Project Details

Comprehensive Physical and GIS-Based Survey for OFC Route from Block to Gram Panchayats

Project ID: Agniforge/2025/07/KMDCL7
Budget: ₹60,000,000.00
Bid End Date: 2025-07-15 at 18:30:00
Bid Opening Date: 2025-07-16
Bid Offer Validity: 90 days
Project Type: Complete Mapping work
Category: Long term
Buyer Email: contact@agniforge.com
Project Manager: OMSHANKAR DIWAKAR (7982454976)
MII Compliance: No
Place of Supply: Noida
Specification File: Download
Created At: 2025-07-04 07:10:34
Status: Open
Details: To conduct a high-precision physical and Geographic Information System (GIS)-based survey for establishing optimal Optical Fiber Cable (OFC) connectivity between Block Headquarters (BHQ) and respective Gram Panchayats (GPs). This survey aims to capture accurate route data, geo-tagged photographs, major landmarks, existing infrastructure, and right-of-way (ROW) details with a positional accuracy of ?20 cm, ensuring reliable planning and implementation of BharatNet Phase-II or similar connectivity projects.

Scope of Work
Route and Site Survey

Survey the complete route from BHQ to each GP using optimized/shortest path analysis.

Record latitude and longitude of the OFC cable path, electronics infrastructure locations, and major landmarks as specified in Annexture-1.

Collect road edge points every 50 meters on both sides with ?20 cm accuracy.

Identify and document property boundaries (start and end points) of the feasible route.

Landmarks and Geo-Tagged Photography

Capture geo-tagged photos of all mandatory landmarks, GP offices, BHQ, and other critical assets from multiple angles.

Survey and document every landmark listed in Annexture-1 during the route survey with high positional accuracy.

Connectivity and Infrastructure Survey

Evaluate existing and new fiber requirements along the BHQ-GP route.

Collect details of electric poles (for aerial OFC feasibility) with lat/long coordinates and geo-tagged photos.

Record infrastructure details of each Gram Panchayat and OLT location, including electricity, building suitability, roof availability for solar installation, and IT infrastructure.

Right of Way (ROW) Data Collection

Collect chainage and authority details for ROW along National Highways, State Highways, Railways, Forest areas, municipal/mandi roads, PMGSY roads, and other relevant jurisdictions.

Identify and document missing culverts, bridges, and other critical structures not covered in earlier surveys.

Detailed Block Headquarter (OLT) Survey

Capture complete details of OLT sites, including building conditions, electrification, existing telecom equipment, space availability, power backup systems, and connectivity readiness.

Data Collection Technology

Use synchronized GNSS RTK devices and mobile survey applications for real-time, accurate data collection.

Upload data directly to the centralized server during field survey with online connectivity, ensuring instant data availability and backup.

Work Methodology
Conduct the GIS-based survey using Android mobile applications paired with RTK GNSS receivers to achieve sub-20 cm accuracy.

Capture continuous GPS route tracks and 360° videos of the surveyed path.

For every GP, collect geo-tagged photos of the proposed ONT installation location, and measure distances for internal cabling from spare power points to ONT and solar panels.

Capture road edges and property boundaries to assist the design team in generating accurate maps for fiber deployment.



Acceptance Criteria
95% coverage of required landmarks with complete attribute data.

100% geo-tagged photographs for all identified landmarks.

100% data completion for each Gram Panchayat and OLT site.


Deliverables
KML files of GPS route tracks.

Landmark datasets with geo-tagged photographs.

Completed survey templates for GP and OLT locations.

Detailed ROW information with chainage data.

Updated infrastructure reports as per Annexture-2 (GP details) and Annexture-3 (OLT details).

Hardware & Technology Requirements
GNSS RTK Receivers with SOI CORES subscription.

Android mobile devices with the survey application installed.

Inputs Provided
Desktop-based route feasibility analysis and planning.

Preliminary GP and OLT locations (subject to adjustment during ground survey).

Standard survey templates for GP and OLT data collection.


Key Outcomes
This project will enable:

Accurate mapping of the OFC route from BHQ to each GP.

Identification of existing and required infrastructure.

Precise ROW and landmark data for smooth project execution.

Reliable basis for network design, implementation, and future maintenance.
Terms & Conditions: Eligibility

Vendors must have prior experience in GIS-based physical surveys for telecom or OFC projects.

Vendors must provide documentary proof of relevant past projects, client references, and technical certifications for survey staff and equipment.

Accuracy Requirement

Vendors must guarantee positional data accuracy of ?20 cm for all GPS tracks, landmarks, road edges, and property boundaries, as per the project scope.

Surveys failing to meet this accuracy threshold shall be rejected without liability on the part of the project owner.

Compliance with Scope

Vendors shall strictly follow the Scope of Work detailed in the project description and Annextures 1–3.

All deliverables must be submitted in the prescribed formats, including KML tracks, geo-tagged images, completed GP and OLT templates, and ROW data with chainage.

Technology and Equipment

Vendors must deploy GNSS RTK devices compatible with SOI CORES subscriptions.

Survey mobile applications used must be capable of real-time, accurate data collection, integrated with RTK devices.

Personnel and Conduct

All surveyors must be qualified and trained in using RTK GNSS equipment and GIS survey applications.

Vendors must ensure professional conduct by survey teams; any misconduct shall result in disqualification and blacklisting.

Data Ownership and Confidentiality

All collected data, reports, images, videos, and other deliverables shall remain the sole property of the project owner.

Vendors must not share, sell, publish, or otherwise disclose any project data to third parties without prior written consent.

Timeframe

Vendors shall complete the entire scope of work, including data submission, within the agreed project timeline specified in the work order.

Delays beyond the approved timeline without valid justification may attract liquidated damages at the rate of 0.5% of the contract value per week, up to a maximum of 10%.

Quality Standards

Vendors must achieve a minimum of 95% attribute coverage for required landmarks, and 100% geo-tagged photographs as defined in the acceptance criteria.

The project owner reserves the right to reject incomplete or substandard surveys.

Right of Way (ROW)

Vendors are responsible for accurately collecting ROW information and ensuring data validity for all authorities (e.g., NHAI, State Highways, Railways, Forest Departments).

Vendors shall obtain required permissions for access to restricted or sensitive areas during the survey, if necessary.

Safety and Compliance

Vendors shall adhere to all applicable laws, regulations, and safety guidelines, including labor laws and government advisories.

Vendors shall indemnify the project owner against any claims, damages, or penalties arising due to their negligence or non-compliance.

Payment Terms

Payment milestones will be defined in the final contract.

Payments will only be released after approval of deliverables by the project owner’s verification team.

Warranty and Support

Vendors shall support clarifications and provide corrections for any errors or omissions in survey data for a period of 60 days post final acceptance, at no additional cost.

Termination Clause

The project owner reserves the right to terminate the contract without liability if the vendor fails to comply with any of these terms, or if work quality, timeliness, or professional conduct is deemed unsatisfactory.

Dispute Resolution

Any disputes shall be settled amicably between parties; failing which, disputes shall be subject to arbitration under the Arbitration and Conciliation Act, 1996, with the jurisdiction of the project owner’s location.

Force Majeure

Neither party shall be liable for delays or failure to perform due to acts of God, natural disasters, strikes, war, or other circumstances beyond reasonable control, provided the affected party promptly notifies the other in writing.
Eligibility Criteria: To qualify for participation in the bidding process, vendors must meet the following eligibility criteria. Non-compliance with any requirement may result in rejection of the bid without further consideration.

Experience

The vendor must have successfully completed at least two (2) GIS-based physical survey projects for telecom, OFC, or similar infrastructure works in the last five (5) years.

Each project referenced should cover a minimum of 100 kilometers of surveyed route or involve work for government/public sector undertakings (PSUs)/telecom operators.

Technical Capability

The vendor must own or have access to GNSS RTK survey equipment capable of delivering positional accuracy of ?20 cm, supported by valid calibration certificates.

The vendor must possess or demonstrate capability in using Android-based GIS survey applications integrated with RTK devices for real-time data collection.

Human Resources

The vendor must have a minimum of five (5) qualified surveyors on payroll or under valid employment agreements, trained in RTK GNSS operations and GIS data collection.

Each surveyor must hold certifications or documented training in GIS/RTK survey techniques.

Financial Standing

The vendor’s average annual turnover in the last three financial years should be at least INR 50 lakhs or equivalent in other currencies.

The vendor must submit audited financial statements or CA-certified turnover certificates as proof.

Legal Compliance

The vendor must be a registered entity (company, partnership, LLP, or proprietorship) under applicable laws in India or the country of origin.

The vendor must possess valid GST registration (if Indian) and relevant local/state registrations.

The vendor should not be blacklisted or barred from participating in government or PSU projects in India or abroad. A self-declaration to this effect must be submitted.

Quality Assurance

The vendor must have an established in-house Quality Management System (QMS) for survey data collection and validation processes.

Past Performance

Vendors must submit at least two client references from completed projects, including contact details for verification of performance, adherence to timelines, and data quality.

Equipment Availability

The vendor must provide a declaration of ownership or rental agreements for:

GNSS RTK receivers (minimum 2 units).

Android smartphones or tablets (minimum 2 units) with compatible GIS survey applications.

Compliance with Project Requirements

The vendor must confirm, in writing, their acceptance of the Scope of Work, Terms & Conditions, and project specifications outlined in the tender/RFP documents.