3.3.2.1 The computed Quoted Transmission Charges (in Rupees per year) of each of the Bidders for each Contract Year for the term of TSA, calculated as per provisions of Clause3.3.1.3, shall then be discounted upto the Scheduled COD of the Project mentioned in Clause 2.15 of this RFP, by applying the discount factors (based on the discount rate as mentioned at serial no. 2 of the table in Clause3.3.1.3 above) and such aggregate discounted value for the term of the TSA shall be divided by the sum of such discount factors so as to calculate the Levelised Transmission Charge of each Bidder. 3.3.2.2 The Levelised Transmission Charges shall be calculated by assuming uniformly the following for all the Bidders . Grant of Transmission License within 6 months from the date of Letter of Intent to the Selected Bidder by the BPC as per the timelines in Clause2.16.2 above. . Project to be commissioned on the date which is December 31, 2020. . Transmission Charges shall be levelised over a period from the Scheduled COD of the Project, up to 35 years. 3.3.2.3 The methodology of computation of Levelised Transmission Charges is explained in the example provided in Annexure-13.

3.4 Step III - Bidder Selection

3.4.1.1 The prevailing lowest Levelised Transmission Charges derived from Final Offers calculated as per Clause 3.3.2 shall be displayed during the e- reverse bidding. The Bidder with the prevailing lowest Levelised Transmission Charges derived from Final Offer at the close of the scheduled or extended period of e-reverse bidding as mentioned in clause 2.14 shall be declared as the Successful Bidder and the Letter of Intent shall be issued to such Successful Bidder in two (2) copies. However if no bid is received during the e-reverse bidding stage then the Bidder with lowest quoted initial Levelised transmission charges ("Initial Offer") during e-bidding stage shall be declared as the Successful Bidder.

3.4.1.2 The Selected Bidder shall unconditionally accept the LOI, and record on one (1) copy of the LOI, “Accepted unconditionally”, under the signature of the authorized signatory of the Successful Bidder and return such copy to the BPC within seven (7) days of issue of LOI. 3.4.1.3 If the Successful Bidder, to whom the Letter of Intent has been issued, does not fulfill any of the conditions specified in Clauses2.4, 2.5 and Clause2.6, then subject to Clause2.7, the BPC reserves the right to annul the award of the Project and cancel the Letter of Intent. Further, in such a case, the provisions of Clause 2.14.1.4(b) shall apply.

PFC CONSULTING LIMITED Page 39 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 105 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS 3.4.1.4 The BPC, in its own discretion, has the right to reject all Bids if the Quoted Transmission Charges are not aligned to the prevailing market prices.

PFC CONSULTING LIMITED Page 40 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 106 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

SECTION 4

FORMATS FOR ANNEXURES

PFC CONSULTING LIMITED Page 41 107

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 108 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

ANNEXURE 1 List of Long Term Transmission Customers Note to Bidders: The List provided below is subject to change

Sr. Name of Long Term Transmission Customers Allocated Capacity No 1 Adani Green Energy MP Limited As per PoC Mechanism 2 Torrent Power Limited As per PoC Mechanism 3 Sitac Kabini Renewables Pvt Ltd As per PoC Mechanism 4 Adani Green Energy Ltd As per PoC Mechanism 5 Netra Wind Pvt Ltd As per PoC Mechanism

Note: A. The above list of Long Term Transmission Customers is on date. Any addition or deletion in this list after the award of LoI shall be duly notified to the parties to the TSA.

B. The new Long Term Transmission Customers shall become a party to the TSA after agreeing to the terms and conditions of the TSA and signing a Supplemental Agreement as annexed in Schedule 12 to the TSA.

C. The transmission scheme would be included in National Transmission Pool for recovering transmission charges through PoC mechanism.

D. While the bidding is being done on the basis of existing SBDs, and the list of LTTC is being provided as per the format of the existing SBDs, the transmission charges will be shared and recovered as per the applicable CERC regulation and will be recovered by the CTU from the Designated ISTS customers (DICs) and disbursed to the TSPs as per the Revenue Sharing Agreement.

PFC CONSULTING LIMITED Page 42 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 109 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ANNEXURE 2 FORMAT FOR BID BOND

Format of the Bid Bond FORMAT OF THE UNCONDITIONAL AND IRREVOCABLE BANK GUARANTEE FOR BID BOND (To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution. Foreign entities submitting Bids are required to follow the applicable law in their country)

In consideration of the ……………. [Insert name of the Bidder] submitting the Bid inter alia for establishing the Transmission System for “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS” on build, own, operate and maintain basis, in response to the RFP dated March 18, 2019 issued by PFC Consulting Limited, as the Bid Process Coordinator (hereinafter referred to as BPC) agreeing to consider such Bid of ………[Insert the name of the Bidder] as per the terms of the RFP, the ……………………… [Insert name and address of the bank issuing the Bid Bond, and address of the Head Office] (hereinafter referred to as “Guarantor Bank”) hereby agrees unequivocally, irrevocably and unconditionally to pay to PFC Consulting Limited or its authorized representative at New Delhi forthwith on demand in writing from PFC Consulting Limited or any representative authorized by it in this behalf, any amount upto and not exceeding Rupees Eighteen Crores Thirty Eight Lakhs Only (Rs.18,38,00,000/-) on behalf of M/s. ………………………..[Insert name of the Bidder] .

This guarantee shall be valid and binding on the Guarantor Bank up to and including ……………………………….. [Date to be inserted on the basis of Clause 2.20 of this RFP] and shall not be terminable by notice or any change in the constitution of the Guarantor Bank or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alternations made, given, or agreed with or without our knowledge or consent, by or between concerned parties. Rupees Eighteen Crores Thirty Eight Lakhs Only (Rs.18,38,00,000/-).Our Guarantee shall remain in force until ……………………..[Date to be inserted on the basis of Clause 2.20 of this RFP].PFC Consulting Limited or its authorized representative shall be entitled to invoke this Guarantee until ………………………..[Insert Date, which is 30 days after the date in the preceding sentence].The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the written demand from the PFC Consulting Limited or its authorized representative, made in any format, raised at the abovementioned address of the Guarantor Bank, in order to make the said payment to PFC Consulting Limited or its authorized representative.

The Guarantor Bank shall make payment hereunder on first demand without restriction or conditions and not withstanding any objection, disputes, or disparities raised by the Bidder or any other person. The Guarantor Bank shall not require PFC Consulting Limited or its authorized representative to justify the invocation of this BANK GUARANTEE, nor shall the Guarantor Bank have any recourse against

PFC CONSULTING LIMITED Page 43 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 110 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS PFC Consulting Limited or its authorized representative in respect of any payment made hereunder. This BANK GUARANTEE shall be interpreted in accordance with the laws of India.

The Guarantor Bank represents that this BANK GUARANTEE has been established in such form and with such content that it is fully enforceable in accordance with its terms as against the Guarantor Bank in the manner provided herein.

This BANK GUARANTEE shall not be affected in any manner by reason of merger, amalgamation, restructuring or any other change in the constitution of the Guarantor Bank.

This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and accordingly, PFC Consulting Limited or its authorized representative shall not be obliged before enforcing this BANK GUARANTEE to take any action in any court or arbitral proceedings against the Bidder, to make any claim against or any demand on the Bidder or to give any notice to the Bidder to enforce any security held by PFC Consulting Limited or its authorized representative or to exercise, levy or enforce any distress, diligence or other process against the Bidder.

Notwithstanding anything contained herein above, our liability under this Guarantee is restricted to Rupees Eighteen Crores Thirty Eight Lakhs Only (Rs.18,38,00,000/-) and it shall remain in force until ……………………….. [Date to be inserted on the basis of Clause 2.20 of RFP], with an additional claim period of 30 days thereafter. We are liable to pay the guaranteed amount or any part thereof under this BANK GUARANTEE only if PFC Consulting Limited or its authorized representative serves upon us a written claim or demand.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this …………….. day of ……………………… at …………………….

Witness: 1. ……………………………………. Signature: …………………… Name and Address. Name: ……………………….. 2. ………………………………….. Designation with Stamp: Name and Address Signature ………………… Attorney as per power of attorney No. ……………………………..

For: ……………………………………………. [Insert Name of the Bank]

Banker’s Stamp and Full Address: Dated this ………………… day of …………… 20….. Notes: 1. The Stamp Paper should be in the name of the Executing Bank.

PFC CONSULTING LIMITED Page 44 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 111 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ANNEXURE 3 FORMATS FOR RFP PROJECT DOCUMENTS

ENCLOSURE 1:- Draft TRANSMISSION SERVICE AGREEMENT (Provided separately)

ENCLOSURE 2:- Draft SHARE PURCHASE AGREEMENT (Provided separately)

PFC CONSULTING LIMITED Page 45 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 112 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ANNEXURE 4 FORMAT FOR FINANCIAL BID [To be provided on the Letterhead of the Bidding Company/Lead Member of the Bidding Consortium]

Date: ……………..

Subject: Financial Bid in respect of Bid for selection of TSP for the “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS”

Quoted Transmission Charges

[BPC to fill in the Scheduled COD for the Project and respective years in Columns 2 and 3]

Year Commencement End Date of Quoted Quoted (Term Date of Contract Contract Year Non- Escalable of Year Escalable Transmission Licens Transmissi Charges e) on Charges (in Rupees (in Rupees Millions) Millions) (1) (2) (3) (4) (5) 1. 31-Dec- 31-March-2021 2020(Refer note 7 and 9) 2. 1-Apri-2021 31-March-2022 Same as Above 3. 1-Apri-2022 31-March-2023 Same as Above 4. 1-Apri-2023 31-March-2024 Same as Above 5. 1-April-2024 31-March-2025 Same as Above 6. 1-April-2025 31-March-2026 Same as Above 7. 1-April-2026 31-March-2027 Same as Above 8. 1-April-2027 31-March-2028 Same as Above 9. 1-April-2028 31-March-2029 Same as Above 10. 1-April-2029 31-March-2030 Same as Above 11. 1-April-2030 31-March-2031 Same as Above 12. 1-April-2031 31-March-2032 Same as Above 13. 1-April-2032 31-March-2033 Same as Above 14. 1-April-2033 31-March-2034 Same as Above 15. 1-April-2034 31-March-2035 Same as Above 16. 1-April-2035 31-March-2036 Same as Above 17. 1-April-2036 31-March-2037 Same as Above 18. 1-April-2037 31-March-2038 Same as Above 19. 1-April-2038 31-March-2039 Same as Above 20. 1-April-2039 31-March-2040 Same as Above 21. 1-April-2040 31-March-2041 Same as Above

PFC CONSULTING LIMITED Page 46 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 113 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS 22. 1-April-2041 31-March-2042 Same as Above 23. 1-April-2042 31-March-2043 Same as Above 24. 1-April-2043 31-March-2044 Same as Above 25. 1-April-2044 31-March-2045 Same as Above 26. 1-April-2045 31-March-2046 Same as Above 27. 1-April-2046 31-March-2047 Same as Above 28. 1-April-2047 31-March-2048 Same as Above 29. 1-April-2048 31-March-2049 Same as Above 30. 1-April-2049 31-March-2050 Same as Above 31. 1-April-2050 31-March-2051 Same as Above 32. 1-April-2051 31-March-2052 Same as Above 33. 1-April-2052 31-March-2053 Same as Above 34. 1-April-2053 31-March-2054 Same as Above 35. 1-April-2054 31-March-2055 Same as Above Dec-2055 (Refer 36. 1-Apri-2055 note 8 and 9) Same as Above

Notes: 1) The Bidders are required to ensure compliance with the provisions of Clause2.14.1.2 of this RFP. 2) Quotes to be in Rupees Millions and shall be up to two (2) decimal points. 3) The contents of this format shall be clearly typed. 4) All pages of this format shall be signed by the authorized person in whose name power of attorney as per Clause 2.14.1.1 is issued. 5) Ensure 36 values of the Quoted Non-Escalable Transmission Charges and only 1 value for Quoted Escalable Transmission Charges, unless firm Transmission Charges are quoted. 6) In the likely situation of Bidders quoting firm Transmission Charges, the single value for the Quoted Escalable Transmission Charges should be filled as Nil. 7) Charges quoted for the first Contract Year would be the charges applicable for the period from the immediately preceding 1 April from the Scheduled COD till the immediately succeeding 31 March. 8) Charges quoted for the last Contract Year would be the charges applicable from immediately preceding 1 April to the date of thirty-fifth anniversary of the Schedule COD till the immediately succeeding 31 March. 9) However, in cases of both (7) and (8) above, total Transmission Charges payable to the TSP will be computed proportionately for the total number of days in the first and the last Contract Year respectively.

Name and signature of authorized person in whose name power of attorney /Board resolution as per Clause 2.14.1.1 is issued

PFC CONSULTING LIMITED Page 47 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 114 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

Signature of authorized person Name: ………………………. Designation: ………………….. Date: ……………………..

Company rubber stamp

PFC CONSULTING LIMITED Page 48 115

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 116 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

ANNEXURE 5

GRID MAP OF THE PROJECT

PFC CONSULTING LIMITED Page 49 117

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 118 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

PFC CONSULTING LIMITED Page 50 119

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 120 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ANNEXURE 6

UNDERTAKINGS AND PROJECT SCHEDULE

Format 1: Bidders’ Undertakings

[On the Letter Head of the Bidding Company/Lead Member of Bidding Consortium]

Date: …………….

To.

PFC Consulting Limited (A wholly owned subsidiary of Power Finance Corporation Ltd.) 9th Floor, A-Wing Statesman House, Connaught Place, New Delhi – 110 001

Dear Sir,

Sub: Bidders’ Undertakings in respect of Bid for selection of TSP for the “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS”

We hereby undertake on our own behalf and on behalf of the TSP, that if selected as the Successful Bidder for the Project:

1. The Project shall comply with all the relevant electricity laws, codes, regulations, standards and Prudent Utility Practices, environment laws and relevant technical, operational and safety standards, and we shall execute any agreements that may be required to be executed as per law in this regard.

2. We confirm that the Project shall also comply with the standards and codes as per Clause 1.3 of the RFP and the TSP shall comply with the provisions contained in the Central Electricity Regulatory Commission (Open Access in inter-state transmission) Regulations, 2008 and the Central Electricity Authority (Technical Standards for Connectivity to the Grid) Regulations, 2007 made pursuant to section 177 (2) of the Electricity Act, 2003, as amended from time to time.

3. We give our unconditional acceptance to the RFP dated March 18, 2019 issued by the BPC and the RFP Project Documents, as amended, and undertake to ensure that the TSP shall execute the Share Purchase Agreement as per the provisions of this RFP.

4. We have submitted the Bid on the terms and conditions contained in the RFP and the RFP Project Documents. Further, the Financial Bid submitted

PFC CONSULTING LIMITED Page 51 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 121 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS by us is strictly as per the format provided in Annexure-4 of the RFP, without mentioning any deviations, conditions, assumptions or notes in the said Annexure.

5. Our Bid is valid upto the period required under Clause0 of the RFP.

6. Our Bid has been duly signed by authorized signatory and stamped in the manner and to the extent indicated in this RFP and the power of attorney /Board resolution in requisite format as per RFP has been enclosed in original with this undertaking.

7. We have assumed that if we are selected as the Successful Bidder, the provisions of the Consortium Agreement submitted at the time of the RFQ, to the extent and only in relation to equity lock in and our liability thereof shall get modified to give effect to the provisions of Clause 2.14.4 of this RFP and Article 18.2 of the TSA. (Note: This is applicable only in case of a Bidding Consortium)

8. We confirm that our Bid meets the Scheduled COD of each transmission Element and the Project as specified below:

Scheduled COD in Percentage of Quoted Element(s) which are pre- months Transmission Charges Sl. Name of the Transmission required for declaring the from recoverable on No. Element commercial operation (COD) Effective Scheduled COD of the of the respective Element Date Element of the Project

1. Lakadia –Vadodara 765kV December 86.81%  Elements marked at Sl. D/c line 31, 2020 No. 1, 2 & 3 are required 2. 330MVAr switchable line 9.22% to be commissioned reactors at both ends of simultaneously as their Lakadia – Vadodara 765kV utilization is dependent D/c line along with 500 on commissioning of ohms NGR at both ends of each other. Lakadia – Vadodara 765kV D/c line (330 MVAR line  Availability of reactor - 4 nos. & 765kV transmission scheme Reactor bay - 4 nos.) being implemented 3. 2 nos of 765kV bays each 3.97% under “Western Region at Lakadia and Vadodara Strengthening Scheme- S/Ss for Lakadia – 21 (WRSS-21) Part A - Vadodara 765kV D/c line Transmission System (765kV line bay - 4 nos.) strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS” (Scope as per 3rd ECT MoM)

PFC CONSULTING LIMITED Page 52 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 122 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS We agree that the Element(s) mentioned in Sr. No.1-3 are critical to the operation of the Project and the actual COD of such Element(s) shall be no later than the Scheduled COD as mentioned in the above table.

We further agree that the payment of Transmission Charges for any Element irrespective of its successful commissioning on or before its Scheduled COD shall only be considered after the successful commissioning of such critical Element(s).

Scheduled COD for the Project: December 31, 2020

9. We confirm that our Financial Bid conforms to all the conditions mentioned in this RFP, and in particular, we confirm that:

a. Ratio of minimum and maximum Quoted Transmission Charges during the term of the TSA for which Transmission Charges have been quoted in the format at Annexure-4 of the Bid is not less than zero point seven (0.7) as provided in Clause2.14.1.2.

b. Further, the Quoted Escalable Transmission Charges (after duly escalating the Quoted Escalable Transmission Charges on the basis of the escalation rates specified in Clause 3.3.1.3) for any Contract Year does not exceed fifteen percent (15%) of the corresponding Quoted Non-Escalable Transmission Charges for that Contract Year, for the entire term.

c. Financial Bid in the prescribed format of Annexure-4 has been submitted duly signed by the authorized signatory.

d. Financial Bid is unconditional.

e. Only one Financial Bid has been submitted.

10. We have neither made any statement nor provided any information in this Bid, which to the best of our knowledge is materially inaccurate or misleading. Further, all the confirmations, declarations and representations made in our Bid are true and accurate. In case this is found to be incorrect after our acquisition of “Lakadia-Vadodara Transmission Project Limited” pursuant to our selection as Selected Bidder, we agree that the same would be treated as a TSP‟s Event of Default under TSA, and relevant provisions of TSA shall apply.

11. We confirm that there are no litigations or other disputes against us which materially affect our ability to fulfill our obligations with regard to the Project as per the terms of RFP Project Documents.

12. Original power of attorney / Board resolution as per Clause 2.14.1.1 is enclosed.

Signature and stamp of Any Whole-Time Director / Manager [refer Note 1 below] of Bidding Company or Lead Member of Consortium (supported by a specific Board Resolution)

PFC CONSULTING LIMITED Page 53 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 123 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

Please also affix common seal of Bidding Company/Member in a Bidding Consortium

Common seal of ……………… has been affixed in my / our presence pursuant to Board of Director‟s Resolution dated ………..……

WITNESS

1. ………………………………………………. (Signature)

Name …………………………………. Designation...... …………………..

2. ………………………………………………. (Signature)

Name …………………………………. Designation...... …………………..

Note: 1) In case of Manager, the Company should confirm through a copy of Board Resolution attested by Company Secretary that the concerned person is appointed as Manager as defined under the Companies Act, 2013 for the purpose in question.

The Company Secretary also certifies that the Company does not have a Whole-Time Director.

Format 2: Details of equity investment in Project

1.1.a Name of the Bidding Company/ Bidding Consortium:

1.1.b Name of the Lead Member in the case of a Bidding Consortium:

1.2 Investment details of the Bidding Company/Member of the Bidding Consortium investing in “Lakadia-Vadodara Transmission Project Limited” as per Clause 2.14.4.2.

Sl. No. Name of the Name of the Relationship with % of equity Bidding Company Bidding participation in Company / investing in the Company/Member the Member in case equity of the of the Bidding ……….………[In

PFC CONSULTING LIMITED Page 54 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 124 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS of a Bidding ……….. [Insert Consortium* sert Name of the Consortium Name of SPV] SPV]

(1) (2) (3) (4) (5)

TOTAL 100%

* In case the Bidder proposes to invest through its Affiliate(s) / Parent Company / Ultimate Parent Company, the Bidder shall declare shareholding pattern of such Affiliate(s) / Parent Company / Ultimate Parent Company and provide documentary evidence to demonstrate relationship between the Bidder and the Affiliate(s)/Parent Company /Ultimate Parent Company. These documentary evidences could be, but not limited to, demat account statement(s) / Registrar of Companies’ (ROC) certification / share registry book, etc duly certified by Company Secretary.

Members of the Consortium or the Bidding Company making investment in the equity of the “Lakadia-Vadodara Transmission Project Limited” themselves to fill in their own names in the column (3)

Signature and Name of authorized person in whose name power of attorney has been issued

------Signature of authorized person Name: ………………………. Designation: ………………….. Date: …………………….. Company rubber stamp

PFC CONSULTING LIMITED Page 55 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 125 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

ANNEXURE 7 Format for Clarifications /Amendments on the RFP/RFP Project Documents

Sl. No. Name of Clause Clarification Suggested Rationale for the No. and required text for the the Document Existing amendment Clarification provision or Amendment

Signature ......

Name: …………………………………...... For

Bidder’s Rubber Stamp and Full Address.

(Note: This format shall be used for submission of requests for clarifications/amendments on the draft RFP Project Documents as per the provisions of Clause 2.12.1)

PFC CONSULTING LIMITED Page 56 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 126 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

ANNEXURE 8 FORMATS FOR BOARD RESOLUTIONS

Format 1

Format of the Board resolution for the Bidding Company/ each Member of the Consortium/investing Affiliate/Parent Company /Ultimate Parent Company, where applicable

[Reference Clause 2.14.1.1 of the RFP and the illustrations in Annexure 13A]

[Note: The following resolution no.1 needs to be passed by the Boards of each of the entity/(ies) making equity investment]

The Board, after discussion, at the duly convened Meeting on ………….. [Insert date], with the consent of all the Directors present and in compliance of the provisions of the Companies Act, 2013, passed the following Resolution:

1. RESOLVED THAT pursuant to the provisions of the Companies Act, 2013 and compliance thereof and as permitted under the Memorandum and Articles of Association of the company, approval of the Board be and is hereby accorded for investment of ……..% (…..per cent) of the total equity share capital of “Lakadia- Vadodara Transmission Project Limited” representing the entire amount proposed to be invested by the company for the “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra- state system due to RE injections in Bhuj PS”, partly by acquisition of the existing equity shares from PFC Consulting Limited and/or partly by subscribing to the new equity shares, as per the terms of the RFP.

[Note: Equity investment obligations by the Bidding Company/each Member of the Bidding Consortium/investing Affiliate or Parent or Ultimate Parent should add up to 100%.]

[Note: In the event the Bidder is a Bidding Consortium, the following Board resolution no. 2 also needs to be passed by the Lead Member of the Bidding Consortium]

2. RESOLVED THAT approval of the Board be and is hereby accorded to contribute such further amount over and above the said percentage limit to the extent becoming necessary towards the total equity share in the “Lakadia- Vadodara Transmission Project Limited”, obligatory on the part of the company pursuant to the terms and conditions contained in the Consortium Agreement dated …………… executed by the company as per the provisions of the RFQ.

[Note: In the event, the investing entity is an Affiliate or Parent or Ultimate Parent of the Selected Bidder, the following Board resolution no. 3 shall also be passed by the Selected Bidder]

PFC CONSULTING LIMITED Page 57 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 127 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

3. FURTHER RESOLVED THAT the Board hereby acknowledges the Board Resolution(s) passed by the …………………………. [Name of the Affiliate(s)/ Parent / Ultimate Parent] regarding the investment of ………… (…..%) of the equity share capital requirements of “Lakadia-Vadodara Transmission Project Limited”, which is to be invested by the ………………………………. [Name of the Affiliate(s)/ Parent / Ultimate Parent] for the “Lakadia-Vadodara Transmission Project Limited”, partly by acquisition of the existing equity shares from PFC Consulting Limited and partly by subscribing to the new equity shares, as per the terms of the RFP.

[Note: The following resolution no. 4 is to be provided by the Bidding Company/ Lead Member of the Consortium only]

4. FURTHER RESOLVED THAT MR/MS ……………………., be and is hereby authorized to take all the steps required to be taken by the Company for submission of the Bid, including in particular, signing of the Bid, making changes thereto and submitting amended Bid, all the documents related to the Bid, certified copy of this Board resolution or letter or undertakings etc, required to be submitted to “Lakadia-Vadodara Transmission Project Limited” as part of the Bid or such other documents as may be necessary in this regard.

Certified True Copy

Company rubber stamp to be affixed

[Notes: 1) This certified true copy should be submitted on the letterhead of the Company, signed by the Company Secretary /Managing Director of the Bidding Company or the Lead Member of Consortium.

2) The contents of the format may be suitably re-worded indicating the identity of the entity passing the resolution, i.e., the Bidding Company, each Member of the Bidding Consortium.

3) This format may be modified only to the limited extent required to comply with the local regulations and laws applicable to a foreign entity submitting this resolution. For example, reference to Companies Act 2013 may be suitably modified to refer to the law applicable to the entity submitting the resolution. However, in such case, the foreign entity shall submit an unqualified opinion issued by the legal counsel of such foreign entity, stating that the Board resolutions are in compliance with the applicable laws of the respective jurisdictions of the issuing company and the authorizations granted therein are true and valid.]

PFC CONSULTING LIMITED Page 58 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 128 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Format 2

Format for the Board resolution of Technically / Financially Evaluated Entity / Ultimate Parent Company

The Board, after discussion, at the duly convened Meeting on ……………………[Insert date], with the consent of all the Directors present and in compliance of the provisions of the Companies Act, 2013, passed the following Resolution:

RESOLVED THAT pursuant to the provisions of the Companies Act, 2013 and compliance thereof and as permitted under the Memorandum and Articles of Association of the company, approval of the Board be and is hereby accorded for issuing an Undertaking to the BPC, in the format specified in the RFP issued by the BPC, draft of which is attached hereto and initialed by the Chairman whereby the company undertakes to invest …………………………….percent (…. %) of the total equity share capital of “Lakadia-Vadodara Transmission Project Limited” representing the entire amount proposed to be invested by ……………………….[insert the name of the Bidder or Member] for the said Project, in case of failure of ……………………..[Insert the name of the Bidder or Member] to make such investment”.

FURTHER RESOLVED THAT …………………….., be and is hereby authorized to take all the steps required to be taken by the Company, including in particular, signing the said Undertaking, submitting the same to the BPC through …………………..[Insert name of Bidding Company/Lead Member of the Consortium] of all the related documents, certified copy of this Board resolution or letter, undertakings etc, required to be submitted to BPC as part of the Bid or such other documents as may be necessary in this regard.

Certified True Copy

Company rubber stamp to be affixed

Notes: 1. This certified true copy should be submitted on the letterhead of the Company, signed by the Company Secretary / Managing Director of Bidding Company or Lead Member of Consortium. 2. The contents of the format may be suitably re-worded indicating the identity of the entity passing the resolution. 3. This format may be modified only to the limited extent required to comply with the local regulations and laws applicable to a foreign entity submitting this resolution. For example, reference to Companies Act 2013 may be suitably modified to refer to the law applicable to the entity submitting the resolution. However, in such case, the foreign entity shall submit an unqualified opinion issued by the legal counsel of such foreign entity, stating that the Board resolutions are in compliance with the applicable laws of the respective jurisdictions of the issuing company and the authorizations granted therein are true and valid.

PFC CONSULTING LIMITED Page 59 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 129 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

ANNEXURE 9 FORMAT OF COVERING LETTER

[On the Letter Head of the Bidding Company/Lead Member of the Bidding

Consortium]

Bidder's Name: ………………………………….

Full Address: …………………………………….

Telephone No.: …………………………………

E-mail address: …………………………………

Fax / No.: ……………………………………….

To.

PFC Consulting Limited (A wholly owned subsidiary of Power Finance Corporation Ltd.) 9th Floor, A-Wing Statesman House, Connaught Place, New Delhi – 110 001

Sub: Bid for selection of a Transmission Service Provider to build, own, operate and maintain “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra- state system due to RE injections in Bhuj PS” under the Tariff Based Competitive Bidding Process

Dear Sir,

We, the undersigned Bidder having read and examined in detail the RFP for selection of a Transmission Service Provider to build, own, operate and maintain “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS” through the Tariff Based Competitive Bidding Process, hereby submit our Bid comprising of Financial Bid and Non-Financial Bid.

1) Bid Bond We have enclosed a Bid Bond of Rs. ………………… crores (Rs. ……… crores)in the form of bank guarantee no. ………….. [Insert number of the Bank Guarantee] dated ……………….. [Insert Date of the Bank Guarantee] as per your proforma (Annexure-2) from ……………………….[Insert name of

PFC CONSULTING LIMITED Page 60 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 130 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS bank providing Bid Bond] and valid upto………………………………….in terms of Clause 2.20of the RFP.

2) Acceptance We hereby unconditionally and irrevocably agree and accept that the decision made by the BPC on any matter regarding or arising out of the RFP shall be binding on us. We hereby expressly waive any and all claims in respect of Bid process.

3) Familiarity With Relevant Indian Laws & Regulations We confirm that we have studied the provisions of relevant Indian laws and regulations as required to enable us to submit this Bid and execute the Share Purchase Agreement, in the event of our selection as the TSP. We further undertake and agree that all such factors as mentioned in Clause 2.14.2 of RFP have been fully examined and considered while submitting the Bid.

4) Contact Person Details of contact person as required under Clause 2.14.1.4(e) are furnished as under:

Name : …………………………………… Designation: ………………………………….. Company: …………………………………. Address : …………………………………………….. Phone Nos.: ……………………………………… Fax Nos.: ……………………………………….. E-mail address: ………......

We are enclosing herewith Envelope I (Non Financial Bid) containing duly signed formats, in one (1) original + one (1) copy (duly attested) as desired by you in your RFP for your consideration.

It is confirmed that our Bid is consistent with all the requirements of submission as stated in the RFP and subsequent communications from BPC.

The information submitted in our Bid is complete, strictly as per the requirements stipulated in the RFP and is correct to the best of our knowledge and understanding. We would be solely responsible for any errors or omissions in our Bid.

We confirm that all the terms and conditions of the Bid are valid for acceptance for a period of one eighty (180) days from the Bid Deadline.

PFC CONSULTING LIMITED Page 61 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 131 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS We confirm that we have not taken any deviation so as to be deemed non- responsive with respect to the provisions stipulated at Clause 2.14.1, of this RFP.

Dated this ………….day of …………..of ………[Insert day, month and year] Place: ……………………………..

Thanking you, We remain,

Yours faithfully,

Name and signature of authorized person in whose name power of attorney /Board resolution as per Clause 2.14.1.1 is issued.

Signature of authorized person Name: ………………………. Designation: ………………….. Date: ……………………..

Company rubber stamp

PFC CONSULTING LIMITED Page 62 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 132 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

ANNEXURE 10 FORMATS OF POWER OF ATTORNEY

[Referred to Clause 2.14.1.1 in RFP]

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution. The foreign Bidder to follow the applicable law in their country)

Format 1: Power of attorney to be provided by the Bidding Company/Lead Member of the Bidding Consortium in favour of its representative

Know all men by these presents, we…………………………………………….(name and address of the registered office of the Bidding Company / Lead Member of the Bidding Consortium) do hereby constitute, appoint and authorize Mr. / Ms………………………………(name and residential address) as our true and lawful attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to submission of our Bid for the Project “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS” in response to the RFP dated March 18, 2019 issued by the BPC , including signing and submission of the Bid and all other documents related to the Bid, including, undertakings, letters, certificates, acceptances, clarifications, guarantees, etc, making representations to the BPC, and providing information / responses to the BPC, representing us in all matters before the BPC, and generally dealing with the BPC in all matters in connection with our Bid for the said Project till the completion of the bidding process.

We hereby agree to ratify all acts, deeds and things 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.

All the terms used herein but not defined shall have the meaning ascribed to such terms under the RFP.

Signed by the within named ______[Insert the name of the executant company] through the hand of Mr. ………………………………………. Duly authorized by the Board to issue such Power of Attorney

Dated this ………………………. day of ………

PFC CONSULTING LIMITED Page 63 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 133 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Accepted

Signature of Attorney (Name, designation and address of the Attorney)

Attested (Signature of the Executant) (Name, designation and Address of the Executant)

Signature and stamp of Notary of the place of execution

Common seal of ……………… has been affixed in my/our presence pursuant to Board of Director’s Resolution dated……

WITNESS

1. ………………………………………………. (Signature)

Name ………………………………….

Designation...... …………………..

2. ………………………………………………. (Signature)

Name ………………………………….

Designation...... ………………….. Note: (1) 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 the same should be under common seal of the executant affixed in accordance with the applicable procedure. Further, the person whose signatures are to be provided on the power of attorney shall be duly authorized by the executant(s) in this regard.

PFC CONSULTING LIMITED Page 64 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 134 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

(2) Also, wherever required, the executant(s) should submit for verification the extract of the chartered documents and documents such as a Board resolution / power of attorney, in favour of the Person executing this power of attorney for delegation of power hereunder on behalf of the executant(s).

PFC CONSULTING LIMITED Page 65 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 135 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Format 2: Power of attorney to be provided by each of the other Members of the Consortium in favour of the Lead Member

WHEREAS the BPC have issued Request For Qualification dated January 17, 2019 („RFQ‟) and Request For Proposal dated March 18, 2019 („RFP‟) for inviting the bids in respect of selection of a TSP to build, own, operate and maintain a Transmission System associated with “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS and to provide Transmission Services there from to the Long Term Transmission Customer(s) on the terms and contained in the RFP and the RFP Project Documents (as defined in RFP);

AND WHEREAS……………………….., ……………………….., ………………….. and………………………… [Insert names of all Members of Consortium] the Members of the Consortium are desirous of submitting a Bid in response to the RFP, and if selected, set up the Project as per the terms of RFP and RFP Project Documents;

AND WHEREAS all the Members of the Consortium have agreed under the Joint Deed Agreement dated …………….. [Insert Date of the Consortium Agreement] entered into between all the Members and submitted to the BPC in response to the RFQ, to appoint …………………………. [Insert name of the Lead Member] as Lead Member to represent all the other Member(s) of the Consortium for all matters regarding the Bid;

AND WHEREAS pursuant to the terms of the RFP, we, ……………………….. [Insert Name of the Consortium Member(s) hereby designate M/s ______[Insert name of the Lead Member] as the Lead Member to represent us in all matters regarding the Bid and the RFP, in the manner stated below:-

Know all men by these presents, We…………………………………………………. (name and address of the registered office of the executant) do hereby constitute, appoint and authorize ………………………………[name and registered office address of the Lead Member], which is one of the Members of the Consortium, to act as the Lead Member and our true and lawful attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to submission of Consortium‟s Bid for the Project in response to the RFP dated ………………… [Insert date of RFP] issued by the BPC, including signing and submission of the Bid and all documents related to the Bid, including, undertakings, letters, certificates, acceptances, clarifications, guarantees, etc, making representations to the BPC, and providing information / responses to the BPC, representing us and the Consortium in all matters before the BPC, and generally dealing with the BPC in all matters in connection with our Bid for the said Project, till completion of the bidding process in accordance with the RFP and signing of the Share Purchase Agreement by all the parties thereto.

We hereby agree to ratify all acts, deeds and things 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.

PFC CONSULTING LIMITED Page 66 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 136 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

All the terms used herein but not defined shall have the meaning ascribed to such terms under the RFP.

Signed by the within named: …………………………………..[Insert the name of the executant company] through the hand of Mr……………………………………….. Dulyauthorized by the Board to issue such Power of Attorney

Dated this ………… day of ……………….

Accepted:

……………………………...(signature of Attorney) (Name, designation and Addressof the Attorney)

Attested:

(Signature of executant) (Name, designation and Addressof the executant)

Signature and stamp of Notary of the place of execution

Common seal of ……………… has been affixed in my/our presence pursuant to Board of Director’s Resolution dated……

WITNESS

1. ……………………………………………….

PFC CONSULTING LIMITED Page 67 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 137 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS (Signature) Name …………………………………. Designation...... …………………..

2. ………………………………………………. (Signature) Name …………………………………. Designation...... …………………..

Note: (1) 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 the same should be under common seal of the executant affixed in accordance with the applicable procedure. Further, the person whose signatures are to be provided on the power of attorney shall be duly authorized by the executant(s) in this regard.

PFC CONSULTING LIMITED Page 68 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 138 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ANNEXURE 10A FORMAT OF UNDERTAKING

[On the Letter Head of the Technically / Financially Evaluated Entity / /Ultimate Parent Company]

Date: ______

Name: …………………………………………….

Full Address: ……………………………………………………..

Telephone No.: ………………………………………..

E-mail address: ……………………………………………………………

Fax / No.: ……………………………………………

To.

PFC Consulting Limited (A wholly owned subsidiary of Power Finance Corporation Ltd.) 9th Floor, A-Wing Statesman House, Connaught Place, New Delhi – 110 001

Sub: Undertaking for equity investment

Dear Sir,

We refer to the Request For Qualification dated January 17, 2019 („RFQ‟) and Request For Proposal dated March 18, 2019 („RFP‟) issued by you regarding setting up of “WRSS-21 (Part-B) Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS” Project on build, own, operate and maintain basis.

We have carefully read and examined in detail the RFQ and the RFP, including in particular, Clause 2.1.4 of the RFQ and Clauses 2.14.1.1 and 2.14.4 of the RFP, regarding submission of an undertaking regarding the investment in the equity share capital of “Lakadia-Vadodara Transmission Project Limited” and provisions for minimum equity holding and equity lock-in. We have also noted the amount of the equity investment required to be made in “Lakadia-Vadodara Transmission Project Limited” by the ………………………………..[Insert the name of the Bidder or the Consortium Member] for the Project.

In view of the above, we hereby undertake to you and confirm that in the event of failure of …………………………….[Insert the name of the Bidder or the Consortium Member] to invest in full or in part, in the equity share capital of “Lakadia- Vadodara Transmission Project Limited” as specified in the Bid, we shall invest

PFC CONSULTING LIMITED Page 69 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 139 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS the said amount not invested by ……………………………[Insert the name of the Bidder or the Consortium Member] in “Lakadia-Vadodara Transmission Project Limited” by purchase of existing shares or subscribing to the new shares of “Lakadia-Vadodara Transmission Project Limited”, as stipulated by you.

We have attached hereto certified true copy of the Board resolution whereby the Board of Directors of our Company has approved issue of this Undertaking by the Company.

All the terms used herein but not defined, shall have the meaning as ascribed to the said terms under the RFP.

Certified as True ------Signature of Any Whole-Time Director / Manager (refer Note-1 below) (supported by a specific Board Resolution)

The above undertaking should be signed and certified as true by Any Whole- Time Director /Manager (refer Note-1 below) of the Bidding Company or of the Member, in case of a Consortium (supported by a specific Board Resolution).

Common seal of ……………… has been affixed in my/our presence pursuant to Board of Director‟s Resolution dated……

WITNESS: 1. ………………………………………………. (Signature) Name …………………………………. Designation...... …………………..

2. ………………………………………………. (Signature) Name …………………………………. Designation...... …………………..

Note: 1. In case of Manager, the Company should confirm through a copy of Board Resolution attested by Company Secretary that the concerned person is appointed as Manager as defined under the Companies Act, 2013 for the purpose in question. The Company Secretary also certifies that the Company does not have a Managing Director or CEO. 2. Wherever required, extract of the chartered documents and documents such as a Board resolution should be submitted for verification.

PFC CONSULTING LIMITED Page 70 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 140 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ANNEXURE 11 Format for Contract Performance Guarantee

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution. Foreign entities submitting Bids are required to follow the applicable law in their country. To be provided separately in the name of each of the Long Term Transmission Customer(s), in proportion to their Allocated Project Capacity as provided in Clause 2.21 of this document)

In consideration of the ……………………..[Insert name of the Selected Bidder or Lead Member in case of the Consortium, with address] agreeing to undertake the obligations under the TSA dated ……….and the other RFP Project Documents and ……………………..[Insert the name of the Long Term Transmission Customer], agreeing to execute the Share Purchase Agreement with the Selected Bidder, regarding setting up the Project, the ……………………………….[Insert name and address of the bank issuing the guarantee and address of the head office](hereinafter referred to as “Guarantor Bank”) hereby agrees unequivocally, irrevocably and unconditionally to pay to …………………….[Insert Name of the Long Term Transmission Customer] at ……………………[Insert the Place from the address of the Long Term Transmission Customer indicated in the TSA] forthwith on demand in writing from …………………………..[Name of the Long Term Transmission Customer] or any Officer authorized by it in this behalf, any amount upto and not exceeding Rupees ………………………….. crores only [Insert the amount of the bank guarantee in respect of the Long Term Transmission Customer as per the terms of TSA separately to each Long Term Transmission Customer in the ratio of Allocated Project Capacities as on the date seven (7) days prior to the Bid Deadline]on behalf of M/s. …………………………………. [Insert name of the Selected Bidder].

This guarantee shall be valid and binding on the Guarantor Bank up to and including ……………………….and shall not be terminable by notice or any change in the constitution of the Bank or the term of the TSA or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alternations made, given, or agreed with or without our knowledge or consent, by or between parties to the respective agreement.

Our liability under this Guarantee is restricted to Rs. …………………..crores (Rs. …………………………….. crores only). Our Guarantee shall remain in force until ………………………………………..[Insert the date of validity of the Guarantee as per Clause 2.21.1 of the RFP]. The Long Term Transmission Customer shall be entitled to invoke this Guarantee up to thirty (30) days of the last date of the validity of this Guarantee.

The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the written demand from the Long Term Transmission Customer, made in any format, raised at the above mentioned address of the Guarantor Bank, in order to make the said payment to the Long Term Transmission Customer.

PFC CONSULTING LIMITED Page 71 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 141 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS The Guarantor Bank shall make payment hereunder on first demand without restriction or conditions and notwithstanding any objection by “Lakadia-Vadodara Transmission Project Limited”,………………………..[Insert name of the Selected Bidder] and/or any other person. The Guarantor Bank shall not require the Long Term Transmission Customer to justify the invocation of this BANK GUARANTEE, nor shall the Guarantor Bank have any recourse against the Long Term Transmission Customer in respect of any payment made hereunder.

This BANK GUARANTEE shall be interpreted in accordance with the laws of India.

The Guarantor Bank represents that this BANK GUARANTEE has been established in such form and with such content that it is fully enforceable in accordance with its terms as against the Guarantor Bank in the manner provided herein.

This BANK GUARANTEE shall not be affected in any manner by reason of merger, amalgamation, restructuring, liquidation, winding up, dissolution or any other change in the constitution of the Guarantor Bank.

This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and accordingly the Long Term Transmission Customer shall not be obliged before enforcing this BANK GUARANTEE to take any action in any court or arbitral proceedings against “Lakadia-Vadodara Transmission Project Limited” or the Selected Bidder, to make any claim against or any demand on “Lakadia-Vadodara Transmission Project Limited” or the Selected Bidder or to give any notice to “Lakadia-Vadodara Transmission Project Limited” or the Selected Bidder or to enforce any security held by the Long Term Transmission Customer or to exercise, levy or enforce any distress, diligence or other process against “Lakadia-Vadodara Transmission Project Limited” or the Selected Bidder.

The Guarantor Bank acknowledges that this BANK GUARANTEE is not personal to the Long Term Transmission Customer and may be assigned, in whole or in part, (whether absolutely or by way of security) by Long Term Transmission Customer to any entity to whom the Lead Long Term Transmission Customer is entitled to assign its rights and obligations under the TSA.

The Guarantor Bank hereby agrees and acknowledges that the Long Term Transmission Customer shall have a right to invoke this Bank Guarantee either in part or in full, as it may deem fit.

Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted to Rs. …………………..crores (Rs. ………………….. crores only) and it shall remain in force until ………………………[Date to be inserted on the basis of Article 3.1.2 of TSA], with an additional claim period of thirty (30) days thereafter. This BANK GUARANTEE shall be extended from time to time for such period, as may be desired by …………………………………….. [Insert name of the Selected Bidder or Lead Member in case of the Consortium]. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only if the Long Term Transmission Customer serves upon us a written claim or demand.

PFC CONSULTING LIMITED Page 72 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 142 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

In witness where of:

Signature ......

Name: ...... Power of attorney No.: ………………………………

For: …………………………………..[Insert Name of the Bank] Banker's Seal and Full Address, including mailing address of the Head Office

Notes: 1. The Stamp Paper should be in the name of the Executing Bank.

PFC CONSULTING LIMITED Page 73 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 143 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

ANNEXURE 12 LIST OF BANKS

LIST OF BANKS

1. Scheduled Commercial Banks

SBI and Associates 1. State Bank of India 2. State Bank of Bikaner and 3. State Bank of Hyderabad 4. State Bank of Indore 5. State Bank of Mysore 6. State Bank of Patiala 7. State Bank of 8. State Bank of Travancore

Nationalised Banks 1. Allahabad Bank 2. Andhra Bank 3. Bank of India 4. Bank of 5. Bank of Baroda 6. Canara Bank 7. Central Bank of India 8. Corporation Bank 9. Dena Bank 10. Indian Bank 11. Indian Overseas Bank 12. Oriental Bank of Commerce 13. Punjab National Bank 14. Punjab and Sind Bank 15. Syndicate Bank 16. Union Bank of India

PFC CONSULTING LIMITED Page 74 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 144 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS 17. United Bank of India 18. UCO Bank 19. Vijaya Bank

2. Foreign Banks 1 Banks of America NA 2 Bank of Tokyo Mitsubishi Ltd. 3 BNP Paribas 4 Calyon Bank 5 Citi Bank N.A. 6 Deutsche Bank A.G. 7 The Hongkong and Shanghai Banking Corporation Ltd. 8 Standard Chartered Bank 9 UFJ Bank Ltd. 10 Sumitomo Mitsui Banking Corporation 11 Societe Generale 12 Barclays Bank 13 ABN Amro Bank N.V. 14 Bank of Novascotia 15 Mizuho Bank 3. Scheduled Private Banks 1 ICICI Bank Ltd. 2 HDFC Bank Ltd. 3 IDBI Bank Ltd 4 Axis Bank 5 Indusind Bank 6 Yes Bank 7 Kotak Mahindra Bank 8 IDFC Bank Note: The above list of banks is indicative and can be modified by the BPC as required and any such change shall not be construed as a deviation from this document.

PFC CONSULTING LIMITED Page 75 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 145 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ANNEXURE 13 Illustration of the Bid Evaluation/Computation of Levelised Transmission Charges

PROVIDED AS EXCEL FILE IN CD ENCLOSED HEREWITH

PFC CONSULTING LIMITED Page 76 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 146 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

ANNEXURE 13A Illustration for Applicable Board Resolution Requirements under Clause 2.14.1.1

Investor in Entities (other Applicable Board Requirement of the TSP than Bidder) Resolutions Undertaking whose (Annexure 10A) credentials (financial and/or technical) used by the Bidder for meeting RFQ criteria Bidder None a) Format 1 of None himself for Annexure 8 – 100% equity Resolution* 1 and 4 from the Bidder

Bidder Affiliate and/or a) Format 1 of Yes, by either himself for Parent Company Annexure8 – Technically / 100% equity and/or Ultimate Resolution* 1 and Financially Evaluated Parent 4from the Bidder Entity(ies) Affiliate(s) whose b) Format 2 of credentials have been Annexure 8 by either used, or Ultimate Technically / Parent. Financially Evaluated Entity(ies) whose Provided, if the Bidder credentials have been himself is the Ultimate used, or Ultimate Parent, then the Parent. undertaking need not beprovided. Provided, if the Bidder himself is the Ultimate Parent, then Format 2need not be provided. Bidder None a) Format 1 of None himself + Annexure 8– others Resolution* 1, 3 and (Affiliate 4 from the Bidder. and/or Parent Company b) Format 1 and/or ofAnnexure 8 – Ultimate Resolution* 1 from the Parent) in Affiliate and/or Parent aggregate and/or Ultimate holding 100% Parent equity investing in the equity

PFC CONSULTING LIMITED Page 77 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 147 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Investor in Entities (other Applicable Board Requirement of the TSP than Bidder) Resolutions Undertaking whose (Annexure 10A) credentials (financial and/or technical) used by the Bidder for meeting RFQ criteria Bidder Affiliate and/or a) Format 1 of Yes, by either Parent/ himself + Parent Company Annexure8 – Affiliate(s) whose others and/or Ultimate Resolution* 1, 3 and4 credentials have been (Affiliate Parent from the Bidder. used, or Ultimate and/or Parent Parent Company b) Format 1 of and/or Annexure 8 – Ultimate Resolution* 1 from the Parent) in Affiliate and/or Parent aggregate and/or Ultimate holding 100% Parent equity investing in the equity

c) Format 2 of Annexure 8 by either Parent/ Affiliate(s) whose credentials have been used and /or Ultimate Parent investing in the equity

PFC CONSULTING LIMITED Page 78 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 148 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ANNEXURE 14 Format for Disclosure

[On the letter head of Bidding Company/Each Member in a Bidding Consortium]

Disclosure

We hereby declare that the following companies with which we/ have direct or indirect relationship are also separately participating in this Bid process as per following details

S.No. Name of the Company Relationship 1. 2. 3.

In case there is no such company, in the column “Name of the Company”write “Nil”

Further we confirm that we don‟t have any Conflict of Interest with any other company participating in this bid process.

Signature of Any Whole-Time Director /Manager (supported by a specific Board Resolution)

The above disclosure should be signed and certified as true by Any Whole-Time Director /Manager (refer Note below) of the Bidding Company or of the Member, in case of a Consortium (supported by a specific Board Resolution).

Note: 1. In case of Manager, the Company should confirm through a copy of Board Resolution attested by Company Secretary that the concerned person is appointed as Manager as defined under the Companies Act, 2013 for the purpose in question.

The Company Secretary also certifies that the Company does not have a Managing Director or CEO.

PFC CONSULTING LIMITED Page 79 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 149 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ANNEXURE 15 Check List for response to RFP submission requirements

Response to RFP Submission Requirements Response Yes / No A. Envelope – I (Non-Financial Bid)  1. Bid Bond in the prescribed format at Annexure 2  2. Board resolutions as per the prescribed formats enclosed in

Annexure 8 (and as per the illustrations in Annexure-13 of this RFP)  From the Bidding Company (and from any investing Affiliate / Parent / Ultimate Parent committing 100% in aggregate of the  equity requirement for the Project as per format 1 of Annexure 8  Board resolutions from each of the Consortium Member of the Bidding Consortium (and any investing Affiliate/Parent/Ultimate Parent) together committing to one hundred percent (100%) in  aggregate of equity requirement for the Project, in case Bidder is a Bidding Consortium – Format-1 of Annexure-8  Board resolutions as per Format 2 of Annexure 8 for total equity investment commitment from the Technically / Financially Evaluated Entity(ies) whose technical / financial credentials had  been considered for the purpose of meeting Qualification Requirements as per the RFQ OR from the Parent Company or the Ultimate Parent Company (as applicable) 3. Bidder‟s Undertakings  Bidder‟s undertaking as per format 1 of Annexure 6   Details of Equity Investment in the Project as per format 2 of  Annexure 6 4. Covering Letter as per the format at Annexure 9 of this RFP  5. Power of Attorney  Format 1 of Annexure 10 by the Bidding Company / Lead Member of the Bidding Consortium (as applicable) in favour of  its representative  Format 2 of Annexure 10 by each of the other Members of the Consortium (in case of the Bidding Company being a  Consortium) in favour of the Lead Member 6. Format of Undertaking for Equity Investment  by the Technically / Financially Evaluated Entity / Ultimate Parent Company (as applicable) for equity investment, in case of failure to invest in part or full, by the Bidder or the Consortium  Member in case the Selected Bidder is a Consortium) in the prescribed format at Annexure 10A 7. Format for Disclosure by the Bidding Company or by each Member  of the Consortium (as applicable)

PFC CONSULTING LIMITED Page 80 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 150 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

Name and signature of authorized person in whose name power of attorney / Board resolution as per Clause 2.14.1.1 is issued.

------Signature of authorized person Name: ………………………. Designation: ………………….. Date: ……………………..

Company rubber stamp

PFC CONSULTING LIMITED Page 81 151

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 152 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

APPENDIX

SPECIFIC TECHNICAL REQUIREMENTS FOR TRANSMISSION LINES & 765/400/220 KV GIS SUBSTATION & COMMUNICATION SYSTEM

PFC CONSULTING LIMITED Page 82 153

RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 154 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS

SPECIFIC TECHNICAL REQUIREMENTS FOR TRANSMISSION LINES

1.0 The Tower shall be fully galvanized using mild steel or/and high tensile steel sections. Bolts and nuts with spring washer are to be used for connection. 2.0 IS Steel section of tested quality in conformity with IS 2062:2011, grade E 250 (Designated Yield Strength 250 Mpa) and/or grade E 350 (Designated Yield Strength 350 MPa) are to be used in towers, extensions, gantry structures and stub setting templates. However, use of steel grade having designated yield strength more than 350 MPa is not permitted. 3.0 Towers shall be designed as per IS-802:2015 considering wind zone as per IS-875. However, drag coefficient of the tower shall be as follows:- Solidity Ratio Drag Coefficient Upto 0.05 3.6 0.1 3.4 0.2 2.9 0.3 2.5 0.4 2.2 0.5 and above 2.0

As per Clause 12.1.2.1 b) 2) of IS 802:2015, Under security condition for tension and dead end towers, the transverse loads due to line deviation shall be the component of 100 percent mechanical tension of conductor and groundwire/ OPGW corresponding to 100% of design wind pressure at everyday temperature or 36% design wind pressure at minimum temperature after accounting for drag coefficient and gust response factor. As per CEA‟s technical standards for construction of lines Regulation 2010, Transmission Service Provider (TSP) may adopt any additional loading/ design criteria for ensuring reliability of the line, if so desired and/ or deemed necessary. 4.0 A) For power line crossing of 400 kV or above voltage level, large angle & dead end towers (i.e. D/DD/QD) shall be used on either side of power line crossing (i.e D/DD/QD- D/DD/QD arrangement). B) For power line crossing of 132 kV and 220 kV voltage level, angle towers (B/C/D/DB/DC/DD/ QB/QC/QD) shall be used on either side of power line crossing depending upon the merit of the prevailing site condition and line deviation requirement. C) For power line crossing of 66 kV and below voltage level, suspension/tension towers shall be provided on either side of power line crossing depending upon the merit of the prevailing site condition and line deviation requirement. 5.0 The conductor configuration shall be as follows:- Transmission line ACSR Equivalent AAAC conductor Sub- Conductor based on 53.5% conductivity conductor specified of Al Alloy Spacing 765kV D/C (Hexa Zebra : Stranding Stranding details: 61/3.19mm 457 mm Zebra) transmission 54/3.18 mm-Al + 7/3.18 lines mm-Steel, 428 sq mm, 28.71 mm diameter; 487.5 Aluminium area, sq.mm Aluminium alloy area 28.62 mm diameter

Note: The transmission lines shall have to be designed for a maximum operating conductor temperature of 85 deg C for both ACSR as well as AAAC.

6.0 The required phase to phase spacing and horizontal spacing for 765 kV shall be governed by the tower design as well as minimum live metal clearances under different insulator swing angles.

PFC CONSULTING LIMITED Page 83 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 155 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS The minimum live metal clearances for 765 kV line may be considered as follows: (i) Under stationary conditions From tower body: For 765 kV D/C: 6.1 m (ii) Under swing conditions Wind pressure Condition Minimum electrical clearance a) Swing angle (25º) 4.4 mtrs b) Swing angle (55º) 1.3 mtrs However the phase to phase spacing for 765kV line shall not be less than 15m 7.0 The minimum ground clearance for 765 kV transmission lines shall be 15 m, so that maximum electric field does not exceed 10kV/m within the ROW and does not exceed 5kV/m at the edge of the ROW as per international guidelines. 8.0 The minimum mid span separation between earthwire and conductor shall be 9.0 m for 765 kV D/C transmission lines. Shielding angle shall not exceed 10 deg for 765 kV D/C transmission lines. 9.0 Transposition is to be done for all transmission lines whose length is greater than 100 km. Transposition should be carried out at 1/3 and 2/3 of line length tower positions.

10.0 The switching impulse withstand voltage (wet) for 765 kV line shall be 1550 kVp. Lightning impulse withstand voltage (dry) for 765 kV line shall be 2400kVp. 11.0 The Fault current for design of line shall be 50 kA for 1 sec for 765 kV. 12.0 Porcelain/ Glass disc insulators or Porcelain Longrod insulators having specific minimum creepage distance of 20 mm/kV can be used for locations in light/ medium pollution areas and silicone rubber polymer insulators with specific minimum creepage distance of 31 mm/kV, can be used for locations coming in areas with higher pollution level. 13.0 Each tower shall be earthed such that tower footing resistance does not exceed 10 ohms. Pipe type or Counterpoise type earthing shall be provided in accordance with relevant IS. Additional earthing shall be provided on every 7 to 8 kms distance at tension tower for direct earthing of both shield wires. 14.0 Since, the transmission lines are passing through coastal/ creek regions, the fabricated tower parts and stubs shall have a minimum overall zinc coating of 900 gms / sq m of surface area except for plates and sections below 5mm which shall have a minimum overall zinc coating of 610gms/ sqm of surface area. The average zinc coating for all sections and plates 5mm and above shall be maintained as 127 microns and that for plates and sections below 5mm shall be maintained as 87 microns. For foundation in creek or aggressive soil areas, Concrete of M30 Grade design Mix conforming to IS 456 and epoxy coated reinforcement as per IS 13620 shall be used.

PFC CONSULTING LIMITED Page 84 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 156 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS SPECIFIC TECHNICAL REQUIREMENTS FOR SUBSTATION

The proposed substation shall be generally confirming to the requirement of CEA regulation for construction of substation.

1.0 Salient features of 765kV Substation Equipment and Facilities

The design and specification of substation equipment are to be governed by the following factors:

1.1 Insulation Coordination

The 800kV system is being designed to limit the switching surge over Voltage of 1.9 p.u. and is expected to decay to 1.5 p.u. in 5 to 6 cycles. Consistent with these values and protective levels provided by lightning arrestors, the following insulation levels are proposed to be adopted for 765kV systems: Sl Description of parameters 765kV No System

1. System operating voltage 765kV 2. Maximum voltage of the system (rms) 800kV 3. Rated frequency 50Hz 4. No. of phase 3 5. Rated Insulation levels i) Impulse withstand voltage for (1.2/50 micro sec.) - Transformer and Reactors - for Other Equipment 1950kVp - for Insulator String 2100kVp 2100kVp ii) Switching impulse withstand voltage (250/2500 micro sec.) 1550kVp dry and wet iii) One minute power frequency dry withstand voltage (rms) 830kV

iv) One minute power frequency dry and wet withstand voltage - (rms) 6. Corona extinction voltage 508 kV 7. Max. radio interference voltage for frequency between 0.5 2500 micro-volts at MHz and 2 MHz 508 kV rms 8. Minimum creepage distance 24800 mm (31mm/kV) 9. Max. fault current Lakadia PS-50kA Vadodara GIS-40kA 10. Duration of fault 1 Sec

1.2 Switching Scheme

It is essential that the system should remain secure even under conditions of major equipment or bus-bar failure. Substations being the main connection points have large influence on the security of the system as a whole. The selection of the bus switching scheme is governed by the various technical and other related factors. One & Half breaker bus scheme for 765kV has been generally considered due to its merits in terms of reliability, security, operational flexibility and ease of maintenance of equipment. At 765kV switchyard, each circuit of a double circuit line shall be terminated in different diameter.

2.0 Substation Equipment and facilities:

The switchgear shall be designed and specified to withstand operating conditions and duty requirements. All equipment shall be designed considering the transmission line capacity.

PFC CONSULTING LIMITED Page 85 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 157 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Sl. Description of bay 765 kV No. 1 Bus Bar 4000A 2 Line bays 3150A 3 Line Reactor bays 2000A

However, current rating of all equipment in one diameter shall be the highest current rating required for connected line/ICT so that system could operate without any constraint in case of outage of any bus bar.

2.1 765/3 kV Single Phase Shunt Reactor

Reactor shall conform to IEC-60076 in general. The reactor shall be designed to withstand the over-voltages repeatedly without risk of failure at 1.05 Um continuously, 1.25 Um for 1 minute and 1.50 Um for 5 seconds (where Um is 800/√3 kV). The reactors shall be designed for switching surge overvoltage of 1.9 p.u. and temporary over voltage of the order of 1.4 p.u. for about 10 cycles followed by power frequency overvoltage upto 830 kVrms for about five minutes. The reactor shall withstand the stress due to above transient dynamic conditions which may cause additional current flow as a result of changed saturation characteristics/slope beyond 1.25 p.u. voltage.

The shunt reactor shall be of either gapped core type or magnetically shielded air core type (shell type) construction. The impedance ratio (X0/X1) specified shall be achieved adopting by either single phase construction in separate tanks or 3 limb core construction. In case of coreless construction, a magnetic shield shall be provided around the coreless coils and non- magnetic material sheet shall form the central core to minimize the vibrations. Core shall be constructed from non-ageing, cold rolled grain oriented silicon steel laminations of conventional grade (as per BIS) / regular grade (as per IEC) or better.

Shunt Reactors shall be capable of operating continuously at a voltage 5% higher than their rated voltage and thermal and cooling system shall be designed accordingly considering maximum ambient temperature as 50 Deg C.

The reactor shall be complete with all required accessories, Bushing CTs, Neutral CT (outdoor type) (if required), individual and common marshalling box etc. as required for satisfactory operations of reactor. HV bushing shall be porcelain/composite type and hermetically sealed oil filled condenser type. Neutral Bushing shall be 145kV RIP (resin impregnated paper condenser) with composite insulator type. The Technical Particulars / Parameters of Reactor are given below: Sr. Description Unit Parameters No. 1 Rated Capacity at 765/√3 kV MVAR 110/80 (as specified), 1-phase 2 Rated Voltage (Ur) kV 765/√3

3 Maximum continuous operating voltage kV 800/√3 (Um) 4 Cooling System ONAN

5 Permissible current unbalance among ±1% different phases

6 Crest value of Third Harmonic content in % ≤ 3% of the crest value of phase current at rated voltage with fundamental sinusoidal wave form

7 Range of constant current Up to 1.25 p.u. voltage

PFC CONSULTING LIMITED Page 86 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 158 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Sr. Description Unit Parameters No. 8 Tolerance on current % (i) 0 to +5% for a single phase unit (ii) ±1% for between units

9 Ratio of zero sequence reactance to Range 0.9 - 1.0 positive reactance (X0/X1)

10 Max. Temp. rise over 50 deg C Ambient Top oil/Winding/Hotspot: Temp and Voltage at 800/√3 KV 40/45/59

11. Losses a) Maximum Permissible Losses at rated kW 120 Voltage, Frequency and at 750C (kW) for 110MVAR, 765kV, 1-Phase Reactor

a) Maximum Permissible Losses at rated kW 98 Voltage, Frequency and at 750C (kW) for 80MVAR, 765kV, 1-Phase Reactor

12 Windings i) Insulation level (LI/SI/PF) kVp / kVp / kVrms HV 1950/1550/830 (Ph-Earth) for 5 min. Neutral 550/-/230

ii) Tan delta of windings % < 0.5

13 Vibration at 800/√3 kV and rated micron ≤ 200 microns peak to peak frequency 14 Noise level at at 800/√3 kV and rated dB < 80dBA frequency 15 Insulating Oil virgin high grade inhibited, conforming to IEC-60296

16 Partial discharge (PD) level at 1.58 Ur / pC < 100 √3

17 Bushing i) Rated voltage: HV / Neutral kV 800/145 ii) Rated current (Min.): HV / Neutral A 2500/1250 iii) Insulation level (LI/SI/PF) kVp / kVp / kVrms HV 2100/1550/970 Neutral 650/-/305 iv) Tan delta of bushings: HV/Neutral % < 0.4 v) PD of Bushing at Um: HV/Neutral pC < 10

PFC CONSULTING LIMITED Page 87 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 159 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS 2.2 Neutral Grounding Reactor (NGR) and Surge Arrester for 765kV line reactors

The neutral grounding reactors are required for grounding of the neutral point of shunt reactors to limit the secondary arc current and the recovery voltage to a minimum value. It shall be dry type air core for outdoor application. Line and ground side of NGR shall be rated for 145kV and 36kV class of insulation respectively. NGR shall be rated for continuous current of 20A and short time current of 240A r.m.s for 1 minute. However, the NGR shall be designed for a short time current of 600 Amp r.m.s to ensure mechanical robustness. It shall be solidly connected between neutral of shunt reactor and earth. The NGR shall be mounted on support structure (non-magnetic material) high above ground level (2.55 meter) to allow free and safe access at ground level for personnel.

The surge arresters of suitable rating shall be of heavy duty station class type. It shall be physically located between the neutral of shunt reactor (brought out at 145kV class bushing) and neutral grounding reactor. The surge arresters shall conform in general to IEC-60099-4. Surge arresters shall be of gapless type without any series or shunt gap. Arresters shall be hermetically sealed units, of self-supporting construction, suitable for mounting on structures.

The scheme for Reactor shall be designed in such way that it is possible to use the line reactors as bus reactors to control bus voltage.

2.3 765KV GIS Substation equipment

GIS (Gas Insulated Switchgear) shall be indoor type and in accordance to IEC: 62271-203. The switchgear shall be designed and specified to withstand operating conditions and duty requirements. All the switchgear such as Circuit Breaker, isolator, earth switch including CT, PT etc. shall be GIS type. Surge Arrestors used for transformer/Reactor connections will be AIS or GIS type. 765kV scheme shall be designed in such a way that it shall be possible to use line reactors (if provided) as bus reactors, in case of outage of line, to control bus voltage. Local control cabinets (LCC) shall be provided as per requirement. The alarm & annunciation of GIS equipment shall be wired to SCADA System.

The GIS assembly shall consist of separate modular compartments e.g. Circuit Breaker compartment, Bus bar compartment filled with SF6 Gas and separated by gas tight partitions so as to minimize risk to human life, allow ease of maintenance and limit the effects of gas leaks failures & internal arcs etc. These compartments shall be such that maintenance on one feeder may be performed without de-energizing the adjacent feeders. These compartments shall be designed to minimize the risk of damage to adjacent sections and protection of personnel in the event of a failure occurring within the compartments. Rupture diaphragms with suitable deflectors shall be provided to prevent uncontrolled bursting pressures developing within the enclosures under worst operating conditions, thus providing controlled pressure relief in the affected compartment. The arrangement of gas sections or compartments shall be such as to facilitate future extension of any make without any drilling, cutting or welding on the existing equipment. To add equipment, it shall not be necessary to move or dislocate the existing switchgear bays. As the GIS is likely to be extended in future the TSP shall make available the complete details for the design of interface module such as cross section, enclosure material, enclosure dimensions (inner & outer), Flange diameter (inner & outer), conductor cross-section & connection arrangement, bolt spacing & dimension, rated gas pressure, Gasket detail etc. Further, adequate space for GIS Busbar Interface module shall be taken into account for future scope.

The material and thickness of the enclosures shall be such as to withstand an internal flash over without burns through for a period of 300 ms at rated short time withstand current. The material shall be such that it has no effect of environment as well as from the by-products of SF6 breakdown under arcing condition. This shall be validated with Type Test.

Each section shall have plug- in or easily removable connection pieces to allow for easy replacement of any component with the minimum of disturbance to the remainder of the equipment. Inspection windows (View Ports) shall be provided for Disconnect Switch and both type of earth switches i.e. Maintenance and fast operating.

PFC CONSULTING LIMITED Page 88 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 160 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Service continuity requirement for GIS:

The GIS equipment with the given bus switching arrangement is divided into different gas compartments. During the work such as a fault repair or major maintenance, requiring the dismantling of a gas compartment for which more than one compartments may need to be de- gassed.

During the above following Service continuity conditions shall be ensured to the extent possible:

 For One & half breaker bus switching scheme, during a fault in Circuit Breaker compartment, no bus bar and feeder is permitted out of service during maintenance and repair/replacement.

 For Double Main bus switching scheme, during a fault in Circuit Breaker compartment, no bus bar is permitted out of service during maintenance and repair/replacement.

 During a fault in GIS compartment other than Circuit Breaker compartment, maximum one bus bar and/or one feeder is permitted out of service during maintenance and repair/replacement.

UHF sensors in GIS for PD (Partial Discharge) detection:

Adequate number of UHF sensors shall be provided in the offered GIS alongwith suitable PD measuring instrument for detection of Partial discharge (of 5 pC and above) as per IEC 60270. The number and location of these sensors shall be based on laboratory test on typical design of GIS as per recommendations of CIGRE Document No. 654 (Application Guide for sensitivity verification for UHF Partial discharge detection system for GIS).

a. Circuit Breakers (GIS)

GIS Circuit breakers shall in general be of C2-M2 class and comply to IEC-62271-100. The rated break time shall not exceed 40 ms for 800kV & 420KV and 60 ms for 245kV. 800kV, 420 kV & 245 kV Circuit breakers shall be provided with single phase and three phase auto reclosing. The Circuit breakers controlling 765kV lines shall be provided with pre insertion closing resistor of about 450 ohms maximum with 9 ms minimum insertion time. Further, the Circuit breakers controlling 400kV lines of more than 200km length shall also be provided with pre insertion closing resistor of about 400 ohms maximum with 8 ms minimum insertion time. The short line fault capacity shall be same as the rated capacity and this is proposed to be achieved without use of opening resistors. Control switching device shall be provided in Circuit breaker of switchable line reactor and in Main & Tie circuit breakers of Transformers, line with non-switchable line reactors and Bus reactors. Further, it shall be possible to use line reactors as bus reactors, in case of outage of line.

b. Isolators (GIS)

The isolators shall comply to IEC 62271-102 in general. Isolators shall be motor (DC powered) operated. Earth switches are provided at various locations to facilitate maintenance. Main blades and earth blades shall be interlocked and interlock shall be fail safe type. All earth switches shall be motor operated type.

PFC CONSULTING LIMITED Page 89 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 161 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS c. Current Transformers (GIS)

Current Transformers shall comply with IEC 61869 in general. All ratios shall be obtained by secondary taps. Generally, Current Transformers (CT) shall have five cores (four for protection and one for metering) whereas; CT in Tie bays shall have six cores (four for protections & two for metering) suitably distributed on both sides of CB. The burden and knee point voltage shall be in accordance with the requirements of the system including possible feeds for telemetry. Accuracy class for protection core shall be PX and for metering core it shall be 0.2S.

d. Voltage Transformer (GIS) The voltage transformers shall conform to IEC 61869. Voltage transformers shall be of the electromagnetic type with SF6 gas insulation. The earth end of the high voltage winding and the ends of the secondary winding shall be brought out in the terminal box. The voltage transformers shall be located as a separate bay module and will be connected phase to ground and shall be used for protection, metering and synchronization. The voltage transformers shall be of inductive type, nonresistant and shall be contained in their own-SF6 compartment, separated from other parts of installation. The voltage transformers shall be effectively shielded against high frequency electromagnetic transients. The voltage transformers shall have three secondary windings. The voltage transformer should be thermally and dielectrically safe when the secondary terminals are loaded with the guaranteed thermal burdens. The accuracy class for core –I & II for 400 kV shall be 0.5/3P and for 220 kV shall be 3P. The accuracy of 0.2 on secondary III should be maintained throughout the entire burden range up to 50 VA on all the three windings without any adjustments during operation

2.4 SF6 to Air Bushing

Outdoor bushings, for the connection of conventional external conductors to the SF6 metal enclosed switchgear, shall be provided. Bushings shall generally be in accordance with the requirements of IEC -60137. The creepage distance over the external surface of outdoor bushings shall not be less than 25 mm/kV and in highly polluted area it shall not be less than 31mm/kV. SF6 to air Bushing shall be of Polymer/composite type and shall be robust and designed for adequate cantilever strength to meet the requirement of seismic condition. The electrical and mechanical characteristics of bushings shall be in accordance with IEC: 60137. Polymer/composite insulator shall be seamless sheath of a silicone rubber compound. The housing & weather sheds should have silicon content of minimum 30% by weight. It should protect the bushing against environmental influences, external pollution and humidity. The hollow silicone composite insulators shall comply with the requirements of the IEC publications IEC 61462 and the relevant parts of IEC 62217.

2.5 Circuit Breakers (AIS)

The circuit breakers and accessories shall conform to IEC: 62271-100, IEC: 62271-1 and shall be of SF6 Type. The rated break time shall not exceed 40 ms for 765kV circuit breakers. 765kV Circuit breakers shall be provided with single phase and three phase auto reclosing. The Circuit breakers controlling 765kV lines shall be provided with pre insertion closing resistor of about 450 ohms maximum with 9 ms minimum insertion time. 765kV Circuit Breaker shall be equipped with controlled switching device for controlling of transformer and shunt reactor. The controlled switching device shall be provided in 765kV Circuit breaker of switchable line reactor and in Main & Tie circuit breakers of Transformers, line with non- switchable line reactors and Bus reactors.

2.6 Isolators (AIS)

The isolators shall comply to IEC 62271-102 in general. 765kV Isolator design shall be double break or vertical break or knee-type. All Isolators and earth switches shall be motor operated. Earth switches are provided at various locations to facilitate maintenance. Isolator rated for

PFC CONSULTING LIMITED Page 90 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 162 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS 765kV shall be of extended mechanical endurance class - M2 and all earth switches shall be class M0 as per IEC-62271-102. Main blades and earth blades shall be interlocked and interlock shall be fail safe type. 765kV earth switch for line isolator shall be suitable for induced current switching duty as defined for Class-B and short circuit making capability class E- 0.

2.7 Current Transformers (AIS)

Current Transformers shall comply with IEC 61869-1 & 61869- 2 in general. All ratios shall be obtained by secondary taps. Generally, Current Transformers (CT) for 765kV shall have six cores (four for protection and two for metering). The burden and knee point voltage shall be in accordance with the requirements of the system including possible feeds for telemetry. Accuracy class for protection core shall be PX and for metering core it shall be 0.2S.

2.8 Capacitor Voltage Transformers (AIS)

Capacitive Voltage transformers shall comply to IEC 61869-1 & 61869-5 in general. These shall have three secondaries out of which two shall be used for protection and one for metering. Accuracy class for protection cores shall be 3P and for metering core shall be 0.2. The Capacitive voltage transformers on lines shall be suitable for Carrier Coupling. 765kV Line CVTs shall be of 8800pF.

2.9 Surge Arresters (AIS)

Station class current limiting, heavy duty gapless type Surge arresters conforming to IEC 60099-4 in general shall be provided. The rated voltage of Surge arrester and other characteristics are chosen in accordance with system requirements. Surge arresters shall be provided near line entrances, transformers & Reactor so as to achieve proper insulation coordination. Porcelain housing if provided for SA shall be fitted with pressure relief devices and diverting ports suitable for preventing shattering of porcelain housing providing path for the flow of rated currents in the event of arrestor failure.

2.10 Protection Relaying & Control System

The protective relaying system proposed to be provided for transmission lines, auto- transformers, reactors and bus bars to minimize the damage to the equipment in the events of faults and abnormal conditions, is dealt in this section. All main protective relays shall be numerical type with IEC 61850 communication interface. All numerical relays shall have built in disturbance recording feature.

a) Transmission Lines Protection

765kV lines shall have Main-I numerical three zone distance protection scheme with carrier aided inter-tripping feature. 765kV lines shall also have Main-II numerical distance protection scheme like Main-I but from different make that of Main-I. Line Current Differential (with back up distance protection feature) as Main–I and Main-II shall be considered, for short lines (line length below 30 kM) having Fibre Optic communication link. Further, in case of loop in loop out of transmission lines, the existing protection scheme shall be studied and suitable up- gradation (if required) shall be carried out.

All 765kV lines shall also be provided with two stages over voltage protection.

Further, all 765kV lines shall be provided with single and three phase auto-reclosing facility to allow reclosing of circuit breakers in case of transient faults. These lines shall also be provided with distance to fault locators to identify the location of fault on transmission lines.

The Main-I and Main-II protection relays shall be fed from separate DC sources and shall be mounted in separate panels.

PFC CONSULTING LIMITED Page 91 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 163 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS b) 765kV Reactor Protection

Reactor shall be provided with the following protections:

i) Numerical Differential protection. ii) Numerical Restricted earth fault protection iii) Numerical Back-up impedance protection Besides these, reactors shall also be provided with Buchholz relay, protection against oil and winding temperatures & pressure relief device etc.

c) Bus bar Protection

The high speed low impedance type bus bar differential protection, which is essential to minimize the damage and maintain system stability at the time of bus bar faults, shall be provided for 765kV buses. Duplicated bus bar protection is envisaged for 765kV bus-bar protection. Bus bar protection scheme shall be such that it operates selectively for each bus and incorporate necessary features required for ensuring security. At new substations, the scheme shall have complete bus bar protection for present as well as future bays envisaged i.e. input / output modules for future bays shall also be provided.

For existing substations, the existing bus bar protection shall be augmented wherever required.

d) Local Breaker Back up Protection

This shall be provided for each 765kV breakers and will be connected to de-energize the affected stuck breaker from both sides.

2.11 PLCC & PBAX

Power line carrier communication (PLCC) equipment complete for speech transmission line, teleprotection commands and data channels shall be provided on each 400kV & 765kV transmission line. The protections for transmission line and the line compensating equipment shall have hundred percent back up communication channels. The PLCC equipment shall in brief include the following:-

Coupling device, line traps, carrier terminals, protection couplers, HF cables, PABX (if applicable) and maintenance and testing instruments.

A telephone exchange (PABX) of 24 lines shall be provided at new substations as means of effective communication among various buildings of the substation, remote end substations and with control centers (RLDC/SLDC) etc.

Coupling devices shall be suitable for 8800/4400pF, 400kV CVT & 8800pF, 765kV CVT with phase to phase coupling. The pass band of coupling devices shall have sufficient margin for adding communication channel in future if required. Necessary protection devices for the safety of personnel and low voltage part against power frequency voltages and transient over voltage shall also be provided.

The line traps shall be broad band tuned suitable for blocking the complete range of carrier frequencies. Line Trap shall have the necessary protective devices such as lightning arresters for the protection of tuning device and shall be equipped with corona rings. Decoupling network consisting of line traps and coupling capacitors may also be required at certain substation in case of extreme frequency congestion.

The carrier terminals shall be of single side - band (SSB) amplitude modulation (AM) type and shall have 4 kHz band width. PLCC Carrier terminal & Protection coupler shall be considered at both ends of line.

PFC CONSULTING LIMITED Page 92 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 164 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Wherever Fibre Optic/OPGW based telecommunication terminal equipment (i.e. SDH/MUX) are being provided; the same shall be utilized for Data, Voice and line protection applications. For protection purposes, Digital Protection Couplers (DPCs) shall be included at both ends. However, for line protection application, back up communication channel/link may be considered as per requirement so as to take care of OPGW/Telecommunication equipment outage.

Addition/Modification/shifting/re-commissioning etc. of PLCC due to LILO of transmission lines shall be covered.

All other associated equipment like cabling, coupling device and HF cable shall also be provided by the bidder. The wave traps of the above PLCC and 48 V DC Power supply shall be provided by the respective substation bay owner.

2.12 Substation Automation System

a) For all the new substations, state of art Substation Automation System (SAS) conforming to IEC-61850 shall be provided. The distributed architecture shall be used for Substation Automation system, where the controls shall be provided through Bay control units. The Bay control unit is to be provided bay wise for voltage level 220kV and above. All bay control units as well as protection units are normally connected through an Optic fibre high speed network. The control and monitoring of circuit breaker, dis-connector, re-setting of relays etc. can be done from Human Machine Interface (HMI) from the control room. SAS shall be equipped with the facility of remote operation and by providing remote HMI and suitable communication link, the substation can be controlled from a remote location. Necessary gateway & modems (as required) shall be provided to send data to RLDC/SLDC as per their requirement.

The functions of control, annunciation, disturbance recording, event logging and measurement of electrical parameters shall be integrated in Substation Automation System. The Automation System shall be provided with the facility of communication and control for remote end operation.

In existing substations with Substation automation system (SAS), augmentation of existing SAS shall be done for bays under present scope.

In existing Substations where Substation automation is not provided, control functions shall be done through control panels.

b) Time synchronisation equipment

Time synchronization equipment complete in all respect including antenna, cable, processing equipment required to receive time signal through GPS or from National Physical Laboratory(NPL) through INSAT shall be provided at new substations. This equipment shall be used to synchronize SAS & IEDs etc.

3.0 Substation Support facilities

Certain facilities required for operation & maintenance of substations as described below shall be provided in new substation. In existing substation, these facilities have already been provided and would be extended/ augmented, wherever required.

3.1 AC & DC power supplies

For catering to the requirements of three phase & single phase AC supply and DC supply for various substation equipment, the following arrangement is envisaged:-

i) For LT Supply at each new Substation, two (2) nos. 800 kVA LT Transformers shall be provided out of which one shall be connected with SEB supply and other one shall be connected to tertiary of 765/400/33kV transformer.

PFC CONSULTING LIMITED Page 93 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 165 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ii) 2 Nos. batteries of 220V for control & protection and 2 Nos. 48V batteries for PLCC/ Communication equipment shall be provided at each new Substation. Each battery bank would have a float-cum-boost charger. Battery shall be of VRLA type.

iii) Suitable AC & DC distribution boards and associated LT Switchgear would be provided at new Substations. For new substations following switch boards with minimum rating as is specified here under shall be considered with duplicate supply.

(a) 415V Main Switch board – 1 no. (b) AC distribution board – 1 no. (c) Main lighting distribution board – 1no. (d) Emergency lighting distribution board – 1no. (e) 220 Volt DC distribution board – 2nos. (f) 48 Volt DC distribution board – 2nos.

Sizing of LT Switchgear shall be able to cater the requirement for all present and future bays. AC & DC distribution boards shall have modules for all the feeders (including future as specified). iv) In new Substations, one no. of 500 kVA DG set shall be provided for emergency applications.

v) In new substations, sizing of battery and charger shall be done based on the number of bays specified (including future bays as specified).

vi) For substation extensions, existing facilities shall be augmented as required.

3.2 Fire Fighting System

Fire-fighting system in general conforms to fire insurance regulations of India. Fire alarm system based on heat/smoke detectors are proposed to be installed in buildings (if any) in addition to portable fire extinguishers. Further the main header of fire fighting system shall be suitable for extension to bays covered under the future scope; necessary piping interface in this regard shall be provided.

Optical beam fire detector shall be provided in line with TAC guideline for GIS hall, if height of GIS hall is more than 10 meters.

At existing substations the fire-fighting systems if already available, would be extended for meeting the additional requirements.

3.3 Oil evacuating, filtering, testing & filling apparatus

To monitor the quality of oil for satisfactory performance of transformers, shunt reactors and for periodical maintenance necessary oil evacuating, filtering, testing and filling apparatus would be provided at new substations. Oil storage tanks of adequate capacities for storage of transformer oil would be provided.

3.4 Illumination

Adequate normal & emergency AC & DC illumination shall be provided in the control room & other buildings of the substation. The switchyard shall also be provided with adequate illumination.

Lighting of the entire control room building, fire-fighting pump house, other building (as applicable) and switchyard shall be done by LED based low power consumption luminaries.

3.5 Control Room

For new substation, substation control room would be provided to house substation work station for station level control (SAS) along with its peripheral and recording equipment, AC & DC distribution boards, DC batteries & associated battery chargers, Fire Protection panels,

PFC CONSULTING LIMITED Page 94 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 166 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Telecommunication panels & other panels as per requirements. Air conditioning will be provided in the building as functional requirements. Main cable trenches from the control room shall have adequate space provision for laying of cables from control room for all the future bays.

At existing substations, the adequacy of size of control room shall be ascertained and the same shall be augmented, if required.

3.6 Control Concept

All the EHV breakers in substation/switching stations shall be controlled and synchronized from the switchyard control room/remote control center. Each breaker would have two sets of trip circuits which would be connected to separately fused DC supplies for greater reliability. All the isolators shall have control from remote/local whereas the earth switches shall have local control only.

3.7 GIS hall

The Gas Insulated Switchgear (GIS) of each voltage and other associated equipment shall be housed separately inside in the GIS building. The panels i.e. Bay level units, bay mimic, relay and protection panels, RTCC panels, PLCC panels etc. are to be placed in a separate room in the GIS building. The size of the room shall be such that all the panels for the future bays/ diameters shall be accommodated in the above room. The panel room shall be air- conditioned. Further, the temperature of the room shall be monitored through substation automation system by providing necessary temperature transducers. Ventilation system of suitable capacity shall be provided for each GIS hall.

Two EOT (Electric Overhead Travelling) Cranes for 765kV GIS hall and One EOT crane for 400kV/220kV GIS hall of suitable capacity shall be provided for erection & maintenance of largest/heaviest GIS component/assembly. The crane shall consist of all special requirements for erection & maintenance of GIS equipment.

The capacity of the crane shall be sized to lift the heaviest GIS switchgear component.

For extension of existing GIS, existing facilities shall be suitably augmented/extended for GIS equipment under present scope.

3.8 RTV Coating on porcelain insulators (for coastal area)

RTV coating shall be done at site on all porcelain insulators (i.e. bushings, hollow and solid insulators, disc insulators etc.) for substation(s) in coastal area.

The same shall be considered by TSP for Lakadia PS substation.

4.0 General Facilities Following facilities shall be provided:

a) Line Gantry/Towers are envisaged for bays under present scope only. However, for adjacent future line bay, Tower shall be designed for extension (considering Quad conductors – for 765kV future lines) wherever required.

b) The spare unit of Reactor can be connected in place of faulty unit without physically shifting it from its location. For this purpose, neutral connections of spare unit are to be extended up to the other units by forming auxiliary buses to enable spare unit connection through flexible/rigid conductor & suitable connector in place of any other unit. HV Connection arrangement of spare unit of reactor with other units shall be made by Isolator switching. Neutral formation for spare unit of reactor can be done by manual connection.

PFC CONSULTING LIMITED Page 95 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 167 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Technical Requirement of Communication System

In order to meet the requirement for grid management and operation of substations, Transmission Service Provider (TSP) shall conform to the following requirements.

Lakadia–Vadodara 765kV D/c line

On 765kV D/c line between Lakadia S/s –Vadodara S/s, one OPGW containing 24 Fibers is to be installed by the TSP in place of conventional earth wire during the construction of line and shall be done from gantry of Lakadia S/s up to gantry of Vadodara S/s. The OPGW shall be terminated in a Joint Box to be provided by TSP at both the ends.

765kV bays at Lakadia and Vadodara S/s for Lakadia-Vadodara 765kV D/c line:

(i) TSP shall provide 96 Fiber FODP and 24F Approach Cable at Lakadia and Vadodara sub- stations which shall be connected to OPGW on 765kV Lakadia – Vadodara D/C line.

(ii) TSP (Transmission Service Provider) shall provide necessary optical interface and/or new STM-16 SDH equipment at Lakadia and Vadodara sub-stations (as required) and at repeater stations (if any) along with necessary interfaces to meet the Fibre Optic communication connectivity of these stations.

(iii) In case of repeater station requirement, TSP shall provide Repeater shelter along-with DG set, provisioning for AC and DC supply and other associated systems.

(iv) The integration of Communication equipment with centralized NMS at regional level shall be responsibility of TSP. Configuration work in centralized NMS for integration of new Communication equipment is not in scope of TSP, however all necessary support to integrate new Communication equipment in the Centralized NMS shall be ensured by TSP.

(v) TSP shall install required no. of Phasor Measurement Units (PMUs) at Lakadia and Vadodara S/Ss for Lakadia-Vadodara 765kV D/C line bays and shall support latest IEEE C-37.118 protocols. These PMUs shall be integrated with the PDC (Phasor Data Concentrator) located at WRLDC (Western Region Load Dispatch Center). Scope of TSP shall be limited to Lakadia and Vadodara S/s only. PMU integration with PDC end is not in the scope of TSP however all the configuration work of PMU at substation, required for integration with PDC, shall be in the scope of TSP.

(vi) The Operation and maintenance of OPGW, communication equipment including FODP and approach cable, PMUs & repeater stations shall be the responsibility of TSP

PFC CONSULTING LIMITED Page 96 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 168 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS ANNEXURE A TECHNICAL DETAILS WITH RESPECT TO ELECTRONIC BIDDING

Registration Methodology

In order to submit online bids in the e-bidding process for selection of Transmission Service Provider, interested Bidders are required to register themselves with the e- procurement website of MSTC Limited namely www.mstcecommerce.com/eprochome/tsp/index.jsp.To register with the website, the Bidder is required to fill up the online form available under the link Register as Vendor in the above website and fill up the same and click on Submit.

During this process, the bidder shall create his user id and password and keep note of the same. The bidder shall ensure that the secrecy of his user id and password is maintained at all time and he/she shall alone be responsible for any misuse of the user id and password.

The bidder may check the details entered by it before final submission. On successful submission of the online registration Form, the bidder shall receive a confirmation mail in the registered email address advising the bidder to submit a non-refundable registration fee of Rs 10,000/- plus applicable service tax to the following bank account.

Name of the Bank Bank of Baroda Branch Name Asaf Ali Road, New Delhi-110002 Branch Address Jeevan Vikas Bhawan, 30/31A, Asaf Ali Road, New Delhi-110002 RTGS/NEFT/IFSC CODE BARB0ASAFAL (Fifth letter is zero) Account Type Current Account Account No. 00930200000463 Name of the Company MSTC Limited Address of the Company Jeevan Vikas Building, 1st Floor, 30/31A Asaf Ali Road, New Delhi- 110002. MICR Code of BOB 110012009

The bidder shall provide details of payment made like UTR No, remitting bank name, date of payment and amount in the covering letter to the designated email id only which is given below.

[email protected]

It may be noted that bidders need not visit any of the offices of MSTC Limited for submission of any document.

Contact persons of MSTC Limited:

Mr. Chirag Sindhu 9830336290

Mr. SetuDutt Sharma 7878055855

PFC CONSULTING LIMITED Page 97 RFP for Selection of Transmission Service Provider for WRSS-21 (Part-B) 169 Transmission System strengthening for relieving over loadings observed in Gujarat Intra-state system due to RE injections in Bhuj PS Once the requisite registration fee is received from a bidder, MSTC shall activate the bidder‟s login. MSTC Limited reserves the right to call for additional documents from the bidder if needed and the bidder shall be obliged to submit the same.

On completion of the above stated registration process, a bidder shall be able to login to MSTC‟s website.

PFC CONSULTING LIMITED Page 98 170

REVISED FINAL SURVEY REPORT Based on Walk over Survey & Satellite images

WRSS- 21 Part B Transmission System Strengthening for reliving over loadings observed in Gujarat Intra- state system due to RE injections in Bhuj PS 171

WRSS- 21 Part B Transmission System Strengthening for reliving over loadings observed in Gujarat Intra- state system due to RE injections in Bhuj PS

Sr. No Name of the Transmission Line 1 VADODARA-LAKADIA 765 KV D/c Line

Scope of Work

1 Coordinates of Both End

2 Index Map of SOI Toposheets

3 Approach & Methodology

4 Geographic Information

5 Comparison Statements of Three Alternative Routes

6 Summary of Proposed Route

7 Coordinates of Three Alternative Routes

8 Wind Zone Map

9 Vadodara S/s (PGCIL) SLD

10 Route Alignment Map on Digital SOI sheets

172

SCOPE OF WORK

173

SCOPE OF WORK

Identification of three alternative route alignments and selection of optimized route alignment for below transmission lines.

Sr. No Name of the Transmission Element 1 VADODARA - LAKADIA 765 kV D/c Line

SELECTION CRITERIA FOR TRANSMISSION LINE ROUTE

 The alignment of the transmission line should be most economical from the point of view of construction and maintenance.  The alignment of the transmission line selected should be the shortest possible one.  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, and then keeping in view of the overall economy, the route should be aligned in such a way that cutting of trees are minimum.  The route should have minimum crossings of Major rivers, Railway lines, National/State highways, overhead EHV power line and communication lines.  The number of angle points shall be kept to a minimum.  Marshy and low lying areas, river beds and earth slip zones shall be avoided to minimize risk to the foundations.  It would be preferable to utilize level ground for the alignment.  Crossing of power lines shall be optimized. Alignment will be kept at a minimum distance of 300 m from power lines to avoid induction problems on the lower voltage lines.  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.  Areas subjected to flooding such as Nalla shall be avoided.  Restricted areas such as civil and military airfield shall be avoided. Care shall also be taken to avoid aircraft landing approaches.  All alignment should be easily accessible both in dry and rainy seasons to enable maintenance throughout the year. 174

 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.  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.  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.  The areas requiring special foundations and those prone to flooding should be Avoided.

175

VADODARA-LAKADIA 765 kV D/c Line

176

CHAPTER – 1 COORDINATES OF BOTH END

177

Lakadia S/S) (PROPOSED S/S being implemented through TBCB Route)

Latitude 23°21'6.57"N

Longitude 70°37'59.61"E

Vadodara (GIS) S/S (Existing POWERGRID S/S)

Latitude 22°19'00.3"N Longitude 73°22'39.8"E

Note:- Bidders may note that the coordinates provided in the Survey Report are to facilitate the Bidders to locate the Sub Station/Switchyard and this coordinates should not be consider as the point of termination/emanation of transmission line. The TSP shall coordinate with the agency providing inter Connection facility for exact point of termination /emanation of transmission line.

178

CHAPTER – 2 INDEX MAP OF SOI TOPOSHEETS

179

Survey of India Toposheets Index Map (1:50000 scale)

180

CHAPTER – 3 APPROACH & METHODOLOGY

181

Data Collection & Digitization of Maps

Survey of India TOPO sheets on 1:50,000 scale. All the Survey of India TOPO sheets were geo-referenced with respect to Latitude Longitude of TOPO sheets under following projection system to keep uniformity with respect to GPS co-ordinates:

 Projection : UTM  Spheroid : WGS84  Datum : WGS84  Zone : 42 & 43  North or South : North

These were used to update the base map features extracted from TOPO sheets. The features extracted from SOI TOPO sheets.

and village sprawl  Contours  Spot Heights and Bench Marks  Railway lines (MG/BG)  Metalled Roads (National/State Highways),  Major Rivers (width > 500 m)  Canals  Nallah/Drain crossings  Forest (Reserved/Protected)  Protected areas (Cantonments, Air fields)  Main power lines (EHV) and other electrical power lines  Telephone lines  Angle points  Lakes, Reservoirs and Ponds  Swamp

182

CHAPTER – 4 GEOGRAPHIC INFORMATION

183

GUJRAT Gujarat is a state in and Northwest India, a coastline of 1,600 km most of which lies on the peninsula – and a population in excess of 60 million. It is the sixth largest Indian state by area and the ninth largest state by population. Gujarat is bordered by Rajasthan to the northeast, Daman and Diu to the south, Dadra and Nagar Haveli and Maharashtra to the southeast, Madhya Pradesh to the east, and the Arabian Sea and the Pakistani province of Sindh to the west. Its capital city is , while its largest city is .

PHYSICAL MAP

184

GEOGRAPHY

Gujarat borders the Tharparkar, Badin and Thatta districts of Pakistan's Sindh province to the northwest, is bounded by the Arabian Sea to the southwest, the state of Rajasthan to the northeast, Madhya Pradesh to the east, and by Maharashtra, Union territories of Diu, Daman, Dadra and Nagar Haveli to the south. Historically, the north was known as Anarta, the Kathiawar peninsula, "Saurastra", and the south as "". Gujarat was also known as Pratichya and Varuna. The Arabian Sea makes up the state's western coast. The capital, Gandhinagar is a planned city. Gujarat has an area of 75,686 sq mi (196,030 km2) with the longest coast line (24% of Indian sea coast) 1,600 kilometers dotted with 41 ports: one major, 11 intermediate and 29 minor. The Sabarmati is the largest river in Gujarat followed by the Tapi, although the Narmada covers the longest distance in its passage through the state. The SardarSarovar Project is built on the Narmada River, one of the major rivers of peninsular India with a length of around 1,312 kilometers (815 mi). It is one of only three rivers in peninsular India that run from east to west – the others being the Tapi River and the Mahi River. A riverfront project has been built on the Sabarmati River.

RANN OF KUTCH The is a seasonally marshy saline clay desert located in the Thar Desert biogeography region in between the province of Sindh and the state of Gujarat. Situated 8 kilometres from the village of Kharaghoda in the and Pakistan's Sindh province. The name "Rann" comes from the Gujarati word rannmeaning "desert".

AGRICULTURE

The total geographical area of Gujarat is 19,602,400 hectares, of which crops take up 10,630,700 hectares The three main sources of growth in Gujarat's agriculture are from cotton production, the rapid growth of high-value foods such as livestock, fruits and vegetables, and from wheat production, which saw an annual average growth rate of 28% between 2000 and 2008 (According to the International Food Policy Research Institute). Other major produce includes bajra, groundnut, cotton, rice, maize, wheat, mustard, sesame, pigeon pea, green gram, sugarcane, mango, banana, sapota, lime, guava, tomato, potato, onion, cumin, garlic, isabgul and fennel. Whilst, in recent times, Gujarat has seen a high average annual growth of 9% in the agricultural sector, the rest of India has an annual growth rate of around 3%. 185

CLIMATE OF GUJARAT The climate of Gujarat involves diverse conditions. The winters are mild, pleasant, and dry with average daytime temperatures around 29 °C (84 °F) and nights around 12 °C (54 °F) with 100 percent sunny days and clear nights. The summers are extremely hot and dry with daytime temperatures around 49 °C (120 °F) and at night no lower than 30 °C (86 °F). In the weeks leading up to the arrival of the monsoon rains the temperatures are similar to above but with high humidity which makes the air feel hotter. Relief when the monsoon season starts around in mid June. The day temperatures are lowered to around 35 °C (95 °F) but humidity is very high and nights are around 27 °C (81 °F). Most of the rainfall occurs in this season, and the rain can cause severe floods. The sun is often occluded during the monsoon season. Though mostly dry, it is desertic in the north-west, and wet in the southern districts due to a heavy monsoon season

GUJRAT SOIL MOISTURE MAP

186

LAT LONG MAP

187

CHAPTER-5 COMPARISION STATEMENTS OF THREE ALTERNATIVE ROUTES

188

Lakadia – Vadodara 765 kV D/c line

Sr. Description ALT-1 (Red) ALT-2 (Blue) ALT-3 (Green) No. 1 BEE Line 304 KM

2 Line Length 327 KM 337 KM 338 KM

3 a) Angle Points 191 194 215

4 Forest NIL 700 Mtr 1.3 KM

Open Scrub Along the Route Along the Route Along the Route

Power Line (110 5 31 31 26 KV & Above) 6 Railway crossings 9 10 11

Road Crossing YES YES YES 7 a) N.H 4 4 4 b) SH 20 19 17 River crossings 15 9 13 8 a) Major 4 3 4 b) Minor 11 6 9

Air Port (Arial 9 Vadodara (11K.M.) Vadodara(11K.M.) Vadodara (11K.M.) Distance )

Wildlife AP181-AP183 AP184-AP186 10 Sanctuary AP 201-AP207 (33.25 KM) (30.22 KM) (31.29 KM)

AP181-AP188 AP184-AP191 11 Wind Park AP201-AP212 (56.22 KM) (45.62 KM) (52.54 KM)

189

RESULTS & CONCLUSION

Referring to comparative statement for alternative routes and angle point summary, the routes are positioned on both sides (Left and Right hand) of Bee-line .After initial inspection of physical maps updated with satellite images and walk over survey, all three corridors were explored for the best route alignment. Special attention has been given to the existing EHV lines, forest, reserved forest, river crossings, national/state highways, minimum route length and habitation including plantation. After detailed analysis, alternative 1(Marked Red) has been observed as most viable route for alignment due to its good approach, for construction and maintenance of the transmission line after construction.

Finally, the Route marked Red in the route alignment drawing as Alternative-1 has been proposed as final route

190

CHAPTER-6 SUMMARY OF PROPOSED ROUTE

191

VADODARA - LAKADIA 765 kV D/c line Description Alt-I(Proposed) (Red) Start Point VADODARA END Point LAKADIA B-Line (Length) 304 KM Route (Final) Length 327 KM States covered Gujarat Districts covered BHUJ, MORVI, SURENDRANAGAR, AHMEDABAD, ANAND, VADODARA Reserve Forest covered NIL Wildlife Sanctuary Ap181-AP183 (WILD ASS WLS) Wind Park AP181-AP188 WIND PARK

Open Scrub Along the Route Wind Zone Wind Zone – 2 & 5 Total (Angle Point) 191 River Crossing (Major) 4 AP41-AP42 (MAHI RIVER) AP113-AP114 (VATRAK RIVER) AP114-AP115 (SABARMATI RIVER) AP179-AP180 (BAMBHAN RIVER) River Crossing(Miner) 11 AP23-AP24 (VISHWAMITRI RIVER) AP36-AP37 (MENI RIVER) AP113-AP114 (KHARI RIVER) AP159-AP160 (UMAI RIVER) AP161-AP162 (UMAI RIVER) AP162-AP163 (CHANDRA BHAGA RIVER) AP166-AP167 (PHULKA RIVER) AP174-AP175 (KANKAVATI RIVER) AP176-AP177 (MINER RIVER) AP180-AP181 (MINER RIVER) AP185-AP186 (MINER RIVER) National Highway 4 192

Crossings AP69-AP70 (NH-8 BORIAVI-RAVIAPURA) AP72-AP73 (NH-228 -ANAND) AP130-AP131 (NH-8A BHAYALA-BAVLA) State Highway Crossings 20 AP-10-AP11 (SH-63-RASULABAD-RAWAL) AP21-AP22 (SH-87 JAROD-BHANIYARA) AP36-AP37 (SH-158 GOTHDA-TUNDAV) AP47-AP48 (SH-83 KHAMBHOLAJ-SARSA) AP48-AP49 (SH-188 RAASNOL-SARSA) AP62-AP63 (SH-60 RATHALAV-SAMARKHA) AP81-AP82 (SH-139 NARSANDA-BADTAL) AP88-AP89 (SH-89 PIPLATA-VALETVE) AP92-AP93 (SH-139 RAMOL-CHANGA) AP110-AP111 (SH-16 -KHAMBHAT) AP114-AP115 (SH-16 DHOLKA-KHEDA) AP121-AP122 (SH-142 DHOLKA-SARODA) AP122-AP123 (SH-4 CHALODA-DHOLKA) AP123-AP124 (SH-74 MAGHIYA-BAVLA) AP141-AP142 (SH-135 SANAND-NALSAROVAR) AP146-AP147 (SH-136 SHAHPUR-KUMARKHAN) AP155-AP156 (SH-17 KADU-OLAK) AP160-AP161 (SH-19 MODHWANA-VANA) AP165-AP166 (SH-7 DHOLIDHAR-HARIPAR) AP178-AP179 (SH-321 NAVA GHANSHYAM GADH - HALVAD) Railway Crossing 9 AP31-AP32 (DOUBLE TRACK ELECTRIC LINE PL. NO 417/22 - PL NO. 417/26) AP58-AP59 (SINGLE TRACK ELECTRIC LINE PL. NO.7/4 – PL NO.7/6) AP71-AP72 (DOUBLE TRACK ELECTRIC LINE PL.NO.436/28-PL. NO.437/2) AP79-AP80 (SINGLE TRACK NON-ELECTRIC LINE PL. NO.4/7-4/8) AP99-AP100 (SINGLE TRACK NON-ELECTRIC LINE) AP123-AP124 (U/C NON-ELECTRIC LINE) 193

AP158-AP159 (DOUBLE TRACK NON-ELECTRIC LINE PL.NO.599/6 – PL NO. 599/7) AP163-AP164 (DOUBLE TRACK NON-ELECTRIC LINE PL.NO.620/2 – PL. NO.620/3) Major Power Line 31 Crossings (110 KV To AP4-AP5 (400 KV S/C TN.741-742) Above ) AP7-AP8 (400 KV S/C TN.727-728) AP11-AP12 (220 KV D/C) AP15-AP16 (220 KV D/C) AP17-AP18 (220 KV D/C TN.29-30) AP25-AP26 (132 KV D/C) AP27-AP28 (220 KV D/C) AP29-AP30 (400 KV D/C TN.91-92) AP32-AP33 (110 KV D/C) AP33-AP34 (400 KV S/C TN.151-152) AP37-AP38 (132 KV D/C TN.53-54) AP44-AP45 (400 KV D/C TN.560-561) AP49-AP50 (132 KV S/C TN.63-64) AP52-AP53 (132 KV S/C TN.22-23) AP63-AP64 (400 KV D/C TN.260-261) AP75-AP76 (132 KV D/C TN.42-43) AP84-AP85 (220 KV D/C TN.188-189) AP93-AP94 (400 KV D/C TN.481-482) AP96-AP97 (220 KV D/C TN.41-42) AP109-AP110 (132 KV D/C TN.145-146) AP117-AP118 (132 kV D/C U/C) AP127-AP128 (220 KV MC TN.20-21) AP133-AP134 (220 KV D/C) AP139-AP140 (400 KV D/C) AP151-AP152 (400 KV D/C) AP153-AP154 (220 KV S/C) AP156-AP157 (220 KV D/C TN.26-27) AP172-AP173 (400 KV U/C)

194

CHAPTER-7 COORDINATES OF THREE ALTERNATIVE ROUTE

195

CO-ORDINATES OF ROUTE 1

196

VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

GANTRY 332861 2469051 73°22'38.17" 22°19'8.93" 0 Existing 765KV Vadodara 107.2 AP1 332849 2469128 73°22'37.70" 22°19'11.40" 107.2 46°53'25.3"L 296.34 AP2 332555 2469296 73°22'27.4" 22°19'16.7" 403.54 46°43'56"R 966.23 AP3 332318 2470233 73°22'18.7" 22°19'47.2" 1369.77 8°57'13.5"L 1193.59 AP4 331849 2471330 73°22'1.9" 22°20'22.6" 2563.36 19°31'35.9"R 400 KV S/C TN.741-742 IND. 237.3 ASJ. NTPC AP5 331834 2471567 73°22'1.3" 22°20'30.4" 2800.66 20°24'1.1"L 1471.13 66 KV S/C AP6 331235 2472911 73°21'39.8" 22°21'13.8" 4271.79 32°22'6.2"R 1122.55 OPEN SCRUB AP7 331398 2474022 73°21'45.2" 22°21'50" 5394.34 12°41'11.8"L 400 KV S/C TN.727-728 IND. 225.62 ASJ. NTPC AP8 331381 2474246 73°21'44.5" 22°21'57.3" 5619.96 21°50'33"L 603.2 AP9 331115 2474787 73°21'34.9" 22°22'14.8" 6223.16 23°5'41.3"L 1023.38 AP10 330339 2475455 73°21'7.6" 22°22'36.2" 7246.54 30°3'23.4"L 907.8 SH-63 RASULABAD-RAWAL AP11 329447 2475623 73°20'36.3" 22°22'41.3" 8154.34 24°18'21.2"R 235.36 220 KV D/C AP12 329254 2475758 73°20'29.5" 22°22'45.7" 8389.7 49°30'52.3"R 260 66 KV D/C 197 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

AP13 329229 2476017 73°20'28.6" 22°22'54.1" 8649.7 12°16'0.1"L 1355.96 AP14 328815 2477308 73°20'13.6" 22°23'35.9" 10005.66 11°46'49"L 538.97 OPEN SCRUB AP15 328549 2477777 73°20'4.1" 22°23'51.1" 10544.63 20°24'23.6"R 214.13 220 KV D/C,OPEN SCRUB AP16 328515 2477988 73°20'2.8" 22°23'57.9" 10758.76 13°30'0.2"L 1684.92 OPEN SCRUB AP17 327866 2479543 73°19'39.5" 22°24'48.2" 12443.68 15°50'13.9"L 220 KV D/C TN.29-30 211.45 BENKATPURA-ZAROD AP18 327734 2479709 73°19'34.9" 22°24'53.6" 12655.13 14°33'23.6"L 555.55 AP19 327290 2480043 73°19'19.2" 22°25'4.3" 13210.68 35°4'15.7"R 197.82 66 KV H POLE AP20 327229 2480231 73°19'17" 22°25'10.3" 13408.5 36°1'10.6"L 357.37 AP21 326940 2480441 73°19'6.8" 22°25'17.1" 13765.87 14°4'32.9"R 383.29 SH87 JAROD-BHANIYARA AP22 326694 2480735 73°18'58.1" 22°25'26.5" 14149.16 24°29'42.2"L 182.8 66 KV D/C AP23 326529 2480814 73°18'52.3" 22°25'29" 14331.96 18°2'22.4"R OPEN SCRUB,VISHWAMITRI 2414.5 RIVER AP24 324781 2482480 73°17'50.5" 22°26'22.6" 16746.46 14°52'45.2"R 1456.1 AP25 324020 2483722 73°17'23.4" 22°27'2.6" 18202.56 33°15'0.5"L 234.64 132 KV D/C AP26 323808 2483822 73°17'16" 22°27'5.8" 18437.2 28°7'25"R 650.69 198 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

AP27 323420 2484344 73°17'2.2" 22°27'22.6" 19087.89 31°55'44.5"L 210.18 220 KV D/C AP28 323224 2484421 73°16'55.3" 22°27'25.1" 19298.07 17°13'54.1"R 456.06 AP29 322868 2484706 73°16'42.7" 22°27'34.3" 19754.13 48°53'0.2"R 400 KV D/C TN.91-92 203.45 VRD.PRN.PGCL AP30 322668 2484670 73°16'35.8" 22°27'33" 19957.58 11°15'44.8"L 865.98 AP31 321802 2484686 73°16'5.5" 22°27'33.2" 20823.56 48°58'24.5"R RAILWAY DOUBLE 225.57 TRACK ELECTRIFIED PLN.417/22-417/26 AP32 321657 2484859 73°16'0.3" 22°27'38.8" 21049.13 10°50'35.1"L 2165.42 110 KV D/C AP33 319979 2486227 73°15'1.1" 22°28'22.6" 23214.55 48°39'4.3"R 219.31 400 KV S/C TN.151-152 AP34 319763 2486191 73°14'53.5" 22°28'21.3" 23433.86 39°48'47.2"L 2404.11 AP35 317688 2487406 73°13'40.4" #VALUE! 25837.97 18°32'43.5"L 3152.32 OPEN SCRUB AP36 314602 2488051 73°11'52.3" 22°29'19.8" 28990.29 10°11'10.3"R SH-158 TUNDAV- 2406.46 GOTHDA,MENI RIVER AP37 312371 2488952 73°10'33.8" 22°29'48.2" 31396.75 19°47'58.1"L 209.21 132 KV D/C TN.53-54 AP38 312162 2488960 73°10'26.5" 22°29'48.4" 31605.96 10°47'22.4"R 4625.67 66 KV H POLE AP39 307655 2489999 73°7'48.4" 22°30'20.3" 36231.63 13°14'3.5"R 907.04 199 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

AP40 306748 2489995 73°7'16.6" 22°30'19.9" 37138.67 51°54'0.1"L 1135.75 AP41 306043 2490886 73°6'51.6" 22°30'48.5" 38274.42 3°24'58.8"L MAHI RIVER SPAN (523 703.17 Mtr) AP42 305575 2491410 73°6'35" 22°31'5.4" 38977.59 1°50'55"R 2299.02 OPEN SCRUB AP43 304099 2493174 73°5'42.5" 22°32'2.1" 41276.61 1°52'38.8"R 958.18 OPEN SCRUB AP44 303509 2493928 73°5'21.6" 22°32'26.4" 42234.79 8°15'58.6"R 400 KV D/C TN.560-561 222.71 RGH-KSR WRTC AP45 303398 2494122 73°5'17.6" 22°32'32.6" 42457.5 8°7'40.4"L 1019.2 66 KV S/C AP46 302772 2494926 73°4'55.3" 22°32'58.5" 43476.7 13°44'54.7"L 1001.24 AP47 301987 2495547 73°4'27.6" 22°33'18.4" 44477.94 15°56'47"R SH-83 SARSA- 236.09 KHOMBHOLAJ AP48 301849 2495739 73°4'22.7" 22°33'24.5" 44714.03 27°58'31.5"L SH-188 RAASNOL- 2902.96 SARSA AP49 299247 2497026 73°2'51.1" 22°34'5.3" 47616.99 39°2'56.1"R 225.22 132 KV S/C TN.63-64 AP50 299153 2497231 73°2'47.6" 22°34'11.9" 47842.21 2°3'21.1"R 932.58 AP51 298795 2498092 73°2'34.7" 22°34'39.7" 48774.79 32°10'47.9"L 768.51 AP52 298168 2498535 73°2'12.5" 22°34'53.9" 49543.3 25°33'57.1"R 242.91 132 KV S/C TN.22A-23A AP53 298049 2498748 73°2'8.3" 22°35'0.7" 49786.21 2°58'42.7"R 200 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

1019.46 AP54 297599 2499662 73°1'52.1" 22°35'30.2" 50805.67 9°31'11.9"L 443.3 AP55 297340 2500022 73°1'42.9" 22°35'41.8" 51248.97 22°35'45.6"L 708.34 OPEN SCRUB AP56 296737 2500394 73°1'21.7" 22°35'53.6" 51957.31 4°32'52.2"L 643 AP57 296165 2500687 73°1'1.4" 22°36'2.9" 52600.31 33°23'22.7"R 386.66 AP58 295975 2501023 73°0'54.7" 22°36'13.8" 52986.97 14°30'53.2"L RAILWAY SINGLE 202.91 TRACK ELECTRIFIED PLN.7/4-7/6 AP59 295834 2501169 73°0'49.6" 22°36'18.5" 53189.88 2°45'41.3"L 619.74 AP60 295382 2501594 73°0'33.7" 22°36'32" 53809.62 32°58'47.2"L 320.81 AP61 295067 2501651 73°0'22.6" 22°36'33.8" 54130.43 52°1'35.8"R 445.25 AP62 294860 2502045 73°0'15.1" 22°36'46.5" 54575.68 47°54'4.1"L SH-60 SAMARKHA- 1606.16 RAHTALAV AP63 293304 2502444 72°59'20.5" 22°36'58.8" 56181.84 29°0'11.3"R 400 KV D/C TN.260-261 213.42 GDR.DHM PGCL AP64 293097 2502390 72°59'13.3" 22°36'56.9" 56395.26 4°36'35.4"R 1082.32 AP65 292032 2502202 72°58'36.1" 22°36'50.3" 57477.58 15°4'44.1"L 1188.02 AP66 290848 2502307 72°57'54.6" 22°36'53.3" 58665.6 33°30'38.9"R 218.85 MAHATAMA GANDHI 201 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

EXPY AP67 290656 2502203 72°57'47.9" 22°36'49.8" 58884.45 0°50'41.2"L 668.67 AP68 290073 2501876 72°57'27.6" 22°36'38.9" 59553.12 4°37'54.5"R 1476.51 AP69 288731 2501260 72°56'40.9" 22°36'18.3" 61029.63 15°58'28.3"L NH-8 BORIAVI- 212.84 RAVIAPURA AP70 288569 2501121 72°56'35.4" 22°36'13.7" 61242.47 31°25'21.2"R 962.75 AP71 287619 2500967 72°56'2.2" 22°36'8.3" 62205.22 34°13'6.5"L RAILWAY DOUBLE 258.2 TRACK ELECTRIFIED PLN.436/28-437/2 AP72 287432 2500790 72°55'55.7" 22°36'2.4" 62463.42 43°8'33.7"R 201.73 NH-228 NADIAD-ANAND AP73 287230 2500789 72°55'48.7" 22°36'2.3" 62665.15 15°5'55.6"L 671.59 AP74 286583 2500611 72°55'26.1" 22°35'56.2" 63336.74 40°51'21.4"L 727.54 AP75 285926 2500924 72°55'2.9" 22°36'6.1" 64064.28 37°49'15.9"R 132 KV D/C TN.42-43 205.94 NADIYAD AP76 285725 2500880 72°54'55.9" 22°36'4.6" 64270.22 33°20'19.3"L 708.66 AP77 285063 2501134 72°54'32.6" 22°36'12.5" 64978.88 1°6'24.5"R 861.58 AP78 284265 2501458 72°54'4.6" 22°36'22.7" 65840.46 38°37'47.9"R 1247.42 AP79 283069 2501103 72°53'22.9" 22°36'10.6" 67087.88 31°22'1.5"L 202 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

RAILWAY SINGLE TRACK NON 191.45 ELECTRIFIED PLN.4/7- 4/8 AP80 282884 2501152 72°53'16.4" 22°36'12.1" 67279.33 38°47'1.8"R 852.54 AP81 282105 2500806 72°52'49.3" 22°36'0.5" 68131.87 35°39'58.6"L SH-139 NARSANDA- 137.98 BADTAL AP82 281970 2500834 72°52'44.5" 22°36'1.4" 68269.85 12°55'15.4"R 714.18 AP83 281256 2500819 72°52'19.6" 22°36'0.5" 68984.03 16°5'42.7"L 989.05 AP84 280312 2500525 72°51'46.6" 22°35'50.6" 69973.08 1°34'26.3"R 220 KV D/C TN.188-189 213.75 GUJARAT ELECTRICITY BOARD AP85 280106 2500467 72°51'39.5" 22°35'48.6" 70186.83 23°12'10"L 1006.75 AP86 279108 2500598 72°51'4.4" 22°35'52.4" 71193.58 25°10'45.8"R 708.18 AP87 278512 2500980 72°50'43.4" 22°36'4.5" 71901.76 21°19'44.2"L 605.09 AP88 277918 2501099 72°50'22.6" 22°36'8.1" 72506.85 33°2'25.9"R SH-89 PIPLATA- 641.86 VALETVA AP89 277459 2501548 72°50'6.3" 22°36'22.4" 73148.71 33°22'25.5"L 1321.54 66 KV H POLE AP90 276162 2501800 72°49'20.8" 22°36'30.1" 74470.25 4°12'54.6"R 225.06 AP91 275945 2501859 72°49'13.1" 22°36'31.9" 74695.31 19°27'15.9"R 203 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

1392.15 AP92 274557 2501756 72°48'24.5" 22°36'27.8" 76087.46 4°56'2.5"L SH-139 RAMOL- 3611.17 CHANGA,66 KV H POLE,66 KV D/C AP93 270992 2501180 72°46'20.1" 22°36'7.4" 79698.63 13°13'54.6"L 400 KV D/C TN.481-482 209.74 SUG.PIR TORRENT POWER AP94 270798 2501100 72°46'13.3" 22°36'4.7" 79908.37 32°1'56.2"L 1058.62 AP95 269754 2501277 72°45'36.7" 22°36'10" 80966.99 13°12'53.2"R 670.36 AP96 269085 2501235 72°45'13.3" 22°36'8.2" 81637.35 40°15'42.8"L 212.43 220 KV D/C TN.41-42 AP97 268932 2501088 72°45'8" 22°36'3.4" 81849.78 43°39'40"R 889.99 AP98 268042 2501085 72°44'36.9" 22°36'2.9" 82739.77 21°24'29.9"L 671.57 AP99 267416 2501328 72°44'14.9" 22°36'10.4" 83411.34 8°39'31.6"L RAILWAY SINGLE 225.91 TRACK NON ELECTRIFIED AP100 267196 2501377 72°44'7.1" 22°36'11.9" 83637.25 15°38'42.9"R 626.38 AP101 266644 2501673 72°43'47.6" 22°36'21.2" 84263.63 5°39'50.2"R 996.16 AP102 265817 2502228 72°43'18.4" 22°36'38.9" 85259.79 22°33'49.7"R 931.73 AP103 265302 2503004 72°42'59.9" 22°37'3.9" 86191.52 42°16'56.5"L 752.72 204 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

AP104 264572 2503188 72°42'34.3" 22°37'9.5" 86944.24 32°44'28.3"R 514.65 AP105 264220 2503564 72°42'21.8" 22°37'21.5" 87458.89 15°47'41.9"L 379.46 AP106 263895 2503760 72°42'10.3" 22°37'27.7" 87838.35 10°8'40.8"L 786 AP107 263161 2504041 72°41'44.5" 22°37'36.5" 88624.35 11°9'29.3"L 1952.31 66 KV D/C AP108 261237 2504373 72°40'37" 22°37'46.3" 90576.66 1°28'31"L 2496.77 66 KV H POLE AP109 258767 2504734 72°39'10.3" 22°37'56.8" 93073.43 17°31'58"R 230.97 132 KV D/C TN.145-146 AP110 258539 2504697 72°39'2.3" 22°37'55.4" 93304.4 55°29'8.9"L SH-16 KHEDA- 2588 KHAMBHAT,66 KV H POLE AP111 256750 2506567 72°37'58.7" 22°38'55.3" 95892.4 7°39'21.5"L 2631.36 AP112 254694 2508209 72°36'45.8" 22°39'47.6" 98523.76 11°54'36.6"L 3553.74 OPEN SCRUB AP113 251519 2509806 72°34'53.7" 22°40'37.8" 102077.5 17°37'1"R VATRAK RIVER SPAN 3688.83 502 Mtr,KHARI RIVER AP114 248880 2512383 72°33'19.8" 22°42'0.1" 105766.33 4°9'8.2"L SH-16 DHOLKA-KHEDA , 2173.94 SABARMATI RIVER,66 KV H POLE AP115 247219 2513785 72°32'20.8" 22°42'44.8" 107940.27 1°29'15"R 4373.8 AP116 243951 2516692 72°30'24.7" 22°44'17.5" 112314.07 8°52'17.6"L 2976.65 205 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

AP117 241448 2518304 72°28'56" 22°45'8.5" 115290.72 28°32'46.4"L 216.71 132 kv D/C U/C AP118 241232 2518320 72°28'48.4" 22°45'8.9" 115507.43 46°6'13.6"R 403.26 AP119 240975 2518630 72°28'39.2" 22°45'18.8" 115910.69 34°52'49.8"L 760.81 AP120 240241 2518833 72°28'13.4" 22°45'25" 116671.5 19°8'8.5"R 1053.64 OPEN SCRUB, 66 KV H POLE AP121 239374 2519431 72°27'42.7" 22°45'43.9" 117725.14 2°12'52.1"R SH-142 DHOLKA- 2099.36 SARODA,66 V H POLE AP122 237693 2520689 72°26'43.1" 22°46'23.9" 119824.5 42°18'44.5"R SH-4 CHALODA- 3452.1 DHOLKA, 66 KV D/C AP123 234257 2520358 72°24'42.8" 22°46'11.2" 123276.6 12°20'52.2"L SH-74 MAGHIYA- 247.98 BAVLA, RAILWAY NON ELECTRIFIED U/C AP124 234021 2520282 72°24'34.6" 22°46'8.6" 123524.58 36°33'7.1"L 1562.53 66 KV H POLE AP125 232541 2520783 72°23'42.5" 22°46'24" 125087.11 9°26'2.2"R 66 KV H POLE , 66 KV H 1761.82 POLE AP126 230987 2521614 72°22'47.5" 22°46'50.1" 126848.93 14°7'26.9"R 828.28 66 KV D/C AP127 230374 2522171 72°22'25.7" 22°47'7.9" 127677.21 15°12'51.2"L 213.83 220 KV MC TN.20-21 AP128 230184 2522268 72°22'19" 22°47'10.9" 127891.04 7°53'11.8"R 1253.16 AP129 229156 2522986 72°21'42.5" 22°47'33.6" 129144.2 21°18'13"L 2215.55 206 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

AP130 227003 2523508 72°20'26.8" 22°47'49.3" 131359.75 8°48'51.2"R NH-8A BHAYALA- 199.97 BAVLA AP131 226819 2523584 72°20'20.3" 22°47'51.7" 131559.72 5°54'38.3"R 515.23 AP132 226365 2523829 72°20'4.2" 22°47'59.4" 132074.95 15°14'26.8"L 1564.65 AP133 224841 2524184 72°19'10.6" 22°48'10" 133639.6 14°55'36.5"R 220.91 220 KV D/C AP134 224620 2524177 72°19'2.9" 22°48'9.7" 133860.51 28°46'9.4"L 2693.72 AP135 222219 2525398 72°17'37.9" 22°48'47.9" 136554.23 29°22'5"R 5819.6 AP136 216405 2525153 72°14'14.4" 22°48'36.4" 142373.83 0°4'56.3"R 1942.45 AP137 214464 2525074 72°13'6.4" 22°48'32.7" 144316.28 11°31'2.1"L 2186.07 AP138 212306 2525423 72°11'50.6" 22°48'42.7" 146502.35 15°44'0.8"R 1573.6 AP139 210879 2526086 72°11'0.1" 22°49'3.4" 148075.95 4°18'15.4"L 224.45 400 KV D/C AP140 210669 2526165 72°10'52.7" 22°49'5.8" 148300.4 2°44'30.1"R 1846.21 AP141 208974 2526897 72°9'52.9" 22°49'28.6" 150146.61 18°31'56.2"R SH-135 SANAND- 3453.74 NALSAROVAR, OPEN SCRUB AP142 206403 2529203 72°8'21.2" 22°50'41.8" 153600.35 4°58'3.6"L 4387.37 66 KV D/C AP143 202895 2531839 72°6'16.4" 22°52'5.2" 157987.72 5°21'28.7"L 3895.48 207 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

AP144 199576 2533878 72°4'18.7" 22°53'9.3" 161883.2 13°50'25.8"L 2802.75 AP145 196907 2534731 72°2'44.5" 22°53'35.3" 164685.95 8°30'18.7"L 2471.36 OPEN SCRUB AP146 194467 2535127 72°1'18.7" 22°53'46.5" 167157.31 9°10'43.8"R SH-136 SHAHPUR- 2237.81 KUMARKHAN, 66 KV H POLE AP147 807747 2534703 71°59'58.6" 22°53'31.3" 169395.12 37°45'22.3"R 3966.03 AP148 804610 2532277 71°58'6.9" 22°52'14.6" 173361.15 34°10'39"R 1246.95 AP149 803365 2532200 71°57'23.2" 22°52'12.9" 174608.1 23°6'53.1"L 2366.56 OPEN SCRUB AP150 801135 2532993 71°56'5.6" 22°52'40.1" 176974.66 8°34'32.5"L 4821.87 OPEN SCRUB AP151 796402 2533913 71°53'20.3" 22°53'13" 181796.53 11°4'26.6"R 234.6 400 KV D/C LBD.VDV.WRTG AP152 796185 2534001 71°53'12.8" 22°53'16" 182031.13 9°59'10.3"L 1732.84 OPEN SCRUB AP153 794490 2534364 71°52'13.6" 22°53'28.9" 183763.97 2°6'28.5"L 237.18 220 KV S/C , OPEN SCRUB AP154 794257 2534405 71°52'5.5" 22°53'30.4" 184001.15 4°17'47.3"R 2140.38 OPEN SCRUB AP155 792182 2534933 71°50'53.1" 22°53'48.8" 186141.53 1°49'14.8"R 2333.9 SH-17 KADU-OLAK AP156 789940 2535580 71°49'34.9" 22°54'11.2" 188475.43 23°54'4.6"R 198.39 220 KV D/C TN.26-27 AP157 789743 2535553 71°49'28" 22°54'10.5" 188673.82 21°48'20.5"L 1203.1 208 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

AP158 788576 2535844 71°48'47.3" 22°54'20.6" 189876.92 12°11'40.6"R RAILWAY NON ELECTRIFIED 208.25 TN.599/6C-599/7C AP159 788389 2535936 71°48'40.8" 22°54'23.8" 190085.17 14°28'11"L 7769.54 UMEI RIVER, OPEN SCRUB AP160 780782 2537515 71°44'15.1" 22°55'19.7" 197854.71 2°36'12.4"R 9841.94 SH-19 MODHWANA-VANA AP161 771246 2539951 71°38'42.2" 22°56'44.5" 207696.65 9°46'18.1"R 8656.44 UMAI RIVER AP162 763344 2543486 71°34'7.2" 22°58'43.9" 216353.09 5°2'53.4"L CHANDRA BHAGA RIVER, 4834.49 OPEN SCRUB, 66 KV D/C AP163 758775 2545064 71°31'27.8" 22°59'37.8" 221187.58 20°1'46.1"R RAILWAY DOUBLE TRACK 253.11 NON ELECTRIFIED PLN.620/2-620/3 AP164 758578 2545224 71°31'21.1" 22°59'43.1" 221440.69 15°47'8.9"L 1145.91 AP165 757526 2545677 71°30'44.4" 22°59'58.4" 222586.6 28°41'2.2"R 209.41 SH-7 DHOLIDHAR-HARIPAR AP166 757397 2545842 71°30'40" 23°0'3.8" 222796.01 24°43'6.2"L 4628.04 PHULKA RIVER AP167 753283 2547962 71°28'16.9" 23°1'15" 227424.05 7°21'43.4"L 296.94 OPEN SCRUB,66 KV H POLE AP168 753004 2548063 71°28'7.1" 23°1'18.4" 227720.99 27°3'44.8"R OPEN SCRUB, 66 KV H 2509.98 POLE AP169 750513 2547750 71°26'39.5" 23°1'9.6" 230230.97 11°58'33.5"L OPEN SCRUB,66 KV H 1978.35 POLE AP170 748542 2547916 71°25'30.4" 23°1'16" 232209.32 12°1'36.2"R 209 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

1898.48 OPEN SCRUB AP171 746725 2548466 71°24'26.9" 23°1'34.9" 234107.8 8°45'23"R 3733.27 OPEN SCRUB AP172 743358 2550079 71°22'29.6" 23°2'29.1" 237841.07 31°19'55.3"R 204.94 400 KV U/C, OPEN SCRUB AP173 743246 2550251 71°22'25.8" 23°2'34.7" 238046.01 42°58'32.8"L 5208.08 OPEN SCRUB AP174 738191 2551507 71°19'29" 23°3'18.2" 243254.09 11°50'47.3"L 6500.25 KANKAVATI RIVER AP175 731695 2551746 71°15'41.1" 23°3'29.3" 249754.34 4°46'15.8"R 3541.03 AP176 728180 2552170 71°13'37.9" 23°3'44.8" 253295.37 16°36'9"R 3019.42 MINER RIVER AP177 725204 2551660 71°11'53.1" 23°3'29.7" 256314.79 11°27'16.9"L OPEN SCRUB, 66 KV H 2615.77 POLE AP178 722765 2550715 71°10'26.9" 23°3'0.1" 258930.56 18°50'43.4"R SH-321 NAVA GHANSHYAM 7072.6 GADH – HALVAD, 66 KV D/C U/C AP179 715698 2550427 71°6'18.6" 23°2'54.1" 266003.16 13°21'22.6"L BAMBHAN RIVER SPAN 510 10089.36 Mtr), 66 KV S/C AP180 705795 2552356 71°0'31.7" 23°4'1.4" 276092.52 17°30'57.4"R 4831.25 MINER RIVER AP181 701551 2554664 70°58'3.8" 23°5'18.2" 280923.77 6°20'6.4"R WILDLIFE 28 (WILD ASS 13399.95 WLS), WIND PARK, 66 KV D/C AP182 690557 2562326 70°51'41" 23°9'32" 294323.72 9°3'54.8"R 210 VADODARA - LAKADIA S/s 765 KV D/C TRANSMISSION LINE ALT-1 (RED) Cum. AP No. Easting Northing Latitude Longitude Span Angle of Dev Remarks Length

WILDLIFE 28 (WILD ASS 24665.64 WLS), WIND PARK AP183 672796 2579441 70°41'23.6" 23°18'55.3" 318989.36 6°59'0.4"L 2546.35 WIND PARK AP184 670761 2580972 70°40'12.7" 23°19'45.9" 321535.71 12°39'59.8"R 973.91 WIND PARK AP185 670130 2581714 70°39'50.8" 23°20'10.2" 322509.62 16°29'2.6"L 1410.390726 WIND PARK,KARI RIVER AP186 668949 2582485 70⁰ 39' 9.47'' 23⁰ 20' 35.74'' 323920.0107 1992.638209 9°47'40.6"R WIND PARK AP187 667490.0785 2583842.26 70⁰ 38' 18.65'' 23⁰ 21' 20.39'' 325912.6489 545.6631118 17°11'43.4"L WIND PARK AP188 666998.5477 2584079.211 70⁰ 38' 1.44'' E 23⁰ 21' 28.28'' 326458.312 484.4430595 49°27'42.5"R AP189 666555.045 2583884.3 70⁰ 37' 45.75'' 23⁰ 21' 22.1'' 326942.7551 168.2647835 59°11'32.8"L AP190 666537.2143 2583716.982 70⁰ 37' 45.06'' 23⁰ 21' 16.67'' 327111.0199 210.966321 41°35'16.3"L AP191 666659.7378 2583545.242 70⁰ 37' 49.3'' E 23⁰ 21' 11.04'' 327321.9862 87.02986423 57°10'52.2"L GANTRY 666746.6721 2583549.321 70⁰ 37' 52.36'' 23⁰ 21' 11.15'' 327409.0161 211

CO-ORDINATES OF ROUTE 2

212

VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks Existing 765KV GANTRY 332861 2469051 73°22'38.17" 22°19'8.93" 0.00 Vadodara 107.20 AP1 332849 2469128 73°22'37.70" 22°19'11.40" 107.20 46°53'25.3"L 296.34 AP2 332555 2469296 73°22'27.4" 22°19'16.7" 403.54 46°43'56"R 966.23 AP3 332318 2470233 73°22'18.7" 22°19'47.2" 1369.77 2°26'46"L 1193.59 AP4 331997 2471307 73°22'7.1" 22°20'22" 2563.36 25°47'43.4"R 287.90 400 KV S/C AP5 332036 2471549 73°22'8.4" 22°20'29.8" 2851.26 19°26'44.2"L 2171.68 AP6 331648 2473686 73°21'54" 22°21'39.2" 5022.94 12°19'3.5"L 382.50 66 KV S/C AP7 331501 2474039 73°21'48.7" 22°21'50.6" 5405.44 13°49'22.9"R 222.96 400 KV S/C AP8 331467 2474259 73°21'47.5" 22°21'57.7" 5628.40 15°1'40.2"L 427.60 AP9 331294 2474651 73°21'41.3" 22°22'10.4" 6056.00 13°1'29.6"L 1797.95 66 KV D/C AP10 330216 2476090 73°21'3.1" 22°22'56.8" 7853.95 16°50'27.8"L 230.25 66 KV D/C AP11 330031 2476226 73°20'56.5" 22°23'1.1" 8084.20 38°52'25.7"R 157.16 AP12 329874 2476219 73°20'51" 22°23'0.9" 8241.36 49°10'40.3"L 199.59 SH-63,220 KV AP13 329737 2476364 73°20'46.1" 22°23'5.6" 8440.95 13°55'3.1"L 371.29 AP14 329424 2476565 73°20'35.2" 22°23'11.9" 8812.24 37°30'41.3"R 484.53 213 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP15 329260 2477021 73°20'29.3" 22°23'26.7" 9296.77 22°31'33.7"R 876.90 AP16 329302 2477897 73°20'30.4" 22°23'55.2" 10173.67 24°0'32.7"L 220 KV D/C,OPEN 218.16 SCRUB AP17 329223 2478100 73°20'27.5" 22°24'1.8" 10391.83 31°33'8.4"R 923.75 SH-63 AP18 329388 2479009 73°20'32.9" 22°24'31.4" 11315.58 14°1'15.8"L 1689.63 AP19 329278 2480695 73°20'28.5" 22°25'26.2" 13005.21 6°19'24.2"L 206.25 220 KV D/C AP20 329242 2480898 73°20'27.1" 22°25'32.8" 13211.46 32°51'40.8"R 1166.77 AP21 329694 2481973 73°20'42.5" 22°26'7.9" 14378.23 21°2'57.1"R 211.76 RAILWAY AP22 329841 2482126 73°20'47.6" 22°26'12.9" 14589.99 22°39'36.7"L 630.91 AP23 330069 2482714 73°20'55.4" 22°26'32.1" 15220.90 48°0'44.1"L 607.32 AP24 329795 2483256 73°20'45.5" 22°26'49.6" 15828.22 6°15'3.5"R 5991.80 AP25 327690 2488866 73°19'29.8" 22°29'51.2" 21820.02 28°39'48.2"L 259.07 RAILWAY AP26 327494 2489035 73°19'22.8" 22°29'56.6" 22079.09 7°54'17.2"R 4236.24 AP27 324696 2492217 73°17'43.7" 22°31'39.1" 26315.33 42°6'30.8"L 1740.72 AP28 322967 2492416 73°16'43.1" 22°31'44.9" 28056.05 5°25'6.2"R 216.70 220 KV D/C AP29 322755 2492461 73°16'35.6" 22°31'46.3" 28272.75 9°17'57.5"R 1992.39 AP30 320899 2493184 73°15'30.4" 22°32'9.1" 30265.14 52°7'51.7"R 214 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 1185.76 AP31 319881 2492576 73°14'55" 22°31'48.9" 31450.90 14°8'54.6"R 240.07 400 KV S/C AP32 319651 2492507 73°14'47" 22°31'46.6" 31690.97 31°54'48.3"L 696.13 SH-63 AP33 319191 2491985 73°14'31.1" 22°31'29.5" 32387.10 14°46'21.4"R 211.41 RAILWAY AP34 319015 2491867 73°14'25" 22°31'25.6" 32598.51 24°21'49.1"R 2672.65 AP35 316379 2491427 73°12'53" 22°31'10.3" 35271.16 7°38'32.8"R 812.81 AP36 315567 2491401 73°12'24.5" 22°31'9.1" 36083.97 16°56'6.2"L 195.53 AP37 315378 2491452 73°12'17.9" 22°31'10.7" 36279.50 13°4'27.4"L 2092.41 AP38 313287 2491526 73°11'4.7" 22°31'12.2" 38371.91 4°34'1.9"R 1715.10 AP39 311574 2491450 73°10'4.9" 22°31'9.1" 40087.01 17°46'25.7"L 221.08 132 KV D/C AP40 311366 2491373 73°9'57.6" 22°31'6.5" 40308.09 30°1'57.8"L 2867.11 OPEN SCRUB AP41 308540 2491857 73°8'18.5" 22°31'21.1" 43175.20 14°53'23.8"R 1297.20 MAHI RIVER AP42 307361 2492397 73°7'37" 22°31'38.2" 44472.40 3°10'15.4"L 935.67 AP43 306490 2492739 73°7'6.4" 22°31'49" 45408.07 16°49'22.1"L 223.63 400 KV D/C AP44 306267 2492757 73°6'58.6" 22°31'49.4" 45631.70 13°57'12.7"R 1495.34 OPEN SCRUB AP45 304850 2493233 73°6'8.8" 22°32'4.3" 47127.04 17°16'49.8"R 1391.63 AP46 303722 2494048 73°5'29" 22°32'30.4" 48518.67 5°26'47.8"R 215 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 196.81 400 KV D/C AP47 303574 2494178 73°5'23.7" 22°32'34.5" 48715.48 19°58'28.4"R 2332.29 AP48 302453 2496223 73°4'43.6" 22°33'40.5" 51047.77 0°36'41.7"L 193.73 400 KV D/C AP49 302358 2496392 73°4'40.2" 22°33'46" 51241.50 31°47'47.8"L 1183.01 SH-83 AP50 301322 2496963 73°4'3.7" 22°34'4.1" 52424.51 37°11'56.6"R 1248.99 AP51 300815 2498105 73°3'45.4" 22°34'41" 53673.50 5°32'47.6"L 219.24 132 KV S/C AP52 300707 2498296 73°3'41.6" 22°34'47.2" 53892.74 37°17'46.3"R 456.60 AP53 300769 2498748 73°3'43.5" 22°35'1.9" 54349.34 56°18'15.4"L 1195.36 AP54 299874 2499540 73°3'11.8" 22°35'27.2" 55544.70 18°12'7.8"R 233.16 132 KV S/C AP55 299756 2499742 73°3'7.6" 22°35'33.7" 55777.86 44°16'41"R 836.37 AP56 299958 2500553 73°3'14.3" 22°36'0.2" 56614.23 43°10'24.8"L 713.28 AP57 299610 2501176 73°3'1.8" 22°36'20.3" 57327.51 49°48'28"L 1031.84 SH-188 AP58 298597 2501373 73°2'26.3" 22°36'26.3" 58359.35 4°25'39.1"R 2010.16 AP59 296659 2501908 73°1'18.2" 22°36'42.8" 60369.51 9°37'21.2"R 272.08 RAILWAY AP60 296413 2502023 73°1'9.5" 22°36'46.4" 60641.59 21°34'40"R 1265.56 AP61 295544 2502943 73°0'38.6" 22°37'16" 61907.15 39°30'28.4"L 209.45 400 KV D/C AP62 295336 2502969 73°0'31.4" 22°37'16.7" 62116.60 12°47'3.1"R 216 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 1662.64 AP63 293681 2502805 72°59'33.5" 22°37'10.7" 63779.24 21°11'55"L 601.24 AP64 293102 2502966 72°59'13.1" 22°37'15.7" 64380.48 8°40'22.7"L 191.84 400 KV D/C AP65 292911 2502989 72°59'6.5" 22°37'16.3" 64572.32 23°47'10.6"R 622.01 AP66 292316 2502808 72°58'45.7" 22°37'10.2" 65194.33 24°16'53"L 704.32 AP67 291786 2502344 72°58'27.4" 22°36'54.9" 65898.65 46°31'28.7"L 1045.81 AP68 290745 2502441 72°57'50.9" 22°36'57.6" 66944.46 44°40'2"R MAHATAMA 222.92 GANDHI EXPY AP69 290573 2502300 72°57'44.9" 22°36'52.9" 67167.38 0°57'15"L 655.56 AP70 290073 2501876 72°57'27.6" 22°36'38.9" 67822.94 19°48'40.7"R 1545.09 AP71 288625 2501335 72°56'37.2" 22°36'20.6" 69368.03 6°11'40.7"L 220.66 NH-8 AP72 288428 2501236 72°56'30.4" 22°36'17.3" 69588.69 24°6'0.1"R 977.00 AP73 287452 2501192 72°55'56.2" 22°36'15.5" 70565.69 8°46'40.3"L 229.02 RAILWAY,NH-228 AP74 287228 2501147 72°55'48.4" 22°36'13.9" 70794.71 20°0'11.3"L 443.68 AP75 286849 2500916 72°55'35.3" 22°36'6.2" 71238.39 18°14'36.9"R 484.69 AP76 286377 2500806 72°55'18.8" 22°36'2.5" 71723.08 35°49'20.8"L 578.22 AP77 285844 2501029 72°55'18.8" 22°36'9.5" 72301.30 39°12'29.3"R 225.14 132 KV D/C 217 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP78 285628 2500965 72°54'52.5" 22°36'7.3" 72526.44 38°57'9"L 1283.72 AP79 284442 2501455 72°54'10.7" 22°36'22.7" 73810.16 5°57'52.2"L 687.47 AP80 283783 2501650 72°53'47.6" 22°36'28.7" 74497.63 10°21'5.1"L 242.96 AP81 283541 2501676 72°53'39.1" 22°36'29.5" 74740.59 11°39'21.5"R 952.39 AP82 282634 2501967 72°53'7.2" 22°36'38.5" 75692.98 4°22'50.5"L 353.43 AP83 282290 2502049 72°52'55.1" 22°36'41" 76046.41 51°52'5"R 236.61 AP84 282191 2502264 72°52'51.5" 22°36'47.9" 76283.02 42°43'28.1"L 1859.34 AP85 280474 2502977 72°51'51.1" 22°37'10.3" 78142.36 54°35'42.4"R 1100.85 AP86 279541 2502393 72°51'18.7" 22°36'50.9" 79243.21 18°22'21.7"R 761.62 AP87 278801 2502213 72°50'52.9" 22°36'44.7" 80004.83 9°3'17.9"L 206.96 220 KV D/C AP88 278610 2502133 72°50'46.3" 22°36'42" 80211.79 10°56'4.6"R 699.35 AP89 277925 2501990 72°50'22.4" 22°36'37" 80911.14 44°30'24.4"L 685.02 SH-89 AP90 277349 2502360 72°50'2" 22°36'48.8" 81596.16 18°15'6.1"L 1821.47 AP91 275585 2502815 72°50'2" 22°37'2.8" 83417.63 22°1'43.3"R 788.11 AP92 274951 2503284 72°48'37.6" 22°37'17.7" 84205.74 12°56'48.2"L 781.45 AP93 274235 2503596 72°48'12.4" 22°37'27.5" 84987.19 9°46'23.3"L 895.04 218 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP94 273366 2503809 72°47'41.8" 22°37'34" 85882.23 2°23'39.6"R 782.39 AP95 272614 2504027 72°47'15.4" 22°37'40.7" 86664.62 30°54'2.6"R SH-139,66 KV H 1058.33 POLE AP96 271893 2504802 72°46'49.7" 22°38'5.5" 87722.95 39°24'17.1"L 1785.47 AP97 270124 2505040 72°45'47.7" 22°38'12.4" 89508.42 10°56'31.4"R 1083.71 AP98 269042 2504978 72°45'9.8" 22°38'9.8" 90592.13 18°40'4.8"L 225.76 RAILWAY AP99 268824 2505038 72°45'2.2" 22°38'11.7" 90817.89 13°32'40.1"R 1418.27 AP100 267583 2505724 72°44'18.4" 22°38'33.4" 92236.16 38°13'38"R 1065.02 AP101 266532 2505552 72°43'41.6" 22°38'27.3" 93301.18 36°43'26.5"L 3229.96 AP102 263665 2507040 72°42'0.5" 22°39'14.2" 96531.14 7°42'51.9"L 2192.95 66 KV D/C AP103 261600 2507780 72°40'47.8" 22°39'37.2" 98724.09 37°19'54.5"R 221.87 400 KV D/C AP104 261389 2507713 72°40'40.4" 22°39'34.9" 98945.96 34°58'45"L 1977.06 AP105 259502 2508303 72°39'34" 22°39'53.2" 100923.02 9°37'36.5"L 1233.05 AP106 258280 2508469 72°38'51.2" 22°39'57.9" 102156.07 22°18'36.3"R 206.89 132 KV D/C AP107 258080 2508417 72°38'44.2" 22°39'56.1" 102362.96 9°21'24.4"R 901.13 SH-16 AP108 257182 2508335 72°38'12.8" 22°39'53" 103264.09 12°20'53.5"L 2481.03 AP109 254720 2508643 72°36'46.4" 22°40'1.7" 105745.12 19°0'28.7"R 219 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 2765.19 AP110 252238 2509861 72°35'18.8" 22°40'40" 108510.31 26°50'43.6"R 3140.71 VATRAK RIVER AP111 250347 2512369 72°34'11.2" 22°42'0.5" 111651.02 6°6'17.6"L

3794.76 SH-16,66 KV H POLE

AP112 247753 2515139 72°32'38.8" 22°43'29.1" 115445.78 6°33'5.8"L

3315.78 SABARMATI RIVER

AP113 245225 2517285 72°31'8.9" 22°44'37.4" 118761.56 13°54'37.4"L 3641.79 AP114 241964 2518905 72°29'13.7" 22°45'28.3" 122403.35 9°36'15.5"L 1206.62 OPEN SCRUB AP115 240809 2519254 72°28'33.1" 22°45'39" 123609.97 6°6'38"L 425.26 OPEN SCRUB AP116 240391 2519333 72°28'18.4" 22°45'41.3" 124035.23 31°37'9.1"R 204.65 132 KV D/C U/C AP117 240200 2519260 72°28'11.7" 22°45'38.8" 124239.88 57°17'28.1"L 970.88 SH-142 AP118 239418 2519836 72°27'44" 22°45'57.1" 125210.76 1°6'54.4"L 1124.66 AP119 238500 2520485 72°27'11.5" 22°46'17.7" 126335.42 22°2'51.7"R 1306.60 AP120 237794 2521585 72°26'46.1" 22°46'53" 127642.02 33°29'22.6"L 3526.39 SH-4,66 KV D/C AP121 234568 2523009 72°24'52.1" 22°47'37.5" 131168.41 27°3'22.2"R 1361.42 66 KV D/C AP122 233709 2524065 72°24'21.4" 22°48'11.3" 132529.83 37°22'25.1"L 1088.13 OPEN SCRUB AP123 232651 2524319 72°23'44.2" 22°48'19" 133617.96 20°16'1.4"R 206.42 220 KV MC AP124 232479 2524434 72°23'38.1" 22°48'22.6" 133824.38 37°29'3.3"R 220 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 355.04 AP125 232125 2524411 72°23'25.7" 22°48'21.7" 134179.42 22°38'22.4"L 370.10 AP126 231794 2524247 72°23'14.2" 22°48'16.1" 134549.52 5°0'57.8"L 239.30 RAILWAY,SH-74 AP127 231589 2524122 72°23'7.1" 22°48'11.9" 134788.82 3°38'9.6"R 1858.79 AP128 229944 2523257 72°22'10" 22°47'42.9" 136647.61 38°11'20.6"L 1323.67 AP129 228643 2523497 72°21'24.2" 22°47'49.9" 137971.28 29°30'6.3"R 1583.16 AP130 227429 2524514 72°20'41" 22°48'22.3" 139554.44 0°10'0.9"R 233.06 NH-8A AP131 227251 2524664 72°20'34.7" 22°48'27.1" 139787.50 27°54'43.9"L 2813.83 AP132 224501 2525259 72°18'58" 22°48'44.8" 142601.33 13°17'59.1"R 210.10 220 KV D/C AP133 224291 2525255 72°18'50.6" 22°48'44.5" 142811.43 24°26'32"L 1578.95 AP134 222841 2525881 72°17'59.5" 22°49'4" 144390.38 22°5'33.5"R 2648.73 AP135 220983 2527768 72°16'53.1" 22°50'4.2" 147039.11 36°30'11.8"L 4529.49 RODH RIVER AP136 216508 2528472 72°14'15.8" 22°50'24.4" 151568.60 25°37'7.9"R 2642.15 AP137 213978 2527714 72°12'47.6" 22°49'58.1" 154210.75 19°11'44.9"L 2777.36 AP138 211203 2527836 72°11'10.3" 22°50'0.4" 156988.11 1°32'16.9"L 233.43 400 KV D/C AP139 210969 2527840 72°11'2.1" 22°50'0.4" 157221.54 6°22'41.6"R 1573.47 AP140 209403 2527692 72°10'7.3" 22°49'54.6" 158795.01 33°54'59.9"L 221 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 3057.85 AP141 206716 2529152 72°8'32.2" 22°50'40.4" 161852.86 19°38'46.9"R 3856.52 SH-135,66 KV D/C AP142 204144 2532025 72°7'0.1" 22°52'12.1" 165709.38 19°52'46.8"L 4754.36 AP143 199957 2534278 72°4'31.7" 22°53'22.6" 170463.74 17°32'48.2"L 5635.03 AP144 194420 2535328 72°1'16.9" 22°53'53" 176098.77 10°43'50.4"R SH-136,66 KV H 3286.00 POLE AP145 806687 2535253 71°59'21.8" 22°53'49.9" 179384.77 2°5'19.2"L 1585.91 AP146 805102 2535311 71°58'26.3" 22°53'52.8" 180970.68 11°52'25.7"R 2714.29 AP147 802427 2534850 71°56'52.2" 22°53'39.5" 183684.97 24°25'54.8"L 5490.79 OPEN SCRUB AP148 797115 2536239 71°53'47" 22°54'28.1" 189175.76 9°39'30.7"R 216.34 400 KV D/C AP149 796918 2536328 71°53'40.1" 22°54'31.1" 189392.10 13°31'42.4"R 1321.74 AP150 795874 2537139 71°53'4.1" 22°54'58.1" 190713.84 8°41'47.6"L 249.32 220 KV S/C AP151 795657 2537260 71°52'56.5" 22°55'2.2" 190963.16 12°0'59.4"R 2777.16 SH-17 AP152 793566 2539088 71°51'44.5" 22°56'2.9" 193740.32 13°51'11.5"L 206.74 220 KV D/C AP153 793382 2539183 71°51'38.1" 22°56'6.1" 193947.06 6°14'44.7"R 1161.64 AP154 792414 2539825 71°51'4.6" 22°56'27.5" 195108.70 1°22'50.7"R 242.39 RAILWAY AP155 792215 2539964 71°50'57.7" 22°56'32.2" 195351.09 13°48'13.4"L 5231.64 222 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP156 787335 2541850 71°48'7.8" 22°57'36.5" 200582.73 4°3'58.3"R 3951.32 AP157 783760 2543532 71°46'3.5" 22°58'33.4" 204534.05 12°1'56"R 3288.82 SH-19 AP158 781141 2545522 71°44'32.9" 22°59'39.6" 207822.87 29°39'28.9"L 4114.09 AP159 777063 2546064 71°42'10.2" 22°59'59.6" 211936.96 11°27'51.7"R 5316.65 AP160 771759 2545703 71°39'3.8" 22°59'51.1" 217253.61 8°49'11.3"L 4307.85 AP161 767557 2544755 71°36'35.8" 22°59'22.7" 221561.46 15°39'31.7"L 2495.28 OPEN SCRUB AP162 765361 2543569 71°35'18.1" 22°58'45.5" 224056.74 45°8'37.7"L 2353.66 AP163 763108 2544248 71°33'59.4" 22°59'8.8" 226410.40 2°53'49.6"R OPEN SCRUB,66 KV 1820.97 D/C AP164 761393 2544861 71°32'59.6" 22°59'29.7" 228231.37 11°53'5.7"L 2502.75 OPEN SCRUB AP165 758913 2545200 71°31'32.8" 22°59'42.1" 230734.12 13°58'20.5"R 235.07 RAILWAY AP166 758695 2545287 71°31'25.1" 22°59'45.1" 230969.19 0°13'3.1"R 1049.43 AP167 757721 2545680 71°30'51.2" 22°59'58.4" 232018.62 37°1'12.3"R 231.47 SH-7 AP168 757602 2545878 71°30'47.2" 23°0'4.9" 232250.09 17°3'31.6"L 2035.76 AP169 756087 2547239 71°29'54.8" 23°0'49.9" 234285.85 21°19'11.9"L 2618.65 PHULKA RIVER AP170 753636 2548161 71°28'29.3" 23°1'21.2" 236904.50 11°9'25.9"R OPEN SCRUB,66 KV 4582.99 H POLE 223 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP171 749740 2550574 71°26'14" 23°2'41.8" 241487.49 47°28'45.2"R 2213.01 OPEN SCRUB AP172 747610 2549975 71°24'58.9" 23°2'23.5" 243700.50 31°44'56.4"L 2445.64 OPEN SCRUB AP173 745259 2550651 71°23'36.7" 23°2'46.7" 246146.14 3°3'58.3"L 6368.84 OPEN SCRUB AP174 739053 2552081 71°19'59.6" 23°3'36.4" 252514.98 6°50'12"R KANKAVATI 2552.60 RESERVE FOREST AP175 736652 2552946 71°18'35.8" 23°4'5.8" 255067.58 27°32'37"R GOPAL GADH 4712.63 RESERVE FOREST AP176 731982 2552312 71°15'51.4" 23°3'47.5" 259780.21 20°15'11.9"L

5553.49 KANKAVATI RIVER

AP177 726561 2553516 71°12'41.7" 23°4'29.3" 265333.70 30°0'22.7"R 2572.06 AP178 724107 2552743 71°11'15.1" 23°4'5.4" 267905.76 24°1'5.7"L 3198.80 66 KV H POLE AP179 720929 2553107 71°9'23.7" 23°4'18.8" 271104.56 9°33'14.6"R 5828.04 66 KV D/C U/C AP180 715110 2552800 71°5'59.2" 23°4'11.6" 276932.60 25°21'42.7"L 1220.42 SH-321 AP181 713981 2553264 71°5'19.7" 23°4'27.1" 278153.02 8°18'10.5"L 5177.46 BAMBHAN RIVER AP182 708958 2554520 71°2'23.9" 23°5'10.3" 283330.48 15°23'45.4"R 2364.05 AP183 706594 2554464 71°1'0.8" 23°5'9.5" 285694.53 9°55'48.5"L 4279.98 AP184 702362 2555102 70°58'32.5" 23°5'32.2" 289974.51 24°22'13"R 224 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-2 (BLUE) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks

WILDLIFE 28 (WILD 13046.53 ASS WLS),OPEN SCRUB, WIND PARK

AP185 691413 2562197 70°52'11" 23°9'27.4" 303021.04 10°23'32.1"R SH-321,WILDLIFE 28 25174.44 (WILD ASS WLS), WIND PARK AP186 673103 2579473 70°41'34.4" 23°18'56.3" 328195.48 3°18'39.1"L 2576.38 WIND PARK AP187 671130 2581130 70°40'25.7" 23°19'50.9" 330771.86 5°28'33.8"L OPEN SCRUB, WIND 2053.98 PARK AP188 669438 2582295 70°39'26.6" 23°20'29.4" 332825.84 29°52'16.9"R 676.34 WIND PARK AP189 669146 2582905 70⁰ 39' 16.57'' 23⁰ 20' 49.31'' 333502.18 34°53'13.1"L 1902.60 WIND PARK AP190 667490 2583842 70⁰ 38' 18.65'' 23⁰ 21' 20.39'' 335404.78 3°46'38.8"L 545.66 WIND PARK AP191 666999 2584079 70⁰ 38' 1.44'' 23⁰ 21' 28.28'' 335950.44 49°27'42.5"R 484.44 AP192 666555 2583884 70⁰ 37' 45.75'' 23⁰ 21' 22.1'' 336434.89 59°11'32.8"L 168.26 AP193 666537 2583717 70⁰ 37' 45.06'' 23⁰ 21' 16.67'' 336603.15 41°35'16.3"L 210.97 AP194 666660 2583545 70⁰ 37' 49.3'' 23⁰ 21' 11.04'' 336814.12 57°10'52.2"L 87.03 GANTRY 666747 2583549 70⁰ 37' 52.36'' 23⁰ 21' 11.15'' 336901.15 225

CO-ORDINATES OF ROUTE 3

226 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks

GANTRY 332861 2469051 73°22'38.17" 22°19'8.93" 0.00 Existing 765KV Vadodara 107.20 AP1 332849 2469128 73°22'37.70" 22°19'11.40" 107.20 46°53'25.3"L 296.34 AP2 332555 2469296 73°22'27.4" 22°19'16.7" 403.54 46°43'56"R 966.11 AP3 332318 2470233 73°22'18.7" 22°19'47.2" 1369.65 12°49'35.6"R 1047.75 AP4 332293 2471280 73°22'17.5" 22°20'21.2" 2417.40 3°34'41.3"L 208.20 400 KV S/C AP5 332275 2471488 73°22'16.7" 22°20'27.9" 2625.60 8°58'16.1"L 2216.50 AP6 331742 2473639 73°21'57.3" 22°21'37.7" 4842.10 39°28'56"R

435.32 OPEN SCRUB,66 KV S/C

AP7 331930 2474032 73°22'3.7" 22°21'50.5" 5277.42 31°22'50.7"L 217.62 400 KV S/C AP8 331908 2474248 73°22'2.9" 22°21'57.5" 5495.04 14°50'23"R 751.68 AP9 332026 2474991 73°22'6.7" 22°22'21.7" 6246.72 49°36'43.7"L 1405.99 AP10 331111 2476059 73°21'34.3" 22°22'56.1" 7652.71 42°29'11.8"L 854.16 AP11 330263 2476162 73°21'4.7" 22°22'59.2" 8506.87 16°0'52.2"R 262.46 66 KV D/C AP12 330022 2476264 73°20'56.2" 22°23'2.4" 8769.33 19°13'33.7"R 214.14 220 KV D/C AP13 329863 2476408 73°20'50.6" 22°23'7" 8983.47 6°51'2.6"R 584.94 SH-63 AP14 329479 2476850 73°20'37" 22°23'21.2" 9568.41 38°24'26.3"R 1179.73 227 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP15 329426 2478028 73°20'34.7" 22°23'59.5" 10748.14 9°33'28.1"L 204.71 220 KV D/C AP16 329383 2478228 73°20'33.1" 22°24'6" 10952.85 41°26'17.8"R 934.95 SH-63 AP17 329841 2479044 73°20'48.8" 22°24'32.7" 11887.80 25°31'53.5"L 1109.96 AP18 329914 2480151 73°20'50.9" 22°25'8.7" 12997.76 35°51'3.2"R 1048.98 AP19 330583 2480959 73°21'14" 22°25'35.2" 14046.74 12°44'33.8"L 242.93 RAILWAY AP20 330693 2481176 73°21'17.8" 22°25'42.3" 14289.67 17°51'48.5"L 1525.18 AP21 330932 2482682 73°21'25.6" 22°26'31.4" 15814.85 51°43'37"L 211.68 22 KV D/C AP22 330788 2482838 73°21'20.5" 22°26'36.4" 16026.53 10°12'52.5"R 373.01 AP23 330588 2483152 73°21'13.3" 22°26'46.5" 16399.54 6°36'16.4"R 2354.19 AP24 329560 2485270 73°20'36.6" 22°27'55" 18753.73 14°44'8.1"R 2170.88 AP25 329140 2487400 73°20'21.1" 22°29'4.1" 20924.61 28°20'21.8"L 2048.67 AP26 327837 2488981 73°19'34.9" 22°29'55" 22973.28 6°33'51.1"R 229.92 RAILWAY AP27 327712 2489174 73°19'30.4" 22°30'1.3" 23203.20 7°43'45.7"L 4399.90 OPEN SCRUB AP28 324845 2492512 73°17'48.8" 22°31'48.7" 27603.10 29°34'18.1"L 1739.07 AP29 323209 2493100 73°16'51.2" 22°32'7.2" 29342.17 12°46'4.2"L 228.99 220 KV D/C AP30 322981 2493128 73°16'43.3" 22°32'8" 29571.16 4°45'20.9"R 2086.45 228 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP31 320939 2493553 73°15'31.6" 22°32'21.1" 31657.61 25°46'50.8"R 1105.23 AP32 319866 2493285 73°14'54.2" 22°32'11.9" 32762.84 2°30'18.1"R 215.63 400 KV S/C AP33 319655 2493242 73°14'46.9" 22°32'10.5" 32978.47 6°18'52.6"L 812.89 SH-63 AP34 318881 2492993 73°14'19.9" 22°32'2.1" 33791.36 8°26'23.6"L 614.37 AP35 318330 2492721 73°14'0.7" 22°31'53" 34405.73 9°14'2.6"L 218.51 RAILWAY AP36 318152 2492594 73°13'54.5" 22°31'48.8" 34624.24 18°51'47.9"R 991.99 AP37 317202 2492310 73°13'21.4" 22°31'39.2" 35616.23 29°38'18.7"L 800.79 AP38 316422 2492490 73°12'54.1" 22°31'44.8" 36417.02 13°31'2"R 481.14 AP39 315991 2492705 73°12'38.9" 22°31'51.6" 36898.16 29°41'8.4"R 2113.69 AP40 313881 2492588 73°11'25.1" 22°31'47" 39011.85 9°35'44.9"L 1779.10 AP41 312113 2492787 73°10'23.2" 22°31'52.7" 40790.95 0°47'42.8"L 1019.85 AP42 311098 2492887 73°9'47.6" 22°31'55.6" 41810.80 0°49'7.7"L 214.62 132 KV D/C AP43 310884 2492905 73°9'40.1" 22°31'56.1" 42025.42 9°25'58.5"R 1029.87 AP44 309858 2492822 73°9'4.2" 22°31'53" 43055.29 12°6'28.7"L

1627.96 MAHI RIVER,OPEN SCRUB AP45 308244 2493034 73°8'7.6" 22°31'59.3" 44683.25 14°59'43"R 1587.25 AP46 306777 2493641 73°7'16.1" 22°32'18.4" 46270.50 51°54'0.4"R 229 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 534.31 AP47 306633 2494156 73°7'10.8" 22°32'35" 46804.81 32°9'11.4"L 715.95 AP48 306103 2494637 73°6'52" 22°32'50.5" 47520.76 26°29'18.1"R 248.49 400 KV D/C AP49 306013 2494868 73°6'48.8" 22°32'58" 47769.25 4°26'48.4"R 1328.23 AP50 305628 2496140 73°6'34.7" 22°33'39.1" 49097.48 43°39'13.1"L 984.63 AP51 304771 2496625 73°6'4.5" 22°33'54.5" 50082.11 33°11'41.9"R 1181.54 AP52 303592 2496549 73°5'23.3" 22°33'51.6" 51263.65 18°23'45.5"L 1137.40 AP53 302491 2496838 73°4'44.6" 22°34'0.5" 52401.05 44°31'22.3"R 1922.09 SH-83 AP54 301508 2498489 73°4'9.5" 22°34'53.8" 54323.14 19°34'51.7"L 234.76 132 KV S/C AP55 301327 2498639 73°4'3.1" 22°34'58.6" 54557.90 4°23'9.5"R 630.52 AP56 300874 2499077 73°3'47" 22°35'12.6" 55188.42 37°9'27.7"R 790.19 AP57 300753 2499858 73°3'42.5" 22°35'37.9" 55978.61 7°18'23.9"L 234.40 132 KV S/C AP58 300688 2500083 73°3'40.1" 22°35'45.2" 56213.01 9°57'14.6"L 1390.99 AP59 300077 2501332 73°3'18.1" 22°36'25.6" 57604.00 42°19'44.8"L 1504.84 AP60 298678 2501886 73°2'28.9" 22°36'43" 59108.84 7°57'1"L 1160.72 SH-188 AP61 297550 2502160 73°1'49.3" 22°36'51.4" 60269.56 41°37'58.9"R 776.35 AP62 297108 2502798 73°1'33.5" 22°37'11.9" 61045.91 29°26'3.5"L 230 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 215.65 RAILWAY AP63 296914 2502892 73°1'26.6" 22°37'14.9" 61261.56 40°47'5"R 455.99 AP64 296733 2503311 73°1'20.1" 22°37'28.4" 61717.55 27°17'5.3"L 128.79 SH-60 AP65 296633 2503393 73°1'16.6" 22°37'31.1" 61846.34 38°42'58.5"L 1172.77 AP66 295461 2503406 73°0'35.5" 22°37'31" 63019.11 6°33'19.4"R 215.28 400 KV D/C AP67 295247 2503433 73°0'28" 22°37'31.7" 63234.39 8°6'26.2"R 1563.01 AP68 293684 2503408 72°59'33.4" 22°37'30.3" 64797.40 20°35'18"L 849.80 AP69 292884 2503694 72°59'5.2" 22°37'39.2" 65647.20 30°23'6.4"R 225.44 400 KV D/C AP70 292662 2503652 72°58'57.4" 22°37'37.8" 65872.64 18°45'31"L 957.99 AP71 291714 2503786 72°58'24.2" 22°37'41.7" 66830.63 40°31'53.3"R 1187.33 AP72 290712 2503148 72°57'49.4" 22°37'20.5" 68017.96 10°13'54.6"R 469.84 AP73 290277 2502970 72°57'34.3" 22°37'14.6" 68487.80 24°17'1"L MAHATAMA GANDHI 211.57 EXPY AP74 290132 2502817 72°57'29.2" 22°37'9.5" 68699.37 3°57'27.8"L 243.54 AP75 289977 2502629 72°57'23.9" 22°37'3.3" 68942.91 48°36'1.4"R 544.12 AP76 289433 2502611 72°57'4.9" 22°37'2.5" 69487.03 9°41'49.4"L 556.90 NH-8 AP77 288887 2502499 72°56'45.8" 22°36'58.6" 70043.93 27°37'16.9"L 1597.20 231 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP78 287352 2502940 72°55'51.9" 22°37'12.2" 71641.13 0°31'31.1"L 303.56 RAILWAY,NH-228 AP79 287060 2503021 72°55'41.6" 22°37'14.8" 71944.69 10°32'48.3"L 196.59 AP80 286864 2503038 72°55'34.7" 22°37'15.2" 72141.28 14°12'22"R 149.10 AP81 286723 2503087 72°55'29.8" 22°37'16.7" 72290.38 5°15'51.2"R 287.41 AP82 286461 2503206 72°55'20.6" 22°37'20.5" 72577.79 44°36'59.8"R 237.41 132 KV D/C AP83 286238 2503124 72°55'12.8" 22°37'17.8" 72815.20 47°20'52.4"L 431.48 AP84 285854 2503321 72°54'59.3" 22°37'23.9" 73246.68 23°0'12.8"L 235.36 AP85 285620 2503338 72°54'51.1" 22°37'24.4" 73482.04 35°41'29.5"R 737.47 AP86 284991 2502952 72°54'29.2" 22°37'11.6" 74219.51 4°3'7.8"L 394.43 RAILWAY AP87 284671 2502723 72°54'18.1" 22°37'4" 74613.94 12°49'16.3"R 208.90 AP88 284478 2502642 72°54'11.4" 22°37'1.3" 74822.84 18°32'17.9"R 1139.59 AP89 283342 2502558 72°53'31.7" 22°36'58" 75962.43 35°5'54.5"L 207.98 AP90 283163 2502665 72°53'25.4" 22°37'1.4" 76170.41 25°34'33.9"L 314.89 AP91 282850 2502694 72°53'14.4" 22°37'2.2" 76485.30 5°54'34.2"R 92.69 AP92 282757 2502693 72°53'11.2" 22°37'2.1" 76577.99 12°58'10.1"L 1098.84 AP93 281684 2502928 72°52'33.4" 22°37'9.3" 77676.83 15°19'48.2"R 1030.61 232 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP94 280771 2503407 72°52'1.3" 22°37'24.4" 78707.44 19°14'35.2"L 627.09 AP95 280151 2503499 72°51'39.5" 22°37'27.1" 79334.53 29°31'3.4"R 726.68 AP96 279578 2503946 72°51'19.2" 22°37'41.4" 80061.21 8°46'4"R 986.17 AP97 278902 2504664 72°50'55.2" 22°38'4.4" 81047.38 55°43'7.9"R 581.66 SH-89 AP98 278327 2504573 72°50'35.1" 22°38'1.1" 81629.04 20°29'33.7"L 877.81 AP99 277563 2504141 72°50'8.6" 22°37'46.7" 82506.85 11°18'56.4"R 206.10 220 KV D/C AP100 277368 2504077 72°50'1.8" 22°37'44.6" 82712.95 39°11'23.4"L 694.35 AP101 276720 2504326 72°49'38.9" 22°37'52.4" 83407.30 9°12'14"R 1884.83 AP102 275091 2505275 72°48'41.5" 22°38'22.4" 85292.13 22°46'7.7"L 1055.69 AP103 274044 2505412 72°48'4.7" 22°38'26.4" 86347.82 12°19'6.9"R 1353.41 AP104 272770 2505870 72°47'19.9" 22°38'40.7" 87701.23 6°18'51.7"L 1396.71 AP105 271412 2506195 72°46'32.2" 22°38'50.6" 89097.94 26°39'6.5"R 1993.69 SH-139 AP106 269471 2505740 72°45'24.4" 22°38'34.9" 91091.63 24°12'35.7"L 229.91 RAILWAY AP107 269245 2505784 72°45'16.5" 22°38'36.2" 91321.54 6°39'24"L 1723.03 AP108 267527 2505915 72°44'16.3" 22°38'39.5" 93044.57 11°37'26.8"R 1205.66 AP109 266368 2506247 72°43'35.6" 22°38'49.8" 94250.23 15°46'17.5"R 682.18 233 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP110 265788 2506606 72°43'15.1" 22°39'1.1" 94932.41 17°7'6.2"L 715.84 AP111 265095 2506787 72°42'50.7" 22°39'6.7" 95648.25 12°43'38.9"R 1377.31 AP112 263872 2507420 72°42'7.6" 22°39'26.6" 97025.56 15°12'11.9"L 1371.80 AP113 262531 2507709 72°41'20.4" 22°39'35.4" 98397.36 28°19'57.1"R 2790.37 AP114 260409 2509521 72°40'5.1" 22°40'33.2" 101187.73 12°24'12.7"R 1085.64 SH-149 AP115 259754 2510387 72°39'41.8" 22°41'1" 102273.37 21°32'30.5"L 776.64 AP116 259091 2510791 72°39'18.3" 22°41'13.8" 103050.01 35°36'43.7"R 215.90 400 KV D/C AP117 258876 2510775 72°39'10.7" 22°41'13.1" 103265.91 7°42'43.9"L 862.23 AP118 258015 2510827 72°38'40.6" 22°41'14.4" 104128.14 8°7'44.2"R 204.69 132 KV D/C AP119 257815 2510868 72°38'33.5" 22°41'15.6" 104332.83 15°59'22.9"R 3007.95 AP120 254816 2510637 72°36'48.7" 22°41'6.5" 107340.78 27°49'43.9"L 1199.87 AP121 253715 2511114 72°36'9.8" 22°41'21.5" 108540.65 29°55'58.5"R

2723.78 SH-16,VATRAK RIVER

AP122 252089 2513300 72°35'11.6" 22°42'31.6" 111264.43 24°20'51.1"L 2852.13 AP123 249595 2514683 72°33'43.5" 22°43'15.2" 114116.56 11°35'22.9"R 3326.68 AP124 247069 2516848 72°32'13.8" 22°44'24.2" 117443.24 6°33'36.7"L 3823.67 SABARMATI RIVER AP125 243901 2518988 72°30'21.5" 22°45'32" 121266.91 12°24'27.2"L 234 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 3510.26 OPEN SCRUB AP126 240638 2520282 72°28'26.5" 22°46'12.3" 124777.17 8°6'39.5"R 3178.61 SH-142 AP127 237878 2521859 72°26'48.8" 22°47'2" 127955.78 7°24'52.4"L 3292.01 SH-4,66 KV D/C AP128 234832 2523110 72°25'1.3" 22°47'40.9" 131247.79 28°3'35.8"R 2349.72 66 KV D/C AP129 233334 2524920 72°24'7.7" 22°48'38.9" 133597.51 11°2'25.9"L

208.69 220 KV M/C,OPEN SCRUB

AP130 233173 2525052 72°24'2" 22°48'43.1" 133806.20 16°51'28.3"L 1252.12 AP131 232016 2525531 72°23'21.1" 22°48'58" 135058.32 42°42'17.7"R 884.60 AP132 231185 2525225 72°22'52.3" 22°48'47.5" 135942.92 20°27'25.5"L 262.59 RAILWAY AP133 230986 2525054 72°22'45.4" 22°48'41.9" 136205.51 8°45'46.1"R 633.75 AP134 230448 2524719 72°22'26.7" 22°48'30.7" 136839.26 48°43'32.8"L 985.36 AP135 229505 2525004 72°21'53.5" 22°48'39.4" 137824.62 17°58'25.2"R 650.14 AP136 228971 2525375 72°21'34.6" 22°48'51.1" 138474.76 57°1'3.5"R 1472.81 AP137 227608 2524818 72°20'47.1" 22°48'32.2" 139947.57 25°25'20.4"L 214.82 NH-8A AP138 227393 2524830 72°20'39.6" 22°48'32.5" 140162.39 29°19'4.9"R 3819.35 AP139 224172 2526883 72°18'45.4" 22°49'37.3" 143981.74 19°16'19.5"L 209.77 220 KV D/C AP140 223968 2526931 72°18'38.2" 22°49'38.8" 144191.51 19°4'23.1"R 1477.85 235 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP141 222719 2527721 72°17'54" 22°50'3.7" 145669.36 21°57'42.1"L 1525.25 AP142 221219 2527995 72°17'1.2" 22°50'11.7" 147194.61 0°15'38.9"R 2529.91 AP143 218732 2528461 72°15'33.8" 22°50'25.3" 149724.52 9°16'25.6"R 2634.64 RODH RIVER AP144 216255 2529357 72°14'6.4" 22°50'52.9" 152359.16 30°19'54.7"R 2624.69 AP145 213673 2528881 72°12'36.2" 22°50'35.9" 154983.85 21°28'51.4"L 2293.35 AP146 211422 2529320 72°11'17" 22°50'48.8" 157277.20 10°28'35.8"L 205.16 400 KV D/C AP147 211217 2529322 72°11'9.8" 22°50'48.7" 157482.36 6°31'51"R 807.78 AP148 210414 2529238 72°10'41.7" 22°50'45.4" 158290.14 29°18'14.3"L 1070.49 AP149 209431 2529662 72°10'7" 22°50'58.6" 159360.63 20°23'34.3"L 818.76 AP150 208613 2529704 72°9'38.3" 22°50'59.5" 160179.39 14°17'26.9"R 827.83 AP151 207823 2529949 72°9'10.4" 22°51'7" 161007.22 23°48'16.6"R 1175.70 SH-135 AP152 206936 2530721 72°8'38.8" 22°51'31.4" 162182.92 13°20'18.8"L 1880.75 66 KV D/C AP153 205271 2531595 72°7'39.8" 22°51'58.8" 164063.67 37°41'27.4"R 2048.07 AP154 204418 2533457 72°7'8.7" 22°52'58.7" 166111.74 47°35'26.1"L 4426.65 AP155 200203 2534810 72°4'40" 22°53'40" 170538.39 8°9'52.3"R 2459.82 AP156 197991 2535887 72°3'21.7" 22°54'13.5" 172998.21 29°8'47"R 3419.63 236 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP157 194577 2535697 72°1'22.1" 22°54'5.1" 176417.84 3°10'10.6"L

2393.00 SH-136, 66 KV H POLE

AP158 807715 2535866 71°59'58.3" 22°54'9.1" 178810.84 1°56'15.1"R 2464.60 AP159 805252 2535782 71°58'31.9" 22°54'8" 181275.44 1°18'52.1"L 2421.45 AP160 802835 2535644 71°57'7.1" 22°54'5.1" 183696.89 11°29'22.3"L 1503.52 AP161 801347 2535859 71°56'15.1" 22°54'13" 185200.41 20°24'41.9"R 1994.14 AP162 799596 2536815 71°55'14.3" 22°54'45.2" 187194.55 18°6'44"L 2179.96 OPEN SCRUB AP163 797453 2537213 71°53'59.5" 22°54'59.5" 189374.51 7°40'4.4"R

221.30 400 KV D/C,OPEN SCRUB

AP164 797243 2537282 71°53'52.1" 22°55'1.9" 189595.81 13°58'11.8"L 1223.18 OPEN SCRUB AP165 796023 2537372 71°53'9.4" 22°55'5.6" 190818.99 35°54'14.4"R

208.14 220 KV S/C,OPEN SCRUB

AP166 795864 2537506 71°53'4" 22°55'10.1" 191027.13 7°48'9.1"R 2784.19 AP167 793998 2539573 71°51'59.9" 22°56'18.4" 193811.32 9°26'4.4"L 212.12 200 KV D/C AP168 793832 2539705 71°51'54.2" 22°56'22.7" 194023.44 5°55'20.9"L 1218.08 AP169 792805 2540361 71°51'18.7" 22°56'44.7" 195241.52 12°49'45.6"R

204.30 RAILWAY,UMEI RIVER

AP170 792662 2540506 71°51'13.7" 22°56'49.5" 195445.82 3°22'0.2"R 2831.71 237 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP171 790795 2542636 71°50'9.7" 22°57'59.9" 198277.53 18°26'18.7"L 3791.17 AP172 787523 2544550 71°48'16.2" 22°59'4.1" 202068.70 23°25'35.2"L 3121.51 AP173 784424 2544925 71°46'27.8" 22°59'18.2" 205190.21 37°56'38.2"R 3625.84 AP174 781853 2547482 71°44'59.2" 23°0'42.8" 208816.05 39°24'22.5"L 5424.47 SH-19 AP175 776453 2547996 71°41'50.1" 23°1'2.8" 214240.52 13°51'49.3"R 4184.38 AP176 772504 2549379 71°39'32.3" 23°1'50" 218424.90 24°21'28.2"R 211.25 SH-7 AP177 772351 2549525 71°39'27.1" 23°1'54.9" 218636.15 29°55'31.4"L 3534.49 UMAI RIVER AP178 768918 2550364 71°37'27.1" 23°2'24.2" 222170.64 29°32'32.8"R 211.42 RAILWAY AP179 768764 2550509 71°37'21.8" 23°2'29" 222382.06 15°38'14.4"L 2935.89 OPEN SCRUB AP180 766163 2551871 71°35'51.4" 23°3'14.7" 225317.95 25°11'47.6"L

CHANDRA BHAGA 3871.93 RIVER,OPEN SCRUB

AP181 762294 2552036 71°33'35.6" 23°3'22.3" 229189.88 19°57'12.2"R 4670.36 AP182 757841 2550631 71°30'58.4" 23°2'39.2" 233860.24 28°36'26.4"L

PHULKA RIVER,ISADRA 2992.42 RESERVE FOREST

AP183 754904 2551207 71°29'15.7" 23°2'59.5" 236852.66 3°39'13.6"L

918.67 ISADRA RESERVE FOREST

AP184 753993 2551326 71°28'43.7" 23°3'3.8" 237771.33 16°41'33.8"R 238 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 889.53 OPEN SCRUB AP185 753115 2551183 71°28'12.8" 23°2'59.7" 238660.86 31°36'55.6"L 1227.21 OPEN SCRUB AP186 751980 2551650 71°27'33.3" 23°3'15.5" 239888.07 8°54'29.2"L 3262.39 OPEN SCRUB AP187 748808 2552409 71°25'42.4" 23°3'41.9" 243150.46 11°58'57.4"R 5964.11 OPEN SCRUB AP188 743422 2554971 71°22'34.7" 23°5'8" 249114.57 20°31'33.4"L 4541.19 GODRA RIVER AP189 738897 2555360 71°19'56" 23°5'23" 253655.76 3°38'39.4"L 993.35 OPEN SCRUB AP190 737904 2555382 71°19'21.1" 23°5'24.2" 254649.11 13°18'18.1"R 206.81 OPEN SCRUB AP191 737704 2555434 71°19'14.2" 23°5'26" 254855.92 19°17'2.8"R 1327.94 OPEN SCRUB AP192 736381 2555325 71°18'27.6" 23°5'23.2" 256183.86 10°59'51.5"L 3378.14 KANKAVATI RIVER AP193 733023 2555695 71°16'29.9" 23°5'36.9" 259562.00 8°38'37.2"R 3321.91 AP194 729813 2556551 71°14'37.6" 23°6'6.4" 262883.91 46°42'21.2"R 2788.28 AP195 727443 2555083 71°13'13.6" 23°5'19.8" 265672.19 23°42'5.7"R 2406.91 MINER RIVER AP196 725060 2554745 71°11'49.6" 23°5'10" 268079.10 14°13'56.9"L 3124.97 AP197 722169 2553559 71°10'7.5" 23°4'32.9" 271204.07 21°37'16.1"R 6699.07 OPEN SCRUB AP198 715470 2553479 71°6'12.2" 23°4'33.5" 277903.14 14°36'35.6"L 1509.04 BAMBHAN RIVER AP199 714006 2553842 71°5'20.9" 23°4'46" 279412.18 13°5'56"R 7805.93 AP200 707052 2557389 71°1'18.4" 23°6'44.4" 287218.11 2°33'33.1"R 239 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks 1587.77 MINER RIVER AP201 705671 2558173 71°0'30.2" 23°7'10.5" 288805.88 13°26'28.6"R SH-321,WILDLIFE 28 1929.07 (WILD ASS WLS) AP202 704261 2559489 70°59'41.3" 23°7'53.9" 290734.95 10°17'52.3"R

WILDLIFE 28 (WILD ASS 2852.93 WLS),OPEN SCRUB

AP203 702557 2561777 70°58'42.5" 23°9'9" 293587.88 4°22'46.1"L

WILDLIFE 28 (WILD ASS 2375.12 WLS),OPEN SCRUB

AP204 700997 2563568 70°57'48.5" 23°10'7.9" 295963.00 11°29'39.4"L WILDLIFE 28 (WILD ASS 20852.00 WLS) AP205 684443 2576247 70°48'12.1" 23°17'7" 316815.00 20°34'37.5"R

WILDLIFE 28 (WILD ASS 3074.14 WLS), WIND PARK

AP206 682815 2578855 70°47'16" 23°18'32.4" 319889.14 12°4'16.2"L

WILDLIFE 28 (WILD ASS 3011.80 WLS), WIND PARK

AP207 680721 2581020 70°46'3.2" 23°19'43.6" 322900.94 16°34'51.1"L LINDAK RIVER, WIND 5310.73 PARK AP208 676093 2583625 70⁰ 43' 21.44'' 23⁰ 21' 10.09'' 328211.67 16°37'11.8"L 4077.90 WIND PARK AP209 672116 2584526 70⁰ 41' 1.8'' 23⁰ 21' 40.89'' 332289.57 25°24'5.7"R 3780.21 WIND PARK AP210 668428 2583699 70⁰ 38' 51.6'' 23⁰ 21' 15.38'' 336069.78 21°21'4.5"L 948.37 WIND PARK 240 VADODARA - LAKADIA S/s 765kV D/c Transmission Line ALT-3 (GREEN) AP No. Easting Northing Latitude Longitude Span Cum. Length Angle of Dev Remarks AP211 667490 2583842 70⁰ 38' 18.65'' 23⁰ 21' 20.39'' 337018.15 17°1'41.6"R 545.66 WIND PARK AP212 666999 2584079 70⁰ 38' 1.44'' 23⁰ 21' 28.28'' 337563.81 49°27'42.5"R 484.44 AP213 666555 2583884 70⁰ 37' 45.75'' 23⁰ 21' 22.1'' 338048.25 59°11'32.8"L 168.26 AP214 666537 2583717 70⁰ 37' 45.06'' 23⁰ 21' 16.67'' 338216.52 41°35'16.3"L 210.97 AP215 666660 2583545 70⁰ 37' 49.3'' 23⁰ 21' 11.04'' 338427.49 57°10'52.2"L 87.03 GANTRY 666747 2583549 70⁰ 37' 52.36'' 23⁰ 21' 11.15'' 338514.52 241

CHAPTER-8 WIND ZONE MAP

242

Wind Zone Map Wind Zone –2 & 5

243

CHAPTER-9 VADODARA S/s (PGCIL) SLD

244

245

CHAPTER-10 ROUTE ALIGNMENT MAP ON DIGITAL TOPOSHEETS

246 247 248 249 250 251 252 253 254 255 256 257 258 259 260 261 262 263 264 265 266 267 268 269 270 271 272 273 274 275 276 277 278 279 280 281 282 283 284 285 286 287 288 289 290 291 292 293 294 295 296 297 298 299 300 301 302 303 304 305 306 307 308 309 310 311 312 313 314 315 316 317 318 319 320 321 322 323 324 325 326 327 328 329 330 331 332 333 334 335 336 337 338 339 340 341 342 343 344 345 346 347 348 349 350 351 352 353 354 355 356 357 358 359 360 361 362 363 364 365 366 367 368 369 370 371 372 373 374 375 376 377 378 379 380 381 382 383 384 385 386 387 388 389 390 391 392 393 394 395 396 397 398 399 400 401 402 403 404 405 406 407 408 409 410