<<

SURVEY OF

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF CITY (ZONE-A)

Survey of Pakistan, Faizabad, Road, Rawalpindi

Table of Contents 1. Project Overview ...... 3 2. Request For Proposal ...... 3 2.1 Validity Of The Proposal / Bid ...... 3 2.2 Brief Description Of The Selection Process ...... 3 2.3 Bid Security ...... 4 2.4 Schedule Of Selection Process ...... 4 2.5 Pre-Bid Conference ...... 4 3. Instructions To The Prospective Bidders ...... 5 4. Data Sheet ...... 10 5. Bid Proposals ...... 13 6. Financial Proposal / Bid ...... 15 7. Evaluation Process ...... 16 8. Technical Evaluation Criteria ...... 17 8.1 Score: ...... 17 8.2 Firm Profile: ...... 17 8.3 Evaluation and Financial Proposals ...... 27 9. Appointment of Vendor ...... 28 9.3 Substitution of Key Personnel ...... 28 10. Award of Work ...... 29 11. Execution of Agreement ...... 29 12. Commencement of Assignment ...... 29 13. Terms Of References for Cadastral Mapping – Karachi Zone-A ...... 29 13.1 Scope of Work ...... 30 13.2 Objectives ...... 30 13.3 Digitization Using Parcel Fabric Dataset Model...... 30 13.3.1 Scanning and Indexing of Record ...... 31 13.3.2 Mosaicking and Stitching ofmussavies ...... 31 13.3.3 Ortho-rectification of UAV images/aerial photography / Satellite Images ...... 31 13.3.4 Digitization Using Parcel Fabric Dataset Model...... 31 13.3.5 Standards for Positional Accuracy ...... 32 14. Support Period ...... 33 15. Technical Forms ...... 33 16. Monitoring of Work ...... 33

1

17. Deliverables ...... 33 Form TECH-1: ...... 34 Form TECH-2: ...... 37 Form TECH-3: ...... 38 Form TECH-4: ...... 40 Form Tech-5 ...... 41 Form TECH-6: ...... 44 Form TECH-7 ...... 46 Form TECH-8: ...... 47 Financial Forms ...... 49 Form FIN-1 ...... 49 Form FIN-2 ...... 50 Form FIN-3: ...... 51

2

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF KARACHI CITY (ZONE-A)(122 Sq Km)

1 PROJECT OVERVIEW The land record system in is century old with its scope limited to recording of data for rural lands only and its purpose was originally confined to collection of annual taxes. The current system of land records focuses on administration of landholdings which groups a set of land parcels together for recording of their collective ownership information. This scheme, however, becomes highly inefficient when applied to urban properties. No standard system of recording rights in urban areas exists in Sindh where gap is being filled by other agencies working in their own respective jurisdictions in isolation from others. Sindh has, therefore, no single repository of land records which would otherwise play a critical role in the planning and administration processes of government.

Major challenges are associated with current urban land records system inKarachiity (Zone-A) which at best can only be described as a make shift arrangement. Despite multitude of records, some 20 – 25 % of urban properties are considered to not having been registered anywhere. As a result, land use planning/development is seriousely hampered and land rights litigation is widespread.The existing Revenue Records have not been updated in areas that have been converted to urban areas. Moreover, the record does not cover the historical urban areas at all.Several records registries are maintained by multiple agencies. There is widespread litigations over the title chain, transfer of property, partition of inheritance, gift, and demarcation of land etc. Negative impacts to economic growth, fiscal balance, poverty reduction and good urban development are apparent and significant.

2. REQUEST FOR PROPOSAL Survey of Pakistan Invites Proposals from eligible bidders/firms for “Cadastral Mappingof Karachi City (Zone-A) approximate area(122 Sq Km)”.Survey of Pakistan intends to select the Firm through a competitive bidding process in accordance with the procedure set out herein.

3

RFP document can be downloaded from the Website of the Public Procurement Regulatory Authority (PPRA), and can also be obtained on the following addressvon payment: Project Coordinator Survey of Pakistan, Rawalpindi Contact No. 051-9290217 2.1. Validity of the Proposal / Bid The Proposal shall be valid up to 90 days as per PPRA Rule

2.2. Brief description of the Selection Process The Bidders will send their Proposals in two sealed envelopes as mentioned in clause 3. Single Stage- Two Envelop Procedure as per PPRA Rule 41 (3) will be adopted. The selection process in evaluating the Proposals comprising of Technical and Financial Bids to be submitted in two separate sealed envelopes Single stage two envelopes procedure. In the first phase, a technical evaluation will be carried out as specified in Clause 8. Based on this technical evaluation,in the second phase, a financial evaluation will be carried out as specified in Clause 8.3.

2.3. Bid Security

All bidders are required to submit Rs.2% earnest money in financial proposal envelop in the form of a bank guarantee or Bank draft/pay order. The Earnest Money should be furnished by a reputable bank in favor of Project Director, Survey of Pakistan, Rawalpindi and shall be valid for a period of three (3) months.A certificate for attachment of same must be indicated in technical bid. The bank guarantee / pay order for earnest money will be returned to the responsive bidders on signing of the contract with the successful bidder and the earnest money of technically non-responsive bidder will be returned within 30 days. Bidders submitting a proposal without acceptable earnest money would be immediately disqualified.

2.4. Schedule of Selection Process

S.NO ACTIVITIES SCHEDULE 01. Date of issue 31 December, 2020

4 02. Last date for receiving queries/clarifications 07 January, 2021

03. Pre-Bid Conference 11 January, 2021

04. Client response to queries 11 January, 2021

05. Proposal Due Date for submission and 18 January, 2021 Opening of Technical bids

07. Opening of Financial Bid 26 January, 2021

(Above dates may be changed, if circumstances warrant so.)

2.5. Pre-Bid Conference The date, time and venue of Pre-Bid Conference shall be: Date: 11 January, 2021 Time: 12:00 hrs.Venue: Project Coordinator Survey of Pakistan, Rawalpindi.All communications including the submission of Proposal should be addressed to:

Project Coordinator, Survey of Pakistan Muree Road, Rawalpindi

Phone: 051-9290217 Fax: 051-9290212

All communications related to the project should clearly be marked as “Cadastral Mappings of Karachi City (Zone-A)approximate area (122 Sq Km) ” onthe top of the envelope.

3. INSTRUCTIONS TO THE PROSPECTIVE BIDDERS

3.1. Detailed description of the objectives, scope of services, deliverables and other requirements relating to this project are specified in this RFP. The manner in which the Proposal / Bid is required to be submitted, evaluated and accepted is explained in this RFP. 3.2. The Bidder shall submit its Proposal in the form and manner specified in the RFP. The Technical Bid shall be submitted in line with the respective form at TECH-I and the Financial Bid shall be submitted in the form at FIN-I. Upon selection, the Bidder shall be required to enter into an agreement with the Client on finalization of bidding process. However, some clauses may be

5 modified on mutually agree-able terms. 3.3. Bidder should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Bidders are encouraged to visit the Client before submitting a proposal and to attend a pre-bid conference as specified in the schedule. Bidders should contact the Client’s representative to obtain additional information on the pre-bid conference, and should ensure that these officials are advised in advance of the visit with adequate time to allow Project Director to make appropriate arrangements. 3.4. Bidder may request a clarification on the RFP documents up to the number of days indicated above before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means, and will send written copies of the response (including an explanation ofthe query but without identifying the source of inquiry) to all Bidders. 3.5. At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing, or by standard electronic means. The addendum shall be sent to all bidders and will be binding on them. The Bidders shall acknowledge receipt of all amendments. To give Bidder reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals. 3.6. The original proposals (Technical and Financial) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder themselves. The person who signed the proposal must initial such corrections. 3.7. An authorized representative of the Bidder shall sign all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney on stamp paper accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked “ORIGINAL”. 3.8. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly

6 marked “FINANCIAL PROPOSAL” and clearly mentioning the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and be clearly marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE APOINTED OFFICIAL”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. Such anoccurrence may be the case for Proposal rejection.If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. 3.9. The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated above, or any extension to this date in accordance with rules. Any proposal received by the Client after the deadline for submission shall be returned unopened. 3.10. From the time the Proposals are opened to the time the Contract is awarded, the Bidder should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Bidder to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Bidder Proposal. 3.11. The technical evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system specified in the RFP. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not respond to meet evaluation criteria. 3.12. After the technical evaluation is completed, the Client may inform the Bidders who have submitted proposals that the technical scores obtained by their Technical Proposals, and shall notify those Bidder whose Proposals did not meet the minimum qualifying mark or were considered non-responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. 3.13. According to PPRA rule, “the procuring agencies may seek un-conditional discount by incorporating the same in bid solicitation documents. The bidder may offer un-conditional disacount, in percentage of their quoted price or bids,

7 before opening of the of the financial proposal. The discount bid price shall be considered as original bid for evaluation being an integral part of the bid. No offer of discount shall be considered after the bids are opened.” The bidder will offer discount in term of percentage of financial bid in writing on Firm letterhead. The bidder may not forget to bring Firm letterhead on the day and time of opening of Financial Bid. 3.14. Financial Proposals shall be opened publicly in the presence of the qualified bidders or their representatives who choose to attend. The name of the Bidders, and their technical scores shall be read aloud. The Financial Proposal of the Bidder who meet the minimum qualifying marks will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall then be opened, and the total rate/prices/cost read aloud and recorded. 3.15. All documents relevant to data entry including the prints prepared by the Firm shall become and remain the property of the procuring Client; Any restrictions on the future use of these documents by the Firm shall be specified in the conditions of the contract. 3.16. Procuring Client may negotiate with the most advantageous bidder regarding methodology, work plan, staffing and special conditions of the contract. The procuring Client shall not permit substitution of key staff, unless both parties agree that undue delay in selection process makes such substitution unavoidable. 3.17. Bidders should note the Proposal Due Date (PDD), for submission of proposals. Except as specifically provided in this RFP, no supplementary material will be entertained by the Client and that evaluation will be carried out only on the basis of Documents received by the closing time of Proposal Due Date. Bidders will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For avoidance of any doubt, the Client reserves the right to seek clarifications under and in accordance with the provisions of Clauses. 3.18. Bidder shall not submit any document after PDD except in response to any clarification sought by Project Director and in response to clarifications no change shall be made. 3.19. The TOR’s mentioned in the RFP and Technical Proposal received from the bidder will be integral part of agreement.

8 3.20. If the successful Firm fails to deliver the deliverables within stipulated period, its earnest money will be fortfeited and it will be blacklisted. 3.21. Liquidation Damages: The firm has to pay liquidation damages for the period of delays in supply of deliverables upto rate of 2% of the contract price per month or part of a month exceeding the original delivery period subject to the provision that total liquidation damages thus levied will not exceed 10% of the total contract price. 3.22. Performance Guarantee: The bidder shall provide to SoP, a Performance Guarantee issued by A-Plus Pakistani Scheduled Bank, having a value of 10% of the contract price and which is valid for 12 months beyond the expected date of delivery of final data. SoP shall confirm the authenticity / guineneness of the Bank Guarantee from the concerned Bank. Performance Guarantee shall be submitted just after successful submission of deliverables anf after obtaining Acceptance letter from SoP. 10% performance guarantee will remain held with SoP and be released on expiry of Support Period. The tenure of Performance Guarantee will be extended if the deliverable is up to the mark and needs improvement. a. Bank Guarantee furnished against this contract is un-conditional and en- cashable at the will of the firm. Firm will undertakes not to hinder/restrain its encashment through court, extra judicial or any other way( including administrative process) b. If the firm fails to produce the Bank Guarantee within specifies period, SoPreserves the right of cancelling the contract at the risk and expence of the firm. In the event of un-satisfactory performance or of any breach of terms of the contract, the bank guarantee shall be forfeited to the govt at the discretion of the firm. 3.23. Confidentiality: The firm shall not, during the process of execution or after expiration of this contract, disclose any proprietary or data without the prior written consent of SoP. 3.24. Force Majeure: Both the parties shall not be held responsible for any delay occurring in the Project due to event of Force Majeure such as acts of God, War, Civil commotion, Strike, Lockouts, Act of Foreign Govt and its agencies and disturbance directly affecting the parties over the events or circumstances where both the parties have no control. In such an event both parties will inform each other within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances / happening in

9 writing. 3.25. Litigation: In case any dispute, only court of law at Rawalpindi/ have jurisdiction to decide the matter. 3.26. Pre-Bid Conference 3.22.1 Pre-Bid Conference of the Bidders shall be held on the designated date, time and place. Only those Bidders, who have purchased the RFP document or downloaded the same from the Official Website, shall be allowed to participate in the Pre-Bid Conference. A maximum of two representatives of each Bidder shall be allowed to participate on production of an Authorization Letter from the Bidder. 3.22.2 During the course of Pre-Bid Conference, the Bidders will be free to seek clarifications and make suggestions for consideration, however, that the bidders have previously expressed those points in writing. It shall be endeavored to provide clarifications for facilitating a fair, transparent and competitive Selection Process.

4. DATA SHEET

Paragraph Reference

Name of the Client: Survey of Pakistan

Name of the Assignment: Cadastral Mapping of Karachi City (Zone-A)(122 Sq Km)

Method of Procurement: Single Stage – Two Envelop Procedure

Special Terms & Conditions of Contract

4.1 Survey of Pakistan invites sealed bids containing One Original Technical and Financial Proposal and two copies of technical & financial proposals from all interested Bidders for this RFP.

4.2 The Bidder must quote for the complete scope of work as per TORs. The bid offering partial scope of work shall be rejected as non-responsive.

4.3 The Technical Proposal should contain all the bid items/solutionswithout quoting the price and must list firm’s clientele, details of past projects,

10 equiptments, items specification etc.

4.4 Interested bidders may obtain further information on the bid and inspect the bidding documents at the office of Project Director.

4.5 All interested bidders can receive RFP from the office of Project Director, by submitting an application on their letterhead on payment of Rs. 2000.

4.6 All bids must be delivered to the office of the Project Director, on or before 18th January, 2021 at 1200 hrs. The bids will be publicly opened in the office of Project Director, at 12.30 Hrs on the same day in presence of bidders who wish to attend bid opening for official confirmation of the participating bidders. 4.7 The client will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 4.8 Bidders shall submit bids, which comply with the biddingdocuments, Alternative bids will not be considered.

4.9 Conditional bids will not be acceptable. 4.10 Authority Letter from Principal Company for product and vendor authentication is to be provided by the bidder. 4.11 Every page of the original proposal documents should be signed and stamped by the bidder and proposal to be submitted in binded form otherwise bid will not be accepted. 4.12 Any firm, which furnishes wrong information, will be liable for legal proceeding. Any contract awarded in such case when find out, will be cancelled. 4.13 The bidder/lead should not be blacklisted by any of itsclients. An affidavit to this affect must be submitted by the bidder. 4.15. Implementation Plan is critical to the success of the project. A detailed Implementation Plan is to be prepared by the Firm and be part of the proposal.

4.16. Payment Schedule shall be based on the deliverables and will be detailed at the time of the contract.

11 4.17. Acceptance Criteria: Bidding is open to all Bidders that meet the eligibility criteria and minimum qualification criteria relating to previous experience, delivery capability, firms standing, etc., as stated in the RFP. Interested Bidders may obtain further information from the office of the Project Director and inspect the Bidding Documents during working hours by contacting at the address given below:- ProjectCoordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.18. Evaluation criteria are given belowfor the selection of the Firm.

4.20. The pre-bid Conference will be held on 11 January, 2021 at 12:00 pm at Survey of PakistanRawalpindi. 4.21. In case of questions regarding pre-bid conference please contact: Project Coordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.22. The Client will provide the following inputs and facilities: 4.22.1 The validity period i.e. validity of proposals within period of Award of Contract, would be 90 days. The financial & Technical Proposal of the bid can be considered for variation subject to significant change in the agreed upon scope of work,

4.23 The Firm has to submit documentary evidence (sufficient & acceptable) to the client and subject to approval of the client which will deem to have the final say on this subject. 4.24. Proposals shall be submitted in English language. 4.25. Amounts payable by the Client to the Firm hired under the contract would be subject to all local taxation. 4.26. Taxes shall be deducted from each payment made to the Firm as per Income Tax Rules and Regulations prescribed by . 4.27. Each party shall be liable for its own taxes. The prices quoted by the Firm in its financial proposal will be considered inclusive of all applicable taxes.

12 4.28. Firm is to state local cost in the national currency. 4.29. Firm must submit the original and three copies of the Proposals. 4.30 The Employer at its sole discretion may terminate the bidding process and cancel the bids for any packages at any time without effecting the bidding process of other packages

5. BID PROPOSALS

5.1TECHNICAL PROPOSAL:

Bidders shall submit the technical proposal in the formats at TECH- I(the“Technical Proposal”).While submitting the Technical Proposal, the Bidder shall in particular, ensure that:

i. All forms are submitted in the prescribed formats and signed by the Prescribed signatories. ii. Power of Attorney, if applicable, is executed as per Applicable Laws; iii. CVs of all Professional Personnel must be incorporated in the proposal. iv. Key Personnel have been proposed only if they meet the Conditions of Eligibility laid down Evaluation Criteria. v. Only one CV for each position has to be furnished not alternatives will be accepted. vi. The CVs have been recently signed and dated in blue ink by respective Personnel and countersigned by the Bidder. Photocopy or unsigned / countersigned CVs shall be rejected. vii. The CVs shall contain an undertaking from the respective Key Personnel about his/her availability for a period of one year with the firm.

5.2.Failure to comply with the requirements listed in Clause 5.1will make the Proposal liable to be rejected.

5.3.If an individual Key Personnel makes a false statement regarding his qualification, experience or other particulars, or his commitment regarding availability for the Project is not fulfilled at any stage after signing of the Agreement, he shall be liable to be debarred for any future assignment for a period of 5 (five) years. The award of this service to the Bidder may also be liable to cancellation in such an

13

event.

5.4. The Technical Proposal shall not include any financial information relating to the Financial Proposal.

5.5. The proposed team shall be composed of experts and specialists (the “Professional Personnel”) in their respective areas of expertise and managerial/support staff (the “Support Personnel”) such that the Firm should be able to complete the Project within the specified time schedule. The Key Personnel specified in TOR’s shall be included in the proposed team of Professional Personnel. Other competent and experienced Professional Personnel in the relevant areas of expertise must be added as required for successful completion of these services. The CV of each such Professional Personnel, if any, should also be submitted in the format at TECH-4, TECH-5 & TECH-6.

14

5.6 The Client reserves the right to verify all statements, information and documents, submitted by the Bidder in response to the RFP. Any such verification or the lack of such verification by the Client shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Client there-under.

5.7 In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Vendor either by issue of the LOI or entering into of the Agreement, and if the SelectedBidder has already been issued the LOI or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Client and the Client shall not be liable in any manner whatsoever to the Bidder or Vendor, as the case may be. In such an event, the Client shall forfeit the Earnest Money as mutually agreed pre- estimated compensation and damages payable to the department for, inter alia, time, cost and effort of the department, without prejudice to any other right or remedy that may be available to the department.

6. Financial Proposal / Bid

6.1 Bidders shall submit the financial proposal in the formats at FIN-I (the “Financial Proposal”) clearly indicating the rate/ total cost of the services both in figures and words, in PKR, and signed by the Bidder’s Authorized Representative. In the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Financial Proposal, the lower of the two shall prevail. 6.2 While submitting the Financial Proposal, the Bidder shall ensure the following: 6.2.1 All the costs associated with the assignment shall be included in the Financial Proposal. These shall normally cover as per scope of work mentioned in TOR’s and remuneration related to digital cadastral mapping through full fledged GIS Labs,extensive GNSS/DGPS

15

survey,transportation, deployment of Human Resources, commissioning, Capacity Building, technical support, and other services necessary for proper digitization of record and may also include but not limitedto visits of key personal staff, resident engineers, accommodation, airfare, equipment, printing of documents, surveys, geo-technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected. 6.2.2 The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. 6.2.3 Rates/costs (including break down of costs according to the FIN -3) shall be expressed in PKR.

7. EVALUATION PROCESS

ELIGIBLITY CRITERIA

S.No PRE-QUALIFICATION CRITERIA DOCUMENTARY EVIDENCE

01. Registered with Securities & Exchange Certificate of Registration Commission of Pakistan (SECP) under the Companies Ordinance 1984.

02. Registered with FBR for Income tax and must Certificate of Registration be on FBR’s Active Tax Payers List

03. Registered with Survey of Pakistan Certificate of Registration

04. Financial Capability of Firm 200 Million Audited balance sheets/Letter signed by a registered audit firm or a CA must be submitted as proof of turnover for last three years.

05. Submit a self-declaration for not being under Declaration signed and stamped by legal action for corrupt or fraudulent bidder practices(blacklisted) by any Government Organizations.

16

06. Relevant Experience: - Attach copies of Supply Orders with relevant completion certificate or Successfully accomplished at least Three GIS Signed Agreement with the procuring Projects in Government sector. agency.

Successfully accomplished at least two Attach signed & stamped copy of Cadestral projects. original Agreement duly attested by Notary Public with clearly identification of roles of each firm.

8. Technical Evaluation Criteria 8.1. Bidders scoring 65% or more in the technical evaluation will be technically qualified otherwise considered disqualified.Relative Weights given to the different evaluation criteria are shown in the table below:

Weight Evaluation Criteria Weightage

W1 Company/Firm Profile (EC1) 10%

W2 Experience of the Firm (EC2) 20%

W3 Project Team (EC3) 20 %

W4 Approach and Methodology (EC4) 35 %

W5 Equipment Available(EC5) 15 %

The Technical Score, St will then be obtained by the following formula: St = (EC1 *W1/100) + (EC2 *W2/400) + (EC3 *W3/200) + (EC4 *W4/300)+ (EC5 *W5/100) where, EC1, EC2, EC3, EC4 & EC5 are the total component scores against Company profile, Experience of the Firm, Project team and Approach & Methodology criteria and equipment respectively. The technical criteria and their details are given below:

17

8.2.1 Firm Profile (EC1): Profile of each bidder will be evaluated on the basis of the following three factors:

S.No Item Score A. Registration with Survey of Pakistan 50 B. Financial Capability 30 C. Certifications of the Firm 20 Total (A+B+C) 100

8.2.2. Registration with Survey of Pakistan (A)

The firm requires to be registered with the Survey of Pakistan under Mapping Act 2014, Government of Pakistan.

Registration Category Marks Assigned (C) Parameter S1 Category 50

S2 Category 40 Attach Registration S3 Category 30 Certificate from Survey of Pakistan S4 Category 20

Sub Total (A) 50

8.2.3 Financial Capability of the Firm (B)

S.No. Financial Strength Marks Documentary Assigned Evidence

01. Over all Average Turn Over of the Audited Balance Company in past three Consecutive sheet and Profit & Financial years e.gFY 2017-18, FY Loss; & Certificate 2018-19, FY 2019-2020, from the statutory auditor should be Less than 200 Million 10 attached determining thecombined 200 to 500 Million 20 turnover of the company in past 500 to 700 Million 25 three fiscal years 700 Million To 1 Billion 30

Sub Total (B) 30

18

8.2.4 Certifications of the Firms (C)

S.No Certification Marks Documentary Assigned Evidence 01. ISO 27001 Information Security 10 Management System (ISMS) Attach Relevant 02. ISO 9001 Quality Management 10 Certificates System (QMS) Sub Total (C) 20

EC (1) = A + B + C

8.2.5 Experience of the Firm (EC2): The experience of each firm will be evaluated on the following factors:

S.No Item Score 1. Number of GIS Projects (D) 250 2. Volume of similar Cadestral Projects 150 (E) Total (D+E) 400

8.2.2.1 Number of Projects (D) Scoring in this segment is done on the basis of following formula: Marks No. of Score Max Parameter

Bidder’s Experience Assigned for projects obtained Marks each Project executed (G*H) (G) (H)

GIS Projects related to Land Record in Attach Government Sector which includes the Completion following activities: - Certificate  Field Survey using GPS/DGPS OR equipment’s to collect reference points Work Order (area 30 – 200 Sq Km). OR  Digitization of Cadastral Map using 20 100 Contract High Resolution Satellite Imageries Agreement  Development of GIS Application for OR viewing, editing and managing of Any Other cadastral map and linkage with Record Certified of Rights. Document

19

Development & Deployment of GIS 10 100 applications other than Land Record

Land Developed & RevenueMIS Deployed LRMIS 10 30 (LRMIS) Project Application Digitization of Land Record i.e. 5 20 Scanning & Data Entry of record Sub-total (D) 250

8.2.2.2 Volume of Similar Assignments (E)

One aspect of the firm’s ability to undertake any given assignment successfully is whether the similar assignments i.e. GIS Solution for Land Record Projects, it executed is also comparable in terms of cumulative volume and value of GIS Projects: -

Criteria Marking Criteria Marks Parameter Cadastral Mapping of Land Parcels Above 1,000,000 50 Attach Completion Land Parcels with all 500,000 to 1,000,000 25 Certificate OR Work given attributes 300,000 to 500,000 15 Order (including) dimensions ORContract Agreement and or spatial object mentioning the number using parcel fabrication of digitized land parcels technique using parcel fabric technique ORAny Other Certified Documents Digitization of Land Land Parcels Above 1,000,000 50 Attach Completion parcels using 500,000 to 1,000,000 25 Certificate ORWork dimensions and 300,000 to 500,000 15 Order attributes method i.e. ORContract Agreement Geo-referenced mentioning the area in cadastral map acres/sq. km of digitized cadastral maps using conventional methodORAny Other Certified Documents Value of the Project Above 700 Million 25

20

500 to 700 Million 10 Attach Completion 200 to 500 Million 5 Certificate OR Work Order ORContract Agreement mentioning the value of the projectsORAny Other Certified Documents GIS experts deployed Above 20 15 Attach Attested Payroll for the projects 15 to 20 10 of the employees with contact details paid 10 to 15 5 during the assignment Status of GIS Lab Above 100 Workstations 10 Valid Documents to functioning within the 50 to 100 5 authenticate the firm for digitization in 10 to 50 2 functional GIS Lab parcel fabrication along with the installed dataset modeli.e. licensed GIS tool licensed tools for GIS development Sub-total (E) 150

EC (2) = D + E

8.2.3 Project Team (EC 3): This section of the evaluation rates the team nominated by the firm to execute the assignment. For this, each CV of following Human Resource will be evaluated separately on the basis of education and past experience. 8.2.3.1 Human Resource Capability: -

S.No Position No. of Maximum Resources Marks 01. Project Manager 01 20 02. GIS Specialist 01 10 03. Land Revenue Specialist (Retired Revenue Officer in BS-16 or higher with 02 2 * 10 = 20 domain knowledge) 04. GIS Application Development Manager 01 10 05. GIS Development Manager 01 10

21

06. Geodatabase Developer 02 2 *10= 20 07. GIS Analyst/Geospatial Data Engineers 08 5 * 8= 40 08. GIS Application Developer 04 5 * 4= 20 09. I.T Specialist 01 10 10. Communication Specialist 01 5 11. DGPS Survey Manager 01 15 12. DGPS Survey Specialist 04 5 * 4 = 20 Total Marks 200

All firms are to be evaluated for a similar sized project team.

Each CV submitted by the firm is evaluated on three criteria:

S. No. Criteria Scores i. Relevant Education & Qualification (I) 20 ii. Relevant Background (J) 70 iii. Time with Firm (K) 10 Total (I+J+K) 100

8.2.3.2 Education & Qualifications (I)

Each individual is ranked on: S. No. Criteria Weightage 1 Relevant Academic Qualifications 10 2 Relevant Professional certification 15 Total (I) 25

i. Relevant Academic Qualification S. No. Criteria Weightage % age share 1 Bachelor/Master Degree in 15 80 GIS/Geoinformatics (16 Years Education)

22

2 MS Degree in 20 100 GIS/Geoinformatics (18 Years Education)

(Note: - For Revenue Specialist Maximum Marks will be given on 12 years of Education i.e. 20 Marks (Bachelor/Master/MS degrees not required) (Note: - For DGPS Survey Manager and DGPS Survey Specialists, registration from the Survey of Pakistan in individual category is mandatory)

ii. Relevant Professional Certification If the individual has a relevant professional certification by a recognized body that is relevant to his/her role in the assignment, full score (20%) will be given. (Note: - For Revenue Specialist, Patwar Training School Certificate or Government Retirement proof is required)

8.2.3.3 Relevant Background (J) Relevant background for each individual is evaluated on four factors: S. No. Item Weightage 1 Number of similar assignments (In past 10 yrs.) 25% 2 Value of largest similar assignments (In past 10 yrs.) 15% 3 Role in similar assignments 30% 4 Time Spent in similar assignments (In past 5 yrs.) 30%

i. Number of Similar Assignments The number of similar assignments, (N) listed on the individual’s CV for the past 10 years will be compared with a base value (Ts = 5) Sub‐component score = (N / Ts) x 25% Max score awarded for this sub component is 25%. ii. Value of Largest Similar Assignment The value of the largest similar assignment listed on the individual’s CV for the past 10 years is compared to the present assignment. The grading is then done according to the following table: Value in comparison to present Grade (G) assignment 80%+ 100%

23

50%‐80% 65% <50% 30% Sub‐component score = G of 15%

iii. Role in Similar Assignments The role of the individual in previous similar assignments listed on his/her CV is compared to the proposed role in the present assignment. The grading is then done according to the following table: Grade (G) Role in number of similar Project 2 or more 1 Exactly similar 100% 65% Support role to similar 65% 42.25% Slightly similar 30% 19.5% Sub-component score = G of 30% iv. Time Spent in Similar Assignments Time spent by the individual on similar projects in man-months (N) will be compared with the total number of possible man-months in the past 5 years, i.e. 60 months. Sub-component score = (N/60) x 30%

8.2.3.4 Time Spent with Firm (K)

If an individual has been working with the bidding firm for 12 or more months, he/she will be given 10 marks, otherwise 0. EC 3= (I+J+K)

8.2.4 Approach & Methodology (EC 4): This section will evaluate the firm’s solution to the TOR’s. This section comprises two sub sections, i.e. a) Understanding & Innovativeness b) Methodology Item Weighted Score Understanding 30 Innovativeness 30

24

Methodology 30 Each section contains several questions that can be given either of the following grades depending on the content of the technical proposal: Grade (G) Quality (Q) Weight (W) A Excellent 5 B Good 3 C Average 2 D Absent 0

8.2.3.1 Understanding and Innovativeness (L)

S. No. Criteria Grade 1 Demonstrate your proven track record in conducting similar large complex GIS Project related to Land Record 2 Explain your experience of the GIS applications related to land records for other government departments 3 Demonstrate your proven track record in executing the projects which are related to land parcels digitization by using the parcel fabric dataset model 4 Demonstrate your proven track record regarding the issues/problems raised in the project and measures taken to mitigate the problem. 5 Prove your experience of building land maps of unsettled areas/missing mussavies areas and its digitization at khasra level 6 Explain the proven experience in mobile and web application development and integration of the field data with the land record GIS data layers. Also elaborate the mobile applications developed in past and its concurrent users; with an offline functional mode with inbuilt support for GIS maps and data Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 6, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score= (N/6) x 30

25

8.2.3.2 Methodology (M) S. No. Criteria Grade

1 Outline your Methodology for Designing, managing and implementation of this project keeping in mind the scope of work and the unique nature of the records. Include the following in your Project Management Methodology: - . Your Vision for the Land Record Digitization. . Project Team Structure . Field survey and data integration methodology . Parcel fabrication details . Quality Assurance and Quality Control 2 Detail how you intend to prepare records for scanning (include unbinding, repairing, cleaning, rebinding as necessary) and highlight the manpower and time required for this process & strategy for missing musavees and unsettled areas.

3 Describe your management expertise and processes required to develop a coherent program to complete the activity, and to keep the project on track, on time and within the specified cost. (Detailed Work Plan)

4 Provide details of application(s) design parameters.

5 Explain how the information security will be ensured and the storage, backups and retrievals are disaster proof

Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 5, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score = (N/6) x 30 EC 4 = L+ M

26

8.2.5Equipment Available (EC 5): This section will evaluate the firm’s resources in the form of equioent available with the firm.

Equipment Weighted Score UAV 35 GPS 20 Total Station 15 Workstation/computers 30

EC 5 = G+H

TOTAL TECHNICAL SCORE: EC1+EC2+EC3+EC4+EC5

Note: Minimum 65 % is required in Technical Bid evaluation for further consideration. The score given by the Evaluation Committee of the Department shall be final and binding on all the bidders. Keeping in view the availability of time, the vendors may also be asked to provide presentation on the following:

. Company Profile . Understanding of scope of work and requirements . Approach & Methodology (AM) for operations/execution, maintenance and Quality of service . Proposed data entry plan and quality management. . Risk Identification & Mitigation Plan

8.3 Evaluation of Financial Proposals / Bids . For financial evaluation, the total cost indicated in the Financial Proposal will be considered. . The Selection Committee will determine whether the Financial Proposals are complete. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the ToRs within the total quoted price shall be that of

27

the Vendor. The lowest Financial Proposal will be considered as the most advantageous bid.

9. APPOINTMENT OF VENDOR

9.1 Verification of Infrastructure by the Board / Committee members on vendor’s site:The Vendor will provide the under mentioned details as part of Technical Bid:

. Number of hardware with make, model and technical specs to be used in establishment of Lab.

 Number of personnel to be engaged for the project. If currently not employed, then strategy to reach that number (if fails torecruit these personnel before award of the project, then the bidder is liable to lose the contract).

. List of legal software(s) (with number). Legal Software compliance is to be ensured.

. Before the award of the contract, user may visit the facilities of the short-listed Vendor / company and verify the plan as submitted.

9.2 The Client will examine the CVs of all other Professional Personnel and those not found suitable shall be replaced by the Bidder to the satisfaction of the Department.

9.3 Substitution of Key Personnel

9.3.1 The Client will not normally consider any request of the Selected Bidder for substitution of Key Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel and any change therein may upset the ranking. Substitution will, however, be permitted if the Key Personnel is not available for reasons of any inability or due to health, subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client.

9.3.2 The Client expects all the Key Personnel to be available during execution of the Project. The Client will not consider substitution of Key Personnel

28

except for reasons of any inability or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client. As a condition to such substitution, a sum equal to 20% (twenty percent) of the remuneration specified for the original Key Personnel shall be deducted from the payments due to the Bidder. In the case of a second substitution hereunder, such deduction shall be 50% (fifty per cent) of the remuneration specified for the original Key Personnel. Any further substitution may lead to disqualification of the Bidder or termination of the Agreement.

9.3.3 Substitution of the Team Leader will not normally be considered and may lead to disqualification of the Bidder or termination ofthe Agreement.

`10. Award of Work

After selection, a Letter of Award (“LOA”) shall be issued, in duplicate, by the Client to the Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, the Client may, unless it consents to extension of time for submission thereof, appropriate the Earnest Money of such Bidder as mutually agreed genuine pre-estimated loss and damage suffered by the Client on account of failure of the Selected Bidder to acknowledge the LOA, and the next highest ranking Bidder may be considered.

11. Execution of Agreement

After acknowledgement of the LOA as aforesaid by the selected Bidder, it shall execute the Agreement within the specified period. The Selected Bidder shall not be entitled to seek any deviation in the Agreement.

12. Commencement of Assignment

The Selected Bidders shall commence the Services at the Project site within 7 (seven) days of the date of the Agreement or such other date as may be mutually agreed.

29

a. Proprietary Data/Ownership

SoP has the intellectual Property Rights for all the Requirement Analysis Report, Proforma /templates,Digitized Map and Applications. Bidders are not authorized to use these documentsfor any other purpose without the express written permission of SoP.

13. TERMS OF REFERENCESFOR CADASTRAL MAPPING – KARACHICITY (ZONE-A) 13.1 SCOPE OF WORK

The proposed Land Records Management and Information System – Urban would include Digital Cadastral Mapping of KarachiCity (Zone-A)(122 Sq Km).

13.2 OBJECTIVES/RESPONSIBILITIES OF FIRM

1) The firm should be responsible for the provision of the latest high-resolution (10-15 cm) UAV ortho-rectified imagery. 2) The UAV ortho-imagery will be verified/validated by SoP before use for cadastral mapping. 3) The firm should be responsible for collection of all necessary revenue record required for cadastral mapping of the Project area. 4) The Firm will be responsible for the stitching and mosaicking of mussavies using UAV imagery. 5) The Firm shall perform digitization at parcel level; through parcel fabric dataset model prepared by SoP. 6) The firm is responsible to develop mouza boundaries using notifications and mussavies data. 7) High precision RTK GNSS based field surveys should be conducted by the firm for the collection of reference data and verification of the digitized work. 8) The firmwill complete all the associated datasets with parcels / administrative boundaries by following given Data Model.

a. (10-15 cm) UAV ortho-rectified imagerynot older than 01 Feb 2021. b. Accuracy upto 10 cm c. All land record information (as per LRMIS used by BoRs & SoP)

13.3. Digitization Using Parcel Fabric Dataset Model 13.3.1 Scanning and Indexing of Record Scanning and indexing will be carried out of cadastral maps of Project Area.The

30 scanned record Mussavie shall be stored in high resolution tiff format. 13.3.2 Mosaicking and Stitching ofmussavies The Firm will be responsible for the stitching and mosaicking of mussavies. High resolution latest UAV imagesshall be used for project. The UAV images/aerial photography shall be geo-referenced with accuracy for Urban areas better than 10cm so that it supports accurate measurements and referencing. This is an essential step as will lead to the accurate overlay analysis of UAV images/aerial photography/mouza boundaries and field data points. The Firms are required to provide an accuracy assessment report with Root Mean Square (RMS) detail, missing or damaged sheets of the project area. The UAV images/aerial photography must cover area within the boundary of the project of KarachiCity (Zone-A)having area 122 Sq Km. 13.3.3 Ortho-rectification of UAV images/aerial photography The firm will be responsible to procure high resolution latest UAV images/aerial photography as per given requirement. The images must be precisely corrected geometrically and radiometrically to make orthorectified. For the spatial reference of mussavies, in case of unavailability of revenue stones / sehaddas, the firm shall send the surveyors to the field to collect reference points for main features identifiable through UAV images/aerial photography.All the mouza mosaics shall be geo- referenced using high resolution UAV images/aerial photography and must be overlaid inch to inch on the UAV images/aerial photography. 13.3.4 Digitization Using Parcel Fabric Dataset Model The Firm shall perform digitization at khasra/parcel level; through parcel fabrication dataset model by preserving all features and attribute data of vertices, lines, polygons and dimensions with units in the geo-database for Desktop with all the attribute information related to the parcel of landin WGS-84 with UTM Projection System. While storing the attribute information, the textual details on the mussavies shall be stored in the GIS database. The Firm shall be responsible to digitize all the features present on mussavie maps i.e. parcel boundaries, roads, water channels, graveyards, and other similar features by following given data Model. However, the missing landmarks in mussavies (latest developments) shall be digitized and stored as separate layer. The mouza boundary, khasra extent with parcel fabricated details of number, line, polygon and dimensions shall be digitized. Khasra data parcel fabrication model shall incorporate data in a way that the khasra is stored as polygon and also separate lines with details of sides, dimensions and numeric values. The Firm will be responsible for parcel level mapping and parcel fabrication. The

31 firmwill be responsible for the scanning and attribute entry of all the property/ownership documents of the project area within the project duration. The firmwill be responsible for door to door survey for the collection of property/ownership documents. It is required to design and submit survey plan and comprehensive survey form to client which include information of registered deed, PTD, PT1, Fard, PTO, lessee, tenant etc. The firm shall develop a detailed base map of the project area by following SoP data model including road network, house hold level,streets, footpaths, agriculture fields, barren land, forests, pastures, irrigation network etc.The road network shall include Urban Roads, with unique numbers / code assigned to each road / link. The attribute information related to road segments like road length, road width, traffic flow (one way- two way). Household level mapping must include residential, commercial, government buildings, public buildings etc. whereas, public building include schools, hospitals, post offices, parks, police stations etc. After the development of base data and integration of secondary information with base data, topology correction tools shall be used to check all type of topological errors that shall be corrected in GIS environment. All type of errors such as connectivity, nodes, missing linkages, duplicate lines/data entry, mismatching of vertices, badly shaped vector, missing knots at intersection, too many vertices in line, switchbacks and topological errors as overshoot, knots, loops, undershoot and dangle, etc. shall be checked and corrected in GIS environment. After the development of base data and integration of secondary information with base data, all the digitized vector data (points, lines and polygons) shall be checked for Quality Assurance in the field. 13.3.5 Standards for Positional Accuracy: The following standards will be used to define minimally acceptable levels of differential relative positional accuracy required for Cadastral Survey. a. Local Accuracy Standards: 95% Confidence Circle Application Less than 0.050 (m) Cadastral Project Control Less than 0.100 (m) Cadastral Measurements b. Network Accuracy Standards: 95% Confidence Circle Application Less than 0.100 (m) Cadastral Project Control

32 Less than 0.200 (m) Cadastral Measurements

14. Support Period

The Firm has to provide support for a period of one year after the completion of Project. 15. Project Tiime: 6 month from date of signing of Contract Agreement 16. Monitoring of Work: The monitoring to check quality / progress of work will be carried out by SoP team as follow: c. Inspection of UAV aerial photography d. Inspection of pilot project e. Monthly inspection of work

17. Deliverables a. Parcel level vector layersuperimposed on Geo-rectified/ortho-rectified UAV images/aerial photography. b. Geo-database of complete project area on portable storage media with proper indexing. c. Raster and Vector data with complete set of information as mentioned in this document. d. Hard copy of all the documents / record used in the project. e. Monthly progress reports and final project report. f. Miscellaneous

33 Technical Forms

Form TECH-1: Technical Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sir:

We, the undersigned, offer to provide the Project Management consulting services for [Insert title of assignment] for (Package) in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Project Management Consultant] We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Project Management consulting services related to the assignment not later than the date indicated in the schedule.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

34 B – Experience of Firm

[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment.]

Assignment name: Approx. value of the contract (in PKR):

Country: Duration of assignment (months): Location within country:

Name of Client: Total No of staff-months of the assignment:

Address: Approx. value of the services provided by your firm under the contract (in PKR):

Start date (month/year): No of professional staff-months Completion date (month/year): provided by associated Firm:

Name of associated Firm, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

35 Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Firm’s Name:

36 Form TECH-2:

Comments and Suggestions on the Terms of Reference

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

37 Form TECH-3: Description of Approach, Methodology and Work Plan for Performing the Assignment

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (descriptive, inclusive of charts and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing, a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-8.

c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the

38 assignment, the key expert responsible, and proposed technical and support staff.]

39 Form TECH-4: Team Composition and Task Assignments

Professional Staff

Area of Position Name of Staff Firm Task Assigned Expertise Assigned

40 FORM TECH-5 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF 1. Proposed Position [only one candidate shall be nominated for each position]: ______2. Name of Firm [Insert name of firm proposing the staff]: 3. Name of Staff [Insert full name]:______4.Date of Birth: ______Nationality: ______5.CNIC No : ______6. Education: Degree Major/Minor Institution Date (MM/YYYY)

7. Membership of Professional Associations: ______8. Other Training [Indicate significant training since degrees under 6 - Education were obtained]: ______9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: ______10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment on the following format: Employer Position From To (MM/YYYY) (MM/YYYY)

41

11. Detailed Tasks Assigned [List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

1) Name of assignment or project: ______Cost:______Year: ______Starting Date:______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

2) Name of assignment or project: Cost: ______Year: ______Starting Date: ______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

42

[Unroll the project details group and continue numbering (4, 5, …) as many times as is required]

13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

[Signature of staff member or authorized representative of the staff] ______

Full name of authorized representative (attach authority letter): ______Date: (Day/Month/Year)______

43

Form TECH-6: Abstract of Eligible Assignments of Key Personnel

Name of Estimated Designation of Date of Name of firm for S.No. Name of capital cost of the Key Person compensation of Mandays Project which the Client project (PKR) for the assignment spent Key Person assignment worked

(1) (2) (3) (4) (5) (6) (7) (8)

1

2

3

4

5

44

6

7

8

45

Form TECH-7 Staffing Schedule

Staff input (in the form of a bar chart)2 Total staff-month input Name of Staff First Second Fourth Quarter Third Quarter Quarter Quarter Qtr 1 2 3 1 2 3 1 2 3 1 2 3 Total . 1 2 3 4 5 n Total 1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). 2 Months are counted from the start of the assignment. Full time input Part time input

Form TECH-8: Work schedule and planning for deliverable

Months N° Activities 1 2 3 4 5 6 7 8 9 ..... n TOTAL

47

1 List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Client’s approvals. For phased assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in a form of a bar chart.

3. Include a legend, if necessary, to help read the ch

48

Financial Forms Form FIN-1 Financial Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sirs: We, the undersigned, offer to provide the Project Management Consultancy services for [Inserttitle of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: `

49 Form FIN-2 Financial Capacity of the Bidder

S. No. Annual Revenue (PKR) Financial Year

1.

2.

3.

Certificate from the Statutory Auditor #

This is to certify that ...... (name of the Bidder) has received the payments shown above against the respective years on account of Professional Services/Consultancy Fees.

Name of the audit firm: Seal of the audit firm: Date:

(Signature, name and designation of the authorized signatory)

# In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Bidder.

Note: Please do not attach any printed Annual Financial Statement. 50 Form FIN-3: Summary of Cost

S.No. Deliverables Unit Total Price inclusive of all leviable taxes and duties (Rs.)

1 Cadastral Mapping Per Mauza (No. of Mouza at Annex-C)

2 UAV images/aerial photography Sq. Km.

3. Software Development Lumpsum

4. Minimum 14000 Ground Per Point Control Points (GCP) using DGPS equipment

5. Support Period for One Year

1 Indicate the total costs, inclusive of all taxes i.e. ( Income Tax , Services Tax of BRA etc) .

51 ZONE-A

PART A

Goth Ganhwar

Goth Ghulam Muhammad Gongaw Goth Ghulam Muhammad Khan Goth Ali M uhamm ad Bahria Town Degree College Excise D uty C heck Post

Roshan Bagh Goth Angero Khaskheli Hamdarad School Gulistan-e-Hameed Goth Muhammad Ali Rozi CADASTRAL MAP KARACHI Fazaiya Housing Scheme Girls Hostel Madina-tul-H ikm at BAHRIA Town Hamdard University Gulshan-e-Sharmena Boys Hostale Goth Abdul Khaliq Brahui Scale 1:60,000 Baitul Islam Bagh Umar Goth Radho Jokhio Goth Bachal Library Karachi Northern Bypass !¸ Labour Department Flats Al-Janat New Dua Restaurant Metres 1000 500 0 1 2 3 4 5 6 7 8 9 10 Kilometres !¸ Goth Ghulam Qadir Jhokio Goth H aji Sain Dad Aqueduct Goth Younas Sector 63 Sector 63 Sector 74 ´ Sector 73 Haji Ghulam Qadar Goth Gajan Goth Ghulam Rasul Gabol Sector 15 Sector 14 Sector 61 Sector 65 Sector 59 Samama City Sector Sector Eden City Ziarat Murad Shah 51 G 51 H Goth Abdul Rahman Gabol Sector Sector 53 Sector 51 F Sector 60 Eden City Goth 51 E VIP Sector 72 VIP Sector 72 Sector 16/6 Sector Govt. Boys & Girls Degree College Sector Sector 13/7 51 D Kandar 51 C Sector 80 Sector Sector 76 Goth Hamal Goth Phuto Gabol Goth Allah Bakhsh Fiza Spring Society Taisar Town Sector Sector 54 Goth Gul Abad Sector 13/3 51 B Sector 13/5 51 A Cosay Water Park Goth Abdul Rahman Chutta 70 J&K Sector 12 Sector 13/4 (F IN AL STATU S Peshawar NOT YET Goth Mario Faqir Gulistan-e-Ahmed Sector 50 Sector 79 DETER MINED ) Goth Gul Muham mad Kandrani Society

KhwajaShamsuddin Azeemi Road ISLAMABAD Goth R asul Bakhsh Sector 13/1 Abdullah Abad Sector 13/2 Goth Darya Khan Sahtani Goth Haji Ramzan Sector 31A Quetta 30 Sector 36A S Hub Deam Cannal Faizabad 60 N Haji Abdul R ahman Sector 10/7 U Sector 9 Sector 31B Karachi Gul Muham mad Goth Muhammad Ali Sahtani Junagadh& A Sector 10/6 R Manavadar Sector 11 Sector 36 80 Lahro Goth Sector 10/3 20 T Gulshan-e-Noor V Chapal Town Tropic of C ancer S Sector 10/1 Sector 10/2 E Mir Khan Goth Goth Haji Jubo I Nur M uhamm ad Y K Brahui Goth Abbas Bahria Town Goth Siraj Ahmad A Gohar-e-Nayab Farmhouse O P Yousaf Abad Sector 35 Salfia Town Phase I Fazaiya Housing Scheme F Hazratabad Sharif - Sector 6 Phase I t Sector 7 D i Sector 7 A Faizan City 1767 1947 Salfia Town Phase II Garden City 1823 Mary am Hazr atabad Abdullahabad R Abdullah Abad Hospital Dream World Park E Kaaj Muhammad IV Khadija Kazi Ali Sector 8 R Badal HILL Memorial High School Khuda Ke Basti mB A Goth Abdullah Gabol i H Abdullah Banglows Imdad Nagar

Sector 6 B Sector 7 C Mokhi Nala L Azmatabad Text Goth Hassan KDA Flat Phase Goth Sanwan i Dam Road Hub 2, Surjani Town Basyi Road Surjani linkRoad Central h K-Electric Eidgah Maymar c Surjani Grid PS Gosha-e- Afiat Orchid (Millenium) Farmhouse a Sector 5 A Karachi Institute of N Goth Tahro r A Hub W ater Sector 3 Inform ation Technology Nawaz a T Pum ping Station Sector 5 IS Kaniz Fatima Society Sharif Park K CH LO Eidgah Palm Village BA Hamdard Ind. Goth Haji Allahdad DH K D A Flats Grils College SIN K D A O ffice Ghulshan-e- Maymar Karachi North East Filter Plant Lavish Farmhouse Sector Sector 4 Tour Hall 5-C Goth Naik Muhammad Brahui Eid Gaah & Sector 4 B Telephone Exchange Block F Play Ground Durani Farmhouse Hub Pum ping C olony Industrial Areas Goth Pir Bukhsh Block E Sector 5-D Goth Abdul R ahim Block C Goth Gul Goth Pir Bakhsh Brahui NEW KARACHI Goth Abdul Karim Gabol DIST RICT WEST Faridi Tw on KE Maymar Karachi Water & Severage Colony Baqai Degree College Goth Haji Achar Moon C ity King Dream DIST RICT MALIR Block B Sector 1 Goth Siddiq H A L K A N I Block A Villas DIST RICT WEST Matco Factory Sector L1 Bangali Para Block H 4K Chowrangi DIST RICT CEN TR AL Goth Qadir Bakhsh Brahui Baba Rice Saima Arbain School Processing Mill 5A-1 5A-2 Shad Bagh Society Vallas Phase 1 Sector 5 F Goth D hani Bakhsh D.H.A City Khursheed Sector 5 D Goth Dost Muhammad Shahrah-e-Noor Jahan Lal Market Maym ar C omplex Begum Park 5A-4 - Gul Baig Brahui Goth Amir Shaheed Rais Goth Jam Chakro 5A-3 Dispensary Babu Hotel Industrial Areas Sector 1 Kham eeso Goth Goth Phathan Goth Khamiso Gulshan-i-Zia- Colony Sector 5 J Al-Amna Ave Goth Gabol L.G C ompany Shah Nawaz Shad Bagh Society Telephone Exchange Goth Jalab Shah Muhammad No 5 Ahm ad Khan Goth Bhutto Colony Sector B 3 Phase II Graveyard Sector 5 I - New Sabzi Hub C howki R oad Sector Shahrah-e-Usman KDA Com m er cial Plant Mandi Goth Haji Qasim Magsi Faqir M uhamm ad Goth Ahm adabad JAM JAKH RO 5 B 1 Al Noor Society I B Soomro Avenue !¸ Shahbaz Goth Goth Golo Gabol Khair Muhammad Govt.Boys Darkhshan Umar Goth Elementry School Co operative Gulshan -e-Eheli Goth Ibrahim

Dildar Goth Society d ®v 10

a Sector Housing Society New Quetta Rest o

Muhamm ad Khan Pathan C olony Sector Sector 5 E High C ourt Employees Al Rahman ur Raheem !¸ Goth Hashim Gabol

Godhra Road Godhra Koyla Rest R

5C 2 Khawja ghareeb No 6 Housing Society Health Care Center Al-Habab Rest.

r 5C 1 Phase I i Gulshan-e-Rahman - Nawaz Eidgah Isphani Town Pathan Colony p Ziarat Sector 5 G Goth Qasim Gabol Goth Moin Baloch o Û h Sector Sector Sector Industrial Areas Hashimabad Housing Society g !¸ Sajjad Resturant Umar Goth n Lal Qila 5 L Saifal Goth Gulshan-e-Mehran Raza Muham mad Goth Sadiqabad Mangho Pir Hill a 5C 3 5C 4 Pakistan N avy Co- Opertive Housing Damloti No. 8 Mero Goth Ground Eidgah Saba Cinema Goth Umar Jamot Mangho Pir M Ground Power House 5 Number Ajmer Nagri Sector 5 C Roundabout Karachi M aweshi M andi

Shahrah-e-Qaddafi PS E xtens ion

- - Ayūb Goth

- Chowrangi Baqai Medical College Malang Goth 0 Sultanabad Roundabout Banjur Makhdum abad C o- Operative H ousing Goth Bachu 1 Pak.Bazar Police Station Umar Goth Co operativeH ousing Society M Goth Bachal s Sector 11 L s Elite College Nur Khan Goth 11 a §¨¦ Faridi N iazi Society yp Sector 11 A Long Goth B Govt Boys & Girls Pirmary School Sector 11 D Sector 11 F Sachal Sarmast Town Pakistan Rangers Housing Scheme n Sunday Goth Hashim Gabol er Ziarat M angho Pir Shahrah NoorJahan th Bismillah Sector 7A Abdullah Town Car Bazar Nagori Society or Crocodile Pound Bajnur Housing !¸ N Ittehad Town Chowk Gulzarabad®v Colony Medical General hi c Shahrah-e-Usman Ka ra Kattu Goth Christian Colony Ramzan Goth Hospital Co operative Housing Society Gulshan-e-Rahim Phase II Arz M uhamm ad Goth Goth M angho Pir Govt Girls College Jamali Bridge 12 Nabidad Goth Gulshan e Bahar K Electric Valika Ham id Niazi P ark Al Farooq Steel Industries Cemetry Grid Station Sector 11 Yaqubabad Nasir Hussain Shaheed Park Darul Ulum Parsi Graveyard Al-Amna Ave New Karachi Orangi Naya LinkNazimabad Road Pukhton Abad Rufi Global City No. 11 1/2 Football Ground ´ SIUT - Khanjee General Hospital®v Sector Rashid Latif Water Board Colony Goth Haji Zakaria Aqua Fina Factory Razi Goth Shah Muhammad Sector Sector 11-B Cricket Academy Jamali Goth Muhamm ad Khan Colony Gulshan e Graveyard 11 I 11 J GodhraRoad Lasi Goth Road Gulistan Co operative Housing Society 13 14 15 Jumma Goth Karachi Ijtama Gha No 8 Sadi Town Ghaziabad Ahbab Al Khizra Naya Iqra University North Campus Gulshan-e-Ibrahim Gabūl Town Wadi -e-Hussain Society UP Mor !¸®v Goth C hutta Khan New Karachi Universty Road (Link Road) Madina Colony Block-7 Gulshan-e-Mehran Graveyard 15A Cricket Ground Sector 10 U.P Society Lasi Goth S Sir Syed Town Godra Camp Goth Dumba No. 2 Khyber C howk R oad

S Dumba Goth Rifle R ange Raza Khan R oad e e S c Sector 11 C 3 Quetta Town Gauhar Khan Gabol Haji Ismail Goth c Muhammad Ishtiaque e t Govt Gramer School Javedan o !¸ ITTHED TOWN t Dumloti No. 6 Gul Muham mad Brohui Goth o c r Cement Industries t !¸ Sector Karachi University Employees Sher Khan Goth Jokhio r o 7 District Hospital Zia Colony Goth Muhammad Rahim Mir Ahmed Shah Road Sir Syed 7 r D Sector 11-G Peoples Steel Mills Sector 11 E Co operative Housing Society D Bilquis Edhi Centre Pili Bhait Housing Scheme Ghaffar Colony Colony 7 / Goth F ateh Khan Chishti Nagar D 2 !¸ Zia C olony Road Banaras Hill / 3 11 C 1 !¸ Sadi Town Haji Jokhio Goth - Orangi No.14 ®v Rab Razi Co-operative Karbala Ground Khyber Chowk ENAR Petroleum Nagin ChowrangiNAGAN Goth Rafiq Jokhio Musharaf Colony Rashid Minhas Road Housing Society Madina Govt Johar Chowk Sector Refining Facility Sector 15 B Police Housing Primary School Bhardari Lakki Marura Gulshan-e-Usman Goth Khair Muhammad Sector 14 G Sector 7D/4 Hijri Road Abdullah Ghazi Goth Society 16 Goth Haji Muhammad Baba Wilayat Shadman Town Rufi Bungalows & Apartments Goth Jokhio Shah Colony Dabba Morr 14 H Sector 14A !¸ Emirates Palm Resort Colony Daewoo Bus Terminal Samar Co-operative Couch Terminal Chiristians Sector 14-B Eid Gah Police Station Valika Chem ical Industries Javedan Hill Block 15 Suparco Kis Housing Society Attoc k petr ol pum p Quetta To Karachi Graveyard Tap Land Shah Faisal Chowk Goth Haji Shah Muhammad Farooq-e-Azam Janan Hospital Sector 11 1/2 Sector Qalandaria Chowk !¸ ®v §¨¦Secondary School Sector Shah Jehan Ave Defence Officer JinnahPublic Govt Girls Degree Sector 14 D Marble Stone Block T Block 15-A 3 Housing Society High School College 14 C Store !¸ Haji Sumro Goth Yusuf Goth Block J Star Cricket Ground 14 E Said Goth Block M Akbar Shaheed Chowk Madras Chowk Itehad Town- Road Block H Shahrah-e- Suri Islam Chowk Disco Morr Sector Road PCSIR Laboratories Dr Abdul SalamChappel Road Villas Jhangvee KMC Hospital Sector Block J BUFFER ZONE Maym ar Goth Haji Muhammad Jokhio ®v 14 A M/s Diamond Motorway!¸ (M-9) Goth Haji Nado Picnic World Water Park Goth Muhammad Yousuf Mufti Mahmood Chowk Sector Metals Bilalabad ®v !¸ Complex Goth Faqir Muhammad Chowk 13 J Sakhi Hasan Chowrangi !¸ Chappel Villas !¸ Rufi Rose Chappel Villas Agha Khan Apartments Water World Park Field Marshal Orangi Road 14 B Taim uria Madarsah SMHafiz-ur-Rahman Block S Shah D.CJahan Office Ave (C enrtal) Petal Town Secondary School High School Ibrahim-ul-Islamia L A L B A K H A R H I L L Baba Waly iat Sector Kati Pahari Shahrah-e-Noor Jahan Police Line L Block Road Sector Couch Service Daniyal Residency Ali Shah Al shifa Hospital Chuota Malir 17 Goth Saleh 15 C ®v Sayed Raees Ahmed Jafri RoadMadarsa Dar-ul-Hijra Gazi Goth Road Goth Wali Dad Salar ´ National Block D 13 F Pakistan Shipowner Kaneez F atim a Suparco R oad MALIR Sector 2 MPR Colony Al Asif Square Muhammad Jokhio Cadet College Block G Government College Block K Block Goth Halu Chowk Khawateen Sector ®v Football Ground ®v N Globe Park !¸ Pakistan Public Eid Gah 11 1/2 A jm air Nagr i Liaquat Public Umer Farooq Haji Yar Muhammad Goth Bakhso Jokhio Goth New Happy Graden Family Park ®v §¨¦ New Primary School N.Nazimabad Orangi Road Kaka Ground Gulzar H ijri P.S Dr Abdul Salam Road Sector 1 Secondary School Secondary School 13 E ®v Primary School Lak Magsi Chowk Block I Peoples Chowrangi Memon Nagar SUPARCO Batul Islam Hospital Sector 3 Sector 8 Paracha Hospital d Nishan-e-Haider Chowk Askari Hospital®v a Noor Hospital §¨¦ Sohrab P.S Moulana Yousuf Lundhianwi Shaheed Road Quaid Azam Public School Orangi N ®v o ®v Hijri Road Kiran Hospital B A L D I A Shahrah-e-Qaddafi R Al Noor society ®v Dargah®v Peer Syed ®v i Dental Dept.Of®v Dow ®v b Abul Hasan Isphani Road Gulshan-e-Qasim Universal A gro Noor Ali Shah Bukhari Sher Shah Suri Road a Ibrahim Ali Bhai r Block 20 Kiran Hospital Road Park Askari Chemicals Goth Karim Bakhsh DISTRICT CENTRALu Abbass Town Memon Hospital®v Quaid-e-Azam Public Goth Adam Khan Maa Hospital Govt Boys & Girls College´ T Haji Yar ®v Police Station Metrow il V Nurani Society School & College Navel Colony id Karachi University Dow Unversity OJHA Cmpus Goth Mehar Ali B A L D I A Street 4 n 5 Star Chowrangi Shahrah-e-JahangirBlock L h Sohrab Goth Housing Society Saima Muhammad Goth a Block 17 Sohrab Und.Pass h Dow Hospital Safura Goth Army Sport a Muhammadi Park Jinnah 18 Goth Ghulam Qadir J Eastren Star Hospital Orangi No.5 !¸ Manghopir Road r Block C Cricket Ground ma Ras Scouts Training Standard Avenue Complex Sector 6 o a Cosm!¸ os Plaza o ll ®v Rashid Minhas Road Grammar School Rim Jhim Tower Baldia Sector No. 9 ®v K Electric North N A !¸ Sardar Ali Sabri Park Safoora - Pakistan N avy Staff Ajmair Nagar Orangi No.10 Trust Fleeet Nazimabad Grid h Al Nadil Burhani TMC Cricket Ground Galleon Gul Hasan Brahui Anjuman Nur- ul-Islam Grav ey ar d Gulshan-i-Ghazi Mangament Services ra Mamji Hospital Memorial Park Ojha T.B Sanatorium Pone Panch Sector 1D h MSB Sports ®v Badar Chowck Road ! Pahar Ganj a Yousuf Plaza §¨¦ Public PTCL Orangi Exchange Chorangi h Ground Block H Rashid Latif Cricket Academy !¸ Mobina Town P.S 19 !¸ S School School Gulshan-e- Ghazi Rd Alfalah Landi Kotal Roundabout UK Squar Sheraton Square Mosmiat University Road Cantonment House Goth Husain Jokhio Dios Modern school Rehman Baba Sharah-e-Humayun Sir Syed Park ®v N E D University Of 9 Haji Gabool Goth Abdul Rahim Jokhio Brac Pakistan Govt Degree Science Saeed Park Cricket Gulshan KU Cirular Road The City Ayesha Public Stadium Abdul Rehman Bhayni H eights Gulistan-e-Jauhar Malir Cantt. R oad School Govt Girls Commerce College d Water Pump Park Safoora PS Ground a ®v ¦ Fareed Squar Mansoora Playground Engineering & Technology Wes t wind Golf Club Primary School Secondary School Police General Hospital §¨ Dispensary Dispensary Armi Chowki Block G o Jauhar Road Khur shid Pura- Graveyard Appartments 20 Station P.S HSC Board Office R Gulshan e B Block A Karrachi Institute !¸ Maskan Chowrangi Goth Haji Sadiq !¸¦ a!¸ i Al Mansora Check Post No 6 Goth Dinar Jokhio ´ §¨ ¦ Boar d of Interm ediate Education KDA Chowrangi Government Saifee b Ghazi More Khada c §¨ of Heart Diseases School ´ h a Cricket Ground Malir Cantt K a Kh Orangi Road Bakhtiar Youth Center Eid-e-Zahabi Institute r SSGC Colony Ground an u ®vGovt.College University Road of AD (SAAD) Eidgah Ground Orangi Sector No. 10 F Florence Family T Ziauddin Road Lucky One Jamshed Officers Mess Goth Muhammad Ali ly KDA Cricket Shahrah-e- Humayunof Technical College ®v Nasirabad Of Eduction Race Course Pir Saiyid Ghulam Nabi Shah PTCL Exchange Belda Cr ick et ®v o Park Block F d ®v Khyber Hospital Pathan Colony ve Ground la Tazz Zoological Allama Iqbal UBL Sport Ansari 21 a Stadium YasmÛ een Genral & Baba Elementary School r Sindh Rangers Hospital e a Ground Al-Noor Park e N Complex Park Masjid Goth Nawaz Ali Goth Darsano Chhano Shar if Textiles Goth Sajan Khaskheli Maternity Hospital State Bank h r Open Unversity ®v Haji Dur Muhammad ®v D r Block F s ja Block 4 Baradari Park Jafari r A ®v a u Goth Saleh Muhammad de ®v ®v ACF Animal Goth Haji Yusuf Police Chowki Mochka Station eb R G Jamal Manzil Road ¦ !¸ ´ R a Dispens ar y Rescue a §¨TCF School Saeedabad Abdullah Ground Kulsum Bai Valika Hospital i z Metrological Department Lal ji Goth ®v v m Ayesha Manzil Degree College i R a Imtiaz Supper!¸ o ll FEDERAL B AREA Al Khair Masjid PO Samosa Park Ibn-e-Insha a Market Usmani Institute c Ziarat Q´ as im Shah Saeedabad Sindh Social Security Hospital ®v d Block B A Murshid Hospital Û Hamdan Ground Park Telephone E xc hange Coconut Ground !¸ Malir K N Academy Goth Ghulam Allama Shabbir AhmedBlock-7 Usmani Road 22 Jinnah Unversity Jauhar C howrangi Road Cantt Market Universal Goth Ghulam Faqir Jokhio h Faqir Colony Rd Faqir C olony No.5 Sharah®v e S her Shah Suri Dr Z ia-ud- Din Hospital Hussain Ress ic hem Pvt Agha Khan Unversity Education Karachi Public IB (KDA) Qasim Shah Goth - Board of Secondary Eduction ®v - Shahragh-e-Jahangir GULISTAN-E-JOHAR Police Training College Board Office Chowrangi Moach Goth ®v Block 6 Nasir Hussain Consultant School Goth Muhammad i Faqir C olony Rd Christ C hurch CDGK Park Exide P ak is tan Ltd. Farhana Government Shaheed Park Askari Ground Institute of industrial Kamran Chowrangi Fuji Ground Girls Secondary Flyover Hashim Khaskali Al Azhar Electronics L MH Baldia P rim ary S chool ORANGI TOWN School FC Titans Ground Sindh Dispensary Goth Haji Musa Ü Shahrah-e-Pakistan Goth Hasan Khaskheli 19 D Road Student F oundation Sc hool Park ®v Engineering Johar Plaza Vehicle Fitness C enter Block 13 D / 1 Technical Board College ®v Govt Girls ®v ®v ME TRO Goth Dodo Khan Salar i Gov t Boys P rim ary S chool Abbasi Shahid ®v ®v PHA Zia Colony Primary School - ®v Jinnah Ground m Chandni Chowk Hospital®v Gov t. A PWA College Inst Of Cost Management !¸ A G P R Office Munawar Chorangi Police Cwhowrangi Shamim Sky Tower SUPARCO Karachi Childern Hospital ®v No.4 KARIMABAD ®v ®v Goth Haji Murad Memon Azizabad !¸ i PO Baldia Qabristan Al-Fateh Ground¦ Block t Ö®v §¨ Park POÖ Nipa Chowrangi Dispensary Altaf Hussain Road ZONE-AGov t. S arajuddin PS Golf Course Goth Maru Poultry Farm ®v Liaqatabad Flyover ¦ Sir Syed 7 Falk Appartment Manghopir Road College §¨ Home Basic Goth Mazzār Khān !¸ Abidabad Shahra Sher Shah Suri Hussainabad University Darul S ehat Hos pital Pahlw an 19 D Road Food Street Azizabad Khulifa-e- Aligarh School Laiy ari Nala Ahmed Ibrahim No.3 Goth Gulshan-e-Sahaba Bagh-e- Rashideen Institute Alladin P ark Welfare Eye Hospital®v NAZIMABAD PondMajor Az iz Norani Ground (F . C . Area) Abu Bakar R.A Park Govt. D ehli C ollege Al Khaleej Tower Mustufa Park Moon ®v Civil Aviation Hospital Goth Sumar Ismail Hino Pak No.2 Park Bhatti P ark Gulshan Grid Station Habib Bank Chowk ¦ BhangoriaTown Appartments Goth Allāh Bakhsh Dabba Colony Labour Motors Alkaram Niyazi§¨ Park Rashid Minhas Road Abul Asar Rd. 3 PS Grid Station sway Baldia No. 4 Turk Hospital®v Ground Sir Shah Muhammad Suleman RoadSquare xpre §¨¦ Aliabad ri E Nur Muhammad Shah Lasi Para School Jamia Benoria Aalmia Nazimabad under pass a D.C Office Al-Azam Squar y 1 Hub C houwk R d General Hospital Sunni Hanfi Mardarsa D.C Offic e (Central) a ®v (West) Zeeshan Haider L ®v Goth Muhammad Hasil Fire Brigade Park 23A No.1 No 4 Riaz Girls College Colony University Road Dargah Kumber Wara Baldia No. 3 Block.10 Model School Govt 23 Liaqatabad Flyover - - 24 Hospital Hazarat Rashidabad New Labour Colony Al Farooq Cricket Ground No 3 Umrao Tariq Road Lakhani Pride Goth Sumar Kandani Akber Ground S I T E AREA Circular Railway BetweenGULSHAN-E-IQBAL to City Agha Villas Usman Shah Goth Haji Somar Kalmati K.D.A Schame 42 Labour Square Block.9 Civic Center Flyover GILANABAD L I A Q U AT A B A D !¸ Dargah Saiyid Nur Muhammad Shāh Security Office Sir Syed Gir ls Planetariume Park 26 Pak Kausar Town Qasimabad Quaid -i- Azam International Airport Philps Chorangi College Liaqatabad PS Jauhar Mor Goth Dodo Ganwar Central Ave Asif Colony Askari Flyover Habib U nversity Model Colony 25AKausar Town Poultry Farm Goth Rodin Lakhano Fakhruddin Valika Road Rizviya Chowrangi Block.1 ¦ Isa Nagri Block 8 Asian Labour Society Usmania §¨ Mallanium Mall INDUS MEHRAN Block.5 Block.7 Karachi Expo C entre Water Tank Goth Arab Government College Altaf Ali Brevli Road Colony Sindhi Hotel Hasan Square KD A Filter Plant NADRAOffice Khaskhali Fatima Al Zahra Technology,SITE C. Area KHOKHARAPAR Science Academy Rizv ia Im am B ar gh Dakhana !¸ Sindh Heart Hospital Kham osh Colony Brohi Goth Civic Hassan Eye Clinic Ghosia Road Imam Bargah Hussaini Indus Unv er sity KDA Colony G Area Goth Haji Shidi Rizvia Society B. Area !¸ Centre Pre Stressed Factory KDA Sifarat Khana 25 Sub Education Office Baldia Faizan Steel Mills Gulshan-e-Jamal Shahrah-e- Mehdi Hasan D.C Offce Moinabad Poultry Farm Pak Colony C.1 Area Rashid Minhas Road Govt College Govt College Of Technology Û GOLIMĀR Rd For Women Dispensary Khajji a sh id i C O D Mauripur Airport !¸ National Stadium hah R DHL Pakistan PTCL Mushraf Colony Harunabad Ground Trans Liy ar i llah S S.S Poultry Farm M.D.A Phase 2 Ask ar i Park atu Head Office Exchange P ark P I B Colony ib gh PIA SAPS Aviation Goth Q d S Malir Goth Haji Asib S.I.T.E Station SMToquir Road e Training

Nawab Siddiq Road Siddiq Nawab e Ghani Chorangi Gatar Baghicha Old Sabzi a hah College Haji Sukhia ®v S P N S Raza Centre -- Goth Haji Natho Amin Abad M andi Agha Khan s PN S M ehran Paracha Chowk PS - im Water Reservoir Tank Central Ave Printing Corpor ation Pak Ltd. Liaquat N ational Hospital Um PO P N S Bahadur Karachi Goth Sahibdad TIN H AT TI Sale tex Office Hospital e Arm y Public Federal Sindh Govt Bari Panch So Quarters r Prade Ground S chool Aero Club St Josephs Church Textile ®v D C Offic e F Road Gate Star Govt Dispensary Siddique Akbar Masjid Hospital KDA Schem 42 Nishtar R oad Staff C olony JIAP Tariq Bin Goth Usmān Pipri Filter Plant National Motors Company Stadium Road (East) ly Air War College Vegetable G arden New Town P.S Rana Liaqat o PN S Jauhar Ziyad Society SOS Children Goth Moula Isa OlD GOLIM ĀR Karachi PIA Precision Goth Rano ManghoPir Road v Bari P T V e National Unversity PIA Colony Village Shadman Town Central Jail §¨¦ Ali Khan C ollege r Engineering CAA Colony Business R ecorder R oad University Road Karachi S tudio of Scinces & Technology Textile CAA Medical RMC Goth Sarnar Sharfabad Drigh R oad Chota Pakistan Security Goth Achar Lasbela Chowk Patel ®v Pakistan Maritime P.S Board Karachi PTCL T & T Office Pir Shah Sarhandi GAR DEN W EST Museum §¨¦ PS Gate Printing Corporation Mewa S hah Para ®v Golf Ground §¨¦ Dispensary Dhorāji Colony d Khudadad Colony Masrur BAHADURABAD Dr igh Road RS DIST RICT MALIR Goth 1 Qabaristan Jail Chowrangi a PN S R ahnuma Shah Faisal 26A Pā Karsaz Road ®v Baloch Farm kistān Quarter Shaheed-e-M illat Road o Colony T & T Office Darakshan Dhani Bux Jokhio Jahangir R oad R Shahrah-e-Faisal Nath Khan Goth ®v!¸ Bridge In Ibrahim Eye Jams heedHyderabad Road ®v o Dr igh Road B az ar Sher Shah ®vColony sr POÖ ®v ®v ®vGovt Superior Shoukat Hospital 31 32 26B Society Jam Kando Goth Colony ®v §¨¦u Ü Science College ®v 30 Hospital TFC School Goth Jan Muhammad Budhani Colony Nishter R oad Gurumandar h Bhadurabad P.S Saudabad P.S Masrur Hospital Shahra-e- Garden Road K Malir r Chakora Nala Shamsi Society Malir Halt 27 e Mudassir Park PNS Karsaz Rice Flour and Miran M uhamm ad Shah R oad Cantonment Board Block 4 Block 1 Block 2 29 Goth Haji PO ®v e PAF Staff C olony !¸ Ü LA R Islamia College ®v Sadaat Colony General Mills Y E - Rafa-e-Aam 28 Govt Degree College Mauripur PAF College CDGK Girls A R I R IV SOLDIER BAZAR ®v m ®v Block 3 Biro Village Dad Muhammad CDGK Girls & Boys New M.A Jinnah RoadFeroz Abad | Primary School A Im ambarghDur-e-Najaf SHAH Green Town Elementary School Dawood Eng. College Haider Ali Road Navel Staff Colony Society Masroor Colony Rauf Textile Govt.Girls ñ Kanup Colony - ç Mauripur R oad MUHAMMAD ALI SOCIETY Bostan Rafi M A L I R Baloch Poultry Farm Sabri Park Secondary School Mianwali Colony Clayton R oad Peoples Chowrangi Siraj-ul-Daula Road Karsaz Ziarat B ukhar i S hah Baba §¨¦ KPT Boundary Limit LAYARI R IVER ®v Malir City Gulshan-i-Hadeed - L Y A R I S A D D A R G A R D E N B A H A D U R A B A D ®v Golden Town Fazal Flour Mill Gulbai Colony Purana Police Lines Bahadur Shah Zafar Road d a ´ Al Noor PO Old Thana Goth Phase II Dhobi Ghat Garden P.E.C.H o Artistic Lashari Goth

Parsi Nishtar Park R Hospital Darul Sehat Rehab Center ¿ Flyover Karsaz Al Shifa Hospital & Milliners FG School n Javed Bahria Town And Maternity Home Colony a P.A.F Airport Materenty Home Malir City P.S Unit 5 Good Luck Industries Layari Genral Hospital M A JinnahMazar-e-Quaid Road ®v lt ®v §¨¦ u Goth Faqir Muhammad Oil Holy Family S DISTRICT EAST No 5 Shabbir Tiles Dispensery ®v Shaheed Mohtarma Road u Gulistan-e-Rafi Samo Goth Tankers Terminal Benazir Bhutto Medcial College New lines G A R A D E N ®v p Azim Pura & Ceramics Ltd PK Meat Khalid M ar ket ®v Û Numaish Khalid Bin Walid Road i Preston University Fateh Ali Bagh Goth Saleh M.D.A Bagh-e-J innah T DISTRICT KORANGI Malir Court Unit 2 & Food Goth Musa Jokhio Masts §¨¦Mauripur P.S Pathan Chowk Kalri Play Ground Gulzar Habib Tariq Road Shafiabad Muhammad The Smart Khudadad Colony Gulfishan Society Jamia Millia Govt Company Karim Salt W or ks POÖ Shree Radha Gokli Anano Tempel Aw ami Markaz School Bab-i-Ali ´ ¦ Degree College MAURIPUR Mauripur Road Truck Ada Ferozabad§¨ P.S E.O.B.I K. E Office Goth Ghulam Muhammad Artistic Fabric Asia Madar-e-Millat Mauripur Colony it Pak.Coast Guard H.Q Shahrah-e-Quaidin Toolbar m L A Y A R I Uncle Sariya Lines Area Yousuf Molai Casueway Soorty Denim Mills Mill ll Petrolium Ltd Girls Degree Allama Iqbal Phase II Li Baldia Primary School ®v Hamdard University College Za ina b C ust om G odo wn s NooraniChowrangi Madar-e-Millat Girls College Jahangir Salt W orks ry Kashti Chowk Hospital Karachi Hospital Ground Bagh Malir Govt Somar Kalmati a Gulistan Colony Anwar Bolach Girls Degree oun d Usm anabad Adventist Govt.Boys( Tech)School P E C H S o c i e t y Hospital Phase II Custom Godowns B Jubilee Chowk Shaheed-e-M illat Restaurant College Gulshan-i-Hadeed ®v T Muhammad Colony Hospital JACOB LINES Hotel Days Inn Millat Town PSO Bin Qasim Zero Point KP Aga Khan Hospital for Û Gul Plaza Hill Park PABS Bording Razaqabad Oil Depot Steel Town Kashana ®v Spencer Eye Hospital Parking Plaza Faisal Base Zaman Zamzam Grammar High Guest House Goth Safil Baloch Women and Children Tec College Shaheed Grax Colony Dr D aud Pota R oad Water P um ping Allahwali Chowrangi Rajby Textile Service School ÷ Com munity Center Jumma Goth Benazir Bhutto Shah Latif Boys ®v Runchore Lines S A D DAbdullah A HarunR Road New MA Jinnah Road Station Colony Textile Station Nasirabad Khurshid Salt W orks St.Pt.College Falcon Com plex Faisal Gumcorp Elite Police School Mashal School School & College Phase I Habib Awais Salt Works Jublee St.Pt.School Karachi Parsi S Police Training Centre & College Ü ABYSINIA LINES Nursary PO Warehouse Market Sir G. Huss ain Hiday atallah Rd h Hantex Institute Govt Boys §¨¦ Civil Hospital®v Ö a City School Siama Project Textile Salt Works ®v ®v h Primary School PO Ü e Ö Govt Boys Baghdadi PS Lady Differin ®v ÜRegal e Yunus TextileHaji Kohi Police §¨¦ PO F.T.C Shahrah-e-FMuhammad aisal Ali d Jama Masjid Primary School Govt Boys Station People's Football Stadium Civil Hospital Regional Ö - Mills Unit 2 Goth Abdullah ®v ®v Û Hotel Em bassy Inn Hotel Farhan Jinnah University e Jamal-e-Mustafa Primary School ®v - EID GAH Sindh Services M A Jinnah Road M Murghi Khana ®v Passport Sarwar Shaheed Road P.S Foreign Affairs St Vincent M.D.A Phase 1 Hospital i r Darul Uloom Dur Muhammad Buri Baba Ziarat Old Radio Station ¦ l a Church High Court Office §¨!¸ Beac onHouse e 100 Bed Napier R oad ´ Session Cour t ( City) CIVIL LINE F.T.C Building Gulshan-e- Millat Subhania Rahimia Kakri Ground Fedral Secretariat PECHS Trauma t Ex v Goth Swam p !¸ Lucky Star Chowrangi !¸ Gora i MDA Hospital Habib Sc hool Poultry Farm Sindh Secretariat Provincial !¸ Ais ha Baw an y Hospital R Jama Masjid Feature Colony Masts KARACHI CANTONMENTGov t Sch oo l Qabaristan Ismail Goth Durrani Flates KM C Office ®v r Aga Khan Assembly Of Sindh p i TCS Ware House Gulzar Society Bagh-e-korangi Govt Degree Strachan Road Regent Plaza l Pak.Swedish QUAIDABAD Marvi Goth Market General Hospital r College School Kharadar Karachi e Goth Murad Khan ®v a Universal Petroleum Kids Unversity Institute of Goth Shafi Cantt.Board Off. !¸ s M Hazrat Usman Colony Technology National University BIN QASIM Yunusabad Docks Police Station !¸ NICVD NICH Jinnah Sindh DISTRICT SOUTH Jama Masjid Goth Shambo Abbott Labortries Muhammad Shah Latif Goth Haji Abdul Rahmani Goth Hammar Wild Life Department Manzil Pump Chippa of Computer PS Plant Steel Town Qadirabad §¨¦ Supreme Aw ari Tower Tajdar-e-haram & Emerging Poultry Farm I C I Com pany Medical DISTRICT KORANGI Faruq Textile Mills Kassim Denim Welfare Trust Goth Muhammad Khan Khar adar P.S Court Survey of Sahbo Kalmati Bāri Dal KHARADAR Main GP O Hotel Mehran Sector 6 C Registrar Office

d §¨¦ !¸ Pakistan (Old Office) University Nek Muhammad Goth Jogi Mor

W W A H ut a Shaheen Complex Aiwan-e-Sadar Kala Pull Road Korangi and o

Metropole Hotel Federal Govt ®v Water Pumping Station Causeway Sharif Goth College Shah General Hospital Sheld Corp. Ltd Malir Jail Borstal Hafta

R PO Papular Goth Laiq Dino

Khalid Sair Yunusabad Dispensary r Ö Pak Petrochemal Bazar

Governor H ouse Inter College Energy P.H.A Flats Febric

u l.I Chundrigar Road Dr. Ziauddin R oad Sindh ´ Shaif Goth Market Goth Pipri Goth Muhammad

p Karachi Club Pilot Public

i Qazzafi Town (Pvt) Ltd Khan Muhammad Kalmati r Goth Mir Khan

Club Federal Govt Industry Lakhani Silk K P T AREA a Police¦ HQ Sector 6 D School

Custom House §¨ Hotel P.C Boys School Kalapul Sector 6 B Goth Pipri M NAB Ü Mills Al Syed Manzur Colony Landhi RS Goth Haji Esab Baloch POÖ Police Chowk City R.S Secondary Murad Khan Khoso

Movenpick Hotel Novatex-BOPET - Masjid E Subhan Colony Sindh Jamiat School Staff Colony P.Q Goth Bambhat Goth Ghulam Muhammad Kalmati

| Bin Qasim KPT Container Terminal PR TCF !¸®v NRL Plants Cantt Station National Hospital Sector 6 A Housing Society PIDC Chief M inis ter' s ; Secondary School Sector 6 E Sector 6 I ñ Rice Godowm Laik Dino Goth Jinnah B ridge ç Hazrat Shidi Baba House Japan Consulate Babar Market Kaka Village Molvi Tamizuddin Rd House ®v Zafar Town Goth Haji Jabli Khan Railway Colony P N S Ö PO Korangi Dar-ul- Landhi No.6 Colony Masjid-e-Tooba ®v Ullum Goth Ghulam Muhammad Kalmati S.O.P Store Habib Public Sc hool ®v Sector 6 H Laks on Tobacco Novatex Private Limited ®v Com pany Bilal Chowrangi Bahria Dental University DHA Phase I Ghagar Fatk Am er ican Em bas sy Sultanabad Korangi Road Sector 6 G Rice Godown (Main Line) Bin Qasim RS Haji C amp Sector 6 F Vita Chowrangi HiJrat C olony Railwa Yard D.H.A Phase III Korangi Road Baitul Mamoor Khayaban-e-IqbalRoad Sector 5 !¸ Korangi G PO Al Raazi Hospital INDUSTRIAL AREA Mai Bypass Gul Ahmed Fine Gas Company Abdullah Shah Ziarat Power House PN Shifa H ospital Hospital St Shan Chowrangi Ö L A N D H I Textile Machine Tool Factory G Glass Tower Leather C ompany Goth Ibrahim Racecours e Sector 15 International Khaliq u z Zama n R oa d West W harf R oad Ground Defence Chowk Landhi Police Station Hussaini LUNDANWALA DOR ®v Steels Ltd Engineering Central Str eet Chowrangi Excellence Kiamari Napier Road Mangrove Brooks Chowrangi Korangi Road School Survey of Pakistan DHA Club Pvt Ltd Swam p DE STO LA BORATORIES Water supply station KPT Housing Sc hem e Sarena M ar riage Hall ®v 3 Talwar Sector 23 Sher Pao Colony Circular Ave Toyota Company Textile Institute Ziauddin H ospital PO of Pakistan Ö DHA PS Labour Colony SESSI Block 9 ®v DELHI D H A Phase II §¨¦ Korangi Industrial Estate Road Zia Colony Fauji Fertilizer COLONY Im tiaz S tor e Shah Muhammad Road Hospital Peragon Engineering Yaqub Shah Ziarat Chinna Creek Jam Sadiq Ali Bridge 33 / C Area Yamaha Motor Bin Qasim GPO P & T Housing C olony ®v Pakistan Tezab Factory Û Khayaban-e-Ittehad Road KPT Interchange Suzuki Motors Ltd. Block 7 Anti-Narcotics Force Residence Tower Khayaban-e-Jami Korangi No. 4 Indus Motors Pvt Ltd Head Office Mangrove Swam p Boat Basin Chowrangi Regional Directorate Sunset Blvd Road ®v 33 / C Area Muzaffarabad Goth M uhamm ad Qasim KPT U nderpass !¸ Altamsh D ental K.Electric FFBL Coal Power Commercial Ave Trans Mobile Ltd. ®v Schon C ircle®v Hospital ®v Korangi No. 4 Colony Plant Karachi ®v Korangi No 2 P.M.T.F Colony Shahi Khan Goth Allah Wala Town A E H R P & T Colony ®v ®v Korangi Stadium Bhains Colony Shirin Jinnah Defenc e AUTHORITY AREA Goth Baba Bhit GizriRoad ÜQayumabad ®v ®v Goth Haji Abdullah Com merc ial Ar ea Korangi Road K.D.A Majid Colony Colony M id East Noor DeenMazar Khan Ghaib®v Road Shah Shirin Jinnah Hospital Karachi PN S G H I Z R I ®v Staff Colony Landhi Road Haider ®v ®v Countary Golf Club Yur ini Creek 2 Talwar DHA School Dar Us Salam Society Colony Ü L.R.B.T Boat Basin Consulate Genral of Italy ;;; !¸ Jetty Consulate Genral Z ®v Eye H ospital®v AREAS TO BE EXECUTED BY D.S.C.O KARACHI. Shahrah e Ghalib ;;; am Zam Zam a Ü Chionuot Hospital Qabrastan Road Bankar Island Sw itzerland ; Consulate z D H A Phase IV PS Lalabad Goth Boatn B asH inosp Khayaban-e-Saadi Genral of Iran a m Nasir Jump Sector 40 Y Korangi KDA Office Karachi Export Goth Rahimdino Kalim Baloch Bhutta CLIF TON D di ita ; 70 Clifton a Qatar C onsulate ®v Korangi ®v r Z ud l R Creek Road !¸ !¸ i a R o ; ®v Cr os sing ®v Sector 40 C !¸ Processing Zone Akbar Godown Village Marine Promenade oa Shahrah-e-Iran a ; !¸ d ®v ®v ; Khayaban-e-Bahria Khayaban-e-Tufail AREA ®v CLIFTON d ®v AREA S Khayaban-e-Hilal Gulistan Colony Madina Dispensary Bilawal Chowrangi h Phase VII Is lamic M iss ion Hos pital Gilgit Colony ahr Ext. Noor-ul-Islam Colony School AREA NAME (Acres) China Town ahClifton P.S ®v Coast Guard ( Sqkm.) Data Received §¨¦ e ®v DarakhshanF SSGC LPG Port Qasim terminal ird Khayaban-e-Shaheen Khayaban-e-Mehfooz Shah Abdul Nurani Basti Goth BABA CHANNAL ou Korangi CreekI o.B.MR oad Liary Building s Latif Bhittai C olony Telephone Exchange Dispensary Ziarat Jetty ®v Baba Kamal Shah PNS Iqbal Ziarat A bdullah I B A Institute Shah Ghazi- - Nilum Colony D H A Phase V Khayaban-e-Azeem ´ Karachi Institute Akber Shah Pakitex Board 16th S t Gar den Path Shah Rasool 15th S t of Technology Bin Qasim Port 18th S t Ü Master Plan ILM A Unv er sity Gulshan-e-Iqbal 3477.467 14.079 Colony Khayaban-e-Hafiz Pak. In st.Tou rsim & H ote l 20th S t 17th S t Sau Quarter Lat Basti - Khayaban-e-Rahat PARC O KORAN GI 19th S t Haji Daud Goth ; China C onsulate Shahrah-e-Attar Flour Mill Giant Oyster Rocks 21th S t Hy dr oc ar bon Toyta Cr eek M otors Chhota Anda Khayaban-e-Shamsheer Khayaban-e-Badban 9th Street Khayaban-e-Muhafiz Developm ent Ins titute PNS Rehbar - 22th S t Fishery Office 2846.925 Master Plan Sindh Bad Play Land Khayaban-e-Shahbaz 10th S treet Gulishtan-e- Johar 25th S t 12th S treet 11.526 Khayaban-e-Mujahid Hyperstar (Dolmen Mall) D H A Phase VI 14th S treet South Asia And Pakistan Terminal Giant Oyster Rocks Khayaban-e-Nishat !¸ PSO Creek Rd Proctor & Gamble Master Plan,Gazette CONT ONM EN T MacD onald's S.P Offic e ( South) Port Qasim Plan Oyster Rocks D H A Squas h Complex ZulifqarStreet1 Labour Colony ´ F 1 Area Goth Allah Dino Baloch 17350.371 ´ Bara Anda D E F E N C E H O U S I N G A U T H O R I T Y Notification Khayaban-e-Shujaat 70.244 Saba Avenue 24th S treet Zulifqar Avenue Ram ada Creek K Saleh Muhammad Goth M a n o r a o r 23th S treet a n

26th S treet Im per ial B anquet g

i Muhammad Salmān Goth

28th S treet C K

r

e

e a

-do- Yusuf Shah Bukhari Ziarat KORANGI CREEK CANTONMENT k r 826.38 K R a PNS Qasim

´ o 03.346 P

a c

T d Eidgah Road 30th S treet h For t B Qabul Goth i Light H ouse o L See View Road u ICI Pakistan Ltd. Boc Gas Company Goth Ali Muhammad n im Map,Layout,Gazette Khayaban-e-Tariq Khayaban-e-Shaheen Creek Road T d Goth Sodo h i a t r Khayaban-e-Itthad a Notification ≈ y D H A Phase VII Ibrahim Haidri t Clifton Cantonment 7914.59 L Khayaban-e-Bukhari t 32.042 Khayaban-e-Shujaat a i Degree College m PAF Colony D it D.H.A Sc hool O & A Lev el F ist Map,Layout,Gazette Khayaban-e-Muslim Abbas Steel Mills t. 5449.171 22.063 City Sc hool PAF Jatty Faisal Cantonment Notification Khayaban-e-AmeerKhayaban-e-Qasim Khusro Ibrahim Haidr i 31th S t Creek Golf Club Base Korangi D H A Hos pital Power House 33th S t Khayaban-e-Roomi Saba Avenue GHIZRI CREEK Bin Qasim 35th S t Khayaban-e-Iqbal PAF Yatch Club Power Station

Korangi Creek Cantonment 1003.23 04.062 -do- 36th Street Khayaban-e-Khalid Khayaban-e-Babar Port Qasim Khayaban-e-Sujaat Authority D H A Golf Club Oil Terminal K.P.T 24710.00 Already Data available khayaban-e-F aisal 100.040 26th Street Port Muhammad Bin Qasim P.Q.A 26000.00 Already Data available D H A Phase VIII 105.263 Saba Avenue Khayaban-e-Sujaat

26th Street Khayaban-e-Tipu Sultan

24 Street D.H.A City 11640.00 22 Street 20 Street 47.125 Area to be Executed by D.S.C.O. ------514 Sqkm. 19 Street 17 Street Khayaban-e-Khyber Masjid i Ar fat 15 Street khayaban-e-Arafat 13 Street et 12 Street re Beac h S treet No . 28 38 Street 10 Street t S Kolachi Bahria Town 25601.216 8 S tr eet d [Kinara Restaurant Already Data available Street 2 Khayaban e Sadiq6 S tr eet o 103.640 o Sajjad Charcoal Khayaban-e-Bilal F [ Area to be Outsourced / Sublet.------1864 Sqkm. Street 4 a 38 Street ry Emaar Crescent bay a [ Street 1A D [Zaiq[ Restaurant o [ Street 2A D Street 4 TOTAL AREA 126,819.350 514.000 Area to be Outsourced / Sublet(Densely Populated)--122 Sqkm. Afridi Inn Creek Inn TOTAL 2500 Sqkm.

ARABIAN SEA

Published under the direction of Major General Shahid Pervaiz, HI (M), afwc, psc, Surveyor General of Pakistan. SURVEY OF PAKISTAN

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF KARACHI CITY (ZONE-B)

Survey of Pakistan, Faizabad, Murree Road, Rawalpindi

Table of Contents 1. Project Overview ...... 3 2. Request For Proposal ...... 3 2.1 Validity Of The Proposal / Bid ...... 3 2.2 Brief Description Of The Selection Process ...... 3 2.3 Bid Security ...... 4 2.4 Schedule Of Selection Process ...... 4 2.5 Pre-Bid Conference ...... 4 3. Instructions To The Prospective Bidders ...... 5 4. Data Sheet ...... 10 5. Bid Proposals ...... 13 6. Financial Proposal / Bid ...... 15 7. Evaluation Process ...... 16 8. Technical Evaluation Criteria ...... 17 8.1 Score: ...... 17 8.2 Firm Profile: ...... 17 8.3 Evaluation and Financial Proposals ...... 27 9. Appointment of Vendor ...... 28 9.3 Substitution of Key Personnel ...... 28 10. Award of Work ...... 29 11. Execution of Agreement ...... 29 12. Commencement of Assignment ...... 29 13. Terms Of References for Cadastral Mapping – Karachi City (Zone-B) ...... 29 13.1 Scope of Work ...... 30 13.2 Objectives ...... 30 13.3 Digitization Using Parcel Fabric Dataset Model...... 30 13.3.1 Scanning and Indexing of Record ...... 31 13.3.2 Mosaicking and Stitching ofmussavies ...... 31 13.3.3 Ortho-rectification of UAV images/aerial photography / Satellite Images ...... 31 13.3.4 Digitization Using Parcel Fabric Dataset Model...... 31 13.3.5 Standards for Positional Accuracy ...... 32 14. Support Period ...... 33 15. Technical Forms ...... 33 16. Monitoring of Work ...... 33

1

17. Deliverables ...... 33 Form TECH-1: ...... 34 Form TECH-2: ...... 37 Form TECH-3: ...... 38 Form TECH-4: ...... 40 Form Tech-5 ...... 41 Form TECH-6: ...... 44 Form TECH-7 ...... 46 Form TECH-8: ...... 47 Financial Forms ...... 49 Form FIN-1 ...... 49 Form FIN-2 ...... 50 Form FIN-3: ...... 51

2

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF KARACHI CITY (ZONE-B)(1870 Sq Km)

1 PROJECT OVERVIEW The land record system in Sindh is century old with its scope limited to recording of data for rural lands only and its purpose was originally confined to collection of annual taxes. The current system of land records focuses on administration of landholdings which groups a set of land parcels together for recording of their collective ownership information. This scheme, however, becomes highly inefficient when applied to urban properties. No standard system of recording rights in urban areas exists in Sindh where gap is being filled by other agencies working in their own respective jurisdictions in isolation from others. Sindh has, therefore, no single repository of land records which would otherwise play a critical role in the planning and administration processes of government.

Major challenges are associated with current urban land records system inKarachi ity (Zone-B) which at best can only be described as a make shift arrangement. Despite multitude of records, some 20 – 25 % of urban properties are considered to not having been registered anywhere. As a result, land use planning/development is seriousely hampered and land rights litigation is widespread.The existing Revenue Records have not been updated in areas that have been converted to urban areas. Moreover, the record does not cover the historical urban areas at all.Several records registries are maintained by multiple agencies. There is widespread litigations over the title chain, transfer of property, partition of inheritance, gift, and demarcation of land etc. Negative impacts to economic growth, fiscal balance, poverty reduction and good urban development are apparent and significant.

2. REQUEST FOR PROPOSAL Survey of Pakistan Invites Proposals from eligible bidders/firms for “Cadastral Mappingof Karachi City (Zone-B)approximate area(1870 Sq Km)”.Survey of Pakistan intends to select the Firm through a competitive bidding process in accordance with the procedure set out herein.

3

RFP document can be downloaded from the Website of the Public Procurement Regulatory Authority (PPRA), and can also be obtained on the following addressvon payment: Project Coordinator Survey of Pakistan, Rawalpindi Contact No. 051-9290217 2.1. Validity of the Proposal / Bid The Proposal shall be valid up to 90 days as per PPRA Rule

2.2. Brief description of the Selection Process The Bidders will send their Proposals in two sealed envelopes as mentioned in clause 3. Single Stage- Two Envelop Procedure as per PPRA Rule 41 (3) will be adopted. The selection process in evaluating the Proposals comprising of Technical and Financial Bids to be submitted in two separate sealed envelopes Single stage two envelopes procedure. In the first phase, a technical evaluation will be carried out as specified in Clause 8. Based on this technical evaluation,in the second phase, a financial evaluation will be carried out as specified in Clause 8.3.

2.3. Bid Security All bidders are required to submit Rs. 2% earnest money in financial proposal envelop in the form of a bank guarantee or Bank draft/pay order. The Earnest Money should be furnished by a reputable bank in favor of Project Director, Survey of Pakistan, Rawalpindi and shall be valid for a period of three (3) months.A certificate for attachment of same must be indicated in technical bid. The bank guarantee / pay order for earnest money will be returned to the responsive bidders on signing of the contract with the successful bidder and the earnest money of technically non-responsive bidder will be returned within 30 days. Bidders submitting a proposal without acceptable earnest money would be immediately disqualified. 2.4. Schedule of Selection Process

S.NO ACTIVITIES SCHEDULE 01. Date of issue 31 December, 2020

4 02. Last date for receiving queries/clarifications 07 January, 2021

03. Pre-Bid Conference 11 January, 2021

04. Client response to queries 11 January, 2021

05. Proposal Due Date for submission and 18 January, 2021 Opening of Technical bids

07. Opening of Financial Bid 26 January, 2021

(Above dates may be changed, if circumstances warrant so.)

2.5. Pre-Bid Conference The date, time and venue of Pre-Bid Conference shall be: Date: 11 January, 2021 Time: 12:00 hrs.Venue: Project Coordinator Survey of Pakistan, Rawalpindi.All communications including the submission of Proposal should be addressed to:

Project Coordinator, Survey of Pakistan Muree Road, Rawalpindi

Phone: 051-9290217 Fax: 051-9290212

All communications related to the project should clearly be marked as “Cadastral Mappings of Karachi City (Zone-B)approximate area (1870 Sq Km) ” onthe top of the envelope.

3. INSTRUCTIONS TO THE PROSPECTIVE BIDDERS

3.1. Detailed description of the objectives, scope of services, deliverables and other requirements relating to this project are specified in this RFP. The manner in which the Proposal / Bid is required to be submitted, evaluated and accepted is explained in this RFP. 3.2. The Bidder shall submit its Proposal in the form and manner specified in the RFP. The Technical Bid shall be submitted in line with the respective form at TECH-I and the Financial Bid shall be submitted in the form at FIN-I. Upon selection, the Bidder shall be required to enter into an agreement with the Client on finalization of bidding process. However, some clauses may be 5 modified on mutually agree-able terms. 3.3. Bidder should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Bidders are encouraged to visit the Client before submitting a proposal and to attend a pre-bid conference as specified in the schedule. Bidders should contact the Client’s representative to obtain additional information on the pre-bid conference, and should ensure that these officials are advised in advance of the visit with adequate time to allow Project Director to make appropriate arrangements. 3.4. Bidder may request a clarification on the RFP documents up to the number of days indicated above before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means, and will send written copies of the response (including an explanation ofthe query but without identifying the source of inquiry) to all Bidders. 3.5. At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing, or by standard electronic means. The addendum shall be sent to all bidders and will be binding on them. The Bidders shall acknowledge receipt of all amendments. To give Bidder reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals. 3.6. The original proposals (Technical and Financial) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder themselves. The person who signed the proposal must initial such corrections. 3.7. An authorized representative of the Bidder shall sign all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney on stamp paper accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked “ORIGINAL”. 3.8. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly 6 marked “FINANCIAL PROPOSAL” and clearly mentioning the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and be clearly marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE APOINTED OFFICIAL”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. Such anoccurrence may be the case for Proposal rejection.If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. 3.9. The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated above, or any extension to this date in accordance with rules. Any proposal received by the Client after the deadline for submission shall be returned unopened. 3.10. From the time the Proposals are opened to the time the Contract is awarded, the Bidder should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Bidder to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Bidder Proposal. 3.11. The technical evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system specified in the RFP. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not respond to meet evaluation criteria. 3.12. After the technical evaluation is completed, the Client may inform the Bidders who have submitted proposals that the technical scores obtained by their Technical Proposals, and shall notify those Bidder whose Proposals did not meet the minimum qualifying mark or were considered non-responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. 3.13. According to PPRA rule, “the procuring agencies may seek un-conditional discount by incorporating the same in bid solicitation documents. The bidder may offer un-conditional disacount, in percentage of their quoted price or bids,

7 before opening of the of the financial proposal. The discount bid price shall be considered as original bid for evaluation being an integral part of the bid. No offer of discount shall be considered after the bids are opened.” The bidder will offer discount in term of percentage of financial bid in writing on Firm letterhead. The bidder may not forget to bring Firm letterhead on the day and time of opening of Financial Bid. 3.14. Financial Proposals shall be opened publicly in the presence of the qualified bidders or their representatives who choose to attend. The name of the Bidders, and their technical scores shall be read aloud. The Financial Proposal of the Bidder who meet the minimum qualifying marks will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall then be opened, and the total rate/prices/cost read aloud and recorded. 3.15. All documents relevant to data entry including the prints prepared by the Firm shall become and remain the property of the procuring Client; Any restrictions on the future use of these documents by the Firm shall be specified in the conditions of the contract. 3.16. Procuring Client may negotiate with the most advantageous bidder regarding methodology, work plan, staffing and special conditions of the contract. The procuring Client shall not permit substitution of key staff, unless both parties agree that undue delay in selection process makes such substitution unavoidable. 3.17. Bidders should note the Proposal Due Date (PDD), for submission of proposals. Except as specifically provided in this RFP, no supplementary material will be entertained by the Client and that evaluation will be carried out only on the basis of Documents received by the closing time of Proposal Due Date. Bidders will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For avoidance of any doubt, the Client reserves the right to seek clarifications under and in accordance with the provisions of Clauses. 3.18. Bidder shall not submit any document after PDD except in response to any clarification sought by Project Director and in response to clarifications no change shall be made. 3.19. The TOR’s mentioned in the RFP and Technical Proposal received from the bidder will be integral part of agreement. 8 3.20. If the successful Firm fails to deliver the deliverables within stipulated period, its earnest money will be fortfeited and it will be blacklisted. 3.21. Liquidation Damages: The firm has to pay liquidation damages for the period of delays in supply of deliverables upto rate of 2% of the contract price per month or part of a month exceeding the original delivery period subject to the provision that total liquidation damages thus levied will not exceed 10% of the total contract price. 3.22. Performance Guarantee: The bidder shall provide to SoP, a Performance Guarantee issued by A-Plus Pakistani Scheduled Bank, having a value of 10% of the contract price and which is valid for 12 months beyond the expected date of delivery of final data. SoP shall confirm the authenticity / guineneness of the Bank Guarantee from the concerned Bank. Performance Guarantee shall be submitted just after successful submission of deliverables anf after obtaining Acceptance letter from SoP. 10% performance guarantee will remain held with SoP and be released on expiry of Support Period. The tenure of Performance Guarantee will be extended if the deliverable is up to the mark and needs improvement. a. Bank Guarantee furnished against this contract is un-conditional and en- cashable at the will of the firm. Firm will undertakes not to hinder/restrain its encashment through court, extra judicial or any other way( including administrative process) b. If the firm fails to produce the Bank Guarantee within specifies period, SoPreserves the right of cancelling the contract at the risk and expence of the firm. In the event of un-satisfactory performance or of any breach of terms of the contract, the bank guarantee shall be forfeited to the govt at the discretion of the firm. 3.23. Confidentiality: The firm shall not, during the process of execution or after expiration of this contract, disclose any proprietary or data without the prior written consent of SoP. 3.24. Force Majeure: Both the parties shall not be held responsible for any delay occurring in the Project due to event of Force Majeure such as acts of God, War, Civil commotion, Strike, Lockouts, Act of Foreign Govt and its agencies and disturbance directly affecting the parties over the events or circumstances where both the parties have no control. In such an event both parties will inform each other within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances / happening in 9 writing. 3.25. Litigation: In case any dispute, only court of law at Rawalpindi/Islamabad have jurisdiction to decide the matter. 3.26. Pre-Bid Conference 3.22.1 Pre-Bid Conference of the Bidders shall be held on the designated date, time and place. Only those Bidders, who have purchased the RFP document or downloaded the same from the Official Website, shall be allowed to participate in the Pre-Bid Conference. A maximum of two representatives of each Bidder shall be allowed to participate on production of an Authorization Letter from the Bidder. 3.22.2 During the course of Pre-Bid Conference, the Bidders will be free to seek clarifications and make suggestions for consideration, however, that the bidders have previously expressed those points in writing. It shall be endeavored to provide clarifications for facilitating a fair, transparent and competitive Selection Process.

4. DATA SHEET

Paragraph Reference

Name of the Client: Survey of Pakistan

Name of the Assignment: Cadastral MappingofKarachi City (Zone-B)(1870 Sq Km)

Method of Procurement: Single Stage – Two Envelop Procedure

Special Terms & Conditions of Contract

4.1 Survey of Pakistan invites sealed bids containing One Original Technical and Financial Proposal and two copies of technical & financial proposals from all interested Bidders for this RFP.

4.2 The Bidder must quote for the complete scope of work as per TORs. The bid offering partial scope of work shall be rejected as non-responsive.

4.3 The Technical Proposal should contain all the bid items/solutionswithout quoting the price and must list firm’s clientele, details of past projects,

10 equiptments, items specification etc.

4.4 Interested bidders may obtain further information on the bid and inspect the bidding documents at the office of Project Director.

4.5 All interested bidders can receive RFP from the office of Project Director, by submitting an application on their letterhead on payment of Rs. 2000.

4.6 All bids must be delivered to the office of the Project Director, on or before 18th January, 2021 at 1200 hrs. The bids will be publicly opened in the office of Project Director, at 12.30 Hrs on the same day in presence of bidders who wish to attend bid opening for official confirmation of the participating bidders. 4.7 The client will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 4.8 Bidders shall submit bids, which comply with the biddingdocuments, Alternative bids will not be considered.

4.9 Conditional bids will not be acceptable. 4.10 Authority Letter from Principal Company for product and vendor authentication is to be provided by the bidder. 4.11 Every page of the original proposal documents should be signed and stamped by the bidder and proposal to be submitted in binded form otherwise bid will not be accepted. 4.12 Any firm, which furnishes wrong information, will be liable for legal proceeding. Any contract awarded in such case when find out, will be cancelled. 4.13 The bidder/lead should not be blacklisted by any of itsclients. An affidavit to this affect must be submitted by the bidder. 4.15. Implementation Plan is critical to the success of the project. A detailed Implementation Plan is to be prepared by the Firm and be part of the proposal.

4.16. Payment Schedule shall be based on the deliverables and will be detailed at the time of the contract.

11 4.17. Acceptance Criteria: Bidding is open to all Bidders that meet the eligibility criteria and minimum qualification criteria relating to previous experience, delivery capability, firms standing, etc., as stated in the RFP. Interested Bidders may obtain further information from the office of the Project Director and inspect the Bidding Documents during working hours by contacting at the address given below:- ProjectCoordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.18. Evaluation criteria are given belowfor the selection of the Firm.

4.20. The pre-bid Conference will be held on 11 January, 2021 at 12:00 pm at Survey of PakistanRawalpindi. 4.21. In case of questions regarding pre-bid conference please contact: Project Coordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.22. The Client will provide the following inputs and facilities: 4.22.1 The validity period i.e. validity of proposals within period of Award of Contract, would be 90 days. The financial & Technical Proposal of the bid can be considered for variation subject to significant change in the agreed upon scope of work,

4.23 The Firm has to submit documentary evidence (sufficient & acceptable) to the client and subject to approval of the client which will deem to have the final say on this subject. 4.24. Proposals shall be submitted in English language. 4.25. Amounts payable by the Client to the Firm hired under the contract would be subject to all local taxation. 4.26. Taxes shall be deducted from each payment made to the Firm as per Income Tax Rules and Regulations prescribed by Government of Pakistan. 4.27. Each party shall be liable for its own taxes. The prices quoted by the Firm in its financial proposal will be considered inclusive of all applicable taxes.

12 4.28. Firm is to state local cost in the national currency. 4.29. Firm must submit the original and three copies of the Proposals. 4.30 The Employer at its sole discretion may terminate the bidding process and cancel the bids for any packages at any time without effecting the bidding process of other packages

5. BID PROPOSALS

5.1TECHNICAL PROPOSAL:

Bidders shall submit the technical proposal in the formats at TECH- I(the“Technical Proposal”).While submitting the Technical Proposal, the Bidder shall in particular, ensure that:

i. All forms are submitted in the prescribed formats and signed by the Prescribed signatories. ii. Power of Attorney, if applicable, is executed as per Applicable Laws; iii. CVs of all Professional Personnel must be incorporated in the proposal. iv. Key Personnel have been proposed only if they meet the Conditions of Eligibility laid down Evaluation Criteria. v. Only one CV for each position has to be furnished not alternatives will be accepted. vi. The CVs have been recently signed and dated in blue ink by respective Personnel and countersigned by the Bidder. Photocopy or unsigned / countersigned CVs shall be rejected. vii. The CVs shall contain an undertaking from the respective Key Personnel about his/her availability for a period of one year with the firm.

5.2.Failure to comply with the requirements listed in Clause 5.1will make the Proposal liable to be rejected.

5.3.If an individual Key Personnel makes a false statement regarding his qualification, experience or other particulars, or his commitment regarding availability for the Project is not fulfilled at any stage after signing of the Agreement, he shall be liable to be debarred for any future assignment for a period of 5 (five) years. The award of this service to the Bidder may also be liable to cancellation in such an

13

event.

5.4. The Technical Proposal shall not include any financial information relating to the Financial Proposal.

5.5. The proposed team shall be composed of experts and specialists (the “Professional Personnel”) in their respective areas of expertise and managerial/support staff (the “Support Personnel”) such that the Firm should be able to complete the Project within the specified time schedule. The Key Personnel specified in TOR’s shall be included in the proposed team of Professional Personnel. Other competent and experienced Professional Personnel in the relevant areas of expertise must be added as required for successful completion of these services. The CV of each such Professional Personnel, if any, should also be submitted in the format at TECH-4, TECH-5 & TECH-6.

14

5.6 The Client reserves the right to verify all statements, information and documents, submitted by the Bidder in response to the RFP. Any such verification or the lack of such verification by the Client shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Client there-under.

5.7 In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Vendor either by issue of the LOI or entering into of the Agreement, and if the SelectedBidder has already been issued the LOI or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Client and the Client shall not be liable in any manner whatsoever to the Bidder or Vendor, as the case may be. In such an event, the Client shall forfeit the Earnest Money as mutually agreed pre- estimated compensation and damages payable to the department for, inter alia, time, cost and effort of the department, without prejudice to any other right or remedy that may be available to the department.

6. Financial Proposal / Bid

6.1 Bidders shall submit the financial proposal in the formats at FIN-I (the “Financial Proposal”) clearly indicating the rate/ total cost of the services both in figures and words, in PKR, and signed by the Bidder’s Authorized Representative. In the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Financial Proposal, the lower of the two shall prevail. 6.2 While submitting the Financial Proposal, the Bidder shall ensure the following: 6.2.1 All the costs associated with the assignment shall be included in the Financial Proposal. These shall normally cover as per scope of work mentioned in TOR’s and remuneration related to digital cadastral mapping through full fledged GIS Labs,extensive GNSS/DGPS

15

survey,transportation, deployment of Human Resources, commissioning, Capacity Building, technical support, and other services necessary for proper digitization of record and may also include but not limitedto visits of key personal staff, resident engineers, accommodation, airfare, equipment, printing of documents, surveys, geo-technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected. 6.2.2 The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. 6.2.3 Rates/costs (including break down of costs according to the FIN -3) shall be expressed in PKR.

7. EVALUATION PROCESS

ELIGIBLITY CRITERIA

S.No PRE-QUALIFICATION CRITERIA DOCUMENTARY EVIDENCE

01. Registered with Securities & Exchange Certificate of Registration Commission of Pakistan (SECP) under the Companies Ordinance 1984.

02. Registered with FBR for Income tax and must Certificate of Registration be on FBR’s Active Tax Payers List

03. Registered with Survey of Pakistan Certificate of Registration

04. Financial Capability of Firm 200 Million Audited balance sheets/Letter signed by a registered audit firm or a CA must be submitted as proof of turnover for last three years.

05. Submit a self-declaration for not being under Declaration signed and stamped by legal action for corrupt or fraudulent bidder practices(blacklisted) by any Government Organizations.

16

06. Relevant Experience: - Attach copies of Supply Orders with relevant completion certificate or Successfully accomplished at least Three GIS Signed Agreement with the procuring Projects in Government sector. agency.

Successfully accomplished at least two Attach signed & stamped copy of Cadestral projects. original Agreement duly attested by Notary Public with clearly identification of roles of each firm.

8. Technical Evaluation Criteria 8.1. Bidders scoring 65% or more in the technical evaluation will be technically qualified otherwise considered disqualified.Relative Weights given to the different evaluation criteria are shown in the table below:

Weight Evaluation Criteria Weightage

W1 Company/Firm Profile (EC1) 10%

W2 Experience of the Firm (EC2) 20%

W3 Project Team (EC3) 20 %

W4 Approach and Methodology (EC4) 35 %

W5 Equipment Available(EC5) 15 %

The Technical Score, St will then be obtained by the following formula: St = (EC1 *W1/100) + (EC2 *W2/400) + (EC3 *W3/200) + (EC4 *W4/300)+ (EC5 *W5/100) where, EC1, EC2, EC3, EC4 & EC5 are the total component scores against Company profile, Experience of the Firm, Project team and Approach & Methodology criteria and equipment respectively. The technical criteria and their details are given below:

17

8.2.1 Firm Profile (EC1): Profile of each bidder will be evaluated on the basis of the following three factors:

S.No Item Score A. Registration with Survey of Pakistan 50 B. Financial Capability 30 C. Certifications of the Firm 20 Total (A+B+C) 100

8.2.2. Registration with Survey of Pakistan (A)

The firm requires to be registered with the Survey of Pakistan under Mapping Act 2014, Government of Pakistan.

Registration Category Marks Assigned (C) Parameter

S1 Category 50

S2 Category 40 Attach Registration S3 Category 30 Certificate from Survey of Pakistan S4 Category 20

Sub Total (A) 50

8.2.3 Financial Capability of the Firm (B)

S.No. Financial Strength Marks Documentary Assigned Evidence

01. Over all Average Turn Over of the Audited Balance Company in past three Consecutive sheet and Profit & Financial years e.gFY 2017-18, FY Loss; & Certificate 2018-19, FY 2019-2020, from the statutory auditor should be Less than 200 Million 10 attached determining thecombined 200 to 500 Million 20 turnover of the company in past 500 to 700 Million 25 three fiscal years 700 Million To 1 Billion 30

Sub Total (B) 30

18

8.2.4 Certifications of the Firms (C)

S.No Certification Marks Documentary Assigned Evidence 01. ISO 27001 Information Security 10 Management System (ISMS) Attach Relevant 02. ISO 9001 Quality Management 10 Certificates System (QMS) Sub Total (C) 20

EC (1) = A + B + C

8.2.5 Experience of the Firm (EC2): The experience of each firm will be evaluated on the following factors:

S.No Item Score 1. Number of GIS Projects (D) 250 2. Volume of similar Cadestral Projects 150 (E) Total (D+E) 400

8.2.2.1 Number of Projects (D) Scoring in this segment is done on the basis of following formula: Marks No. of Score Max Parameter

Bidder’s Experience Assigned for projects obtained Marks each Project executed (G*H) (G) (H)

GIS Projects related to Land Record in Attach Government Sector which includes the Completion following activities: - Certificate  Field Survey using GPS/DGPS OR equipment’s to collect reference points Work Order (area 30 – 200 Sq Km). OR  Digitization of Cadastral Map using 20 100 Contract High Resolution Satellite Imageries Agreement  Development of GIS Application for OR viewing, editing and managing of Any Other cadastral map and linkage with Record Certified of Rights. Document

19

Development & Deployment of GIS 10 100 applications other than Land Record

Land Developed & RevenueMIS Deployed LRMIS 10 30 (LRMIS) Project Application Digitization of Land Record i.e. 5 20 Scanning & Data Entry of record Sub-total (D) 250

8.2.2.2 Volume of Similar Assignments (E)

One aspect of the firm’s ability to undertake any given assignment successfully is whether the similar assignments i.e. GIS Solution for Land Record Projects, it executed is also comparable in terms of cumulativevolume and value of GIS Projects: -

Criteria Marking Criteria Marks Parameter Cadastral Mapping of Land Parcels Above 1,000,000 50 Attach Completion Land Parcels with all 500,000 to 1,000,000 25 Certificate OR Work given attributes 300,000 to 500,000 15 Order (including) dimensions ORContract Agreement and or spatial object mentioning the number using parcel fabrication of digitized land parcels technique using parcel fabric technique ORAny Other Certified Documents Digitization of Land Land Parcels Above 1,000,000 50 Attach Completion parcels using 500,000 to 1,000,000 25 Certificate ORWork dimensions and 300,000 to 500,000 15 Order attributes method i.e. ORContract Agreement Geo-referenced mentioning the area in cadastral map acres/sq. km of digitized cadastral maps using conventional methodORAny Other Certified Documents Value of the Project Above 700 Million 25

20

500 to 700 Million 10 Attach Completion 200 to 500 Million 5 Certificate OR Work Order ORContract Agreement mentioning the value of the projectsORAny Other Certified Documents GIS experts deployed Above 20 15 Attach Attested Payroll for the projects 15 to 20 10 of the employees with contact details paid 10 to 15 5 during the assignment Status of GIS Lab Above 100 Workstations 10 Valid Documents to functioning within the 50 to 100 5 authenticate the firm for digitization in 10 to 50 2 functional GIS Lab parcel fabrication along with the installed dataset modeli.e. licensed GIS tool licensed tools for GIS development Sub-total (E) 150

EC (2) = D + E

8.2.3 Project Team (EC 3): This section of the evaluation rates the team nominated by the firm to execute the assignment. For this, each CV of following Human Resource will be evaluated separately on the basis of education and past experience. 8.2.3.1 Human Resource Capability: -

S.No Position No. of Maximum Resources Marks 01. Project Manager 01 20 02. GIS Specialist 01 10 03. Land Revenue Specialist (Retired Revenue Officer in BS-16 or higher with 02 2 * 10 = 20 domain knowledge) 04. GIS Application Development Manager 01 10 05. GIS Development Manager 01 10

21

06. Geodatabase Developer 02 2 *10= 20 07. GIS Analyst/Geospatial Data Engineers 08 5 * 8= 40 08. GIS Application Developer 04 5 * 4= 20 09. I.T Specialist 01 10 10. Communication Specialist 01 5 11. DGPS Survey Manager 01 15 12. DGPS Survey Specialist 04 5 * 4 = 20 Total Marks 200

All firms are to be evaluated for a similar sized project team.

Each CV submitted by the firm is evaluated on three criteria:

S. No. Criteria Scores i. Relevant Education & Qualification (I) 20 ii. Relevant Background (J) 70 iii. Time with Firm (K) 10 Total (I+J+K) 100

8.2.3.2 Education & Qualifications (I)

Each individual is ranked on: S. No. Criteria Weightage 1 Relevant Academic Qualifications 10 2 Relevant Professional certification 15 Total (I) 25

i. Relevant Academic Qualification S. No. Criteria Weightage % age share 1 Bachelor/Master Degree in 15 80 GIS/Geoinformatics (16 Years Education)

22

2 MS Degree in 20 100 GIS/Geoinformatics (18 Years Education)

(Note: - For Revenue Specialist Maximum Marks will be given on 12 years of Education i.e. 20 Marks (Bachelor/Master/MS degrees not required) (Note: - For DGPS Survey Manager and DGPS Survey Specialists, registration from the Survey of Pakistan in individual category is mandatory)

ii. Relevant Professional Certification If the individual has a relevant professional certification by a recognized body that is relevant to his/her role in the assignment, full score (20%) will be given. (Note: - For Revenue Specialist, Patwar Training School Certificate or Government Retirement proof is required)

8.2.3.3 Relevant Background (J) Relevant background for each individual is evaluated on four factors: S. No. Item Weightage 1 Number of similar assignments (In past 10 yrs.) 25% 2 Value of largest similar assignments (In past 10 yrs.) 15% 3 Role in similar assignments 30% 4 Time Spent in similar assignments (In past 5 yrs.) 30%

i. Number of Similar Assignments The number of similar assignments, (N) listed on the individual’s CV for the past 10 years will be compared with a base value (Ts = 5) Sub‐component score = (N / Ts) x 25% Max score awarded for this sub component is 25%. ii. Value of Largest Similar Assignment The value of the largest similar assignment listed on the individual’s CV for the past 10 years is compared to the present assignment. The grading is then done according to the following table: Value in comparison to present Grade (G) assignment 80%+ 100%

23

50%‐80% 65% <50% 30% Sub‐component score = G of 15%

iii. Role in Similar Assignments The role of the individual in previous similar assignments listed on his/her CV is compared to the proposed role in the present assignment. The grading is then done according to the following table: Grade (G) Role in number of similar Project 2 or more 1 Exactly similar 100% 65% Support role to similar 65% 42.25% Slightly similar 30% 19.5% Sub-component score = G of 30% iv. Time Spent in Similar Assignments Time spent by the individual on similar projects in man-months (N) will be compared with the total number of possible man-months in the past 5 years, i.e. 60 months. Sub-component score = (N/60) x 30%

8.2.3.4 Time Spent with Firm (K)

If an individual has been working with the bidding firm for 12 or more months, he/she will be given 10 marks, otherwise 0. EC 3= (I+J+K)

8.2.4 Approach & Methodology (EC 4): This section will evaluate the firm’s solution to the TOR’s. This section comprises two sub sections, i.e. a) Understanding & Innovativeness b) Methodology Item Weighted Score Understanding 30 Innovativeness 30

24

Methodology 30 Each section contains several questions that can be given either of the following grades depending on the content of the technical proposal: Grade (G) Quality (Q) Weight (W) A Excellent 5 B Good 3 C Average 2 D Absent 0

8.2.3.1 Understanding and Innovativeness (L)

S. No. Criteria Grade 1 Demonstrate your proven track record in conducting similar large complex GIS Project related to Land Record 2 Explain your experience of the GIS applications related to land records for other government departments 3 Demonstrate your proven track record in executing the projects which are related to land parcels digitization by using the parcel fabric dataset model 4 Demonstrate your proven track record regarding the issues/problems raised in the project and measures taken to mitigate the problem. 5 Prove your experience of building land maps of unsettled areas/missing mussavies areas and its digitization at khasra level 6 Explain the proven experience in mobile and web application development and integration of the field data with the land record GIS data layers. Also elaborate the mobile applications developed in past and its concurrent users; with an offline functional mode with inbuilt support for GIS maps and data Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 6, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score= (N/6) x 30

25

8.2.3.2 Methodology (M) S. No. Criteria Grade

1 Outline your Methodology for Designing, managing and implementation of this project keeping in mind the scope of work and the unique nature of the records. Include the following in your Project Management Methodology: - . Your Vision for the Land Record Digitization. . Project Team Structure . Field survey and data integration methodology . Parcel fabrication details . Quality Assurance and Quality Control 2 Detail how you intend to prepare records for scanning (include unbinding, repairing, cleaning, rebinding as necessary) and highlight the manpower and time required for this process & strategy for missing musavees and unsettled areas.

3 Describe your management expertise and processes required to develop a coherent program to complete the activity, and to keep the project on track, on time and within the specified cost. (Detailed Work Plan)

4 Provide details of application(s) design parameters.

5 Explain how the information security will be ensured and the storage, backups and retrievals are disaster proof

Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 5, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score = (N/6) x 30 EC 4 = L+ M

26

8.2.5Equipment Available (EC 5): This section will evaluate the firm’s resources in the form of equioent available with the firm.

Equipment Weighted Score UAV 35 GPS 20 Total Station 15 Workstation/computers 30

EC 5 = G+H

TOTAL TECHNICAL SCORE: EC1+EC2+EC3+EC4+EC5

Note: Minimum 65 % is required in Technical Bid evaluation for further consideration. The score given by the Evaluation Committee of the Department shall be final and binding on all the bidders. Keeping in view the availability of time, the vendors may also be asked to provide presentation on the following:

. Company Profile . Understanding of scope of work and requirements . Approach & Methodology (AM) for operations/execution, maintenance and Quality of service . Proposed data entry plan and quality management. . Risk Identification & Mitigation Plan

8.3 Evaluation of Financial Proposals / Bids . For financial evaluation, the total cost indicated in the Financial Proposal will be considered. . The Selection Committee will determine whether the Financial Proposals are complete. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the ToRs within the total quoted price shall be that of

27

the Vendor. The lowest Financial Proposal will be considered as the most advantageous bid.

9. APPOINTMENT OF VENDOR

9.1 Verification of Infrastructure by the Board / Committee members on vendor’s site:The Vendor will provide the under mentioned details as part of Technical Bid:

. Number of hardware with make, model and technical specs to be used in establishment of Lab.

 Number of personnel to be engaged for the project. If currently not employed, then strategy to reach that number (if fails torecruit these personnel before award of the project, then the bidder is liable to lose the contract).

. List of legal software(s) (with number). Legal Software compliance is to be ensured.

. Before the award of the contract, user may visit the facilities of the short-listed Vendor / company and verify the plan as submitted.

9.2 The Client will examine the CVs of all other Professional Personnel and those not found suitable shall be replaced by the Bidder to the satisfaction of the Department.

9.3 Substitution of Key Personnel

9.3.1 The Client will not normally consider any request of the Selected Bidder for substitution of Key Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel and any change therein may upset the ranking. Substitution will, however, be permitted if the Key Personnel is not available for reasons of any inability or due to health, subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client.

9.3.2 The Client expects all the Key Personnel to be available during execution of the Project. The Client will not consider substitution of Key Personnel

28

except for reasons of any inability or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client. As a condition to such substitution, a sum equal to 20% (twenty percent) of the remuneration specified for the original Key Personnel shall be deducted from the payments due to the Bidder. In the case of a second substitution hereunder, such deduction shall be 50% (fifty per cent) of the remuneration specified for the original Key Personnel. Any further substitution may lead to disqualification of the Bidder or termination of the Agreement.

9.3.3 Substitution of the Team Leader will not normally be considered and may lead to disqualification of the Bidder or termination ofthe Agreement.

`10. Award of Work

After selection, a Letter of Award (“LOA”) shall be issued, in duplicate, by the Client to the Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, the Client may, unless it consents to extension of time for submission thereof, appropriate the Earnest Money of such Bidder as mutually agreed genuine pre-estimated loss and damage suffered by the Client on account of failure of the Selected Bidder to acknowledge the LOA, and the next highest ranking Bidder may be considered.

11. Execution of Agreement

After acknowledgement of the LOA as aforesaid by the selected Bidder, it shall execute the Agreement within the specified period. The Selected Bidder shall not be entitled to seek any deviation in the Agreement.

12. Commencement of Assignment

The Selected Bidders shall commence the Services at the Project site within 7 (seven) days of the date of the Agreement or such other date as may be mutually agreed.

29

a. Proprietary Data/Ownership

SoP has the intellectual Property Rights for all the Requirement Analysis Report, Proforma /templates,Digitized Map and Applications. Bidders are not authorized to use these documentsfor any other purpose without the express written permission of SoP.

13. TERMS OF REFERENCESFOR CADASTRAL MAPPING – KARACHI CITY (ZONE-B) 13.1 SCOPE OF WORK

The proposed Land Records Management and Information System – Urban would include Digital Cadastral Mapping of Karachi City (Zone-B)(1870 Sq Km). 13.2 OBJECTIVES/RESPOSIBILITIES OF FIRM

1) The firm should be responsible for the provision of the latest high-resolution (10-15 cm)UAV ortho-rectified imagery. 2) The UAV ortho-imagery will be verified/validated by SoP before use for cadastral mapping. 3) The firm should be responsible for collection of all necessary revenue record required for cadastral mapping of the Project area. 4) The Firm will be responsible for the stitching and mosaicking of mussavies using UAV imagery. 5) The Firm shall perform digitization at parcel level; through parcel fabric dataset model prepared by SoP. 6) The firm is responsible to develop mouza boundaries using notifications and mussavies data. 7) High precision RTK GNSS based field surveys should be conducted by the firm for the collection of reference data and verification of the digitized work. 8) The firmwill complete all the associated datasets with parcels / administrative boundaries by following given Data Model.

a. (10-15 cm) UAV ortho-rectified imagerynot older than 01 Feb 2021. b. Accuracy upto 10 cm c. All land record information (as per LRMIS used by BoRs & SoP)

13.3. Digitization Using Parcel Fabric Dataset Model 13.3.1 Scanning and Indexing of Record Scanning and indexing will be carried out of cadastral maps of Project Area.The

30 scanned record Mussavie shall be stored in high resolution tiff format. 13.3.2 Mosaicking and Stitching ofmussavies The Firm will be responsible for the stitching and mosaicking of mussavies. High resolution latest UAV imagesshall be used for project. The UAV images/aerial photography shall be geo-referenced with accuracy for Urban areas better than 10cm so that it supports accurate measurements and referencing. This is an essential step as will lead to the accurate overlay analysis of UAV images/aerial photography/mouza boundaries and field data points. The Firms are required to provide an accuracy assessment report with Root Mean Square (RMS) detail, missing or damaged sheets of the project area. The UAV images/aerial photography must cover area within the boundary of the project of Karachi City (Zone-B)having area 1870 Sq Km. 13.3.3 Ortho-rectification of UAV images/aerial photography The firm will be responsible to procure high resolution latest UAV images/aerial photography as per given requirement. The images must be precisely corrected geometrically and radiometrically to make orthorectified. For the spatial reference of mussavies, in case of unavailability of revenue stones / sehaddas, the firm shall send the surveyors to the field to collect reference points for main features identifiable through UAV images/aerial photography.All the mouza mosaics shall be geo- referenced using high resolution UAV images/aerial photography and must be overlaid inch to inch on the UAV images/aerial photography. 13.3.4 Digitization Using Parcel Fabric Dataset Model The Firm shall perform digitization at khasra/parcel level; through parcel fabrication dataset model by preserving all features and attribute data of vertices, lines, polygons and dimensions with units in the geo-database for Desktop with all the attribute information related to the parcel of landin WGS-84 with UTM Projection System. While storing the attribute information, the textual details on the mussavies shall be stored in the GIS database. The Firm shall be responsible to digitize all the features present on mussavie maps i.e. parcel boundaries, roads, water channels, graveyards, and other similar features by following given data Model. However, the missing landmarks in mussavies (latest developments) shall be digitized and stored as separate layer. The mouza boundary, khasra extent with parcel fabricated details of number, line, polygon and dimensions shall be digitized. Khasra data parcel fabrication model shall incorporate data in a way that the khasra is stored as polygon and also separate lines with details of sides, dimensions and numeric values. The Firm will be responsible for parcel level mapping and parcel fabrication. The

31 firmwill be responsible for the scanning and attribute entry of all the property/ownership documents of the project area within the project duration. The firmwill be responsible for door to door survey for the collection of property/ownership documents. It is required to design and submit survey plan and comprehensive survey form to client which include information of registered deed, PTD, PT1, Fard, PTO, lessee, tenant etc. The firm shall develop a detailed base map of the project area by following SoP data model including road network, house hold level,streets, footpaths, agriculture fields, barren land, forests, pastures, irrigation network etc.The road network shall include Urban Roads, with unique numbers / code assigned to each road / link. The attribute information related to road segments like road length, road width, traffic flow (one way- two way). Household level mapping must include residential, commercial, government buildings, public buildings etc. whereas, public building include schools, hospitals, post offices, parks, police stations etc. After the development of base data and integration of secondary information with base data, topology correction tools shall be used to check all type of topological errors that shall be corrected in GIS environment. All type of errors such as connectivity, nodes, missing linkages, duplicate lines/data entry, mismatching of vertices, badly shaped vector, missing knots at intersection, too many vertices in line, switchbacks and topological errors as overshoot, knots, loops, undershoot and dangle, etc. shall be checked and corrected in GIS environment. After the development of base data and integration of secondary information with base data, all the digitized vector data (points, lines and polygons) shall be checked for Quality Assurance in the field. 13.3.5 Standards for Positional Accuracy: The following standards will be used to define minimally acceptable levels of differential relative positional accuracy required for Cadastral Survey. a. Local Accuracy Standards: 95% Confidence Circle Application Less than 0.050 (m) Cadastral Project Control Less than 0.100 (m) Cadastral Measurements b. Network Accuracy Standards: 95% Confidence Circle Application Less than 0.100 (m) Cadastral Project Control

32

Less than 0.200 (m) Cadastral Measurements

14. Support Period

The Firm has to provide support for a period of one year after the completion of Project. 15. Project Tiime: 6 month from date of signing of Contract Agreement 16. Monitoring of Work: The monitoring to check quality / progress of work will be carried out by SoP team as follow: c. Inspection of UAV aerial photography d. Inspection of pilot project e. Monthly inspection of work

17. Deliverables a. Parcel level vector layersuperimposed on Geo-rectified/ortho-rectified UAV images/aerial photography. b. Geo-database of complete project area on portable storage media with proper indexing. c. Raster and Vector data with complete set of information as mentioned in this document. d. Hard copy of all the documents / record used in the project. e. Monthly progress reports and final project report. f. Miscellaneous

33

Technical Forms

Form TECH-1: Technical Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sir:

We, the undersigned, offer to provide the Project Management consulting services for [Insert title of assignment] for (Package) in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Project Management Consultant] We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Project Management consulting services related to the assignment not later than the date indicated in the schedule.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

34

B – Experience of Firm

[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment.]

Assignment name: Approx. value of the contract (in PKR):

Country: Duration of assignment (months): Location within country:

Name of Client: Total No of staff-months of the assignment:

Address: Approx. value of the services provided by your firm under the contract (in PKR):

Start date (month/year): No of professional staff-months Completion date (month/year): provided by associated Firm:

Name of associated Firm, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

35

Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Firm’s Name:

36

Form TECH-2:

Comments and Suggestions on the Terms of Reference

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

37

Form TECH-3: Description of Approach, Methodology and Work Plan for Performing the Assignment

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (descriptive, inclusive of charts and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing, a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-8.

c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the

38 assignment, the key expert responsible, and proposed technical and support staff.]

39

Form TECH-4: Team Composition and Task Assignments

Professional Staff

Area of Position Name of Staff Firm Task Assigned Expertise Assigned

40

FORM TECH-5 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF 1. Proposed Position [only one candidate shall be nominated for each position]: ______2. Name of Firm [Insert name of firm proposing the staff]: 3. Name of Staff [Insert full name]:______4.Date of Birth: ______Nationality: ______5.CNIC No : ______6. Education: Degree Major/Minor Institution Date (MM/YYYY)

7. Membership of Professional Associations: ______8. Other Training [Indicate significant training since degrees under 6 - Education were obtained]: ______9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: ______10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment on the following format: Employer Position From To (MM/YYYY) (MM/YYYY)

41

11. Detailed Tasks Assigned [List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

1) Name of assignment or project: ______Cost:______Year: ______Starting Date:______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

2) Name of assignment or project: Cost: ______Year: ______Starting Date: ______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

42

[Unroll the project details group and continue numbering (4, 5, …) as many times as is required]

13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

[Signature of staff member or authorized representative of the staff] ______

Full name of authorized representative (attach authority letter): ______Date: (Day/Month/Year)______

43

Form TECH-6: Abstract of Eligible Assignments of Key Personnel

Name of Estimated Designation of Date of Name of firm for S.No. Name of capital cost of the Key Person compensation of Mandays Project which the Client project (PKR) for the assignment spent Key Person assignment worked

(1) (2) (3) (4) (5) (6) (7) (8)

1

2

3

4

5

44

6

7

8

45

Form TECH-7 Staffing Schedule

Staff input (in the form of a bar chart)2 Total staff-month input Name of Staff First Second Fourth Quarter Third Quarter Quarter Quarter Qtr 1 2 3 1 2 3 1 2 3 1 2 3 Total . 1 2 3 4 5 n Total 1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). 2 Months are counted from the start of the assignment. Full time input Part time input

Form TECH-8: Work schedule and planning for deliverable

Months N° Activities 1 2 3 4 5 6 7 8 9 ..... n TOTAL

47

1 List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Client’s approvals. For phased assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in a form of a bar chart.

3. Include a legend, if necessary, to help read the ch

48

Financial Forms Form FIN-1 Financial Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sirs: We, the undersigned, offer to provide the Project Management Consultancy services for [Inserttitle of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

49 Form FIN-2 Financial Capacity of the Bidder

S. No. Annual Revenue (PKR) Financial Year

1.

2.

3.

Certificate from the Statutory Auditor #

This is to certify that ...... (name of the Bidder) has received the payments shown above against the respective years on account of Professional Services/Consultancy Fees.

Name of the audit firm: Seal of the audit firm: Date:

(Signature, name and designation of the authorized signatory)

# In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Bidder.

Note: Please do not attach any printed Annual Financial Statement. 50 Form FIN-3: Summary of Cost

S.No. Deliverables Unit Total Price inclusive of all leviable taxes and duties (Rs.)

1 Cadastral Mapping Per Mauza (No. of Mouza at Annex-C)

2 UAV images/aerial photography Sq. Km.

3. Software Development Lumpsum

4. Minimum 14000 Ground Per Point Control Points (GCP) using DGPS equipment

5. Support Period for One Year

1 Indicate the total costs, inclusive of all taxes i.e. ( Income Tax , Services Tax of BRA etc) .

51 ZONE-B

ZONE-B SURVEY OF PAKISTAN

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF LAHORE CITY (ZONE-A)

Survey of Pakistan, Faizabad, Murree Road, Rawalpindi Table of Contents 1. Project Overview ...... 3 2. Request For Proposal ...... 3 2.1 Validity Of The Proposal / Bid ...... 3 2.2 Brief Description Of The Selection Process ...... 3 2.3 Bid Security ...... 4 2.4 Schedule Of Selection Process ...... 4 2.5 Pre-Bid Conference ...... 4 3. Instructions To The Prospective Bidders ...... 5 4. Data Sheet ...... 10 5. Bid Proposals ...... 13 6. Financial Proposal / Bid ...... 15 7. Evaluation Process ...... 16 8. Technical Evaluation Criteria ...... 17 8.1 Score: ...... 17 8.2 Firm Profile: ...... 17 8.3 Evaluation and Financial Proposals ...... 27 9. Appointment of Vendor ...... 28 9.3 Substitution of Key Personnel ...... 28 10. Award of Work ...... 29 11. Execution of Agreement ...... 29 12. Commencement of Assignment ...... 29 13. Terms Of References for Cadastral Mapping – Lahore City (Zone-A) ...... 29 13.1 Scope of Work ...... 30 13.2 Objectives ...... 30 13.3 Digitization Using Parcel Fabric Dataset Model...... 30 13.3.1 Scanning and Indexing of Record ...... 31 13.3.2 Mosaicking and Stitching ofmussavies ...... 31 13.3.3 Ortho-rectification of UAV images/aerial photography / Satellite Images ...... 31 13.3.4 Digitization Using Parcel Fabric Dataset Model...... 31 13.3.5 Standards for Positional Accuracy ...... 32 14. Support Period ...... 33 15. Technical Forms ...... 33 16. Monitoring of Work ...... 33

1 17. Deliverables ...... 33 Form TECH-1: ...... 34 Form TECH-2: ...... 37 Form TECH-3: ...... 38 Form TECH-4: ...... 40 Form Tech-5 ...... 41 Form TECH-6: ...... 44 Form TECH-7 ...... 46 Form TECH-8: ...... 47 Financial Forms ...... 49 Form FIN-1 ...... 49 Form FIN-2 ...... 50 Form FIN-3: ...... 51

2 BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF LAHORE CITY (ZONE-A)(240 Sq Km)

3 BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF LAHORE CITY (ZONE-A)(240 Sq Km)

1 PROJECT OVERVIEW The land record system in Punjab is century old with its scope limited to recording of data for rural lands only and its purpose was originally confined to collection of annual taxes. The current system of land records focuses on administration of landholdings which groups a set of land parcels together for recording of their collective ownership information. This scheme, however, becomes highly inefficient when applied to urban properties. No standard system of recording rights in urban areas exists in Punjab where gap is being filled by other agencies working in their own respective jurisdictions in isolation from others. Punjab has, therefore, no single repository of land records which would otherwise play a critical role in the planning and administration processes of government.

Major challenges are associated with current urban land records system inLahore ity (Zone-A) which at best can only be described as a make shift arrangement. Despite multitude of records, some 20 – 25 % of urban properties are considered to not having been registered anywhere. As a result, land use planning/development is seriousely hampered and land rights litigation is widespread.The existing Revenue Records have not been updated in areas that have been converted to urban areas. Moreover, the record does not cover the historical urban areas at all.Several records registries are maintained by multiple agencies. There is widespread litigations over the title chain, transfer of property, partition of inheritance, gift, and demarcation of land etc. Negative impacts to economic growth, fiscal balance, poverty reduction and good urban development are apparent and significant.

2. REQUEST FOR PROPOSAL Survey of Pakistan Invites Proposals from eligible bidders/firms for “Cadastral Mappingof Lahore City (Zone-A)approximate area(240 Sq Km)”.Survey of Pakistan intends to select the Firm through a competitive bidding process in accordance with the procedure set out herein.

4 RFP document can be downloaded from the Website of the Public Procurement Regulatory Authority (PPRA), and can also be obtained on the following addressvon payment: Project Coordinator Survey of Pakistan, Rawalpindi Contact No. 051-9290217 2.1. Validity of the Proposal / Bid The Proposal shall be valid up to 90 days as per PPRA Rule

2.2. Brief description of the Selection Process The Bidders will send their Proposals in two sealed envelopes as mentioned in clause 3. Single Stage- Two Envelop Procedure as per PPRA Rule 41 (3) will be adopted. The selection process in evaluating the Proposals comprising of Technical and Financial Bids to be submitted in two separate sealed envelopes Single stage two envelopes procedure. In the first phase, a technical evaluation will be carried out as specified in Clause 8. Based on this technical evaluation,in the second phase, a financial evaluation will be carried out as specified in Clause 8.3.

2.3. Bid Security All bidders are required to submit RS. 2% earnest money in financial proposal envelop in the form of a bank guarantee or Bank draft/pay order. The Earnest Money should be furnished by a reputable bank in favor of Project Director, Survey of Pakistan, Rawalpindi and shall be valid for a period of three (3) months.A certificate for attachment of same must be indicated in technical bid. The bank guarantee / pay order for earnest money will be returned to the responsive bidders on signing of the contract with the successful bidder and the earnest money of technically non-responsive bidder will be returned within 30 days. Bidders submitting a proposal without acceptable earnest money would be immediately disqualified. 2.4. Schedule of Selection Process

S.NO ACTIVITIES SCHEDULE 01. Date of issue 31 December, 2020

5 02. Last date for receiving queries/clarifications 07 January, 2021

03. Pre-Bid Conference 11 January, 2021

04. Client response to queries 11 January, 2021

05. Proposal Due Date for submission and 18 January, 2021 Opening of Technical bids

06. Opening of Financial Bid 26 January, 2021

(Above dates may be changed, if circumstances warrant so.)

2.5. Pre-Bid Conference The date, time and venue of Pre-Bid Conference shall be: Date: 11 January, 2021 Time: 12:00 hrs.Venue: Project Coordinator Survey of Pakistan, Rawalpindi.All communications including the submission of Proposal should be addressed to:

Project Coordinator, Survey of Pakistan Muree Road, Rawalpindi

Phone: 051-9290217 Fax: 051-9290212

All communications related to the project should clearly be marked as “Cadastral Mappings of Lahore City (Zone-A)approximate area (240 Sq Km) ” onthe top of the envelope.

3. INSTRUCTIONS TO THE PROSPECTIVE BIDDERS

3.1. Detailed description of the objectives, scope of services, deliverables and other requirements relating to this project are specified in this RFP. The manner in which the Proposal / Bid is required to be submitted, evaluated and accepted is explained in this RFP. 3.2. The Bidder shall submit its Proposal in the form and manner specified in the RFP. The Technical Bid shall be submitted in line with the respective form at TECH-I and the Financial Bid shall be submitted in the form at FIN-I. Upon selection, the Bidder shall be required to enter into an agreement with the Client on finalization of bidding process. However, some clauses may be

6 modified on mutually agree-able terms. 3.3. Bidder should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Bidders are encouraged to visit the Client before submitting a proposal and to attend a pre-bid conference as specified in the schedule. Bidders should contact the Client’s representative to obtain additional information on the pre-bid conference, and should ensure that these officials are advised in advance of the visit with adequate time to allow Project Director to make appropriate arrangements. 3.4. Bidder may request a clarification on the RFP documents up to the number of days indicated above before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means, and will send written copies of the response (including an explanation ofthe query but without identifying the source of inquiry) to all Bidders. 3.5. At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing, or by standard electronic means. The addendum shall be sent to all bidders and will be binding on them. The Bidders shall acknowledge receipt of all amendments. To give Bidder reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals. 3.6. The original proposals (Technical and Financial) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder themselves. The person who signed the proposal must initial such corrections. 3.7. An authorized representative of the Bidder shall sign all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney on stamp paper accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked “ORIGINAL”. 3.8. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly

7 marked “FINANCIAL PROPOSAL” and clearly mentioning the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and be clearly marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE APOINTED OFFICIAL”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. Such anoccurrence may be the case for Proposal rejection.If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. 3.9. The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated above, or any extension to this date in accordance with rules. Any proposal received by the Client after the deadline for submission shall be returned unopened. 3.10. From the time the Proposals are opened to the time the Contract is awarded, the Bidder should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Bidder to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Bidder Proposal. 3.11. The technical evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system specified in the RFP. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not respond to meet evaluation criteria. 3.12. After the technical evaluation is completed, the Client may inform the Bidders who have submitted proposals that the technical scores obtained by their Technical Proposals, and shall notify those Bidder whose Proposals did not meet the minimum qualifying mark or were considered non-responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. 3.13. According to PPRA rule, “the procuring agencies may seek un-conditional discount by incorporating the same in bid solicitation documents. The bidder may offer un-conditional disacount, in percentage of their quoted price or bids,

8 before opening of the of the financial proposal. The discount bid price shall be considered as original bid for evaluation being an integral part of the bid. No offer of discount shall be considered after the bids are opened.” The bidder will offer discount in term of percentage of financial bid in writing on Firm letterhead. The bidder may not forget to bring Firm letterhead on the day and time of opening of Financial Bid. 3.14. Financial Proposals shall be opened publicly in the presence of the qualified bidders or their representatives who choose to attend. The name of the Bidders, and their technical scores shall be read aloud. The Financial Proposal of the Bidder who meet the minimum qualifying marks will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall then be opened, and the total rate/prices/cost read aloud and recorded. 3.15. All documents relevant to data entry including the prints prepared by the Firm shall become and remain the property of the procuring Client; Any restrictions on the future use of these documents by the Firm shall be specified in the conditions of the contract. 3.16. Procuring Client may negotiate with the most advantageous bidder regarding methodology, work plan, staffing and special conditions of the contract. The procuring Client shall not permit substitution of key staff, unless both parties agree that undue delay in selection process makes such substitution unavoidable. 3.17. Bidders should note the Proposal Due Date (PDD), for submission of proposals. Except as specifically provided in this RFP, no supplementary material will be entertained by the Client and that evaluation will be carried out only on the basis of Documents received by the closing time of Proposal Due Date. Bidders will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For avoidance of any doubt, the Client reserves the right to seek clarifications under and in accordance with the provisions of Clauses. 3.18. Bidder shall not submit any document after PDD except in response to any clarification sought by Project Director and in response to clarifications no change shall be made. 3.19. The TOR’s mentioned in the RFP and Technical Proposal received from the bidder will be integral part of agreement.

9 3.20. If the successful Firm fails to deliver the deliverables within stipulated period, its earnest money will be fortfeited and it will be blacklisted. 3.21. Liquidation Damages: The firm has to pay liquidation damages for the period of delays in supply of deliverables upto rate of 2% of the contract price per month or part of a month exceeding the original delivery period subject to the provision that total liquidation damages thus levied will not exceed 10% of the total contract price. 3.22. Performance Guarantee: The bidder shall provide to SoP, a Performance Guarantee issued by A-Plus Pakistani Scheduled Bank, having a value of 10% of the contract price and which is valid for 12 months beyond the expected date of delivery of final data. SoP shall confirm the authenticity / guineneness of the Bank Guarantee from the concerned Bank. Performance Guarantee shall be submitted just after successful submission of deliverables anf after obtaining Acceptance letter from SoP. 10% performance guarantee will remain held with SoP and be released on expiry of Support Period. The tenure of Performance Guarantee will be extended if the deliverable is up to the mark and needs improvement. a. Bank Guarantee furnished against this contract is un-conditional and en- cashable at the will of the firm. Firm will undertakes not to hinder/restrain its encashment through court, extra judicial or any other way( including administrative process) b. If the firm fails to produce the Bank Guarantee within specifies period, SoPreserves the right of cancelling the contract at the risk and expence of the firm. In the event of un-satisfactory performance or of any breach of terms of the contract, the bank guarantee shall be forfeited to the govt at the discretion of the firm. 3.23. Confidentiality: The firm shall not, during the process of execution or after expiration of this contract, disclose any proprietary or data without the prior written consent of SoP. 3.24. Force Majeure: Both the parties shall not be held responsible for any delay occurring in the Project due to event of Force Majeure such as acts of God, War, Civil commotion, Strike, Lockouts, Act of Foreign Govt and its agencies and disturbance directly affecting the parties over the events or circumstances where both the parties have no control. In such an event both parties will inform each other within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances / happening in

10 writing. 3.25. Litigation: In case any dispute, only court of law at Rawalpindi/Islamabad have jurisdiction to decide the matter. 3.26. Pre-Bid Conference 3.22.1 Pre-Bid Conference of the Bidders shall be held on the designated date, time and place. Only those Bidders, who have purchased the RFP document or downloaded the same from the Official Website, shall be allowed to participate in the Pre-Bid Conference. A maximum of two representatives of each Bidder shall be allowed to participate on production of an Authorization Letter from the Bidder. 3.22.2 During the course of Pre-Bid Conference, the Bidders will be free to seek clarifications and make suggestions for consideration, however, that the bidders have previously expressed those points in writing. It shall be endeavored to provide clarifications for facilitating a fair, transparent and competitive Selection Process.

4. DATA SHEET

Paragraph Reference

Name of the Client: Survey of Pakistan

Name of the Assignment: Cadastral MappingofLahore City (Zone-A)(240 Sq Km)

Method of Procurement: Single Stage – Two Envelop Procedure

Special Terms & Conditions of Contract

4.1 Survey of Pakistan invites sealed bids containing One Original Technical and Financial Proposal and two copies of technical & financial proposals from all interested Bidders for this RFP.

4.2 The Bidder must quote for the complete scope of work as per TORs. The bid offering partial scope of work shall be rejected as non-responsive.

4.3 The Technical Proposal should contain all the bid items/solutionswithout quoting the price and must list firm’s clientele, details of past projects,

11 equiptments, items specification etc.

4.4 Interested bidders may obtain further information on the bid and inspect the bidding documents at the office of Project Director.

4.5 All interested bidders can receive RFP from the office of Project Director, by submitting an application on their letterhead on payment of Rs. 2000.

4.6 All bids must be delivered to the office of the Project Director, on or before 18th January, 2021 at 1200 hrs. The bids will be publicly opened in the office of Project Director, at 12.30 Hrs on the same day in presence of bidders who wish to attend bid opening for official confirmation of the participating bidders. 4.7 The client will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 4.8 Bidders shall submit bids, which comply with the biddingdocuments, Alternative bids will not be considered.

4.9 Conditional bids will not be acceptable. 4.10 Authority Letter from Principal Company for product and vendor authentication is to be provided by the bidder. 4.11 Every page of the original proposal documents should be signed and stamped by the bidder and proposal to be submitted in binded form otherwise bid will not be accepted. 4.12 Any firm, which furnishes wrong information, will be liable for legal proceeding. Any contract awarded in such case when find out, will be cancelled. 4.13 The bidder/lead should not be blacklisted by any of itsclients. An affidavit to this affect must be submitted by the bidder. 4.15. Implementation Plan is critical to the success of the project. A detailed Implementation Plan is to be prepared by the Firm and be part of the proposal.

4.16. Payment Schedule shall be based on the deliverables and will be detailed at the time of the contract.

12 4.17. Acceptance Criteria: Bidding is open to all Bidders that meet the eligibility criteria and minimum qualification criteria relating to previous experience, delivery capability, firms standing, etc., as stated in the RFP. Interested Bidders may obtain further information from the office of the Project Director and inspect the Bidding Documents during working hours by contacting at the address given below:- ProjectCoordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.18. Evaluation criteria are given belowfor the selection of the Firm.

4.20. The pre-bid Conference will be held on 11 January, 2021 at 12:00 pm at Survey of PakistanRawalpindi. 4.21. In case of questions regarding pre-bid conference please contact: Project Coordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.22. The Client will provide the following inputs and facilities: 4.22.1 The validity period i.e. validity of proposals within period of Award of Contract, would be 90 days. The financial & Technical Proposal of the bid can be considered for variation subject to significant change in the agreed upon scope of work,

4.23 The Firm has to submit documentary evidence (sufficient & acceptable) to the client and subject to approval of the client which will deem to have the final say on this subject. 4.24. Proposals shall be submitted in English language. 4.25. Amounts payable by the Client to the Firm hired under the contract would be subject to all local taxation. 4.26. Taxes shall be deducted from each payment made to the Firm as per Income Tax Rules and Regulations prescribed by Government of Pakistan. 4.27. Each party shall be liable for its own taxes. The prices quoted by the Firm in its financial proposal will be considered inclusive of all applicable taxes.

13 4.28. Firm is to state local cost in the national currency. 4.29. Firm must submit the original and three copies of the Proposals. 4.30 The Employer at its sole discretion may terminate the bidding process and cancel the bids for any packages at any time without effecting the bidding process of other packages

5. BID PROPOSALS

5.1TECHNICAL PROPOSAL:

Bidders shall submit the technical proposal in the formats at TECH- I(the“Technical Proposal”).While submitting the Technical Proposal, the Bidder shall in particular, ensure that:

i. All forms are submitted in the prescribed formats and signed by the Prescribed signatories. ii. Power of Attorney, if applicable, is executed as per Applicable Laws; iii. CVs of all Professional Personnel must be incorporated in the proposal. iv. Key Personnel have been proposed only if they meet the Conditions of Eligibility laid down Evaluation Criteria. v. Only one CV for each position has to be furnished not alternatives will be accepted. vi. The CVs have been recently signed and dated in blue ink by respective Personnel and countersigned by the Bidder. Photocopy or unsigned / countersigned CVs shall be rejected. vii. The CVs shall contain an undertaking from the respective Key Personnel about his/her availability for a period of one year with the firm.

5.2.Failure to comply with the requirements listed in Clause 5.1will make the Proposal liable to be rejected.

5.3.If an individual Key Personnel makes a false statement regarding his qualification, experience or other particulars, or his commitment regarding availability for the Project is not fulfilled at any stage after signing of the Agreement, he shall be liable to be debarred for any future assignment for a period of 5 (five) years. The award of this service to the Bidder may also be liable to cancellation in such an

14 event.

5.4. The Technical Proposal shall not include any financial information relating to the Financial Proposal.

5.5. The proposed team shall be composed of experts and specialists (the “Professional Personnel”) in their respective areas of expertise and managerial/support staff (the “Support Personnel”) such that the Firm should be able to complete the Project within the specified time schedule. The Key Personnel specified in TOR’s shall be included in the proposed team of Professional Personnel. Other competent and experienced Professional Personnel in the relevant areas of expertise must be added as required for successful completion of these services. The CV of each such Professional Personnel, if any, should also be submitted in the format at TECH-4, TECH-5 & TECH-6.

15 5.6 The Client reserves the right to verify all statements, information and documents, submitted by the Bidder in response to the RFP. Any such verification or the lack of such verification by the Client shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Client there-under.

5.7 In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Vendor either by issue of the LOI or entering into of the Agreement, and if the SelectedBidder has already been issued the LOI or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Client and the Client shall not be liable in any manner whatsoever to the Bidder or Vendor, as the case may be. In such an event, the Client shall forfeit the Earnest Money as mutually agreed pre- estimated compensation and damages payable to the department for, inter alia, time, cost and effort of the department, without prejudice to any other right or remedy that may be available to the department.

6. Financial Proposal / Bid

6.1 Bidders shall submit the financial proposal in the formats at FIN-I (the “Financial Proposal”) clearly indicating the rate/ total cost of the services both in figures and words, in PKR, and signed by the Bidder’s Authorized Representative. In the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Financial Proposal, the lower of the two shall prevail. 6.2 While submitting the Financial Proposal, the Bidder shall ensure the following: 6.2.1 All the costs associated with the assignment shall be included in the Financial Proposal. These shall normally cover as per scope of work mentioned in TOR’s and remuneration related to digital cadastral mapping through full fledged GIS Labs,extensive GNSS/DGPS

16 survey,transportation, deployment of Human Resources, commissioning, Capacity Building, technical support, and other services necessary for proper digitization of record and may also include but not limitedto visits of key personal staff, resident engineers, accommodation, airfare, equipment, printing of documents, surveys, geo-technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected. 6.2.2 The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. 6.2.3 Rates/costs (including break down of costs according to the FIN -3) shall be expressed in PKR.

7. EVALUATION PROCESS

ELIGIBLITY CRITERIA

S.No PRE-QUALIFICATION CRITERIA DOCUMENTARY EVIDENCE

01. Registered with Securities & Exchange Certificate of Registration Commission of Pakistan (SECP) under the Companies Ordinance 1984.

02. Registered with FBR for Income tax and must Certificate of Registration be on FBR’s Active Tax Payers List

03. Registered with Survey of Pakistan Certificate of Registration

04. Financial Capability of Firm 200 Million Audited balance sheets/Letter signed by a registered audit firm or a CA must be submitted as proof of turnover for last three years.

05. Submit a self-declaration for not being under Declaration signed and stamped by legal action for corrupt or fraudulent bidder practices(blacklisted) by any Government Organizations.

17 06. Relevant Experience: - Attach copies of Supply Orders with relevant completion certificate or Successfully accomplished at least Three GIS Signed Agreement with the procuring Projects in Government sector. agency.

Successfully accomplished at least two Attach signed & stamped copy of Cadestral projects. original Agreement duly attested by Notary Public with clearly identification of roles of each firm.

8. Technical Evaluation Criteria 8.1. Bidders scoring 65% or more in the technical evaluation will be technically qualified otherwise considered disqualified.Relative Weights given to the different evaluation criteria are shown in the table below:

Weight Evaluation Criteria Weightage

W1 Company/Firm Profile (EC1) 10%

W2 Experience of the Firm (EC2) 20%

W3 Project Team (EC3) 20 %

W4 Approach and Methodology (EC4) 35 %

W5 Equipment Available(EC5) 15 %

The Technical Score, St will then be obtained by the following formula: St = (EC1 *W1/100) + (EC2 *W2/400) + (EC3 *W3/200) + (EC4 *W4/300)+ (EC5 *W5/100) where, EC1, EC2, EC3, EC4 & EC5 are the total component scores against Company profile, Experience of the Firm, Project team and Approach & Methodology criteria and equipment respectively. The technical criteria and their details are given below:

18 8.2.1 Firm Profile (EC1): Profile of each bidder will be evaluated on the basis of the following three factors:

S.No Item Score A. Registration with Survey of Pakistan 50 B. Financial Capability 30 C. Certifications of the Firm 20 Total (A+B+C) 100

8.2.2. Registration with Survey of Pakistan (A)

The firm requires to be registered with the Survey of Pakistan under Mapping Act 2014, Government of Pakistan. Registration Category Marks Assigned (C) Parameter S1 Category 50

S2 Category 40 Attach Registration S3 Category 30 Certificate from Survey of Pakistan S4 Category 20

Sub Total (A) 50

8.2.3 Financial Capability of the Firm (B)

S.No. Financial Strength Marks Documentary Assigned Evidence

01. Over all Average Turn Over of the Audited Balance Company in past three Consecutive sheet and Profit & Financial years e.gFY 2017-18, FY Loss; & Certificate 2018-19, FY 2019-2020, from the statutory auditor should be Less than 200 Million 10 attached determining thecombined 200 to 500 Million 20 turnover of the company in past 500 to 700 Million 25 three fiscal years 700 Million To 1 Billion 30

Sub Total (B) 30

19 8.2.4 Certifications of the Firms (C)

S.No Certification Marks Documentary Assigned Evidence 01. ISO 27001 Information Security 10 Management System (ISMS) Attach Relevant 02. ISO 9001 Quality Management 10 Certificates System (QMS) Sub Total (C) 20

EC (1) = A + B + C

8.2.5 Experience of the Firm (EC2): The experience of each firm will be evaluated on the following factors:

S.No Item Score 1. Number of GIS Projects (D) 250 2. Volume of similar Cadestral Projects 150 (E) Total (D+E) 400

8.2.2.1 Number of Projects (D) Scoring in this segment is done on the basis of following formula: Marks No. of Score Max Parameter

Bidder’s Experience Assigned for projects obtained Marks each Project executed (G*H) (G) (H)

GIS Projects related to Land Record in Attach Government Sector which includes the Completion following activities: - Certificate  Field Survey using GPS/DGPS OR equipment’s to collect reference points Work Order (area 30 – 200 Sq Km). OR  Digitization of Cadastral Map using 20 100 Contract High Resolution Satellite Imageries Agreement  Development of GIS Application for OR viewing, editing and managing of Any Other cadastral map and linkage with Record Certified of Rights. Document

20 Development & Deployment of GIS 10 100 applications other than Land Record

Land Developed & RevenueMIS Deployed LRMIS 10 30 (LRMIS) Project Application Digitization of Land Record i.e. 5 20 Scanning & Data Entry of record Sub-total (D) 250

8.2.2.2 Volume of Similar Assignments (E)

One aspect of the firm’s ability to undertake any given assignment successfully is whether the similar assignments i.e. GIS Solution for Land Record Projects, it executed is also comparable in terms of cumulativevolume and value of GIS Projects: -

Criteria Marking Criteria Marks Parameter Cadastral Mapping of Land Parcels Above 1,000,000 50 Attach Completion Land Parcels with all 500,000 to 1,000,000 25 Certificate OR Work given attributes 300,000 to 500,000 15 Order (including) dimensions ORContract Agreement and or spatial object mentioning the number using parcel fabrication of digitized land parcels technique using parcel fabric technique ORAny Other Certified Documents Digitization of Land Land Parcels Above 1,000,000 50 Attach Completion parcels using 500,000 to 1,000,000 25 Certificate ORWork dimensions and 300,000 to 500,000 15 Order attributes method i.e. ORContract Agreement Geo-referenced mentioning the area in cadastral map acres/sq. km of digitized cadastral maps using conventional methodORAny Other Certified Documents Value of the Project Above 700 Million 25

21 500 to 700 Million 10 Attach Completion 200 to 500 Million 5 Certificate OR Work Order ORContract Agreement mentioning the value of the projectsORAny Other Certified Documents GIS experts deployed Above 20 15 Attach Attested Payroll for the projects 15 to 20 10 of the employees with contact details paid 10 to 15 5 during the assignment Status of GIS Lab Above 100 Workstations 10 Valid Documents to functioning within the 50 to 100 5 authenticate the firm for digitization in 10 to 50 2 functional GIS Lab parcel fabrication along with the installed dataset modeli.e. licensed GIS tool licensed tools for GIS development Sub-total (E) 150

EC (2) = D + E

8.2.3 Project Team (EC 3): This section of the evaluation rates the team nominated by the firm to execute the assignment. For this, each CV of following Human Resource will be evaluated separately on the basis of education and past experience. 8.2.3.1 Human Resource Capability: -

S.No Position No. of Maximum Resources Marks 01. Project Manager 01 20 02. GIS Specialist 01 10 03. Land Revenue Specialist (Retired Revenue Officer in BS-16 or higher with 02 2 * 10 = 20 domain knowledge) 04. GIS Application Development Manager 01 10 05. GIS Development Manager 01 10

22 06. Geodatabase Developer 02 2 *10= 20 07. GIS Analyst/Geospatial Data Engineers 08 5 * 8= 40 08. GIS Application Developer 04 5 * 4= 20 09. I.T Specialist 01 10 10. Communication Specialist 01 5 11. DGPS Survey Manager 01 15 12. DGPS Survey Specialist 04 5 * 4 = 20 Total Marks 200

All firms are to be evaluated for a similar sized project team.

Each CV submitted by the firm is evaluated on three criteria:

S. No. Criteria Scores i. Relevant Education & Qualification (I) 20 ii. Relevant Background (J) 70 iii. Time with Firm (K) 10 Total (I+J+K) 100

8.2.3.2 Education & Qualifications (I)

Each individual is ranked on: S. No. Criteria Weightage 1 Relevant Academic Qualifications 10 2 Relevant Professional certification 15 Total (I) 25

i. Relevant Academic Qualification S. No. Criteria Weightage % age share 1 Bachelor/Master Degree in 15 80 GIS/Geoinformatics (16 Years Education)

23 2 MS Degree in 20 100 GIS/Geoinformatics (18 Years Education)

(Note: - For Revenue Specialist Maximum Marks will be given on 12 years of Education i.e. 20 Marks (Bachelor/Master/MS degrees not required) (Note: - For DGPS Survey Manager and DGPS Survey Specialists, registration from the Survey of Pakistan in individual category is mandatory)

ii. Relevant Professional Certification If the individual has a relevant professional certification by a recognized body that is relevant to his/her role in the assignment, full score (20%) will be given. (Note: - For Revenue Specialist, Patwar Training School Certificate or Government Retirement proof is required)

8.2.3.3 Relevant Background (J) Relevant background for each individual is evaluated on four factors: S. No. Item Weightage 1 Number of similar assignments (In past 10 yrs.) 25% 2 Value of largest similar assignments (In past 10 yrs.) 15% 3 Role in similar assignments 30% 4 Time Spent in similar assignments (In past 5 yrs.) 30%

i. Number of Similar Assignments The number of similar assignments, (N) listed on the individual’s CV for the past 10 years will be compared with a base value (Ts = 5) Sub‐component score = (N / Ts) x 25% Max score awarded for this sub component is 25%. ii. Value of Largest Similar Assignment The value of the largest similar assignment listed on the individual’s CV for the past 10 years is compared to the present assignment. The grading is then done according to the following table: Value in comparison to present Grade (G) assignment 80%+ 100%

24 50%‐80% 65% <50% 30% Sub‐component score = G of 15%

iii. Role in Similar Assignments The role of the individual in previous similar assignments listed on his/her CV is compared to the proposed role in the present assignment. The grading is then done according to the following table: Grade (G) Role in number of similar Project 2 or more 1 Exactly similar 100% 65% Support role to similar 65% 42.25% Slightly similar 30% 19.5% Sub-component score = G of 30% iv. Time Spent in Similar Assignments Time spent by the individual on similar projects in man-months (N) will be compared with the total number of possible man-months in the past 5 years, i.e. 60 months. Sub-component score = (N/60) x 30%

8.2.3.4 Time Spent with Firm (K)

If an individual has been working with the bidding firm for 12 or more months, he/she will be given 10 marks, otherwise 0. EC 3= (I+J+K)

8.2.4 Approach & Methodology (EC 4): This section will evaluate the firm’s solution to the TOR’s. This section comprises two sub sections, i.e. a) Understanding & Innovativeness b) Methodology Item Weighted Score Understanding 30 Innovativeness 30

25 Methodology 30 Each section contains several questions that can be given either of the following grades depending on the content of the technical proposal: Grade (G) Quality (Q) Weight (W) A Excellent 5 B Good 3 C Average 2 D Absent 0

8.2.3.1 Understanding and Innovativeness (L)

S. No. Criteria Grade 1 Demonstrate your proven track record in conducting similar large complex GIS Project related to Land Record 2 Explain your experience of the GIS applications related to land records for other government departments 3 Demonstrate your proven track record in executing the projects which are related to land parcels digitization by using the parcel fabric dataset model 4 Demonstrate your proven track record regarding the issues/problems raised in the project and measures taken to mitigate the problem. 5 Prove your experience of building land maps of unsettled areas/missing mussavies areas and its digitization at khasra level 6 Explain the proven experience in mobile and web application development and integration of the field data with the land record GIS data layers. Also elaborate the mobile applications developed in past and its concurrent users; with an offline functional mode with inbuilt support for GIS maps and data Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 6, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score= (N/6) x 30

26 8.2.3.2 Methodology (M) S. No. Criteria Grade

1 Outline your Methodology for Designing, managing and implementation of this project keeping in mind the scope of work and the unique nature of the records. Include the following in your Project Management Methodology: - . Your Vision for the Land Record Digitization. . Project Team Structure . Field survey and data integration methodology . Parcel fabrication details . Quality Assurance and Quality Control 2 Detail how you intend to prepare records for scanning (include unbinding, repairing, cleaning, rebinding as necessary) and highlight the manpower and time required for this process & strategy for missing musavees and unsettled areas.

3 Describe your management expertise and processes required to develop a coherent program to complete the activity, and to keep the project on track, on time and within the specified cost. (Detailed Work Plan)

4 Provide details of application(s) design parameters.

5 Explain how the information security will be ensured and the storage, backups and retrievals are disaster proof

Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 5, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score = (N/6) x 30 EC 4 = L+ M

27 8.2.5Equipment Available (EC 5): This section will evaluate the firm’s resources in the form of equioent available with the firm.

Equipment Weighted Score UAV 35 GPS 20 Total Station 15 Workstation/computers 30

EC 5 = G+H

TOTAL TECHNICAL SCORE: EC1+EC2+EC3+EC4+EC5

Note: Minimum 65 % is required in Technical Bid evaluation for further consideration. The score given by the Evaluation Committee of the Department shall be final and binding on all the bidders. Keeping in view the availability of time, the vendors may also be asked to provide presentation on the following:

. Company Profile . Understanding of scope of work and requirements . Approach & Methodology (AM) for operations/execution, maintenance and Quality of service . Proposed data entry plan and quality management. . Risk Identification & Mitigation Plan

8.3 Evaluation of Financial Proposals / Bids . For financial evaluation, the total cost indicated in the Financial Proposal will be considered. . The Selection Committee will determine whether the Financial Proposals are complete. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the ToRs within the total quoted price shall be that of

28 the Vendor. The lowest Financial Proposal will be considered as the most advantageous bid.

9. APPOINTMENT OF VENDOR

9.1 Verification of Infrastructure by the Board / Committee members on vendor’s site:The Vendor will provide the under mentioned details as part of Technical Bid:

. Number of hardware with make, model and technical specs to be used in establishment of Lab.

 Number of personnel to be engaged for the project. If currently not employed, then strategy to reach that number (if fails torecruit these personnel before award of the project, then the bidder is liable to lose the contract).

. List of legal software(s) (with number). Legal Software compliance is to be ensured.

. Before the award of the contract, user may visit the facilities of the short-listed Vendor / company and verify the plan as submitted.

9.2 The Client will examine the CVs of all other Professional Personnel and those not found suitable shall be replaced by the Bidder to the satisfaction of the Department.

9.3 Substitution of Key Personnel

9.3.1 The Client will not normally consider any request of the Selected Bidder for substitution of Key Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel and any change therein may upset the ranking. Substitution will, however, be permitted if the Key Personnel is not available for reasons of any inability or due to health, subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client.

9.3.2 The Client expects all the Key Personnel to be available during execution of the Project. The Client will not consider substitution of Key Personnel

29 except for reasons of any inability or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client. As a condition to such substitution, a sum equal to 20% (twenty percent) of the remuneration specified for the original Key Personnel shall be deducted from the payments due to the Bidder. In the case of a second substitution hereunder, such deduction shall be 50% (fifty per cent) of the remuneration specified for the original Key Personnel. Any further substitution may lead to disqualification of the Bidder or termination of the Agreement.

9.3.3 Substitution of the Team Leader will not normally be considered and may lead to disqualification of the Bidder or termination ofthe Agreement.

`10. Award of Work

After selection, a Letter of Award (“LOA”) shall be issued, in duplicate, by the Client to the Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, the Client may, unless it consents to extension of time for submission thereof, appropriate the Earnest Money of such Bidder as mutually agreed genuine pre-estimated loss and damage suffered by the Client on account of failure of the Selected Bidder to acknowledge the LOA, and the next highest ranking Bidder may be considered.

11. Execution of Agreement

After acknowledgement of the LOA as aforesaid by the selected Bidder, it shall execute the Agreement within the specified period. The Selected Bidder shall not be entitled to seek any deviation in the Agreement.

12. Commencement of Assignment

The Selected Bidders shall commence the Services at the Project site within 7 (seven) days of the date of the Agreement or such other date as may be mutually agreed.

30 a. Proprietary Data/Ownership

SoP has the intellectual Property Rights for all the Requirement Analysis Report, Proforma /templates,Digitized Map and Applications. Bidders are not authorized to use these documentsfor any other purpose without the express written permission of SoP.

13. TERMS OF REFERENCESFOR CADASTRAL MAPPING – LAHORE CITY (ZONE-A) 13.1 SCOPE OF WORK

The proposed Land Records Management and Information System – Urban would include Digital Cadastral Mapping of Lahore City (Zone-A)(240 Sq Km).

13.2 OBJECTIVES/RESPONSIBILITIES OF FIRM

1) The firm should be responsible for the provision of the latest high-resolution (10-15 cm)UAV ortho-rectified imagery. 2) The UAV ortho-imagery will be verified/validated by SoP before use for cadastral mapping. 3) The firm should be responsible for collection of all necessary revenue record required for cadastral mapping of the Project area. 4) The Firm will be responsible for the stitching and mosaicking of mussavies using UAV imagery. 5) The Firm shall perform digitization at parcel level; through parcel fabric dataset model prepared by SoP. 6) The firm is responsible to develop mouza boundaries using notifications and mussavies data. 7) High precision RTK GNSS based field surveys should be conducted by the firm for the collection of reference data and verification of the digitized work. 8) The firmwill complete all the associated datasets with parcels / administrative boundaries by following given Data Model.

a. (10-15 cm) UAV ortho-rectified imagerynot older than 01 Feb 2021. b. Accuracy upto 10 cm c. All land record information (as per LRMIS used by BoRs & SoP)

13.3. Digitization Using Parcel Fabric Dataset Model 13.3.1 Scanning and Indexing of Record Scanning and indexing will be carried out of cadastral maps of Project Area.The

31 scanned record Mussavie shall be stored in high resolution tiff format. 13.3.2 Mosaicking and Stitching ofmussavies The Firm will be responsible for the stitching and mosaicking of mussavies. High resolution latest UAV imagesshall be used for project. The UAV images/aerial photography shall be geo-referenced with accuracy for Urban areas better than 10cm so that it supports accurate measurements and referencing. This is an essential step as will lead to the accurate overlay analysis of UAV images/aerial photography/mouza boundaries and field data points. The Firms are required to provide an accuracy assessment report with Root Mean Square (RMS) detail, missing or damaged sheets of the project area. The UAV images/aerial photography must cover area within the boundary of the project of Lahore City (Zone-A)having area 240 Sq Km. 13.3.3 Ortho-rectification of UAV images/aerial photography The firm will be responsible to procure high resolution latest UAV images/aerial photography as per given requirement. The images must be precisely corrected geometrically and radiometrically to make orthorectified. For the spatial reference of mussavies, in case of unavailability of revenue stones / sehaddas, the firm shall send the surveyors to the field to collect reference points for main features identifiable through UAV images/aerial photography.All the mouza mosaics shall be geo- referenced using high resolution UAV images/aerial photography and must be overlaid inch to inch on the UAV images/aerial photography. 13.3.4 Digitization Using Parcel Fabric Dataset Model The Firm shall perform digitization at khasra/parcel level; through parcel fabrication dataset model by preserving all features and attribute data of vertices, lines, polygons and dimensions with units in the geo-database for Desktop with all the attribute information related to the parcel of landin WGS-84 with UTM Projection System. While storing the attribute information, the textual details on the mussavies shall be stored in the GIS database. The Firm shall be responsible to digitize all the features present on mussavie maps i.e. parcel boundaries, roads, water channels, graveyards, and other similar features by following given data Model. However, the missing landmarks in mussavies (latest developments) shall be digitized and stored as separate layer. The mouza boundary, khasra extent with parcel fabricated details of number, line, polygon and dimensions shall be digitized. Khasra data parcel fabrication model shall incorporate data in a way that the khasra is stored as polygon and also separate lines with details of sides, dimensions and numeric values. The Firm will be responsible for parcel level mapping and parcel fabrication. The

32 firmwill be responsible for the scanning and attribute entry of all the property/ownership documents of the project area within the project duration. The firmwill be responsible for door to door survey for the collection of property/ownership documents. It is required to design and submit survey plan and comprehensive survey form to client which include information of registered deed, PTD, PT1, Fard, PTO, lessee, tenant etc. The firm shall develop a detailed base map of the project area by following SoP data model including road network, house hold level,streets, footpaths, agriculture fields, barren land, forests, pastures, irrigation network etc.The road network shall include Urban Roads, with unique numbers / code assigned to each road / link. The attribute information related to road segments like road length, road width, traffic flow (one way- two way). Household level mapping must include residential, commercial, government buildings, public buildings etc. whereas, public building include schools, hospitals, post offices, parks, police stations etc. After the development of base data and integration of secondary information with base data, topology correction tools shall be used to check all type of topological errors that shall be corrected in GIS environment. All type of errors such as connectivity, nodes, missing linkages, duplicate lines/data entry, mismatching of vertices, badly shaped vector, missing knots at intersection, too many vertices in line, switchbacks and topological errors as overshoot, knots, loops, undershoot and dangle, etc. shall be checked and corrected in GIS environment. After the development of base data and integration of secondary information with base data, all the digitized vector data (points, lines and polygons) shall be checked for Quality Assurance in the field. 13.3.5 Standards for Positional Accuracy: The following standards will be used to define minimally acceptable levels of differential relative positional accuracy required for Cadastral Survey. a. Local Accuracy Standards: 95% Confidence Circle Application Less than 0.050 (m) Cadastral Project Control Less than 0.100 (m) Cadastral Measurements b. Network Accuracy Standards: 95% Confidence Circle Application Less than 0.100 (m) Cadastral Project Control

33

Less than 0.200 (m) Cadastral Measurements

14. Support Period

The Firm has to provide support for a period of one year after the completion of Project. 15. Project Tiime: 6 month from date of signing of Contract Agreement 16. Monitoring of Work: The monitoring to check quality / progress of work will be carried out by SoP team as follow: c. Inspection of UAV aerial photography d. Inspection of pilot project e. Monthly inspection of work

17. Deliverables a. Parcel level vector layersuperimposed on Geo-rectified/ortho-rectified UAV images/aerial photography. b. Geo-database of complete project area on portable storage media with proper indexing. c. Raster and Vector data with complete set of information as mentioned in this document. d. Hard copy of all the documents / record used in the project. e. Monthly progress reports and final project report. f. Miscellaneous

34

Technical Forms

Form TECH-1: Technical Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sir:

We, the undersigned, offer to provide the Project Management consulting services for [Insert title of assignment] for (Package) in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Project Management Consultant] We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Project Management consulting services related to the assignment not later than the date indicated in the schedule.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

35

B – Experience of Firm

[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment.]

Assignment name: Approx. value of the contract (in PKR):

Country: Duration of assignment (months): Location within country:

Name of Client: Total No of staff-months of the assignment:

Address: Approx. value of the services provided by your firm under the contract (in PKR):

Start date (month/year): No of professional staff-months Completion date (month/year): provided by associated Firm:

Name of associated Firm, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

36

Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Firm’s Name:

37

Form TECH-2:

Comments and Suggestions on the Terms of Reference

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

38

Form TECH-3: Description of Approach, Methodology and Work Plan for Performing the Assignment

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (descriptive, inclusive of charts and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing, a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-8.

c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the

39 assignment, the key expert responsible, and proposed technical and support staff.]

40

Form TECH-4: Team Composition and Task Assignments

Professional Staff

Area of Position Name of Staff Firm Task Assigned Expertise Assigned

41

FORM TECH-5 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF 1. Proposed Position [only one candidate shall be nominated for each position]: ______2. Name of Firm [Insert name of firm proposing the staff]: 3. Name of Staff [Insert full name]:______4.Date of Birth: ______Nationality: ______5.CNIC No : ______6. Education: Degree Major/Minor Institution Date (MM/YYYY)

7. Membership of Professional Associations: ______8. Other Training [Indicate significant training since degrees under 6 - Education were obtained]: ______9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: ______10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment on the following format: Employer Position From To (MM/YYYY) (MM/YYYY)

42

11. Detailed Tasks Assigned [List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

1) Name of assignment or project: ______Cost:______Year: ______Starting Date:______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

2) Name of assignment or project: Cost: ______Year: ______Starting Date: ______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

43

[Unroll the project details group and continue numbering (4, 5, …) as many times as is required]

13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

[Signature of staff member or authorized representative of the staff] ______

Full name of authorized representative (attach authority letter): ______Date: (Day/Month/Year)______

44

Form TECH-6: Abstract of Eligible Assignments of Key Personnel

Name of Estimated Designation of Date of Name of firm for S.No. Name of capital cost of the Key Person compensation of Mandays Project which the Client project (PKR) for the assignment spent Key Person assignment worked

(1) (2) (3) (4) (5) (6) (7) (8)

1

2

3

4

5

45

6

7

8

46

Form TECH-7 Staffing Schedule

Staff input (in the form of a bar chart)2 Total staff-month input Name of Staff First Second Fourth Quarter Third Quarter Quarter Quarter Qtr 1 2 3 1 2 3 1 2 3 1 2 3 Total . 1 2 3 4 5 n Total 1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). 2 Months are counted from the start of the assignment. Full time input Part time input Form TECH-8: Work schedule and planning for deliverable

Months N° Activities 1 2 3 4 5 6 7 8 9 ..... n TOTAL

48 1 List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Client’s approvals. For phased assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in a form of a bar chart.

3. Include a legend, if necessary, to help read the ch

49 Financial Forms Form FIN-1 Financial Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sirs: We, the undersigned, offer to provide the Project Management Consultancy services for [Inserttitle of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

50 Form FIN-2 Financial Capacity of the Bidder

S. No. Annual Revenue (PKR) Financial Year

1.

2.

3.

Certificate from the Statutory Auditor #

This is to certify that ...... (name of the Bidder) has received the payments shown above against the respective years on account of Professional Services/Consultancy Fees.

Name of the audit firm: Seal of the audit firm: Date:

(Signature, name and designation of the authorized signatory)

# In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Bidder.

Note: Please do not attach any printed Annual Financial Statement. 51 Form FIN-3: Summary of Cost

S.No. Deliverables Unit Total Price inclusive of all leviable taxes and duties (Rs.)

1 Cadastral Mapping Per Mauza (No. of Mouza at Annex-C)

2 UAV images/aerial photography Sq. Km.

3. Software Development Lumpsum

4. Minimum 14000 Ground Per Point Control Points (GCP) using DGPS equipment

5. Support Period for One Year

1 Indicate the total costs, inclusive of all taxes i.e. ( Income Tax , Services Tax of BRA etc) .

52 ZONE-A AREA

E 74.310140 N 31.661069

E 74.350277 N 31.619725

Shahdara E 74.507469 N 31.597620 Bhmma E 74.242801 Lakhodher Dograe Kala N 31.594463 Zone-A Harbans Pura Ameen Park

E 74.425331 Qila Gujjar Singh N 31.542407

E 74.360591 N 31.504427 E 74.238160 Sabzazar N 31.507797 Gulberg III DHA Phase 5 E 74.426574 Model Town N 31.495688 Gohawa New Muslim Town

Nawab Town Township Sitara Colony

E 74.253947 N 31.440409 Hamza Town

E 74.361255 N 31.400206

LEGEND

Zone-A...... 240.012 sq km. SURVEY OF PAKISTAN

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF LAHORE CITY (ZONE-B)

Survey of Pakistan, Faizabad, Murree Road, Rawalpindi Table of Contents 1. Project Overview ...... 3 2. Request For Proposal ...... 3 2.1 Validity Of The Proposal / Bid ...... 3 2.2 Brief Description Of The Selection Process ...... 3 2.3 Bid Security ...... 4 2.4 Schedule Of Selection Process ...... 4 2.5 Pre-Bid Conference ...... 4 3. Instructions To The Prospective Bidders ...... 5 4. Data Sheet ...... 10 5. Bid Proposals ...... 13 6. Financial Proposal / Bid ...... 15 7. Evaluation Process ...... 16 8. Technical Evaluation Criteria ...... 17 8.1 Score: ...... 17 8.2 Firm Profile: ...... 17 8.3 Evaluation and Financial Proposals ...... 27 9. Appointment of Vendor ...... 28 9.3 Substitution of Key Personnel ...... 28 10. Award of Work ...... 29 11. Execution of Agreement ...... 29 12. Commencement of Assignment ...... 29 13. Terms Of References for Cadastral Mapping – Lahore City (Zone-B) ...... 29 13.1 Scope of Work ...... 30 13.2 Objectives ...... 30 13.3 Digitization Using Parcel Fabric Dataset Model...... 30 13.3.1 Scanning and Indexing of Record ...... 31 13.3.2 Mosaicking and Stitching ofmussavies ...... 31 13.3.3 Ortho-rectification of UAV images/aerial photography / Satellite Images ...... 31 13.3.4 Digitization Using Parcel Fabric Dataset Model...... 31 13.3.5 Standards for Positional Accuracy ...... 32 14. Support Period ...... 33 15. Technical Forms ...... 33 16. Monitoring of Work ...... 33

1 17. Deliverables ...... 33 Form TECH-1: ...... 34 Form TECH-2: ...... 37 Form TECH-3: ...... 38 Form TECH-4: ...... 40 Form Tech-5 ...... 41 Form TECH-6: ...... 44 Form TECH-7 ...... 46 Form TECH-8: ...... 47 Financial Forms ...... 49 Form FIN-1 ...... 49 Form FIN-2 ...... 50 Form FIN-3: ...... 51

2 BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF LAHORE CITY (ZONE-B)(360 Sq Km)

1 PROJECT OVERVIEW The land record system in Punjab is century old with its scope limited to recording of data for rural lands only and its purpose was originally confined to collection of annual taxes. The current system of land records focuses on administration of landholdings which groups a set of land parcels together for recording of their collective ownership information. This scheme, however, becomes highly inefficient when applied to urban properties. No standard system of recording rights in urban areas exists in Punjab where gap is being filled by other agencies working in their own respective jurisdictions in isolation from others. Punjab has, therefore, no single repository of land records which would otherwise play a critical role in the planning and administration processes of government.

Major challenges are associated with current urban land records system in Lahore ity (Zone-B) which at best can only be described as a make shift arrangement. Despite multitude of records, some 20 – 25 % of urban properties are considered to not having been registered anywhere. As a result, land use planning/development is seriousely hampered and land rights litigation is widespread.The existing Revenue Records have not been updated in areas that have been converted to urban areas. Moreover, the record does not cover the historical urban areas at all.Several records registries are maintained by multiple agencies. There is widespread litigations over the title chain, transfer of property, partition of inheritance, gift, and demarcation of land etc. Negative impacts to economic growth, fiscal balance, poverty reduction and good urban development are apparent and significant.

2. REQUEST FOR PROPOSAL Survey of Pakistan Invites Proposals from eligible bidders/firms for “Cadastral Mappingof Lahore City (Zone-B)approximate area(360 Sq Km)”.Survey of Pakistan intends to select the Firm through a competitive bidding process in accordance with the procedure set out herein.

3 RFP document can be downloaded from the Website of the Public Procurement Regulatory Authority (PPRA), and can also be obtained on the following addressvon payment: Project Coordinator Survey of Pakistan, Rawalpindi Contact No. 051-9290217 2.1. Validity of the Proposal / Bid The Proposal shall be valid up to 90 days as per PPRA Rule

2.2. Brief description of the Selection Process The Bidders will send their Proposals in two sealed envelopes as mentioned in clause 3. Single Stage- Two Envelop Procedure as per PPRA Rule 41 (3) will be adopted. The selection process in evaluating the Proposals comprising of Technical and Financial Bids to be submitted in two separate sealed envelopes Single stage two envelopes procedure. In the first phase, a technical evaluation will be carried out as specified in Clause 8. Based on this technical evaluation,in the second phase, a financial evaluation will be carried out as specified in Clause 8.3.

2.3. Bid Security All bidders are required to submit Rs. 2% earnest money in financial proposal envelop in the form of a bank guarantee or Bank draft/pay order. The Earnest Money should be furnished by a reputable bank in favor of Project Director, Survey of Pakistan, Rawalpindi and shall be valid for a period of three (3) months.A certificate for attachment of same must be indicated in technical bid. The bank guarantee / pay order for earnest money will be returned to the responsive bidders on signing of the contract with the successful bidder and the earnest money of technically non-responsive bidder will be returned within 30 days. Bidders submitting a proposal without acceptable earnest money would be immediately disqualified. 2.4. Schedule of Selection Process

S.NO ACTIVITIES SCHEDULE 01. Date of issue 31 December, 2020

4 02. Last date for receiving queries/clarifications 07 January, 2021

03. Pre-Bid Conference 11 January, 2021

04. Client response to queries 11 January, 2021

05. Proposal Due Date for submission and 18 January, 2021 Opening of Technical bids

06. Opening of Financial Bid 26 January, 2021

(Above dates may be changed, if circumstances warrant so.)

2.5. Pre-Bid Conference The date, time and venue of Pre-Bid Conference shall be: Date: 11 January, 2021 Time: 12:00 hrs.Venue: Project Coordinator Survey of Pakistan, Rawalpindi. All communications including the submission of Proposal should be addressed to:

Project Coordinator, Survey of Pakistan Muree Road, Rawalpindi

Phone: 051-9290217 Fax: 051-9290212

All communications related to the project should clearly be marked as “Cadastral Mappings of Lahore City (Zone-B)approximate area (360 Sq Km) ” onthe top of the envelope.

3. INSTRUCTIONS TO THE PROSPECTIVE BIDDERS

3.1. Detailed description of the objectives, scope of services, deliverables and other requirements relating to this project are specified in this RFP. The manner in which the Proposal / Bid is required to be submitted, evaluated and accepted is explained in this RFP. 3.2. The Bidder shall submit its Proposal in the form and manner specified in the RFP. The Technical Bid shall be submitted in line with the respective form at TECH-I and the Financial Bid shall be submitted in the form at FIN-I. Upon selection, the Bidder shall be required to enter into an agreement with the Client on finalization of bidding process. However, some clauses may be 5 modified on mutually agree-able terms. 3.3. Bidder should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Bidders are encouraged to visit the Client before submitting a proposal and to attend a pre-bid conference as specified in the schedule. Bidders should contact the Client’s representative to obtain additional information on the pre-bid conference, and should ensure that these officials are advised in advance of the visit with adequate time to allow Project Director to make appropriate arrangements. 3.4. Bidder may request a clarification on the RFP documents up to the number of days indicated above before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means, and will send written copies of the response (including an explanation ofthe query but without identifying the source of inquiry) to all Bidders. 3.5. At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing, or by standard electronic means. The addendum shall be sent to all bidders and will be binding on them. The Bidders shall acknowledge receipt of all amendments. To give Bidder reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals. 3.6. The original proposals (Technical and Financial) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder themselves. The person who signed the proposal must initial such corrections. 3.7. An authorized representative of the Bidder shall sign all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney on stamp paper accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked “ORIGINAL”. 3.8. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly 6 marked “FINANCIAL PROPOSAL” and clearly mentioning the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and be clearly marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE APOINTED OFFICIAL”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. Such anoccurrence may be the case for Proposal rejection.If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. 3.9. The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated above, or any extension to this date in accordance with rules. Any proposal received by the Client after the deadline for submission shall be returned unopened. 3.10. From the time the Proposals are opened to the time the Contract is awarded, the Bidder should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Bidder to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Bidder Proposal. 3.11. The technical evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system specified in the RFP. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not respond to meet evaluation criteria. 3.12. After the technical evaluation is completed, the Client may inform the Bidders who have submitted proposals that the technical scores obtained by their Technical Proposals, and shall notify those Bidder whose Proposals did not meet the minimum qualifying mark or were considered non-responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. 3.13. According to PPRA rule, “the procuring agencies may seek un-conditional discount by incorporating the same in bid solicitation documents. The bidder may offer un-conditional disacount, in percentage of their quoted price or bids,

7 before opening of the of the financial proposal. The discount bid price shall be considered as original bid for evaluation being an integral part of the bid. No offer of discount shall be considered after the bids are opened.” The bidder will offer discount in term of percentage of financial bid in writing on Firm letterhead. The bidder may not forget to bring Firm letterhead on the day and time of opening of Financial Bid. 3.14. Financial Proposals shall be opened publicly in the presence of the qualified bidders or their representatives who choose to attend. The name of the Bidders, and their technical scores shall be read aloud. The Financial Proposal of the Bidder who meet the minimum qualifying marks will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall then be opened, and the total rate/prices/cost read aloud and recorded. 3.15. All documents relevant to data entry including the prints prepared by the Firm shall become and remain the property of the procuring Client; Any restrictions on the future use of these documents by the Firm shall be specified in the conditions of the contract. 3.16. Procuring Client may negotiate with the most advantageous bidder regarding methodology, work plan, staffing and special conditions of the contract. The procuring Client shall not permit substitution of key staff, unless both parties agree that undue delay in selection process makes such substitution unavoidable. 3.17. Bidders should note the Proposal Due Date (PDD), for submission of proposals. Except as specifically provided in this RFP, no supplementary material will be entertained by the Client and that evaluation will be carried out only on the basis of Documents received by the closing time of Proposal Due Date. Bidders will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For avoidance of any doubt, the Client reserves the right to seek clarifications under and in accordance with the provisions of Clauses. 3.18. Bidder shall not submit any document after PDD except in response to any clarification sought by Project Director and in response to clarifications no change shall be made. 3.19. The TOR’s mentioned in the RFP and Technical Proposal received from the bidder will be integral part of agreement. 8 3.20. If the successful Firm fails to deliver the deliverables within stipulated period, its earnest money will be fortfeited and it will be blacklisted. 3.21. Liquidation Damages: The firm has to pay liquidation damages for the period of delays in supply of deliverables upto rate of 2% of the contract price per month or part of a month exceeding the original delivery period subject to the provision that total liquidation damages thus levied will not exceed 10% of the total contract price. 3.22. Performance Guarantee: The bidder shall provide to SoP, a Performance Guarantee issued by A-Plus Pakistani Scheduled Bank, having a value of 10% of the contract price and which is valid for 12 months beyond the expected date of delivery of final data. SoP shall confirm the authenticity / guineneness of the Bank Guarantee from the concerned Bank. Performance Guarantee shall be submitted just after successful submission of deliverables anf after obtaining Acceptance letter from SoP. 10% performance guarantee will remain held with SoP and be released on expiry of Support Period. The tenure of Performance Guarantee will be extended if the deliverable is up to the mark and needs improvement. a. Bank Guarantee furnished against this contract is un-conditional and en- cashable at the will of the firm. Firm will undertakes not to hinder/restrain its encashment through court, extra judicial or any other way( including administrative process) b. If the firm fails to produce the Bank Guarantee within specifies period, SoPreserves the right of cancelling the contract at the risk and expence of the firm. In the event of un-satisfactory performance or of any breach of terms of the contract, the bank guarantee shall be forfeited to the govt at the discretion of the firm. 3.23. Confidentiality: The firm shall not, during the process of execution or after expiration of this contract, disclose any proprietary or data without the prior written consent of SoP. 3.24. Force Majeure: Both the parties shall not be held responsible for any delay occurring in the Project due to event of Force Majeure such as acts of God, War, Civil commotion, Strike, Lockouts, Act of Foreign Govt and its agencies and disturbance directly affecting the parties over the events or circumstances where both the parties have no control. In such an event both parties will inform each other within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances / happening in 9 writing. 3.25. Litigation: In case any dispute, only court of law at Rawalpindi/Islamabad have jurisdiction to decide the matter. 3.26. Pre-Bid Conference 3.22.1 Pre-Bid Conference of the Bidders shall be held on the designated date, time and place. Only those Bidders, who have purchased the RFP document or downloaded the same from the Official Website, shall be allowed to participate in the Pre-Bid Conference. A maximum of two representatives of each Bidder shall be allowed to participate on production of an Authorization Letter from the Bidder. 3.22.2 During the course of Pre-Bid Conference, the Bidders will be free to seek clarifications and make suggestions for consideration, however, that the bidders have previously expressed those points in writing. It shall be endeavored to provide clarifications for facilitating a fair, transparent and competitive Selection Process.

4. DATA SHEET

Paragraph Reference

Name of the Client: Survey of Pakistan

Name of the Assignment: Cadastral MappingofLahore City (Zone-B)(360 Sq Km)

Method of Procurement: Single Stage – Two Envelop Procedure

Special Terms & Conditions of Contract

4.1 Survey of Pakistan invites sealed bids containing One Original Technical and Financial Proposal and two copies of technical & financial proposals from all interested Bidders for this RFP.

4.2 The Bidder must quote for the complete scope of work as per TORs. The bid offering partial scope of work shall be rejected as non-responsive.

4.3 The Technical Proposal should contain all the bid items/solutionswithout quoting the price and must list firm’s clientele, details of past projects,

10 equiptments, items specification etc.

4.4 Interested bidders may obtain further information on the bid and inspect the bidding documents at the office of Project Director.

4.5 All interested bidders can receive RFP from the office of Project Director, by submitting an application on their letterhead on payment of Rs. 2000.

4.6 All bids must be delivered to the office of the Project Director, on or before 18th January, 2021 at 1200 hrs. The bids will be publicly opened in the office of Project Director, at 12.30 Hrs on the same day in presence of bidders who wish to attend bid opening for official confirmation of the participating bidders. 4.7 The client will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 4.8 Bidders shall submit bids, which comply with the biddingdocuments, Alternative bids will not be considered.

4.9 Conditional bids will not be acceptable. 4.10 Authority Letter from Principal Company for product and vendor authentication is to be provided by the bidder. 4.11 Every page of the original proposal documents should be signed and stamped by the bidder and proposal to be submitted in binded form otherwise bid will not be accepted. 4.12 Any firm, which furnishes wrong information, will be liable for legal proceeding. Any contract awarded in such case when find out, will be cancelled. 4.13 The bidder/lead should not be blacklisted by any of itsclients. An affidavit to this affect must be submitted by the bidder. 4.15. Implementation Plan is critical to the success of the project. A detailed Implementation Plan is to be prepared by the Firm and be part of the proposal.

4.16. Payment Schedule shall be based on the deliverables and will be detailed at the time of the contract.

11 4.17. Acceptance Criteria: Bidding is open to all Bidders that meet the eligibility criteria and minimum qualification criteria relating to previous experience, delivery capability, firms standing, etc., as stated in the RFP. Interested Bidders may obtain further information from the office of the Project Director and inspect the Bidding Documents during working hours by contacting at the address given below:- ProjectCoordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.18. Evaluation criteria are given belowfor the selection of the Firm.

4.20. The pre-bid Conference will be held on 11 January, 2021 at 12:00 pm at Survey of PakistanRawalpindi. 4.21. In case of questions regarding pre-bid conference please contact: Project Coordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.22. The Client will provide the following inputs and facilities: 4.22.1 The validity period i.e. validity of proposals within period of Award of Contract, would be 90 days. The financial & Technical Proposal of the bid can be considered for variation subject to significant change in the agreed upon scope of work,

4.23 The Firm has to submit documentary evidence (sufficient & acceptable) to the client and subject to approval of the client which will deem to have the final say on this subject. 4.24. Proposals shall be submitted in English language. 4.25. Amounts payable by the Client to the Firm hired under the contract would be subject to all local taxation. 4.26. Taxes shall be deducted from each payment made to the Firm as per Income Tax Rules and Regulations prescribed by Government of Pakistan. 4.27. Each party shall be liable for its own taxes. The prices quoted by the Firm in its financial proposal will be considered inclusive of all applicable taxes.

12 4.28. Firm is to state local cost in the national currency. 4.29. Firm must submit the original and three copies of the Proposals. 4.30 The Employer at its sole discretion may terminate the bidding process and cancel the bids for any packages at any time without effecting the bidding process of other packages

5. BID PROPOSALS

5.1TECHNICAL PROPOSAL:

Bidders shall submit the technical proposal in the formats at TECH- I(the“Technical Proposal”).While submitting the Technical Proposal, the Bidder shall in particular, ensure that:

i. All forms are submitted in the prescribed formats and signed by the Prescribed signatories. ii. Power of Attorney, if applicable, is executed as per Applicable Laws; iii. CVs of all Professional Personnel must be incorporated in the proposal. iv. Key Personnel have been proposed only if they meet the Conditions of Eligibility laid down Evaluation Criteria. v. Only one CV for each position has to be furnished not alternatives will be accepted. vi. The CVs have been recently signed and dated in blue ink by respective Personnel and countersigned by the Bidder. Photocopy or unsigned / countersigned CVs shall be rejected. vii. The CVs shall contain an undertaking from the respective Key Personnel about his/her availability for a period of one year with the firm.

5.2.Failure to comply with the requirements listed in Clause 5.1will make the Proposal liable to be rejected.

5.3.If an individual Key Personnel makes a false statement regarding his qualification, experience or other particulars, or his commitment regarding availability for the Project is not fulfilled at any stage after signing of the Agreement, he shall be liable to be debarred for any future assignment for a period of 5 (five) years. The award of this service to the Bidder may also be liable to cancellation in such an

13 event.

5.4. The Technical Proposal shall not include any financial information relating to the Financial Proposal.

5.5. The proposed team shall be composed of experts and specialists (the “Professional Personnel”) in their respective areas of expertise and managerial/support staff (the “Support Personnel”) such that the Firm should be able to complete the Project within the specified time schedule. The Key Personnel specified in TOR’s shall be included in the proposed team of Professional Personnel. Other competent and experienced Professional Personnel in the relevant areas of expertise must be added as required for successful completion of these services. The CV of each such Professional Personnel, if any, should also be submitted in the format at TECH-4, TECH-5 & TECH-6.

14

5.6 The Client reserves the right to verify all statements, information and documents, submitted by the Bidder in response to the RFP. Any such verification or the lack of such verification by the Client shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Client there-under.

5.7 In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Vendor either by issue of the LOI or entering into of the Agreement, and if the SelectedBidder has already been issued the LOI or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Client and the Client shall not be liable in any manner whatsoever to the Bidder or Vendor, as the case may be. In such an event, the Client shall forfeit the Earnest Money as mutually agreed pre- estimated compensation and damages payable to the department for, inter alia, time, cost and effort of the department, without prejudice to any other right or remedy that may be available to the department.

6. Financial Proposal / Bid

6.1 Bidders shall submit the financial proposal in the formats at FIN-I (the “Financial Proposal”) clearly indicating the rate/ total cost of the services both in figures and words, in PKR, and signed by the Bidder’s Authorized Representative. In the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Financial Proposal, the lower of the two shall prevail. 6.2 While submitting the Financial Proposal, the Bidder shall ensure the following: 6.2.1 All the costs associated with the assignment shall be included in the Financial Proposal. These shall normally cover as per scope of work mentioned in TOR’s and remuneration related to digital cadastral mapping through full fledged GIS Labs,extensive GNSS/DGPS

15

survey,transportation, deployment of Human Resources, commissioning, Capacity Building, technical support, and other services necessary for proper digitization of record and may also include but not limitedto visits of key personal staff, resident engineers, accommodation, airfare, equipment, printing of documents, surveys, geo-technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected. 6.2.2 The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. 6.2.3 Rates/costs (including break down of costs according to the FIN -3) shall be expressed in PKR.

7. EVALUATION PROCESS

ELIGIBLITY CRITERIA

S.No PRE-QUALIFICATION CRITERIA DOCUMENTARY EVIDENCE

01. Registered with Securities & Exchange Certificate of Registration Commission of Pakistan (SECP) under the Companies Ordinance 1984.

02. Registered with FBR for Income tax and must Certificate of Registration be on FBR’s Active Tax Payers List

03. Registered with Survey of Pakistan Certificate of Registration

04. Financial Capability of Firm 200 Million Audited balance sheets/Letter signed by a registered audit firm or a CA must be submitted as proof of turnover for last three years.

05. Submit a self-declaration for not being under Declaration signed and stamped by legal action for corrupt or fraudulent bidder practices(blacklisted) by any Government Organizations.

16

06. Relevant Experience: - Attach copies of Supply Orders with relevant completion certificate or Successfully accomplished at least Three GIS Signed Agreement with the procuring Projects in Government sector. agency.

Successfully accomplished at least two Attach signed & stamped copy of Cadestral projects. original Agreement duly attested by Notary Public with clearly identification of roles of each firm.

8. Technical Evaluation Criteria 8.1. Bidders scoring 65% or more in the technical evaluation will be technically qualified otherwise considered disqualified.Relative Weights given to the different evaluation criteria are shown in the table below:

Weight Evaluation Criteria Weightage

W1 Company/Firm Profile (EC1) 10%

W2 Experience of the Firm (EC2) 20%

W3 Project Team (EC3) 20 %

W4 Approach and Methodology (EC4) 35 %

W5 Equipment Available(EC5) 15 %

The Technical Score, St will then be obtained by the following formula: St = (EC1 *W1/100) + (EC2 *W2/400) + (EC3 *W3/200) + (EC4 *W4/300)+ (EC5 *W5/100) where, EC1, EC2, EC3, EC4 & EC5 are the total component scores against Company profile, Experience of the Firm, Project team and Approach & Methodology criteria and equipment respectively. The technical criteria and their details are given below:

17

8.2.1 Firm Profile (EC1): Profile of each bidder will be evaluated on the basis of the following three factors:

S.No Item Score A. Registration with Survey of Pakistan 50 B. Financial Capability 30 C. Certifications of the Firm 20 Total (A+B+C) 100

8.2.2. Registration with Survey of Pakistan (A)

The firm requires to be registered with the Survey of Pakistan under Mapping Act 2014, Government of Pakistan.

Registration Category Marks Assigned (C) Parameter

S1 Category 50

S2 Category 40 Attach Registration S3 Category 30 Certificate from Survey of Pakistan S4 Category 20

Sub Total (A) 50

8.2.3 Financial Capability of the Firm (B)

S.No. Financial Strength Marks Documentary Assigned Evidence

01. Over all Average Turn Over of the Audited Balance Company in past three Consecutive sheet and Profit & Financial years e.gFY 2017-18, FY Loss; & Certificate 2018-19, FY 2019-2020, from the statutory auditor should be Less than 200 Million 10 attached determining thecombined 200 to 500 Million 20 turnover of the company in past 500 to 700 Million 25 three fiscal years 700 Million To 1 Billion 30

Sub Total (B) 30

18

8.2.4 Certifications of the Firms (C)

S.No Certification Marks Documentary Assigned Evidence 01. ISO 27001 Information Security 10 Management System (ISMS) Attach Relevant 02. ISO 9001 Quality Management 10 Certificates System (QMS) Sub Total (C) 20

EC (1) = A + B + C

8.2.5 Experience of the Firm (EC2): The experience of each firm will be evaluated on the following factors:

S.No Item Score 1. Number of GIS Projects (D) 250 2. Volume of similar Cadestral Projects 150 (E) Total (D+E) 400

8.2.2.1 Number of Projects (D) Scoring in this segment is done on the basis of following formula: Marks No. of Score Max Parameter

Bidder’s Experience Assigned for projects obtained Marks each Project executed (G*H) (G) (H)

GIS Projects related to Land Record in Attach Government Sector which includes the Completion following activities: - Certificate  Field Survey using GPS/DGPS OR equipment’s to collect reference points Work Order (area 30 – 200 Sq Km). OR  Digitization of Cadastral Map using 20 100 Contract High Resolution Satellite Imageries Agreement  Development of GIS Application for OR viewing, editing and managing of Any Other cadastral map and linkage with Record Certified of Rights. Document

19

Development & Deployment of GIS 10 100 applications other than Land Record

Land Developed & RevenueMIS Deployed LRMIS 10 30 (LRMIS) Project Application Digitization of Land Record i.e. 5 20 Scanning & Data Entry of record Sub-total (D) 250

8.2.2.2 Volume of Similar Assignments (E)

One aspect of the firm’s ability to undertake any given assignment successfully is whether the similar assignments i.e. GIS Solution for Land Record Projects, it executed is also comparable in terms of cumulativevolume and value of GIS Projects: -

Criteria Marking Criteria Marks Parameter Cadastral Mapping of Land Parcels Above 1,000,000 50 Attach Completion Land Parcels with all 500,000 to 1,000,000 25 Certificate OR Work given attributes 300,000 to 500,000 15 Order (including) dimensions ORContract Agreement and or spatial object mentioning the number using parcel fabrication of digitized land parcels technique using parcel fabric technique ORAny Other Certified Documents Digitization of Land Land Parcels Above 1,000,000 50 Attach Completion parcels using 500,000 to 1,000,000 25 Certificate ORWork dimensions and 300,000 to 500,000 15 Order attributes method i.e. ORContract Agreement Geo-referenced mentioning the area in cadastral map acres/sq. km of digitized cadastral maps using conventional methodORAny Other Certified Documents Value of the Project Above 700 Million 25

20

500 to 700 Million 10 Attach Completion 200 to 500 Million 5 Certificate OR Work Order ORContract Agreement mentioning the value of the projectsORAny Other Certified Documents GIS experts deployed Above 20 15 Attach Attested Payroll for the projects 15 to 20 10 of the employees with contact details paid 10 to 15 5 during the assignment Status of GIS Lab Above 100 Workstations 10 Valid Documents to functioning within the 50 to 100 5 authenticate the firm for digitization in 10 to 50 2 functional GIS Lab parcel fabrication along with the installed dataset modeli.e. licensed GIS tool licensed tools for GIS development Sub-total (E) 150

EC (2) = D + E

8.2.3 Project Team (EC 3): This section of the evaluation rates the team nominated by the firm to execute the assignment. For this, each CV of following Human Resource will be evaluated separately on the basis of education and past experience. 8.2.3.1 Human Resource Capability: -

S.No Position No. of Maximum Resources Marks 01. Project Manager 01 20 02. GIS Specialist 01 10 03. Land Revenue Specialist (Retired Revenue Officer in BS-16 or higher with 02 2 * 10 = 20 domain knowledge) 04. GIS Application Development Manager 01 10 05. GIS Development Manager 01 10

21

06. Geodatabase Developer 02 2 *10= 20 07. GIS Analyst/Geospatial Data Engineers 08 5 * 8= 40 08. GIS Application Developer 04 5 * 4= 20 09. I.T Specialist 01 10 10. Communication Specialist 01 5 11. DGPS Survey Manager 01 15 12. DGPS Survey Specialist 04 5 * 4 = 20 Total Marks 200

All firms are to be evaluated for a similar sized project team.

Each CV submitted by the firm is evaluated on three criteria:

S. No. Criteria Scores i. Relevant Education & Qualification (I) 20 ii. Relevant Background (J) 70 iii. Time with Firm (K) 10 Total (I+J+K) 100

8.2.3.2 Education & Qualifications (I)

Each individual is ranked on: S. No. Criteria Weightage 1 Relevant Academic Qualifications 10 2 Relevant Professional certification 15 Total (I) 25

i. Relevant Academic Qualification S. No. Criteria Weightage % age share 1 Bachelor/Master Degree in 15 80 GIS/Geoinformatics (16 Years Education)

22

2 MS Degree in 20 100 GIS/Geoinformatics (18 Years Education)

(Note: - For Revenue Specialist Maximum Marks will be given on 12 years of Education i.e. 20 Marks (Bachelor/Master/MS degrees not required) (Note: - For DGPS Survey Manager and DGPS Survey Specialists, registration from the Survey of Pakistan in individual category is mandatory)

ii. Relevant Professional Certification If the individual has a relevant professional certification by a recognized body that is relevant to his/her role in the assignment, full score (20%) will be given. (Note: - For Revenue Specialist, Patwar Training School Certificate or Government Retirement proof is required)

8.2.3.3 Relevant Background (J) Relevant background for each individual is evaluated on four factors: S. No. Item Weightage 1 Number of similar assignments (In past 10 yrs.) 25% 2 Value of largest similar assignments (In past 10 yrs.) 15% 3 Role in similar assignments 30% 4 Time Spent in similar assignments (In past 5 yrs.) 30%

i. Number of Similar Assignments The number of similar assignments, (N) listed on the individual’s CV for the past 10 years will be compared with a base value (Ts = 5) Sub‐component score = (N / Ts) x 25% Max score awarded for this sub component is 25%. ii. Value of Largest Similar Assignment The value of the largest similar assignment listed on the individual’s CV for the past 10 years is compared to the present assignment. The grading is then done according to the following table: Value in comparison to present Grade (G) assignment 80%+ 100%

23

50%‐80% 65% <50% 30% Sub‐component score = G of 15%

iii. Role in Similar Assignments The role of the individual in previous similar assignments listed on his/her CV is compared to the proposed role in the present assignment. The grading is then done according to the following table: Grade (G) Role in number of similar Project 2 or more 1 Exactly similar 100% 65% Support role to similar 65% 42.25% Slightly similar 30% 19.5% Sub-component score = G of 30% iv. Time Spent in Similar Assignments Time spent by the individual on similar projects in man-months (N) will be compared with the total number of possible man-months in the past 5 years, i.e. 60 months. Sub-component score = (N/60) x 30%

8.2.3.4 Time Spent with Firm (K)

If an individual has been working with the bidding firm for 12 or more months, he/she will be given 10 marks, otherwise 0. EC 3= (I+J+K)

8.2.4 Approach & Methodology (EC 4): This section will evaluate the firm’s solution to the TOR’s. This section comprises two sub sections, i.e. a) Understanding & Innovativeness b) Methodology Item Weighted Score Understanding 30 Innovativeness 30

24

Methodology 30 Each section contains several questions that can be given either of the following grades depending on the content of the technical proposal: Grade (G) Quality (Q) Weight (W) A Excellent 5 B Good 3 C Average 2 D Absent 0

8.2.3.1 Understanding and Innovativeness (L)

S. No. Criteria Grade 1 Demonstrate your proven track record in conducting similar large complex GIS Project related to Land Record 2 Explain your experience of the GIS applications related to land records for other government departments 3 Demonstrate your proven track record in executing the projects which are related to land parcels digitization by using the parcel fabric dataset model 4 Demonstrate your proven track record regarding the issues/problems raised in the project and measures taken to mitigate the problem. 5 Prove your experience of building land maps of unsettled areas/missing mussavies areas and its digitization at khasra level 6 Explain the proven experience in mobile and web application development and integration of the field data with the land record GIS data layers. Also elaborate the mobile applications developed in past and its concurrent users; with an offline functional mode with inbuilt support for GIS maps and data Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 6, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score= (N/6) x 30

25

8.2.3.2 Methodology (M) S. No. Criteria Grade

1 Outline your Methodology for Designing, managing and implementation of this project keeping in mind the scope of work and the unique nature of the records. Include the following in your Project Management Methodology: - . Your Vision for the Land Record Digitization. . Project Team Structure . Field survey and data integration methodology . Parcel fabrication details . Quality Assurance and Quality Control 2 Detail how you intend to prepare records for scanning (include unbinding, repairing, cleaning, rebinding as necessary) and highlight the manpower and time required for this process & strategy for missing musavees and unsettled areas.

3 Describe your management expertise and processes required to develop a coherent program to complete the activity, and to keep the project on track, on time and within the specified cost. (Detailed Work Plan)

4 Provide details of application(s) design parameters.

5 Explain how the information security will be ensured and the storage, backups and retrievals are disaster proof

Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 5, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score = (N/6) x 30 EC 4 = L+ M

26

8.2.5Equipment Available (EC 5): This section will evaluate the firm’s resources in the form of equioent available with the firm.

Equipment Weighted Score UAV 35 GPS 20 Total Station 15 Workstation/computers 30

EC 5 = G+H

TOTAL TECHNICAL SCORE: EC1+EC2+EC3+EC4+EC5

Note: Minimum 65 % is required in Technical Bid evaluation for further consideration. The score given by the Evaluation Committee of the Department shall be final and binding on all the bidders. Keeping in view the availability of time, the vendors may also be asked to provide presentation on the following:

. Company Profile . Understanding of scope of work and requirements . Approach & Methodology (AM) for operations/execution, maintenance and Quality of service . Proposed data entry plan and quality management. . Risk Identification & Mitigation Plan

8.3 Evaluation of Financial Proposals / Bids . For financial evaluation, the total cost indicated in the Financial Proposal will be considered. . The Selection Committee will determine whether the Financial Proposals are complete. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the ToRs within the total quoted price shall be that of

27

the Vendor. The lowest Financial Proposal will be considered as the most advantageous bid.

9. APPOINTMENT OF VENDOR

9.1 Verification of Infrastructure by the Board / Committee members on vendor’s site:The Vendor will provide the under mentioned details as part of Technical Bid:

. Number of hardware with make, model and technical specs to be used in establishment of Lab.

 Number of personnel to be engaged for the project. If currently not employed, then strategy to reach that number (if fails torecruit these personnel before award of the project, then the bidder is liable to lose the contract).

. List of legal software(s) (with number). Legal Software compliance is to be ensured.

. Before the award of the contract, user may visit the facilities of the short-listed Vendor / company and verify the plan as submitted.

9.2 The Client will examine the CVs of all other Professional Personnel and those not found suitable shall be replaced by the Bidder to the satisfaction of the Department.

9.3 Substitution of Key Personnel

9.3.1 The Client will not normally consider any request of the Selected Bidder for substitution of Key Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel and any change therein may upset the ranking. Substitution will, however, be permitted if the Key Personnel is not available for reasons of any inability or due to health, subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client.

9.3.2 The Client expects all the Key Personnel to be available during execution of the Project. The Client will not consider substitution of Key Personnel

28

except for reasons of any inability or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client. As a condition to such substitution, a sum equal to 20% (twenty percent) of the remuneration specified for the original Key Personnel shall be deducted from the payments due to the Bidder. In the case of a second substitution hereunder, such deduction shall be 50% (fifty per cent) of the remuneration specified for the original Key Personnel. Any further substitution may lead to disqualification of the Bidder or termination of the Agreement.

9.3.3 Substitution of the Team Leader will not normally be considered and may lead to disqualification of the Bidder or termination ofthe Agreement.

`10. Award of Work

After selection, a Letter of Award (“LOA”) shall be issued, in duplicate, by the Client to the Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, the Client may, unless it consents to extension of time for submission thereof, appropriate the Earnest Money of such Bidder as mutually agreed genuine pre-estimated loss and damage suffered by the Client on account of failure of the Selected Bidder to acknowledge the LOA, and the next highest ranking Bidder may be considered.

11. Execution of Agreement

After acknowledgement of the LOA as aforesaid by the selected Bidder, it shall execute the Agreement within the specified period. The Selected Bidder shall not be entitled to seek any deviation in the Agreement.

12. Commencement of Assignment

The Selected Bidders shall commence the Services at the Project site within 7 (seven) days of the date of the Agreement or such other date as may be mutually agreed.

29

a. Proprietary Data/Ownership

SoP has the intellectual Property Rights for all the Requirement Analysis Report, Proforma /templates,Digitized Map and Applications. Bidders are not authorized to use these documentsfor any other purpose without the express written permission of SoP.

13. TERMS OF REFERENCESFOR CADASTRAL MAPPING – LAHORE CITY (ZONE-B) 13.1 SCOPE OF WORK

The proposed Land Records Management and Information System – Urban would include Digital Cadastral Mapping of Lahore City (Zone-B)(360 Sq Km). 13.2 OBJECTIVES/RESPONSIBILITIES OF FIRM

1) The firm should be responsible for the provision of the latest high-resolution (10-15 cm)UAV ortho-rectified imagery. 2) The UAV ortho-imagery will be verified/validated by SoP before use for cadastral mapping. 3) The firm should be responsible for collection of all necessary revenue record required for cadastral mapping of the Project area. 4) The Firm will be responsible for the stitching and mosaicking of mussavies using UAV imagery. 5) The Firm shall perform digitization at parcel level; through parcel fabric dataset model prepared by SoP. 6) The firm is responsible to develop mouza boundaries using notifications and mussavies data. 7) High precision RTK GNSS based field surveys should be conducted by the firm for the collection of reference data and verification of the digitized work. 8) The firmwill complete all the associated datasets with parcels / administrative boundaries by following given Data Model.

a. (10-15 cm) UAV ortho-rectified imagerynot older than 01 Feb 2021. b. Accuracy upto 10 cm c. All land record information (as per LRMIS used by BoRs & SoP)

13.3. Digitization Using Parcel Fabric Dataset Model 13.3.1 Scanning and Indexing of Record Scanning and indexing will be carried out of cadastral maps of Project Area.The

30 scanned record Mussavie shall be stored in high resolution tiff format. 13.3.2 Mosaicking and Stitching ofmussavies The Firm will be responsible for the stitching and mosaicking of mussavies. High resolution latest UAV imagesshall be used for project. The UAV images/aerial photography shall be geo-referenced with accuracy for Urban areas better than 10cm so that it supports accurate measurements and referencing. This is an essential step as will lead to the accurate overlay analysis of UAV images/aerial photography/mouza boundaries and field data points. The Firms are required to provide an accuracy assessment report with Root Mean Square (RMS) detail, missing or damaged sheets of the project area. The UAV images/aerial photography must cover area within the boundary of the project of Lahore City (Zone-B)having area 360 Sq Km. 13.3.3 Ortho-rectification of UAV images/aerial photography The firm will be responsible to procure high resolution latest UAV images/aerial photography as per given requirement. The images must be precisely corrected geometrically and radiometrically to make orthorectified. For the spatial reference of mussavies, in case of unavailability of revenue stones / sehaddas, the firm shall send the surveyors to the field to collect reference points for main features identifiable through UAV images/aerial photography.All the mouza mosaics shall be geo- referenced using high resolution UAV images/aerial photography and must be overlaid inch to inch on the UAV images/aerial photography. 13.3.4 Digitization Using Parcel Fabric Dataset Model The Firm shall perform digitization at khasra/parcel level; through parcel fabrication dataset model by preserving all features and attribute data of vertices, lines, polygons and dimensions with units in the geo-database for Desktop with all the attribute information related to the parcel of landin WGS-84 with UTM Projection System. While storing the attribute information, the textual details on the mussavies shall be stored in the GIS database. The Firm shall be responsible to digitize all the features present on mussavie maps i.e. parcel boundaries, roads, water channels, graveyards, and other similar features by following given data Model. However, the missing landmarks in mussavies (latest developments) shall be digitized and stored as separate layer. The mouza boundary, khasra extent with parcel fabricated details of number, line, polygon and dimensions shall be digitized. Khasra data parcel fabrication model shall incorporate data in a way that the khasra is stored as polygon and also separate lines with details of sides, dimensions and numeric values. The Firm will be responsible for parcel level mapping and parcel fabrication. The

31 firmwill be responsible for the scanning and attribute entry of all the property/ownership documents of the project area within the project duration. The firmwill be responsible for door to door survey for the collection of property/ownership documents. It is required to design and submit survey plan and comprehensive survey form to client which include information of registered deed, PTD, PT1, Fard, PTO, lessee, tenant etc. The firm shall develop a detailed base map of the project area by following SoP data model including road network, house hold level,streets, footpaths, agriculture fields, barren land, forests, pastures, irrigation network etc.The road network shall include Urban Roads, with unique numbers / code assigned to each road / link. The attribute information related to road segments like road length, road width, traffic flow (one way- two way). Household level mapping must include residential, commercial, government buildings, public buildings etc. whereas, public building include schools, hospitals, post offices, parks, police stations etc. After the development of base data and integration of secondary information with base data, topology correction tools shall be used to check all type of topological errors that shall be corrected in GIS environment. All type of errors such as connectivity, nodes, missing linkages, duplicate lines/data entry, mismatching of vertices, badly shaped vector, missing knots at intersection, too many vertices in line, switchbacks and topological errors as overshoot, knots, loops, undershoot and dangle, etc. shall be checked and corrected in GIS environment. After the development of base data and integration of secondary information with base data, all the digitized vector data (points, lines and polygons) shall be checked for Quality Assurance in the field. 13.3.5 Standards for Positional Accuracy: The following standards will be used to define minimally acceptable levels of differential relative positional accuracy required for Cadastral Survey. a. Local Accuracy Standards: 95% Confidence Circle Application Less than 0.050 (m) Cadastral Project Control Less than 0.100 (m) Cadastral Measurements b. Network Accuracy Standards: 95% Confidence Circle Application Less than 0.100 (m) Cadastral Project Control

32

Less than 0.200 (m) Cadastral Measurements

14. Support Period

The Firm has to provide support for a period of one year after the completion of Project. 15. Project Tiime: 6 month from date of signing of Contract Agreement 16. Monitoring of Work: The monitoring to check quality / progress of work will be carried out by SoP team as follow: c. Inspection of UAV aerial photography d. Inspection of pilot project e. Monthly inspection of work

17. Deliverables a. Parcel level vector layersuperimposed on Geo-rectified/ortho-rectified UAV images/aerial photography. b. Geo-database of complete project area on portable storage media with proper indexing. c. Raster and Vector data with complete set of information as mentioned in this document. d. Hard copy of all the documents / record used in the project. e. Monthly progress reports and final project report. f. Miscellaneous

33

Technical Forms

Form TECH-1: Technical Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sir:

We, the undersigned, offer to provide the Project Management consulting services for [Insert title of assignment] for (Package) in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Project Management Consultant] We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Project Management consulting services related to the assignment not later than the date indicated in the schedule.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

34

B – Experience of Firm

[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment.]

Assignment name: Approx. value of the contract (in PKR):

Country: Duration of assignment (months): Location within country:

Name of Client: Total No of staff-months of the assignment:

Address: Approx. value of the services provided by your firm under the contract (in PKR):

Start date (month/year): No of professional staff-months Completion date (month/year): provided by associated Firm:

Name of associated Firm, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

35

Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Firm’s Name:

36

Form TECH-2:

Comments and Suggestions on the Terms of Reference

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

37

Form TECH-3: Description of Approach, Methodology and Work Plan for Performing the Assignment

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (descriptive, inclusive of charts and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing, a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-8.

c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the

38 assignment, the key expert responsible, and proposed technical and support staff.]

39

Form TECH-4: Team Composition and Task Assignments

Professional Staff

Area of Position Name of Staff Firm Task Assigned Expertise Assigned

40

FORM TECH-5 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF 1. Proposed Position [only one candidate shall be nominated for each position]: ______2. Name of Firm [Insert name of firm proposing the staff]: 3. Name of Staff [Insert full name]:______4.Date of Birth: ______Nationality: ______5.CNIC No : ______6. Education: Degree Major/Minor Institution Date (MM/YYYY)

7. Membership of Professional Associations: ______8. Other Training [Indicate significant training since degrees under 6 - Education were obtained]: ______9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: ______10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment on the following format: Employer Position From To (MM/YYYY) (MM/YYYY)

41

11. Detailed Tasks Assigned [List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

1) Name of assignment or project: ______Cost:______Year: ______Starting Date:______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

2) Name of assignment or project: Cost: ______Year: ______Starting Date: ______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

42

[Unroll the project details group and continue numbering (4, 5, …) as many times as is required]

13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

[Signature of staff member or authorized representative of the staff] ______

Full name of authorized representative (attach authority letter): ______Date: (Day/Month/Year)______

43

Form TECH-6: Abstract of Eligible Assignments of Key Personnel

Name of Estimated Designation of Date of Name of firm for S.No. Name of capital cost of the Key Person compensation of Mandays Project which the Client project (PKR) for the assignment spent Key Person assignment worked

(1) (2) (3) (4) (5) (6) (7) (8)

1

2

3

4

5

44

6

7

8

45

Form TECH-7 Staffing Schedule

Staff input (in the form of a bar chart)2 Total staff-month input Name of Staff First Second Fourth Quarter Third Quarter Quarter Quarter Qtr 1 2 3 1 2 3 1 2 3 1 2 3 Total . 1 2 3 4 5 n Total 1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). 2 Months are counted from the start of the assignment. Full time input Part time input

Form TECH-8: Work schedule and planning for deliverable

Months N° Activities 1 2 3 4 5 6 7 8 9 ..... n TOTAL

47

1 List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Client’s approvals. For phased assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in a form of a bar chart.

3. Include a legend, if necessary, to help read the ch

48

Financial Forms Form FIN-1 Financial Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sirs: We, the undersigned, offer to provide the Project Management Consultancy services for [Inserttitle of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

49 Form FIN-2 Financial Capacity of the Bidder

S. No. Annual Revenue (PKR) Financial Year

1.

2.

3.

Certificate from the Statutory Auditor #

This is to certify that ...... (name of the Bidder) has received the payments shown above against the respective years on account of Professional Services/Consultancy Fees.

Name of the audit firm: Seal of the audit firm: Date:

(Signature, name and designation of the authorized signatory)

# In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Bidder.

Note: Please do not attach any printed Annual Financial Statement. 50 Form FIN-3: Summary of Cost

S.No. Deliverables Unit Total Price inclusive of all leviable taxes and duties (Rs.)

1 Cadastral Mapping Per Mauza (No. of Mouza at Annex-C)

2 UAV images/aerial photography Sq. Km.

3. Software Development Lumpsum

4. Minimum 14000 Ground Per Point Control Points (GCP) using DGPS equipment

5. Support Period for One Year

1 Indicate the total costs, inclusive of all taxes i.e. ( Income Tax , Services Tax of BRA etc) .

51 ZONE-B AREA

E 74.310140 N 31.661069

E 74.350277 N 31.619725

Shahdara E 74.507469 E 74.242801 N 31.597620 N 31.594463 Bhmma Lakhodher Dograe Kala

Harbans Pura Ameen Park E 74.426494 Qila Gujjar Singh N 31.544004

Zone-B Paragon City Sabzazar E 74.238160 N 31.507797 Gulberg III DHA Phase 5 E 74.469683 Model Town N 31.489207 Gohawa New Muslim Town

Nawab Town Township Sitara Colony Mota Singhwala

Chung WAPDA Town Hamza Town E 74.135602 N 31.411471 E 74.391582 N 31.399625

Maraka E 74.219581 N 31.395436 E 74.303640 Gajju Matah N 31.398099 Bahria Twon Kahna

E 74.177585 N 31.344484 Badduke

E 74.228858 N 31.261863 E 74.392091 N 31.271767 LEGEND Raiwind E 74.200053 Zone-B...... 360.459 sq km. N 31.247080 SURVEY OF PAKISTAN

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF

STATELANDS SINDH (DIVISION WISE)

Survey of Pakistan, Faizabad, Murree Road, Rawalpindi

Table of Contents 1. Project Overview ...... 3 2. Request For Proposal ...... 3 2.1 Validity Of The Proposal / Bid ...... 3 2.2 Brief Description Of The Selection Process ...... 3 2.3 Bid Security ...... 4 2.4 Schedule Of Selection Process ...... 4 2.5 Pre-Bid Conference ...... 4 3. Instructions To The Prospective Bidders ...... 5 4. Data Sheet ...... 10 5. Bid Proposals ...... 13 6. Financial Proposal / Bid ...... 15 7. Evaluation Process ...... 16 8. Technical Evaluation Criteria ...... 17 8.1 Score: ...... 17 8.2 Firm Profile: ...... 17 8.3 Evaluation and Financial Proposals ...... 27 9. Appointment of Vendor ...... 28 9.3 Substitution of Key Personnel ...... 28 10. Award of Work ...... 29 11. Execution of Agreement ...... 29 12. Commencement of Assignment ...... 29 13. Terms Of References for Cadastral Mapping – Statelands Sindh (Division Wise) ...... 29 13.1 Scope of Work ...... 30 13.2 Objectives ...... 30 13.3 Digitization Using Parcel Fabric Dataset Model...... 30 13.3.1 Scanning and Indexing of Record ...... 31 13.3.2 Mosaicking and Stitching ofmussavies ...... 31 13.3.3 Ortho-rectification of UAV images/aerial photography / Satellite Images ...... 31 13.3.4 Digitization Using Parcel Fabric Dataset Model...... 31 13.3.5 Standards for Positional Accuracy ...... 32 14. Support Period ...... 33 15. Technical Forms ...... 33

1 16. Monitoring of Work ...... 33 17. Deliverables ...... 33 Form TECH-1: ...... 34 Form TECH-2: ...... 37 Form TECH-3: ...... 38 Form TECH-4: ...... 40 Form Tech-5 ...... 41 Form TECH-6: ...... 44 Form TECH-7 ...... 46 Form TECH-8: ...... 47 Financial Forms ...... 49 Form FIN-1 ...... 49 Form FIN-2 ...... 50 Form FIN-3: ...... 51

2 BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF STATELANDS SINDH (DIVISION WISE)

1 PROJECT OVERVIEW The land record system in Sindh is century old with its scope limited to recording of data for rural lands only and its purpose was originally confined to collection of annual taxes. The current system of land records focuses on administration of landholdings which groups a set of land parcels together for recording of their collective ownership information. This scheme, however, becomes highly inefficient when applied to urban properties. No standard system of recording rights in urban areas exists in Sindh where gap is being filled by other agencies working in their own respective jurisdictions in isolation from others. Sindh has, therefore, no single repository of land records which would otherwise play a critical role in the planning and administration processes of government.

Major challenges are associated with current urban land records system in Sindh which at best can only be described as a make shift arrangement. Despite multitude of records, some 20 – 25 % of urban properties are considered to not having been registered anywhere. As a result, land use planning/development is seriousely hampered and land rights litigation is widespread.The existing Revenue Records have not been updated in areas that have been converted to urban areas. Moreover, the record does not cover the historical urban areas at all. Several records registries are maintained by multiple agencies. There is widespread litigations over the title chain, transfer of property, partition of inheritance, gift, and demarcation of land etc. Negative impacts to economic growth, fiscal balance, poverty reduction and good urban development are apparent and significant.

2. REQUEST FOR PROPOSAL Survey of Pakistan Invites Proposals from eligible bidders/firms for “Cadastral Mappingof Statelands Sindh (Division Wise)”. Survey of Pakistan intends to select the Firm through a competitive bidding process in accordance with the procedure set out herein. RFP document can be downloaded from the Website of the Public Procurement Regulatory Authority (PPRA), and can also be obtained on the following addressvon payment:

3 Project Coordinator Survey of Pakistan, Rawalpindi Contact No. 051-9290217

2.1. Validity of the Proposal / Bid The Proposal shall be valid up to 90 days as per PPRA Rule

2.2. Brief description of the Selection Process The Bidders will send their Proposals in two sealed envelopes as mentioned in clause 3. Single Stage- Two Envelop Procedure as per PPRA Rule 41 (3) will be adopted. The selection process in evaluating the Proposals comprising of Technical and Financial Bids to be submitted in two separate sealed envelopes Single stage two envelopes procedure. In the first phase, a technical evaluation will be carried out as specified in Clause 8. Based on this technical evaluation,in the second phase, a financial evaluation will be carried out as specified in Clause 8.3.

2.3. Bid Security

All bidders are required to submit Rs. 2% earnest money in financial proposal envelop in the form of a bank guarantee or Bank draft/pay order. The Earnest Money should be furnished by a reputable bank in favor of Project Director, Survey of Pakistan, Rawalpindi and shall be valid for a period of three (3) months.A certificate for attachment of same must be indicated in technical bid. The bank guarantee / pay order for earnest money will be returned to the responsive bidders on signing of the contract with the successful bidder and the earnest money of technically non-responsive bidder will be returned within 30 days. Bidders submitting a proposal without acceptable earnest money would be immediately disqualified. 2.4. Schedule of Selection Process

S.NO ACTIVITIES SCHEDULE 01. Date of issue 31 December, 2020

02. Last date for receiving queries/clarifications 07 January, 2021

03. Pre-Bid Conference 11 January, 2021

4 04. Client response to queries 11 January, 2021

05. Proposal Due Date for submission and 18 January, 2021 Opening of Technical bids

06. Opening of Financial Bid 26 January, 2021

(Above dates may be changed, if circumstances warrant so.)

2.5. Pre-Bid Conference The date, time and venue of Pre-Bid Conference shall be: Date: 11 January, 2021 Time: 12:00 hrs.Venue: Project Coordinator Survey of Pakistan, Rawalpindi. All communications including the submission of Proposal should be addressed to:

Project Coordinator, Survey of Pakistan Muree Road, Rawalpindi

Phone: 051-9290217 Fax: 051-9290212

All communications related to the project should clearly be marked as “Cadastral Mappings of Statelands Sindh (Division Wise) ” onthe top of the envelope.

3. INSTRUCTIONS TO THE PROSPECTIVE BIDDERS

3.1. Detailed description of the objectives, scope of services, deliverables and other requirements relating to this project are specified in this RFP. The manner in which the Proposal / Bid is required to be submitted, evaluated and accepted is explained in this RFP. 3.2. The Bidder shall submit its Proposal in the form and manner specified in the RFP. The Technical Bid shall be submitted in line with the respective form at TECH-I and the Financial Bid shall be submitted in the form at FIN-I. Upon selection, the Bidder shall be required to enter into an agreement with the Client on finalization of bidding process. However, some clauses may be modified on mutually agree-able terms. 3.3. Bidder should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the

5 assignment and local conditions, Bidders are encouraged to visit the Client before submitting a proposal and to attend a pre-bid conference as specified in the schedule. Bidders should contact the Client’s representative to obtain additional information on the pre-bid conference, and should ensure that these officials are advised in advance of the visit with adequate time to allow Project Director to make appropriate arrangements. 3.4. Bidder may request a clarification on the RFP documents up to the number of days indicated above before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means, and will send written copies of the response (including an explanation ofthe query but without identifying the source of inquiry) to all Bidders. 3.5. At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing, or by standard electronic means. The addendum shall be sent to all bidders and will be binding on them. The Bidders shall acknowledge receipt of all amendments. To give Bidder reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals. 3.6. The original proposals (Technical and Financial) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder themselves. The person who signed the proposal must initial such corrections. 3.7. An authorized representative of the Bidder shall sign all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney on stamp paper accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked “ORIGINAL”. 3.8. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly marked “FINANCIAL PROPOSAL” and clearly mentioning the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial

6 Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and be clearly marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE APOINTED OFFICIAL”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. Such anoccurrence may be the case for Proposal rejection.If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. 3.9. The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated above, or any extension to this date in accordance with rules. Any proposal received by the Client after the deadline for submission shall be returned unopened. 3.10. From the time the Proposals are opened to the time the Contract is awarded, the Bidder should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Bidder to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Bidder Proposal. 3.11. The technical evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system specified in the RFP. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not respond to meet evaluation criteria. 3.12. After the technical evaluation is completed, the Client may inform the Bidders who have submitted proposals that the technical scores obtained by their Technical Proposals, and shall notify those Bidder whose Proposals did not meet the minimum qualifying mark or were considered non-responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. 3.13. According to PPRA rule, “the procuring agencies may seek un-conditional discount by incorporating the same in bid solicitation documents. The bidder may offer un-conditional disacount, in percentage of their quoted price or bids, before opening of the of the financial proposal. The discount bid price shall be considered as original bid for evaluation being an integral part of the bid. No offer of discount shall be considered after the bids are opened.” The bidder

7 will offer discount in term of percentage of financial bid in writing on Firm letterhead. The bidder may not forget to bring Firm letterhead on the day and time of opening of Financial Bid. 3.14. Financial Proposals shall be opened publicly in the presence of the qualified bidders or their representatives who choose to attend. The name of the Bidders, and their technical scores shall be read aloud. The Financial Proposal of the Bidder who meet the minimum qualifying marks will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall then be opened, and the total rate/prices/cost read aloud and recorded. 3.15. All documents relevant to data entry including the prints prepared by the Firm shall become and remain the property of the procuring Client; Any restrictions on the future use of these documents by the Firm shall be specified in the conditions of the contract. 3.16. Procuring Client may negotiate with the most advantageous bidder regarding methodology, work plan, staffing and special conditions of the contract. The procuring Client shall not permit substitution of key staff, unless both parties agree that undue delay in selection process makes such substitution unavoidable. 3.17. Bidders should note the Proposal Due Date (PDD), for submission of proposals. Except as specifically provided in this RFP, no supplementary material will be entertained by the Client and that evaluation will be carried out only on the basis of Documents received by the closing time of Proposal Due Date. Bidders will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For avoidance of any doubt, the Client reserves the right to seek clarifications under and in accordance with the provisions of Clauses. 3.18. Bidder shall not submit any document after PDD except in response to any clarification sought by Project Director and in response to clarifications no change shall be made. 3.19. The TOR’s mentioned in the RFP and Technical Proposal received from the bidder will be integral part of agreement. 3.20. If the successful Firm fails to deliver the deliverables within stipulated period, its earnest money will be fortfeited and it will be blacklisted. 3.21. Liquidation Damages: The firm has to pay liquidation damages for the period 8 of delays in supply of deliverables upto rate of 2% of the contract price per month or part of a month exceeding the original delivery period subject to the provision that total liquidation damages thus levied will not exceed 10% of the total contract price. 3.22. Performance Guarantee: The bidder shall provide to SoP, a Performance Guarantee issued by A-Plus Pakistani Scheduled Bank, having a value of 10% of the contract price and which is valid for 12 months beyond the expected date of delivery of final data. SoP shall confirm the authenticity / guineneness of the Bank Guarantee from the concerned Bank. Performance Guarantee shall be submitted just after successful submission of deliverables anf after obtaining Acceptance letter from SoP. 10% performance guarantee will remain held with SoP and be released on expiry of Support Period. The tenure of Performance Guarantee will be extended if the deliverable is up to the mark and needs improvement. a. Bank Guarantee furnished against this contract is un-conditional and en- cashable at the will of the firm. Firm will undertakes not to hinder/restrain its encashment through court, extra judicial or any other way( including administrative process) b. If the firm fails to produce the Bank Guarantee within specifies period, SoPreserves the right of cancelling the contract at the risk and expence of the firm. In the event of un-satisfactory performance or of any breach of terms of the contract, the bank guarantee shall be forfeited to the govt at the discretion of the firm. 3.23. Confidentiality: The firm shall not, during the process of execution or after expiration of this contract, disclose any proprietary or data without the prior written consent of SoP. 3.24. Force Majeure: Both the parties shall not be held responsible for any delay occurring in the Project due to event of Force Majeure such as acts of God, War, Civil commotion, Strike, Lockouts, Act of Foreign Govt and its agencies and disturbance directly affecting the parties over the events or circumstances where both the parties have no control. In such an event both parties will inform each other within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances / happening in writing. 3.25. Litigation: In case any dispute, only court of law at Rawalpindi/Islamabad have jurisdiction to decide the matter. 9 3.26. Pre-Bid Conference 3.22.1 Pre-Bid Conference of the Bidders shall be held on the designated date, time and place. Only those Bidders, who have purchased the RFP document or downloaded the same from the Official Website, shall be allowed to participate in the Pre-Bid Conference. A maximum of two representatives of each Bidder shall be allowed to participate on production of an Authorization Letter from the Bidder. 3.22.2 During the course of Pre-Bid Conference, the Bidders will be free to seek clarifications and make suggestions for consideration, however, that the bidders have previously expressed those points in writing. It shall be endeavored to provide clarifications for facilitating a fair, transparent and competitive Selection Process.

4. DATA SHEET

Paragraph Reference

Name of the Client: Survey of Pakistan

Name of the Assignment: Cadastral Mapping of Statelands Sindh (Division Wise)

Method of Procurement: Single Stage – Two Envelop Procedure

Special Terms & Conditions of Contract

4.1 Survey of Pakistan invites sealed bids containing One Original Technical and Financial Proposal and two copies of technical & financial proposals from all interested Bidders for this RFP.

4.2 The Bidder must quote for the complete scope of work as per TORs. The bid offering partial scope of work shall be rejected as non-responsive.

4.3 The Technical Proposal should contain all the bid items/solutionswithout quoting the price and must list firm’s clientele, details of past projects, equiptments, items specification etc.

4.4 Interested bidders may obtain further information on the bid and inspect the bidding documents at the office of Project Director.

10 4.5 All interested bidders can receive RFP from the office of Project Director, by submitting an application on their letterhead on payment of Rs. 2000.

4.6 All bids must be delivered to the office of the Project Director, on or before 18th January, 2021 at 1200 hrs. The bids will be publicly opened in the office of Project Director, at 12.30 Hrs on the same day in presence of bidders who wish to attend bid opening for official confirmation of the participating bidders. 4.7 The client will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 4.8 Bidders shall submit bids, which comply with the biddingdocuments, Alternative bids will not be considered.

4.9 Conditional bids will not be acceptable. 4.10 Authority Letter from Principal Company for product and vendor authentication is to be provided by the bidder. 4.11 Every page of the original proposal documents should be signed and stamped by the bidder and proposal to be submitted in binded form otherwise bid will not be accepted. 4.12 Any firm, which furnishes wrong information, will be liable for legal proceeding. Any contract awarded in such case when find out, will be cancelled. 4.13 The bidder/lead should not be blacklisted by any of itsclients. An affidavit to this affect must be submitted by the bidder. 4.15. Implementation Plan is critical to the success of the project. A detailed Implementation Plan is to be prepared by the Firm and be part of the proposal.

4.16. Payment Schedule shall be based on the deliverables and will be detailed at the time of the contract. 4.17. Acceptance Criteria: Bidding is open to all Bidders that meet the eligibility criteria and minimum qualification criteria relating to previous experience, delivery capability, firms standing, etc., as stated in the RFP. Interested Bidders may obtain further information from the office of the Project Director and inspect the Bidding Documents during working hours by contacting at the address given below:- ProjectCoordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212

11 4.18. Evaluation criteria are given belowfor the selection of the Firm.

4.20. The pre-bid Conference will be held on 11 January, 2021 at 12:00 pm at Survey of PakistanRawalpindi. 4.21. In case of questions regarding pre-bid conference please contact: Project Coordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.22. The Client will provide the following inputs and facilities: 4.22.1 The validity period i.e. validity of proposals within period of Award of Contract, would be 90 days. The financial & Technical Proposal of the bid can be considered for variation subject to significant change in the agreed upon scope of work,

4.23 The Firm has to submit documentary evidence (sufficient & acceptable) to the client and subject to approval of the client which will deem to have the final say on this subject. 4.24. Proposals shall be submitted in English language. 4.25. Amounts payable by the Client to the Firm hired under the contract would be subject to all local taxation. 4.26. Taxes shall be deducted from each payment made to the Firm as per Income Tax Rules and Regulations prescribed by Government of Pakistan. 4.27. Each party shall be liable for its own taxes. The prices quoted by the Firm in its financial proposal will be considered inclusive of all applicable taxes. 4.28. Firm is to state local cost in the national currency. 4.29. Firm must submit the original and three copies of the Proposals. 4.30 The Employer at its sole discretion may terminate the bidding process and cancel the bids for any packages at any time without effecting the bidding process of other packages

12 5. BID PROPOSALS

5.1TECHNICAL PROPOSAL:

Bidders shall submit the technical proposal in the formats at TECH- I(the“Technical Proposal”).While submitting the Technical Proposal, the Bidder shall in particular, ensure that:

i. All forms are submitted in the prescribed formats and signed by the Prescribed signatories. ii. Power of Attorney, if applicable, is executed as per Applicable Laws; iii. CVs of all Professional Personnel must be incorporated in the proposal. iv. Key Personnel have been proposed only if they meet the Conditions of Eligibility laid down Evaluation Criteria. v. Only one CV for each position has to be furnished not alternatives will be accepted. vi. The CVs have been recently signed and dated in blue ink by respective Personnel and countersigned by the Bidder. Photocopy or unsigned / countersigned CVs shall be rejected. vii. The CVs shall contain an undertaking from the respective Key Personnel about his/her availability for a period of one year with the firm.

5.2.Failure to comply with the requirements listed in Clause 5.1will make the Proposal liable to be rejected.

5.3.If an individual Key Personnel makes a false statement regarding his qualification, experience or other particulars, or his commitment regarding availability for the Project is not fulfilled at any stage after signing of the Agreement, he shall be liable to be debarred for any future assignment for a period of 5 (five) years. The award of this service to the Bidder may also be liable to cancellation in such an event.

5.4. The Technical Proposal shall not include any financial information relating to the Financial Proposal.

5.5. The proposed team shall be composed of experts and specialists (the “Professional Personnel”) in their respective areas of expertise and

13

managerial/support staff (the “Support Personnel”) such that the Firm should be able to complete the Project within the specified time schedule. The Key Personnel specified in TOR’s shall be included in the proposed team of Professional Personnel. Other competent and experienced Professional Personnel in the relevant areas of expertise must be added as required for successful completion of these services. The CV of each such Professional Personnel, if any, should also be submitted in the format at TECH-4, TECH-5 & TECH-6.

5.6 The Client reserves the right to verify all statements, information and documents, submitted by the Bidder in response to the RFP. Any such verification or the lack of such verification by the Client shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Client there-under.

5.7 In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Vendor either by issue of the LOI or entering into of the Agreement, and if the SelectedBidder has already been issued the LOI or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Client and the Client shall not be liable in any manner whatsoever to the Bidder or Vendor, as the case may be. In such an event, the Client shall forfeit the Earnest Money as mutually agreed pre- estimated compensation and damages payable to the department for, inter alia, time, cost and effort of the department, without prejudice to any other right or remedy that may be available to the department.

6. Financial Proposal / Bid

6.1 Bidders shall submit the financial proposal in the formats at FIN-I (the “Financial Proposal”) clearly indicating the rate/ total cost of the services both in figures and words, in PKR, and signed by the Bidder’s Authorized Representative. In

14

the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Financial Proposal, the lower of the two shall prevail. 6.2 While submitting the Financial Proposal, the Bidder shall ensure the following: 6.2.1 All the costs associated with the assignment shall be included in the Financial Proposal. These shall normally cover as per scope of work mentioned in TOR’s and remuneration related to digital cadastral mapping through full fledged GIS Labs,extensive GNSS/DGPS survey,transportation, deployment of Human Resources, commissioning, Capacity Building, technical support, and other services necessary for proper digitization of record and may also include but not limitedto visits of key personal staff, resident engineers, accommodation, airfare, equipment, printing of documents, surveys, geo-technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected. 6.2.2 The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. 6.2.3 Rates/costs (including break down of costs according to the FIN -3) shall be expressed in PKR.

7. EVALUATION PROCESS

ELIGIBLITY CRITERIA

S.No PRE-QUALIFICATION CRITERIA DOCUMENTARY EVIDENCE

01. Registered with Securities & Exchange Certificate of Registration Commission of Pakistan (SECP) under the Companies Ordinance 1984.

02. Registered with FBR for Income tax and must Certificate of Registration

15

be on FBR’s Active Tax Payers List

03. Registered with Survey of Pakistan Certificate of Registration

04. Financial Capability of Firm 200 Million Audited balance sheets/Letter signed by a registered audit firm or a CA must be submitted as proof of turnover for last three years.

05. Submit a self-declaration for not being under Declaration signed and stamped by legal action for corrupt or fraudulent bidder practices(blacklisted) by any Government Organizations.

06. Relevant Experience: - Attach copies of Supply Orders with relevant completion certificate or Successfully accomplished at least Three GIS Signed Agreement with the procuring Projects in Government sector. agency.

Successfully accomplished at least two Attach signed & stamped copy of Cadestral projects. original Agreement duly attested by Notary Public with clearly identification of roles of each firm.

8. Technical Evaluation Criteria 8.1. Bidders scoring 65% or more in the technical evaluation will be technically qualified otherwise considered disqualified.Relative Weights given to the different evaluation criteria are shown in the table below:

Weight Evaluation Criteria Weightage

W1 Company/Firm Profile (EC1) 10%

W2 Experience of the Firm (EC2) 20%

W3 Project Team (EC3) 20 %

W4 Approach and Methodology (EC4) 35 %

W5 Equipment Available(EC5) 15 %

The Technical Score, St will then be obtained by the following formula: St = (EC1 *W1/100) + (EC2 *W2/400) + (EC3 *W3/200) + (EC4 *W4/300)+ (EC5 *W5/100) where, EC1, EC2, EC3, EC4 & EC5 are the total component scores against Company profile, Experience of the Firm, Project team and Approach &

16

Methodology criteria and equipment respectively. The technical criteria and their details are given below:

8.2.1 Firm Profile (EC1): Profile of each bidder will be evaluated on the basis of the following three factors:

S.No Item Score A. Registration with Survey of Pakistan 50 B. Financial Capability 30 C. Certifications of the Firm 20 Total (A+B+C) 100

8.2.2. Registration with Survey of Pakistan (A)

The firm requires to be registered with the Survey of Pakistan under Mapping Act 2014, Government of Pakistan.

Registration Category Marks Assigned (C) Parameter

S1 Category 50

S2 Category 40 Attach Registration S3 Category 30 Certificate from Survey of Pakistan S4 Category 20

Sub Total (A) 50

8.2.3 Financial Capability of the Firm (B)

S.No. Financial Strength Marks Documentary Assigned Evidence

01. Over all Average Turn Over of the Audited Balance Company in past three Consecutive sheet and Profit & Financial years e.gFY 2017-18, FY Loss; & Certificate 2018-19, FY 2019-2020, from the statutory auditor should be Less than 200 Million 10 attached determining thecombined 200 to 500 Million 20 turnover of the company in past 500 to 700 Million 25

17

700 Million To 1 Billion 30 three fiscal years

Sub Total (B) 30

8.2.4 Certifications of the Firms (C)

S.No Certification Marks Documentary Assigned Evidence 01. ISO 27001 Information Security 10 Management System (ISMS) Attach Relevant 02. ISO 9001 Quality Management 10 Certificates System (QMS) Sub Total (C) 20

EC (1) = A + B + C

8.2.5 Experience of the Firm (EC2): The experience of each firm will be evaluated on the following factors:

S.No Item Score 1. Number of GIS Projects (D) 250 2. Volume of similar Cadestral Projects 150 (E) Total (D+E) 400

8.2.2.1 Number of Projects (D) Scoring in this segment is done on the basis of following formula: Marks No. of Score Max Parameter

Bidder’s Experience Assigned for projects obtained Marks each Project executed (G*H) (G) (H)

GIS Projects related to Land Record in Attach Government Sector which includes the Completion following activities: - Certificate  Field Survey using GPS/DGPS OR equipment’s to collect reference points Work Order 20 100 (area 30 – 200 Sq Km). OR  Digitization of Cadastral Map using Contract High Resolution Satellite Imageries Agreement  Development of GIS Application for OR viewing, editing and managing of

18

cadastral map and linkage with Record Any Other of Rights. Certified Document

Development & Deployment of GIS 10 100 applications other than Land Record

Land Developed & RevenueMIS Deployed LRMIS 10 30 (LRMIS) Project Application Digitization of Land Record i.e. 5 20 Scanning & Data Entry of record Sub-total (D) 250

8.2.2.2 Volume of Similar Assignments (E)

One aspect of the firm’s ability to undertake any given assignment successfully is whether the similar assignments i.e. GIS Solution for Land Record Projects, it executed is also comparable in terms of cumulativevolume and value of GIS Projects: -

Criteria Marking Criteria Marks Parameter Cadastral Mapping of Land Parcels Above 1,000,000 50 Attach Completion Land Parcels with all 500,000 to 1,000,000 25 Certificate OR Work given attributes 300,000 to 500,000 15 Order (including) dimensions ORContract Agreement and or spatial object mentioning the number using parcel fabrication of digitized land parcels technique using parcel fabric technique ORAny Other Certified Documents Digitization of Land Land Parcels Above 1,000,000 50 Attach Completion parcels using 500,000 to 1,000,000 25 Certificate ORWork dimensions and 300,000 to 500,000 15 Order attributes method i.e. ORContract Agreement Geo-referenced mentioning the area in cadastral map acres/sq. km of digitized cadastral maps using conventional

19

methodORAny Other Certified Documents Value of the Project Above 700 Million 25 Attach Completion 500 to 700 Million 10 Certificate OR Work 200 to 500 Million 5 Order ORContract Agreement mentioning the value of the projectsORAny Other Certified Documents GIS experts deployed Above 20 15 Attach Attested Payroll for the projects 15 to 20 10 of the employees with contact details paid 10 to 15 5 during the assignment Status of GIS Lab Above 100 Workstations 10 Valid Documents to functioning within the 50 to 100 5 authenticate the firm for digitization in 10 to 50 2 functional GIS Lab parcel fabrication along with the installed dataset modeli.e. licensed GIS tool licensed tools for GIS development Sub-total (E) 150

EC (2) = D + E

8.2.3 Project Team (EC 3): This section of the evaluation rates the team nominated by the firm to execute the assignment. For this, each CV of following Human Resource will be evaluated separately on the basis of education and past experience. 8.2.3.1 Human Resource Capability: -

S.No Position No. of Maximum Resources Marks 01. Project Manager 01 20 02. GIS Specialist 01 10 03. Land Revenue Specialist (Retired Revenue Officer in BS-16 or higher with 02 2 * 10 = 20 domain knowledge) 04. GIS Application Development Manager 01 10

20

05. GIS Development Manager 01 10 06. Geodatabase Developer 02 2 *10= 20 07. GIS Analyst/Geospatial Data Engineers 08 5 * 8= 40 08. GIS Application Developer 04 5 * 4= 20 09. I.T Specialist 01 10 10. Communication Specialist 01 5 11. DGPS Survey Manager 01 15 12. DGPS Survey Specialist 04 5 * 4 = 20 Total Marks 200

All firms are to be evaluated for a similar sized project team.

Each CV submitted by the firm is evaluated on three criteria:

S. No. Criteria Scores i. Relevant Education & Qualification (I) 20 ii. Relevant Background (J) 70 iii. Time with Firm (K) 10 Total (I+J+K) 100

8.2.3.2 Education & Qualifications (I)

Each individual is ranked on: S. No. Criteria Weightage 1 Relevant Academic Qualifications 10 2 Relevant Professional certification 15 Total (I) 25

i. Relevant Academic Qualification S. No. Criteria Weightage % age share 1 Bachelor/Master Degree in 15 80 GIS/Geoinformatics (16 Years Education)

21

2 MS Degree in 20 100 GIS/Geoinformatics (18 Years Education)

(Note: - For Revenue Specialist Maximum Marks will be given on 12 years of Education i.e. 20 Marks (Bachelor/Master/MS degrees not required) (Note: - For DGPS Survey Manager and DGPS Survey Specialists, registration from the Survey of Pakistan in individual category is mandatory)

ii. Relevant Professional Certification If the individual has a relevant professional certification by a recognized body that is relevant to his/her role in the assignment, full score (20%) will be given. (Note: - For Revenue Specialist, Patwar Training School Certificate or Government Retirement proof is required)

8.2.3.3 Relevant Background (J) Relevant background for each individual is evaluated on four factors: S. No. Item Weightage 1 Number of similar assignments (In past 10 yrs.) 25% 2 Value of largest similar assignments (In past 10 yrs.) 15% 3 Role in similar assignments 30% 4 Time Spent in similar assignments (In past 5 yrs.) 30%

i. Number of Similar Assignments The number of similar assignments, (N) listed on the individual’s CV for the past 10 years will be compared with a base value (Ts = 5) Sub‐component score = (N / Ts) x 25% Max score awarded for this sub component is 25%. ii. Value of Largest Similar Assignment The value of the largest similar assignment listed on the individual’s CV for the past 10 years is compared to the present assignment. The grading is then done according to the following table: Value in comparison to present Grade (G) assignment 80%+ 100%

22

50%‐80% 65% <50% 30% Sub‐component score = G of 15%

iii. Role in Similar Assignments The role of the individual in previous similar assignments listed on his/her CV is compared to the proposed role in the present assignment. The grading is then done according to the following table: Grade (G) Role in number of similar Project 2 or more 1 Exactly similar 100% 65% Support role to similar 65% 42.25% Slightly similar 30% 19.5% Sub-component score = G of 30% iv. Time Spent in Similar Assignments Time spent by the individual on similar projects in man-months (N) will be compared with the total number of possible man-months in the past 5 years, i.e. 60 months. Sub-component score = (N/60) x 30%

8.2.3.4 Time Spent with Firm (K)

If an individual has been working with the bidding firm for 12 or more months, he/she will be given 10 marks, otherwise 0. EC 3= (I+J+K)

8.2.4 Approach & Methodology (EC 4): This section will evaluate the firm’s solution to the TOR’s. This section comprises two sub sections, i.e. a) Understanding & Innovativeness b) Methodology Item Weighted Score Understanding 30 Innovativeness 30

23

Methodology 30 Each section contains several questions that can be given either of the following grades depending on the content of the technical proposal: Grade (G) Quality (Q) Weight (W) A Excellent 5 B Good 3 C Average 2 D Absent 0

8.2.3.1 Understanding and Innovativeness (L)

S. No. Criteria Grade 1 Demonstrate your proven track record in conducting similar large complex GIS Project related to Land Record 2 Explain your experience of the GIS applications related to land records for other government departments 3 Demonstrate your proven track record in executing the projects which are related to land parcels digitization by using the parcel fabric dataset model 4 Demonstrate your proven track record regarding the issues/problems raised in the project and measures taken to mitigate the problem. 5 Prove your experience of building land maps of unsettled areas/missing mussavies areas and its digitization at khasra level 6 Explain the proven experience in mobile and web application development and integration of the field data with the land record GIS data layers. Also elaborate the mobile applications developed in past and its concurrent users; with an offline functional mode with inbuilt support for GIS maps and data Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 6, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score= (N/6) x 30

24

8.2.3.2 Methodology (M) S. No. Criteria Grade

1 Outline your Methodology for Designing, managing and implementation of this project keeping in mind the scope of work and the unique nature of the records. Include the following in your Project Management Methodology: - . Your Vision for the Land Record Digitization. . Project Team Structure . Field survey and data integration methodology . Parcel fabrication details . Quality Assurance and Quality Control 2 Detail how you intend to prepare records for scanning (include unbinding, repairing, cleaning, rebinding as necessary) and highlight the manpower and time required for this process & strategy for missing musavees and unsettled areas.

3 Describe your management expertise and processes required to develop a coherent program to complete the activity, and to keep the project on track, on time and within the specified cost. (Detailed Work Plan)

4 Provide details of application(s) design parameters.

5 Explain how the information security will be ensured and the storage, backups and retrievals are disaster proof

Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 5, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score = (N/6) x 30 EC 4 = L+ M

25

8.2.5Equipment Available (EC 5): This section will evaluate the firm’s resources in the form of equioent available with the firm.

Equipment Weighted Score 35 GPS 20 Total Station 15 Workstation/computers 30

EC 5 = G+H

TOTAL TECHNICAL SCORE: EC1+EC2+EC3+EC4+EC5

Note: Minimum 65 % is required in Technical Bid evaluation for further consideration. The score given by the Evaluation Committee of the Department shall be final and binding on all the bidders. Keeping in view the availability of time, the vendors may also be asked to provide presentation on the following:

. Company Profile . Understanding of scope of work and requirements . Approach & Methodology (AM) for operations/execution, maintenance and Quality of service . Proposed data entry plan and quality management. . Risk Identification & Mitigation Plan

8.3 Evaluation of Financial Proposals / Bids . For financial evaluation, the total cost indicated in the Financial Proposal will be considered. . The Selection Committee will determine whether the Financial Proposals are complete. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the ToRs within the total quoted price shall be that of

26

the Vendor. The lowest Financial Proposal will be considered as the most advantageous bid.

9. APPOINTMENT OF VENDOR

9.1 Verification of Infrastructure by the Board / Committee members on vendor’s site:The Vendor will provide the under mentioned details as part of Technical Bid:

. Number of hardware with make, model and technical specs to be used in establishment of Lab.

 Number of personnel to be engaged for the project. If currently not employed, then strategy to reach that number (if fails torecruit these personnel before award of the project, then the bidder is liable to lose the contract).

. List of legal software(s) (with number). Legal Software compliance is to be ensured.

. Before the award of the contract, user may visit the facilities of the short-listed Vendor / company and verify the plan as submitted.

9.2 The Client will examine the CVs of all other Professional Personnel and those not found suitable shall be replaced by the Bidder to the satisfaction of the Department.

9.3 Substitution of Key Personnel

9.3.1 The Client will not normally consider any request of the Selected Bidder for substitution of Key Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel and any change therein may upset the ranking. Substitution will, however, be permitted if the Key Personnel is not available for reasons of any inability or due to health, subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client.

9.3.2 The Client expects all the Key Personnel to be available during execution of the Project. The Client will not consider substitution of Key Personnel

27

except for reasons of any inability or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client. As a condition to such substitution, a sum equal to 20% (twenty percent) of the remuneration specified for the original Key Personnel shall be deducted from the payments due to the Bidder. In the case of a second substitution hereunder, such deduction shall be 50% (fifty per cent) of the remuneration specified for the original Key Personnel. Any further substitution may lead to disqualification of the Bidder or termination of the Agreement.

9.3.3 Substitution of the Team Leader will not normally be considered and may lead to disqualification of the Bidder or termination ofthe Agreement.

`10. Award of Work

After selection, a Letter of Award (“LOA”) shall be issued, in duplicate, by the Client to the Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, the Client may, unless it consents to extension of time for submission thereof, appropriate the Earnest Money of such Bidder as mutually agreed genuine pre-estimated loss and damage suffered by the Client on account of failure of the Selected Bidder to acknowledge the LOA, and the next highest ranking Bidder may be considered.

11. Execution of Agreement

After acknowledgement of the LOA as aforesaid by the selected Bidder, it shall execute the Agreement within the specified period. The Selected Bidder shall not be entitled to seek any deviation in the Agreement.

12. Commencement of Assignment

The Selected Bidders shall commence the Services at the Project site within 7 (seven) days of the date of the Agreement or such other date as may be mutually agreed.

28 a. Proprietary Data/Ownership

SoP has the intellectual Property Rights for all the Requirement Analysis Report, Proforma /templates,Digitized Map and Applications. Bidders are not authorized to use these documentsfor any other purpose without the express written permission of SoP.

13. TERMS OF REFERENCESFOR CADASTRAL MAPPING – STATELANDS SINDH (DIVISION WISE)

13.1 SCOPE OF WORK

The proposed Land Records Management and Information System – Urban would include Digital Cadastral Mapping of Statelands Sindh (Division Wise). 13.2 OBJECTIVES/RESPONSIBILITIES OF FIRM

1) The firm should be responsible for the provision of the latest high-resolution (30 cm) ortho-rectified imagery. 2) The ortho-imagery will be verified/validated by SoP before use for cadastral mapping. 3) The firm should be responsible for collection of all necessary revenue record required for cadastral mapping of the Project area. 4) The Firm will be responsible for the stitching and mosaicking of mussavies using imagery. 5) The Firm shall perform digitization at parcel level; through parcel fabric dataset model prepared by SoP. 6) The firm is responsible to develop mouza boundaries using notifications and mussavies data. 7) High precision RTK GNSS based field surveys should be conducted by the firm for the collection of reference data and verification of the digitized work. 8) The firmwill complete all the associated datasets with parcels / administrative boundaries by following given Data Model.

a. (30 cm) ortho-rectified imagerynot older than 01 Feb 2021. b. Accuracy upto 10 cm c. All land record information (as per LRMIS used by BoRs & SoP)

13.3. Digitization Using Parcel Fabric Dataset Model 13.3.1 Scanning and Indexing of Record Scanning and indexing will be carried out of cadastral maps of Project Area.The

29 scanned record Mussavie shall be stored in high resolution tiff format. 13.3.2 Mosaicking and Stitching ofmussavies The Firm will be responsible for the stitching and mosaicking of mussavies. High resolution latest imagesshall be used for project. The images/aerial photography shall be geo-referenced with accuracy for Urban areas better than 10cm so that it supports accurate measurements and referencing. This is an essential step as will lead to the accurate overlay analysis of images/aerial photography/mouza boundaries and field data points. The Firms are required to provide an accuracy assessment report with Root Mean Square (RMS) detail, missing or damaged sheets of the project area. The images/aerial photography must cover area within the boundary of the project of Statelands Sindh (Division Wise) 13.3.3 Ortho-rectification of images/aerial photography The firm will be responsible to procure high resolution latest images/aerial photography as per given requirement. The images must be precisely corrected geometrically and radiometrically to make orthorectified. For the spatial reference of mussavies, in case of unavailability of revenue stones / sehaddas, the firm shall send the surveyors to the field to collect reference points for main features identifiable through images/aerial photography.All the mouza mosaics shall be geo-referenced using high resolution images/aerial photography and must be overlaid inch to inch on the images/aerial photography. 13.3.4 Digitization Using Parcel Fabric Dataset Model The Firm shall perform digitization at khasra/parcel level; through parcel fabrication dataset model by preserving all features and attribute data of vertices, lines, polygons and dimensions with units in the geo-database for Desktop with all the attribute information related to the parcel of landin WGS-84 with UTM Projection System. While storing the attribute information, the textual details on the mussavies shall be stored in the GIS database. The Firm shall be responsible to digitize all the features present on mussavie maps i.e. parcel boundaries, roads, water channels, graveyards, and other similar features by following given data Model. However, the missing landmarks in mussavies (latest developments) shall be digitized and stored as separate layer. The mouza boundary, khasra extent with parcel fabricated details of number, line, polygon and dimensions shall be digitized. Khasra data parcel fabrication model shall incorporate data in a way that the khasra is stored as polygon and also separate lines with details of sides, dimensions and numeric values. The Firm will be responsible for parcel level mapping and parcel fabrication. The

30 firmwill be responsible for the scanning and attribute entry of all the property/ownership documents of the project area within the project duration. The firm will be responsible for door to door survey for the collection of property/ownership documents. It is required to design and submit survey plan and comprehensive survey form to client which include information of registered deed, PTD, PT1, Fard, PTO, lessee, tenant etc. The firm shall develop a detailed base map of the project area by following SoP data model including road network, house hold level,streets, footpaths, agriculture fields, barren land, forests, pastures, irrigation network etc.The road network shall include Urban Roads, with unique numbers / code assigned to each road / link. The attribute information related to road segments like road length, road width, traffic flow (one way- two way). Household level mapping must include residential, commercial, government buildings, public buildings etc. whereas, public building include schools, hospitals, post offices, parks, police stations etc. After the development of base data and integration of secondary information with base data, topology correction tools shall be used to check all type of topological errors that shall be corrected in GIS environment. All type of errors such as connectivity, nodes, missing linkages, duplicate lines/data entry, mismatching of vertices, badly shaped vector, missing knots at intersection, too many vertices in line, switchbacks and topological errors as overshoot, knots, loops, undershoot and dangle, etc. shall be checked and corrected in GIS environment. After the development of base data and integration of secondary information with base data, all the digitized vector data (points, lines and polygons) shall be checked for Quality Assurance in the field. 13.3.5 Standards for Positional Accuracy: The following standards will be used to define minimally acceptable levels of differential relative positional accuracy required for Cadastral Survey. a. Local Accuracy Standards: 95% Confidence Circle Application Less than 0.050 (m) Cadastral Project Control Less than 0.100 (m) Cadastral Measurements b. Network Accuracy Standards: 95% Confidence Circle Application Less than 0.100 (m) Cadastral Project Control

31

Less than 0.200 (m) Cadastral Measurements

14. Support Period

The Firm has to provide support for a period of one year after the completion of Project. 15. Project Tiime: 6 month from date of signing of Contract Agreement 16. Monitoring of Work: The monitoring to check quality / progress of work will be carried out by SoP team as follow: c. Inspection of aerial photography d. Inspection of pilot project e. Monthly inspection of work

17. Deliverables a. Parcel level vector layersuperimposed on Geo-rectified/ortho-rectified images/aerial photography. b. Geo-database of complete project area on portable storage media with proper indexing. c. Raster and Vector data with complete set of information as mentioned in this document. d. Hard copy of all the documents / record used in the project. e. Monthly progress reports and final project report. f. Miscellaneous

32

Technical Forms

Form TECH-1: Technical Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sir:

We, the undersigned, offer to provide the Project Management consulting services for [Insert title of assignment] for (Package) in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Project Management Consultant] We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Project Management consulting services related to the assignment not later than the date indicated in the schedule.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

33

B – Experience of Firm

[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment.]

Assignment name: Approx. value of the contract (in PKR):

Country: Duration of assignment (months): Location within country:

Name of Client: Total No of staff-months of the assignment:

Address: Approx. value of the services provided by your firm under the contract (in PKR):

Start date (month/year): No of professional staff-months Completion date (month/year): provided by associated Firm:

Name of associated Firm, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

34

Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Firm’s Name:

35

Form TECH-2:

Comments and Suggestions on the Terms of Reference

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

36

Form TECH-3: Description of Approach, Methodology and Work Plan for Performing the Assignment

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (descriptive, inclusive of charts and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing, a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-8.

c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the

37 assignment, the key expert responsible, and proposed technical and support staff.]

38

Form TECH-4: Team Composition and Task Assignments

Professional Staff

Area of Position Name of Staff Firm Task Assigned Expertise Assigned

39

FORM TECH-5 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF 1. Proposed Position [only one candidate shall be nominated for each position]: ______2. Name of Firm [Insert name of firm proposing the staff]: 3. Name of Staff [Insert full name]:______4.Date of Birth: ______Nationality: ______5.CNIC No : ______6. Education: Degree Major/Minor Institution Date (MM/YYYY)

7. Membership of Professional Associations: ______8. Other Training [Indicate significant training since degrees under 6 - Education were obtained]: ______9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: ______10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment on the following format: Employer Position From To (MM/YYYY) (MM/YYYY)

40

11. Detailed Tasks Assigned [List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

1) Name of assignment or project: ______Cost:______Year: ______Starting Date:______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

2) Name of assignment or project: Cost: ______Year: ______Starting Date: ______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

41

[Unroll the project details group and continue numbering (4, 5, …) as many times as is required]

13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

[Signature of staff member or authorized representative of the staff] ______

Full name of authorized representative (attach authority letter): ______Date: (Day/Month/Year)______

42

Form TECH-6: Abstract of Eligible Assignments of Key Personnel

Name of Estimated Designation of Date of Name of firm for S.No. Name of capital cost of the Key Person compensation of Mandays Project which the Client project (PKR) for the assignment spent Key Person assignment worked

(1) (2) (3) (4) (5) (6) (7) (8)

1

2

3

4

5

43

6

7

8

44

Form TECH-7 Staffing Schedule

Staff input (in the form of a bar chart)2 Total staff-month input Name of Staff First Second Fourth Quarter Third Quarter Quarter Quarter Qtr 1 2 3 1 2 3 1 2 3 1 2 3 Total . 1 2 3 4 5 n Total 1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). 2 Months are counted from the start of the assignment. Full time input Part time input

Form TECH-8: Work schedule and planning for deliverable

Months N° Activities 1 2 3 4 5 6 7 8 9 ..... n TOTAL

46

1 List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Client’s approvals. For phased assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in a form of a bar chart.

3. Include a legend, if necessary, to help read the ch

47

Financial Forms Form FIN-1 Financial Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sirs: We, the undersigned, offer to provide the Project Management Consultancy services for [Inserttitle of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

48 Form FIN-2 Financial Capacity of the Bidder

S. No. Financial Year Annual Revenue (PKR)

1.

2.

3.

Certificate from the Statutory Auditor #

This is to certify that ...... (name of the Bidder) has received the payments shown above against the respective years on account of Professional Services/Consultancy Fees.

Name of the audit firm: Seal of the audit firm: Date:

(Signature, name and designation of the authorized signatory)

# In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Bidder.

Note: Please do not attach any printed Annual Financial Statement. 49 Form FIN-3: Summary of Cost

S.No. Deliverables Unit Total Price inclusive of all leviable taxes and duties (Rs.)

1 Cadastral Mapping Per Mauza (No. of Mouza at Annex-C)

2 images/aerial photography Sq. Km.

3. Software Development Lumpsum

4. Minimum 14000 Ground Per Point Control Points (GCP) using DGPS equipment

5. Support Period for One Year

1 Indicate the total costs, inclusive of all taxes i.e. ( Income Tax , Services Tax of BRA etc) .

50

SURVEY OF PAKISTAN

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF STATELANDS (DIVISION WISE)

Survey of Pakistan, Faizabad, Murree Road, Rawalpindi

Table of Contents 1. Project Overview ...... 3 2. Request For Proposal ...... 3 2.1 Validity Of The Proposal / Bid ...... 3 2.2 Brief Description Of The Selection Process ...... 3 2.3 Bid Security ...... 4 2.4 Schedule Of Selection Process ...... 4 2.5 Pre-Bid Conference ...... 4 3. Instructions To The Prospective Bidders ...... 5 4. Data Sheet ...... 10 5. Bid Proposals ...... 13 6. Financial Proposal / Bid ...... 15 7. Evaluation Process ...... 16 8. Technical Evaluation Criteria ...... 17 8.1 Score: ...... 17 8.2 Firm Profile: ...... 17 8.3 Evaluation and Financial Proposals ...... 27 9. Appointment of Vendor ...... 28 9.3 Substitution of Key Personnel ...... 28 10. Award of Work ...... 29 11. Execution of Agreement ...... 29 12. Commencement of Assignment ...... 29 13. Terms Of References for Cadastral Mapping – Statelands Khyber Pakhtunkhwa (Division Wise) ...... 29 13.1 Scope of Work ...... 30 13.2 Objectives ...... 30 13.3 Digitization Using Parcel Fabric Dataset Model...... 30 13.3.1 Scanning and Indexing of Record ...... 31 13.3.2 Mosaicking and Stitching ofmussavies ...... 31 13.3.3 Ortho-rectification of UAV images/aerial photography / Satellite Images ...... 31 13.3.4 Digitization Using Parcel Fabric Dataset Model...... 31 13.3.5 Standards for Positional Accuracy ...... 32 14. Support Period ...... 33 15. Technical Forms ...... 33

1

16. Monitoring of Work ...... 33 17. Deliverables ...... 33 Form TECH-1: ...... 34 Form TECH-2: ...... 37 Form TECH-3: ...... 38 Form TECH-4: ...... 40 Form Tech-5 ...... 41 Form TECH-6: ...... 44 Form TECH-7 ...... 46 Form TECH-8: ...... 47 Financial Forms ...... 49 Form FIN-1 ...... 49 Form FIN-2 ...... 50 Form FIN-3: 51

2

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF STATELANDS KHYBER PAKHTUNKHWA (DIVISION WISE)

1 PROJECT OVERVIEW The land record system in Khyber Pakhtunkhwa is century old with its scope limited to recording of data for rural lands only and its purpose was originally confined to collection of annual taxes. The current system of land records focuses on administration of landholdings which groups a set of land parcels together for recording of their collective ownership information. This scheme, however, becomes highly inefficient when applied to urban properties. No standard system of recording rights in urban areas exists in Khyber Pakhtunkhwa where gap is being filled by other agencies working in their own respective jurisdictions in isolation from others. Khyber Pakhtunkhwa has, therefore, no single repository of land records which would otherwise play a critical role in the planning and administration processes of government.

Major challenges are associated with current urban land records system in Khyber Pakhtunkhwa which at best can only be described as a make shift arrangement. Despite multitude of records, some 20 – 25 % of urban properties are considered to not having been registered anywhere. As a result, land use planning/development is seriousely hampered and land rights litigation is widespread.The existing Revenue Records have not been updated in areas that have been converted to urban areas. Moreover, the record does not cover the historical urban areas at all. Several records registries are maintained by multiple agencies. There is widespread litigations over the title chain, transfer of property, partition of inheritance, gift, and demarcation of land etc. Negative impacts to economic growth, fiscal balance, poverty reduction and good urban development are apparent and significant.

2. REQUEST FOR PROPOSAL Survey of Pakistan Invites Proposals from eligible bidders/firms for “Cadastral Mappingof Statelands Khyber Pakhtunkhwa (Division Wise)approximate area”.Survey of Pakistan intends to select the Firm through a competitive bidding process in accordance with the procedure set out herein.

3

RFP document can be downloaded from the Website of the Public Procurement Regulatory Authority (PPRA), and can also be obtained on the following addressvon payment: Project Coordinator Survey of Pakistan, Rawalpindi Contact No. 051-9290217 2.1. Validity of the Proposal / Bid The Proposal shall be valid up to 90 days as per PPRA Rule

2.2. Brief description of the Selection Process The Bidders will send their Proposals in two sealed envelopes as mentioned in clause 3. Single Stage- Two Envelop Procedure as per PPRA Rule 41 (3) will be adopted. The selection process in evaluating the Proposals comprising of Technical and Financial Bids to be submitted in two separate sealed envelopes Single stage two envelopes procedure. In the first phase, a technical evaluation will be carried out as specified in Clause 8. Based on this technical evaluation,in the second phase, a financial evaluation will be carried out as specified in Clause 8.3.

2.3. Bid Security All bidders are required to submit Rs. 2% earnest money in financial proposal envelop in the form of a bank guarantee or Bank draft/pay order. The Earnest Money should be furnished by a reputable bank in favor of Project Director, Survey of Pakistan, Rawalpindi and shall be valid for a period of three (3) months.A certificate for attachment of same must be indicated in technical bid. The bank guarantee / pay order for earnest money will be returned to the responsive bidders on signing of the contract with the successful bidder and the earnest money of technically non-responsive bidder will be returned within 30 days. Bidders submitting a proposal without acceptable earnest money would be immediately disqualified. 2.4. Schedule of Selection Process

S.NO ACTIVITIES SCHEDULE 01. Date of issue 31 December, 2020

4 02. Last date for receiving queries/clarifications 07 January, 2021

03. Pre-Bid Conference 11 January, 2021

04. Client response to queries 11 January, 2021

05. Proposal Due Date for submission and 18 January, 2021 Opening of Technical bids

06. Opening of Financial Bid 26 January, 2021

(Above dates may be changed, if circumstances warrant so.)

2.5. Pre-Bid Conference The date, time and venue of Pre-Bid Conference shall be: Date: 11 January, 2021 Time: 12:00 hrs.Venue: Project Coordinator Survey of Pakistan, Rawalpindi. All communications including the submission of Proposal should be addressed to:

Project Coordinator, Survey of Pakistan Muree Road, Rawalpindi

Phone: 051-9290217 Fax: 051-9290212

All communications related to the project should clearly be marked as “Cadastral Mappings of Statelands Khyber Pakhtunkhwa (Division Wise) ” onthe top of the envelope.

3. INSTRUCTIONS TO THE PROSPECTIVE BIDDERS

3.1. Detailed description of the objectives, scope of services, deliverables and other requirements relating to this project are specified in this RFP. The manner in which the Proposal / Bid is required to be submitted, evaluated and accepted is explained in this RFP. 3.2. The Bidder shall submit its Proposal in the form and manner specified in the RFP. The Technical Bid shall be submitted in line with the respective form at TECH-I and the Financial Bid shall be submitted in the form at FIN-I. Upon selection, the Bidder shall be required to enter into an agreement with the Client on finalization of bidding process. However, some clauses may be 5 modified on mutually agree-able terms. 3.3. Bidder should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Bidders are encouraged to visit the Client before submitting a proposal and to attend a pre-bid conference as specified in the schedule. Bidders should contact the Client’s representative to obtain additional information on the pre-bid conference, and should ensure that these officials are advised in advance of the visit with adequate time to allow Project Director to make appropriate arrangements. 3.4. Bidder may request a clarification on the RFP documents up to the number of days indicated above before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means, and will send written copies of the response (including an explanation ofthe query but without identifying the source of inquiry) to all Bidders. 3.5. At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing, or by standard electronic means. The addendum shall be sent to all bidders and will be binding on them. The Bidders shall acknowledge receipt of all amendments. To give Bidder reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals. 3.6. The original proposals (Technical and Financial) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder themselves. The person who signed the proposal must initial such corrections. 3.7. An authorized representative of the Bidder shall sign all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney on stamp paper accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked “ORIGINAL”. 3.8. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly 6 marked “FINANCIAL PROPOSAL” and clearly mentioning the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and be clearly marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE APOINTED OFFICIAL”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. Such anoccurrence may be the case for Proposal rejection.If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. 3.9. The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated above, or any extension to this date in accordance with rules. Any proposal received by the Client after the deadline for submission shall be returned unopened. 3.10. From the time the Proposals are opened to the time the Contract is awarded, the Bidder should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Bidder to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Bidder Proposal. 3.11. The technical evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system specified in the RFP. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not respond to meet evaluation criteria. 3.12. After the technical evaluation is completed, the Client may inform the Bidders who have submitted proposals that the technical scores obtained by their Technical Proposals, and shall notify those Bidder whose Proposals did not meet the minimum qualifying mark or were considered non-responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. 3.13. According to PPRA rule, “the procuring agencies may seek un-conditional discount by incorporating the same in bid solicitation documents. The bidder may offer un-conditional disacount, in percentage of their quoted price or bids,

7 before opening of the of the financial proposal. The discount bid price shall be considered as original bid for evaluation being an integral part of the bid. No offer of discount shall be considered after the bids are opened.” The bidder will offer discount in term of percentage of financial bid in writing on Firm letterhead. The bidder may not forget to bring Firm letterhead on the day and time of opening of Financial Bid. 3.14. Financial Proposals shall be opened publicly in the presence of the qualified bidders or their representatives who choose to attend. The name of the Bidders, and their technical scores shall be read aloud. The Financial Proposal of the Bidder who meet the minimum qualifying marks will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall then be opened, and the total rate/prices/cost read aloud and recorded. 3.15. All documents relevant to data entry including the prints prepared by the Firm shall become and remain the property of the procuring Client; Any restrictions on the future use of these documents by the Firm shall be specified in the conditions of the contract. 3.16. Procuring Client may negotiate with the most advantageous bidder regarding methodology, work plan, staffing and special conditions of the contract. The procuring Client shall not permit substitution of key staff, unless both parties agree that undue delay in selection process makes such substitution unavoidable. 3.17. Bidders should note the Proposal Due Date (PDD), for submission of proposals. Except as specifically provided in this RFP, no supplementary material will be entertained by the Client and that evaluation will be carried out only on the basis of Documents received by the closing time of Proposal Due Date. Bidders will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For avoidance of any doubt, the Client reserves the right to seek clarifications under and in accordance with the provisions of Clauses. 3.18. Bidder shall not submit any document after PDD except in response to any clarification sought by Project Director and in response to clarifications no change shall be made. 3.19. The TOR’s mentioned in the RFP and Technical Proposal received from the bidder will be integral part of agreement. 8 3.20. If the successful Firm fails to deliver the deliverables within stipulated period, its earnest money will be fortfeited and it will be blacklisted. 3.21. Liquidation Damages: The firm has to pay liquidation damages for the period of delays in supply of deliverables upto rate of 2% of the contract price per month or part of a month exceeding the original delivery period subject to the provision that total liquidation damages thus levied will not exceed 10% of the total contract price. 3.22. Performance Guarantee: The bidder shall provide to SoP, a Performance Guarantee issued by A-Plus Pakistani Scheduled Bank, having a value of 10% of the contract price and which is valid for 12 months beyond the expected date of delivery of final data. SoP shall confirm the authenticity / guineneness of the Bank Guarantee from the concerned Bank. Performance Guarantee shall be submitted just after successful submission of deliverables anf after obtaining Acceptance letter from SoP. 10% performance guarantee will remain held with SoP and be released on expiry of Support Period. The tenure of Performance Guarantee will be extended if the deliverable is up to the mark and needs improvement. a. Bank Guarantee furnished against this contract is un-conditional and en- cashable at the will of the firm. Firm will undertakes not to hinder/restrain its encashment through court, extra judicial or any other way( including administrative process) b. If the firm fails to produce the Bank Guarantee within specifies period, SoPreserves the right of cancelling the contract at the risk and expence of the firm. In the event of un-satisfactory performance or of any breach of terms of the contract, the bank guarantee shall be forfeited to the govt at the discretion of the firm. 3.23. Confidentiality: The firm shall not, during the process of execution or after expiration of this contract, disclose any proprietary or data without the prior written consent of SoP. 3.24. Force Majeure: Both the parties shall not be held responsible for any delay occurring in the Project due to event of Force Majeure such as acts of God, War, Civil commotion, Strike, Lockouts, Act of Foreign Govt and its agencies and disturbance directly affecting the parties over the events or circumstances where both the parties have no control. In such an event both parties will inform each other within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances / happening in 9 writing. 3.25. Litigation: In case any dispute, only court of law at Rawalpindi/Islamabad have jurisdiction to decide the matter. 3.26. Pre-Bid Conference 3.22.1 Pre-Bid Conference of the Bidders shall be held on the designated date, time and place. Only those Bidders, who have purchased the RFP document or downloaded the same from the Official Website, shall be allowed to participate in the Pre-Bid Conference. A maximum of two representatives of each Bidder shall be allowed to participate on production of an Authorization Letter from the Bidder. 3.22.2 During the course of Pre-Bid Conference, the Bidders will be free to seek clarifications and make suggestions for consideration, however, that the bidders have previously expressed those points in writing. It shall be endeavored to provide clarifications for facilitating a fair, transparent and competitive Selection Process.

4. DATA SHEET

Paragraph Reference

Name of the Client: Survey of Pakistan

Name of the Assignment: Cadastral MappingofStatelands Khyber Pakhtunkhwa (Division Wise)

Method of Procurement: Single Stage – Two Envelop Procedure

Special Terms & Conditions of Contract

4.1 Survey of Pakistan invites sealed bids containing One Original Technical and Financial Proposal and two copies of technical & financial proposals from all interested Bidders for this RFP.

4.2 The Bidder must quote for the complete scope of work as per TORs. The bid offering partial scope of work shall be rejected as non-responsive.

4.3 The Technical Proposal should contain all the bid items/solutionswithout quoting the price and must list firm’s clientele, details of past projects,

10 equiptments, items specification etc.

4.4 Interested bidders may obtain further information on the bid and inspect the bidding documents at the office of Project Director.

4.5 All interested bidders can receive RFP from the office of Project Director, by submitting an application on their letterhead on payment of Rs. 2000.

4.6 All bids must be delivered to the office of the Project Director, on or before 18th January, 2021 at 1200 hrs. The bids will be publicly opened in the office of Project Director, at 12.30 Hrs on the same day in presence of bidders who wish to attend bid opening for official confirmation of the participating bidders. 4.7 The client will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 4.8 Bidders shall submit bids, which comply with the biddingdocuments, Alternative bids will not be considered.

4.9 Conditional bids will not be acceptable. 4.10 Authority Letter from Principal Company for product and vendor authentication is to be provided by the bidder. 4.11 Every page of the original proposal documents should be signed and stamped by the bidder and proposal to be submitted in binded form otherwise bid will not be accepted. 4.12 Any firm, which furnishes wrong information, will be liable for legal proceeding. Any contract awarded in such case when find out, will be cancelled. 4.13 The bidder/lead should not be blacklisted by any of itsclients. An affidavit to this affect must be submitted by the bidder. 4.15. Implementation Plan is critical to the success of the project. A detailed Implementation Plan is to be prepared by the Firm and be part of the proposal.

4.16. Payment Schedule shall be based on the deliverables and will be detailed at the time of the contract.

11 4.17. Acceptance Criteria: Bidding is open to all Bidders that meet the eligibility criteria and minimum qualification criteria relating to previous experience, delivery capability, firms standing, etc., as stated in the RFP. Interested Bidders may obtain further information from the office of the Project Director and inspect the Bidding Documents during working hours by contacting at the address given below:- ProjectCoordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.18. Evaluation criteria are given belowfor the selection of the Firm.

4.20. The pre-bid Conference will be held on 11 January, 2021 at 12:00 pm at Survey of PakistanRawalpindi. 4.21. In case of questions regarding pre-bid conference please contact: Project Coordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.22. The Client will provide the following inputs and facilities: 4.22.1 The validity period i.e. validity of proposals within period of Award of Contract, would be 90 days. The financial & Technical Proposal of the bid can be considered for variation subject to significant change in the agreed upon scope of work,

4.23 The Firm has to submit documentary evidence (sufficient & acceptable) to the client and subject to approval of the client which will deem to have the final say on this subject. 4.24. Proposals shall be submitted in English language. 4.25. Amounts payable by the Client to the Firm hired under the contract would be subject to all local taxation. 4.26. Taxes shall be deducted from each payment made to the Firm as per Income Tax Rules and Regulations prescribed by Government of Pakistan. 4.27. Each party shall be liable for its own taxes. The prices quoted by the Firm in its financial proposal will be considered inclusive of all applicable taxes.

12 4.28. Firm is to state local cost in the national currency. 4.29. Firm must submit the original and three copies of the Proposals. 4.30 The Employer at its sole discretion may terminate the bidding process and cancel the bids for any packages at any time without effecting the bidding process of other packages

5. BID PROPOSALS

5.1TECHNICAL PROPOSAL:

Bidders shall submit the technical proposal in the formats at TECH- I(the“Technical Proposal”).While submitting the Technical Proposal, the Bidder shall in particular, ensure that:

i. All forms are submitted in the prescribed formats and signed by the Prescribed signatories. ii. Power of Attorney, if applicable, is executed as per Applicable Laws; iii. CVs of all Professional Personnel must be incorporated in the proposal. iv. Key Personnel have been proposed only if they meet the Conditions of Eligibility laid down Evaluation Criteria. v. Only one CV for each position has to be furnished not alternatives will be accepted. vi. The CVs have been recently signed and dated in blue ink by respective Personnel and countersigned by the Bidder. Photocopy or unsigned / countersigned CVs shall be rejected. vii. The CVs shall contain an undertaking from the respective Key Personnel about his/her availability for a period of one year with the firm.

5.2.Failure to comply with the requirements listed in Clause 5.1will make the Proposal liable to be rejected.

5.3.If an individual Key Personnel makes a false statement regarding his qualification, experience or other particulars, or his commitment regarding availability for the Project is not fulfilled at any stage after signing of the Agreement, he shall be liable to be debarred for any future assignment for a period of 5 (five) years. The award of this service to the Bidder may also be liable to cancellation in such an

13

event.

5.4. The Technical Proposal shall not include any financial information relating to the Financial Proposal.

5.5. The proposed team shall be composed of experts and specialists (the “Professional Personnel”) in their respective areas of expertise and managerial/support staff (the “Support Personnel”) such that the Firm should be able to complete the Project within the specified time schedule. The Key Personnel specified in TOR’s shall be included in the proposed team of Professional Personnel. Other competent and experienced Professional Personnel in the relevant areas of expertise must be added as required for successful completion of these services. The CV of each such Professional Personnel, if any, should also be submitted in the format at TECH-4, TECH-5 & TECH-6.

14

5.6 The Client reserves the right to verify all statements, information and documents, submitted by the Bidder in response to the RFP. Any such verification or the lack of such verification by the Client shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Client there-under.

5.7 In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Vendor either by issue of the LOI or entering into of the Agreement, and if the SelectedBidder has already been issued the LOI or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Client and the Client shall not be liable in any manner whatsoever to the Bidder or Vendor, as the case may be. In such an event, the Client shall forfeit the Earnest Money as mutually agreed pre- estimated compensation and damages payable to the department for, inter alia, time, cost and effort of the department, without prejudice to any other right or remedy that may be available to the department.

6. Financial Proposal / Bid

6.1 Bidders shall submit the financial proposal in the formats at FIN-I (the “Financial Proposal”) clearly indicating the rate/ total cost of the services both in figures and words, in PKR, and signed by the Bidder’s Authorized Representative. In the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Financial Proposal, the lower of the two shall prevail. 6.2 While submitting the Financial Proposal, the Bidder shall ensure the following: 6.2.1 All the costs associated with the assignment shall be included in the Financial Proposal. These shall normally cover as per scope of work mentioned in TOR’s and remuneration related to digital cadastral mapping through full fledged GIS Labs,extensive GNSS/DGPS

15

survey,transportation, deployment of Human Resources, commissioning, Capacity Building, technical support, and other services necessary for proper digitization of record and may also include but not limitedto visits of key personal staff, resident engineers, accommodation, airfare, equipment, printing of documents, surveys, geo-technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected. 6.2.2 The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. 6.2.3 Rates/costs (including break down of costs according to the FIN -3) shall be expressed in PKR.

7. EVALUATION PROCESS

ELIGIBLITY CRITERIA

S.No PRE-QUALIFICATION CRITERIA DOCUMENTARY EVIDENCE

01. Registered with Securities & Exchange Certificate of Registration Commission of Pakistan (SECP) under the Companies Ordinance 1984.

02. Registered with FBR for Income tax and must Certificate of Registration be on FBR’s Active Tax Payers List

03. Registered with Survey of Pakistan Certificate of Registration

04. Financial Capability of Firm 200 Million Audited balance sheets/Letter signed by a registered audit firm or a CA must be submitted as proof of turnover for last three years.

05. Submit a self-declaration for not being under Declaration signed and stamped by legal action for corrupt or fraudulent bidder practices(blacklisted) by any Government Organizations.

16

06. Relevant Experience: - Attach copies of Supply Orders with relevant completion certificate or Successfully accomplished at least Three GIS Signed Agreement with the procuring Projects in Government sector. agency.

Successfully accomplished at least two Attach signed & stamped copy of Cadestral projects. original Agreement duly attested by Notary Public with clearly identification of roles of each firm.

8. Technical Evaluation Criteria 8.1. Score Bidders scoring 65% or more in the technical evaluation will be technically qualified otherwise considered disqualified.Relative Weights given to the different evaluation criteria are shown in the table below:

Weight Evaluation Criteria Weightage

W1 Company/Firm Profile (EC1) 10%

W2 Experience of the Firm (EC2) 20%

W3 Project Team (EC3) 20 %

W4 Approach and Methodology (EC4) 35 %

W5 Equipment Available(EC5) 15 %

The Technical Score, St will then be obtained by the following formula: St = (EC1 *W1/100) + (EC2 *W2/400) + (EC3 *W3/200) + (EC4 *W4/300)+ (EC5 *W5/100) where, EC1, EC2, EC3, EC4 & EC5 are the total component scores against Company profile, Experience of the Firm, Project team and Approach & Methodology criteria and equipment respectively. The technical criteria and their details are given below:

8.2.1 Firm Profile (EC1) Profile of each bidder will be evaluated on the basis of the following three factors:

17

S.No Item Score A. Registration with Survey of Pakistan 50 B. Financial Capability 30 C. Certifications of the Firm 20 Total (A+B+C) 100

8.2.2. Registration with Survey of Pakistan (A)

The firm requires to be registered with the Survey of Pakistan under Mapping Act 2014, Government of Pakistan.

Registration Category Marks Assigned (C) Parameter

S1 Category 50

S2 Category 40 Attach Registration S3 Category 30 Certificate from Survey of Pakistan S4 Category 20

Sub Total (A) 50

8.2.3 Financial Capability of the Firm (B)

S.No. Financial Strength Marks Documentary Assigned Evidence

01. Over all Average Turn Over of the Audited Balance Company in past three Consecutive sheet and Profit & Financial years e.gFY 2017-18, FY Loss; & Certificate 2018-19, FY 2019-2020, from the statutory auditor should be Less than 200 Million 10 attached determining thecombined 200 to 500 Million 20 turnover of the company in past 500 to 700 Million 25 three fiscal years 700 Million To 1 Billion 30

Sub Total (B) 30

8.2.4 Certifications of the Firms (C)

S.No Certification Marks Documentary Assigned Evidence

18

01. ISO 27001 Information Security 10 Management System (ISMS) Attach Relevant 02. ISO 9001 Quality Management 10 Certificates System (QMS) Sub Total (C) 20

EC (1) = A + B + C

8.2.5 Experience of the Firm (EC2): The experience of each firm will be evaluated on the following factors:

S.No Item Score 1. Number of GIS Projects (D) 250 2. Volume of similar Cadestral Projects 150 (E) Total (D+E) 400

8.2.2.1 Number of Projects (D) Scoring in this segment is done on the basis of following formula: Marks No. of Score Max Parameter

Bidder’s Experience Assigned for projects obtained Marks each Project executed (G*H) (G) (H)

GIS Projects related to Land Record in Attach Government Sector which includes the Completion following activities: - Certificate  Field Survey using GPS/DGPS OR equipment’s to collect reference points Work Order (area 30 – 200 Sq Km). OR  Digitization of Cadastral Map using 20 100 Contract High Resolution Satellite Imageries Agreement  Development of GIS Application for OR viewing, editing and managing of Any Other cadastral map and linkage with Record Certified of Rights. Document

Development & Deployment of GIS 10 100 applications other than Land Record

Land Developed & RevenueMIS Deployed LRMIS 10 30 (LRMIS) Project Application

19

Digitization of Land Record i.e. 5 20 Scanning & Data Entry of record Sub-total (D) 250

8.2.2.2 Volume of Similar Assignments (E)

One aspect of the firm’s ability to undertake any given assignment successfully is whether the similar assignments i.e. GIS Solution for Land Record Projects, it executed is also comparable in terms of cumulativevolume and value of GIS Projects: -

Criteria Marking Criteria Marks Parameter Cadastral Mapping of Land Parcels Above 1,000,000 50 Attach Completion Land Parcels with all 500,000 to 1,000,000 25 Certificate OR Work given attributes 300,000 to 500,000 15 Order (including) dimensions ORContract Agreement and or spatial object mentioning the number using parcel fabrication of digitized land parcels technique using parcel fabric technique ORAny Other Certified Documents Digitization of Land Land Parcels Above 1,000,000 50 Attach Completion parcels using 500,000 to 1,000,000 25 Certificate ORWork dimensions and 300,000 to 500,000 15 Order attributes method i.e. ORContract Agreement Geo-referenced mentioning the area in cadastral map acres/sq. km of digitized cadastral maps using conventional methodORAny Other Certified Documents Value of the Project Above 700 Million 25 Attach Completion 500 to 700 Million 10 Certificate OR Work 200 to 500 Million 5 Order ORContract Agreement mentioning the value of the projectsORAny

20

Other Certified Documents GIS experts deployed Above 20 15 Attach Attested Payroll for the projects 15 to 20 10 of the employees with contact details paid 10 to 15 5 during the assignment Status of GIS Lab Above 100 Workstations 10 Valid Documents to functioning within the 50 to 100 5 authenticate the firm for digitization in 10 to 50 2 functional GIS Lab parcel fabrication along with the installed dataset modeli.e. licensed GIS tool licensed tools for GIS development Sub-total (E) 150

EC (2) = D + E

8.2.3 Project Team (EC 3): This section of the evaluation rates the team nominated by the firm to execute the assignment. For this, each CV of following Human Resource will be evaluated separately on the basis of education and past experience. 8.2.3.1 Human Resource Capability: -

S.No Position No. of Maximum Resources Marks 01. Project Manager 01 20 02. GIS Specialist 01 10 03. Land Revenue Specialist (Retired Revenue Officer in BS-16 or higher with 02 2 * 10 = 20 domain knowledge) 04. GIS Application Development Manager 01 10 05. GIS Development Manager 01 10 06. Geodatabase Developer 02 2 *10= 20 07. GIS Analyst/Geospatial Data Engineers 08 5 * 8= 40 08. GIS Application Developer 04 5 * 4= 20 09. I.T Specialist 01 10

21

10. Communication Specialist 01 5 11. DGPS Survey Manager 01 15 12. DGPS Survey Specialist 04 5 * 4 = 20 Total Marks 200

All firms are to be evaluated for a similar sized project team.

Each CV submitted by the firm is evaluated on three criteria:

S. No. Criteria Scores i. Relevant Education & Qualification (I) 20 ii. Relevant Background (J) 70 iii. Time with Firm (K) 10 Total (I+J+K) 100

8.2.3.2 Education & Qualifications (I)

Each individual is ranked on: S. No. Criteria Weightage 1 Relevant Academic Qualifications 10 2 Relevant Professional certification 15 Total (I) 25

i. Relevant Academic Qualification S. No. Criteria Weightage % age share 1 Bachelor/Master Degree in 15 80 GIS/Geoinformatics (16 Years Education) 2 MS Degree in 20 100 GIS/Geoinformatics (18 Years Education)

(Note: - For Revenue Specialist Maximum Marks will be given on 12 years of Education i.e. 20 Marks (Bachelor/Master/MS degrees not required)

22

(Note: - For DGPS Survey Manager and DGPS Survey Specialists, registration from the Survey of Pakistan in individual category is mandatory)

ii. Relevant Professional Certification If the individual has a relevant professional certification by a recognized body that is relevant to his/her role in the assignment, full score (20%) will be given. (Note: - For Revenue Specialist, Patwar Training School Certificate or Government Retirement proof is required)

8.2.3.3 Relevant Background (J) Relevant background for each individual is evaluated on four factors: S. No. Item Weightage 1 Number of similar assignments (In past 10 yrs.) 25% 2 Value of largest similar assignments (In past 10 yrs.) 15% 3 Role in similar assignments 30% 4 Time Spent in similar assignments (In past 5 yrs.) 30%

i. Number of Similar Assignments The number of similar assignments, (N) listed on the individual’s CV for the past 10 years will be compared with a base value (Ts = 5) Sub‐component score = (N / Ts) x 25% Max score awarded for this sub component is 25%. ii. Value of Largest Similar Assignment The value of the largest similar assignment listed on the individual’s CV for the past 10 years is compared to the present assignment. The grading is then done according to the following table: Value in comparison to present Grade (G) assignment 80%+ 100% 50%‐80% 65% <50% 30% Sub‐component score = G of 15%

iii. Role in Similar Assignments

23

The role of the individual in previous similar assignments listed on his/her CV is compared to the proposed role in the present assignment. The grading is then done according to the following table: Grade (G) Role in number of similar Project 2 or more 1 Exactly similar 100% 65% Support role to similar 65% 42.25% Slightly similar 30% 19.5% Sub-component score = G of 30% iv. Time Spent in Similar Assignments Time spent by the individual on similar projects in man-months (N) will be compared with the total number of possible man-months in the past 5 years, i.e. 60 months. Sub-component score = (N/60) x 30%

8.2.3.4 Time Spent with Firm (K)

If an individual has been working with the bidding firm for 12 or more months, he/she will be given 10 marks, otherwise 0. EC 3= (I+J+K)

8.2.4 Approach & Methodology (EC 4): This section will evaluate the firm’s solution to the TOR’s. This section comprises two sub sections, i.e. a) Understanding & Innovativeness b) Methodology Item Weighted Score Understanding 30 Innovativeness 30 Methodology 30 Each section contains several questions that can be given either of the following grades depending on the content of the technical proposal: Grade (G) Quality (Q) Weight (W) A Excellent 5

24

B Good 3 C Average 2 D Absent 0

8.2.3.1 Understanding and Innovativeness (L)

S. No. Criteria Grade 1 Demonstrate your proven track record in conducting similar large complex GIS Project related to Land Record 2 Explain your experience of the GIS applications related to land records for other government departments 3 Demonstrate your proven track record in executing the projects which are related to land parcels digitization by using the parcel fabric dataset model 4 Demonstrate your proven track record regarding the issues/problems raised in the project and measures taken to mitigate the problem. 5 Prove your experience of building land maps of unsettled areas/missing mussavies areas and its digitization at khasra level 6 Explain the proven experience in mobile and web application development and integration of the field data with the land record GIS data layers. Also elaborate the mobile applications developed in past and its concurrent users; with an offline functional mode with inbuilt support for GIS maps and data Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 6, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score= (N/6) x 30

25

8.2.3.2 Methodology (M) S. No. Criteria Grade

1 Outline your Methodology for Designing, managing and implementation of this project keeping in mind the scope of work and the unique nature of the records. Include the following in your Project Management Methodology: - . Your Vision for the Land Record Digitization. . Project Team Structure . Field survey and data integration methodology . Parcel fabrication details . Quality Assurance and Quality Control 2 Detail how you intend to prepare records for scanning (include unbinding, repairing, cleaning, rebinding as necessary) and highlight the manpower and time required for this process & strategy for missing musavees and unsettled areas.

3 Describe your management expertise and processes required to develop a coherent program to complete the activity, and to keep the project on track, on time and within the specified cost. (Detailed Work Plan)

4 Provide details of application(s) design parameters.

5 Explain how the information security will be ensured and the storage, backups and retrievals are disaster proof

Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 5, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score = (N/6) x 30 EC 4 = L+ M

26

8.2.5Equipment Available (EC 5): This section will evaluate the firm’s resources in the form of equioent available with the firm.

Equipment Weighted Score 35 GPS 20 Total Station 15 Workstation/computers 30

EC 5 = G+H

TOTAL TECHNICAL SCORE: EC1+EC2+EC3+EC4+EC5

Note: Minimum 65 % is required in Technical Bid evaluation for further consideration. The score given by the Evaluation Committee of the Department shall be final and binding on all the bidders. Keeping in view the availability of time, the vendors may also be asked to provide presentation on the following:

. Company Profile . Understanding of scope of work and requirements . Approach & Methodology (AM) for operations/execution, maintenance and Quality of service . Proposed data entry plan and quality management. . Risk Identification & Mitigation Plan

8.3 Evaluation of Financial Proposals / Bids . For financial evaluation, the total cost indicated in the Financial Proposal will be considered. . The Selection Committee will determine whether the Financial Proposals are complete. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the ToRs within the total quoted price shall be that of

27

the Vendor. The lowest Financial Proposal will be considered as the most advantageous bid.

9. APPOINTMENT OF VENDOR

9.1 Verification of Infrastructure by the Board / Committee members on vendor’s site:The Vendor will provide the under mentioned details as part of Technical Bid:

. Number of hardware with make, model and technical specs to be used in establishment of Lab.

 Number of personnel to be engaged for the project. If currently not employed, then strategy to reach that number (if fails torecruit these personnel before award of the project, then the bidder is liable to lose the contract).

. List of legal software(s) (with number). Legal Software compliance is to be ensured.

. Before the award of the contract, user may visit the facilities of the short-listed Vendor / company and verify the plan as submitted.

9.2 The Client will examine the CVs of all other Professional Personnel and those not found suitable shall be replaced by the Bidder to the satisfaction of the Department.

9.3 Substitution of Key Personnel

9.3.1 The Client will not normally consider any request of the Selected Bidder for substitution of Key Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel and any change therein may upset the ranking. Substitution will, however, be permitted if the Key Personnel is not available for reasons of any inability or due to health, subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client.

9.3.2 The Client expects all the Key Personnel to be available during execution of the Project. The Client will not consider substitution of Key Personnel

28

except for reasons of any inability or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client. As a condition to such substitution, a sum equal to 20% (twenty percent) of the remuneration specified for the original Key Personnel shall be deducted from the payments due to the Bidder. In the case of a second substitution hereunder, such deduction shall be 50% (fifty per cent) of the remuneration specified for the original Key Personnel. Any further substitution may lead to disqualification of the Bidder or termination of the Agreement.

9.3.3 Substitution of the Team Leader will not normally be considered and may lead to disqualification of the Bidder or termination ofthe Agreement.

`10. Award of Work

After selection, a Letter of Award (“LOA”) shall be issued, in duplicate, by the Client to the Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, the Client may, unless it consents to extension of time for submission thereof, appropriate the Earnest Money of such Bidder as mutually agreed genuine pre-estimated loss and damage suffered by the Client on account of failure of the Selected Bidder to acknowledge the LOA, and the next highest ranking Bidder may be considered.

11. Execution of Agreement

After acknowledgement of the LOA as aforesaid by the selected Bidder, it shall execute the Agreement within the specified period. The Selected Bidder shall not be entitled to seek any deviation in the Agreement.

12. Commencement of Assignment

The Selected Bidders shall commence the Services at the Project site within 7 (seven) days of the date of the Agreement or such other date as may be mutually agreed.

29

a. Proprietary Data/Ownership

SoP has the intellectual Property Rights for all the Requirement Analysis Report, Proforma /templates,Digitized Map and Applications. Bidders are not authorized to use these documentsfor any other purpose without the express written permission of SoP.

13. TERMS OF REFERENCESFOR CADASTRAL MAPPING – STATELANDS KHYBER PAKHTUNKHWA (DIVISION WISE) 13.1 SCOPE OF WORK

The proposed Land Records Management and Information System – Urban would include Digital Cadastral Mapping of Statelands Khyber Pakhtunkhwa (Division Wise). 13.2 OBJECTIVES/RESPONSIBILITIES OF FIRM

1) The firm should be responsible for the provision of the latest high-resolution (30 cm) ortho-rectified imagery. 2) The ortho-imagery will be verified/validated by SoP before use for cadastral mapping. 3) The firm should be responsible for collection of all necessary revenue record required for cadastral mapping of the Project area. 4) The Firm will be responsible for the stitching and mosaicking of mussavies using imagery. 5) The Firm shall perform digitization at parcel level; through parcel fabric dataset model prepared by SoP. 6) The firm is responsible to develop mouza boundaries using notifications and mussavies data. 7) High precision RTK GNSS based field surveys should be conducted by the firm for the collection of reference data and verification of the digitized work. 8) The firmwill complete all the associated datasets with parcels / administrative boundaries by following given Data Model.

a. (30 cm) ortho-rectified imagerynot older than 01 Feb 2021. b. Accuracy upto 10 cm c. All land record information (as per LRMIS used by BoRs & SoP)

30 13.3. Digitization Using Parcel Fabric Dataset Model 13.3.1 Scanning and Indexing of Record Scanning and indexing will be carried out of cadastral maps of Project Area.The scanned record Mussavie shall be stored in high resolution tiff format. 13.3.2 Mosaicking and Stitching ofmussavies The Firm will be responsible for the stitching and mosaicking of mussavies. High resolution latest imagesshall be used for project. The images/aerial photography shall be geo-referenced with accuracy for Urban areas better than 10cm so that it supports accurate measurements and referencing. This is an essential step as will lead to the accurate overlay analysis of images/aerial photography/mouza boundaries and field data points. The Firms are required to provide an accuracy assessment report with Root Mean Square (RMS) detail, missing or damaged sheets of the project area. The images/aerial photography must cover area within the boundary of the project of Statelands Khyber Pakhtunkhwa (Division Wise) 13.3.3 Ortho-rectification of images/aerial photography The firm will be responsible to procure high resolution latest images/aerial photography as per given requirement. The images must be precisely corrected geometrically and radiometrically to make orthorectified. For the spatial reference of mussavies, in case of unavailability of revenue stones / sehaddas, the firm shall send the surveyors to the field to collect reference points for main features identifiable through images/aerial photography.All the mouza mosaics shall be geo-referenced using high resolution images/aerial photography and must be overlaid inch to inch on the images/aerial photography. 13.3.4 Digitization Using Parcel Fabric Dataset Model The Firm shall perform digitization at khasra/parcel level; through parcel fabrication dataset model by preserving all features and attribute data of vertices, lines, polygons and dimensions with units in the geo-database for Desktop with all the attribute information related to the parcel of landin WGS-84 with UTM Projection System. While storing the attribute information, the textual details on the mussavies shall be stored in the GIS database. The Firm shall be responsible to digitize all the features present on mussavie maps i.e. parcel boundaries, roads, water channels, graveyards, and other similar features by following given data Model. However, the missing landmarks in mussavies (latest developments) shall be digitized and stored as separate layer. The mouza boundary, khasra extent with parcel fabricated details of number, line, polygon and dimensions shall be digitized. Khasra data parcel fabrication model shall incorporate data in a way

31 that the khasra is stored as polygon and also separate lines with details of sides, dimensions and numeric values. The Firm will be responsible for parcel level mapping and parcel fabrication. The firmwill be responsible for the scanning and attribute entry of all the property/ownership documents of the project area within the project duration. The firm will be responsible for door to door survey for the collection of property/ownership documents. It is required to design and submit survey plan and comprehensive survey form to client which include information of registered deed, PTD, PT1, Fard, PTO, lessee, tenant etc. The firm shall develop a detailed base map of the project area by following SoP data model including road network, house hold level,streets, footpaths, agriculture fields, barren land, forests, pastures, irrigation network etc.The road network shall include Urban Roads, with unique numbers / code assigned to each road / link. The attribute information related to road segments like road length, road width, traffic flow (one way- two way). Household level mapping must include residential, commercial, government buildings, public buildings etc. whereas, public building include schools, hospitals, post offices, parks, police stations etc. After the development of base data and integration of secondary information with base data, topology correction tools shall be used to check all type of topological errors that shall be corrected in GIS environment. All type of errors such as connectivity, nodes, missing linkages, duplicate lines/data entry, mismatching of vertices, badly shaped vector, missing knots at intersection, too many vertices in line, switchbacks and topological errors as overshoot, knots, loops, undershoot and dangle, etc. shall be checked and corrected in GIS environment. After the development of base data and integration of secondary information with base data, all the digitized vector data (points, lines and polygons) shall be checked for Quality Assurance in the field. 13.3.5 Standards for Positional Accuracy: The following standards will be used to define minimally acceptable levels of differential relative positional accuracy required for Cadastral Survey. a. Local Accuracy Standards: 95% Confidence Circle Application Less than 0.050 (m) Cadastral Project Control Less than 0.100 (m) Cadastral Measurements

32 b. Network Accuracy Standards: 95% Confidence Circle Application Less than 0.100 (m) Cadastral Project Control Less than 0.200 (m) Cadastral Measurements

14. Support Period

The Firm has to provide support for a period of one year after the completion of Project. 15. Project Tiime: 6 month from date of signing of Contract Agreement 16. Monitoring of Work: The monitoring to check quality / progress of work will be carried out by SoP team as follow: c. Inspection of aerial photography d. Inspection of pilot project e. Monthly inspection of work

17. Deliverables a. Parcel level vector layersuperimposed on Geo-rectified/ortho-rectified images/aerial photography. b. Geo-database of complete project area on portable storage media with proper indexing. c. Raster and Vector data with complete set of information as mentioned in this document. d. Hard copy of all the documents / record used in the project. e. Monthly progress reports and final project report. f. Miscellaneous

33

Technical Forms

Form TECH-1: Technical Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sir:

We, the undersigned, offer to provide the Project Management consulting services for [Insert title of assignment] for (Package) in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Project Management Consultant] We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Project Management consulting services related to the assignment not later than the date indicated in the schedule.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

34

B – Experience of Firm

[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment.]

Assignment name: Approx. value of the contract (in PKR):

Country: Duration of assignment (months): Location within country:

Name of Client: Total No of staff-months of the assignment:

Address: Approx. value of the services provided by your firm under the contract (in PKR):

Start date (month/year): No of professional staff-months Completion date (month/year): provided by associated Firm:

Name of associated Firm, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

35

Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Firm’s Name:

36

Form TECH-2:

Comments and Suggestions on the Terms of Reference

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

37

Form TECH-3: Description of Approach, Methodology and Work Plan for Performing the Assignment

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (descriptive, inclusive of charts and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing, a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-8.

c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the

38 assignment, the key expert responsible, and proposed technical and support staff.]

39

Form TECH-4: Team Composition and Task Assignments

Professional Staff

Area of Position Name of Staff Firm Task Assigned Expertise Assigned

40

FORM TECH-5 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF 1. Proposed Position [only one candidate shall be nominated for each position]: ______2. Name of Firm [Insert name of firm proposing the staff]: 3. Name of Staff [Insert full name]:______4.Date of Birth: ______Nationality: ______5.CNIC No : ______6. Education: Degree Major/Minor Institution Date (MM/YYYY)

7. Membership of Professional Associations: ______8. Other Training [Indicate significant training since degrees under 6 - Education were obtained]: ______9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: ______10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment on the following format: Employer Position From To (MM/YYYY) (MM/YYYY)

41

11. Detailed Tasks Assigned [List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

1) Name of assignment or project: ______Cost:______Year: ______Starting Date:______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

2) Name of assignment or project: Cost: ______Year: ______Starting Date: ______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

42

[Unroll the project details group and continue numbering (4, 5, …) as many times as is required]

13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

[Signature of staff member or authorized representative of the staff] ______

Full name of authorized representative (attach authority letter): ______Date: (Day/Month/Year)______

43

Form TECH-6: Abstract of Eligible Assignments of Key Personnel

Name of Estimated Designation of Date of Name of firm for S.No. Name of capital cost of the Key Person compensation of Mandays Project which the Client project (PKR) for the assignment spent Key Person assignment worked

(1) (2) (3) (4) (5) (6) (7) (8)

1

2

3

4

5

44

6

7

8

45

Form TECH-7 Staffing Schedule

Staff input (in the form of a bar chart)2 Total staff-month input Name of Staff First Second Fourth Quarter Third Quarter Quarter Quarter Qtr 1 2 3 1 2 3 1 2 3 1 2 3 Total . 1 2 3 4 5 n Total 1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). 2 Months are counted from the start of the assignment. Full time input Part time input

Form TECH-8: Work schedule and planning for deliverable

Months N° Activities 1 2 3 4 5 6 7 8 9 ..... n TOTAL

47

1 List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Client’s approvals. For phased assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in a form of a bar chart.

3. Include a legend, if necessary, to help read the ch

48 Financial Forms Form FIN-1 Financial Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sirs: We, the undersigned, offer to provide the Project Management Consultancy services for [Inserttitle of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

49 Form FIN-2 Financial Capacity of the Bidder

S. No. Annual Revenue (PKR) Financial Year

1.

2.

3.

Certificate from the Statutory Auditor #

This is to certify that ...... (name of the Bidder) has received the payments shown above against the respective years on account of Professional Services/Consultancy Fees.

Name of the audit firm: Seal of the audit firm: Date:

(Signature, name and designation of the authorized signatory)

# In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Bidder.

Note: Please do not attach any printed Annual Financial Statement. 50 Form FIN-3: Summary of Cost

S.No. Deliverables Unit Total Price inclusive of all leviable taxes and duties (Rs.)

1 Cadastral Mapping Per Mauza (No. of Mouza at Annex-C)

2 images/aerial photography Sq. Km.

3. Software Development Lumpsum

4. Minimum 14000 Ground Per Point Control Points (GCP) using DGPS equipment

5. Support Period for One Year

1 Indicate the total costs, inclusive of all taxes i.e. ( Income Tax , Services Tax of BRA etc) .

51 DIVISIONS OF KPK SURVEY OF PAKISTAN

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF

STATELANDS PUNJAB (DIVISION WISE)

Survey of Pakistan, Faizabad, Murree Road, Rawalpindi

Table of Contents 1. Project Overview ...... 3 2. Request For Proposal ...... 3 2.1 Validity Of The Proposal / Bid ...... 3 2.2 Brief Description Of The Selection Process ...... 3 2.3 Bid Security ...... 4 2.4 Schedule Of Selection Process ...... 4 2.5 Pre-Bid Conference ...... 4 3. Instructions To The Prospective Bidders ...... 5 4. Data Sheet ...... 10 5. Bid Proposals ...... 13 6. Financial Proposal / Bid ...... 15 7. Evaluation Process ...... 16 8. Technical Evaluation Criteria ...... 17 8.1 Score: ...... 17 8.2 Firm Profile: ...... 17 8.3 Evaluation and Financial Proposals ...... 27 9. Appointment of Vendor ...... 28 9.3 Substitution of Key Personnel ...... 28 10. Award of Work ...... 29 11. Execution of Agreement ...... 29 12. Commencement of Assignment ...... 29 13. Terms Of References for Cadastral Mapping – Statelands Punjab (Division Wise) ...... 29 13.1 Scope of Work ...... 30 13.2 Objectives ...... 30 13.3 Digitization Using Parcel Fabric Dataset Model...... 30 13.3.1 Scanning and Indexing of Record ...... 31 13.3.2 Mosaicking and Stitching ofmussavies ...... 31 13.3.3 Ortho-rectification of UAV images/aerial photography / Satellite Images ...... 31 13.3.4 Digitization Using Parcel Fabric Dataset Model...... 31 13.3.5 Standards for Positional Accuracy ...... 32 14. Support Period ...... 33 15. Technical Forms ...... 33

1

16. Monitoring of Work ...... 33 17. Deliverables ...... 33 Form TECH-1: ...... 34 Form TECH-2: ...... 37 Form TECH-3: ...... 38 Form TECH-4: ...... 40 Form Tech-5 ...... 41 Form TECH-6: ...... 44 Form TECH-7 ...... 46 Form TECH-8: ...... 47 Financial Forms ...... 49 Form FIN-1 ...... 49 Form FIN-2 ...... 50 Form FIN-3: ...... 51

2

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF STATELANDS PUNJAB (DIVISION WISE)

1 PROJECT OVERVIEW The land record system in Punjab is century old with its scope limited to recording of data for rural lands only and its purpose was originally confined to collection of annual taxes. The current system of land records focuses on administration of landholdings which groups a set of land parcels together for recording of their collective ownership information. This scheme, however, becomes highly inefficient when applied to urban properties. No standard system of recording rights in urban areas exists in Punjab where gap is being filled by other agencies working in their own respective jurisdictions in isolation from others. Punjab has, therefore, no single repository of land records which would otherwise play a critical role in the planning and administration processes of government.

Major challenges are associated with current urban land records system in Punjab which at best can only be described as a make shift arrangement. Despite multitude of records, some 20 – 25 % of urban properties are considered to not having been registered anywhere. As a result, land use planning/development is seriousely hampered and land rights litigation is widespread.The existing Revenue Records have not been updated in areas that have been converted to urban areas. Moreover, the record does not cover the historical urban areas at all. Several records registries are maintained by multiple agencies. There is widespread litigations over the title chain, transfer of property, partition of inheritance, gift, and demarcation of land etc. Negative impacts to economic growth, fiscal balance, poverty reduction and good urban development are apparent and significant.

2. REQUEST FOR PROPOSAL Survey of Pakistan Invites Proposals from eligible bidders/firms for “Cadastral Mappingof Statelands Punjab (Division Wise)”.Survey of Pakistan intends to select the Firm through a competitive bidding process in accordance with the procedure set out herein.

3

RFP document can be downloaded from the Website of the Public Procurement Regulatory Authority (PPRA), and can also be obtained on the following addressvon payment: Project Coordinator Survey of Pakistan, Rawalpindi Contact No. 051-9290217 2.1. Validity of the Proposal / Bid The Proposal shall be valid up to 90 days as per PPRA Rule

2.2. Brief description of the Selection Process The Bidders will send their Proposals in two sealed envelopes as mentioned in clause 3. Single Stage- Two Envelop Procedure as per PPRA Rule 41 (3) will be adopted. The selection process in evaluating the Proposals comprising of Technical and Financial Bids to be submitted in two separate sealed envelopes Single stage two envelopes procedure. In the first phase, a technical evaluation will be carried out as specified in Clause 8. Based on this technical evaluation,in the second phase, a financial evaluation will be carried out as specified in Clause 8.3.

2.3. Bid Security

All bidders are required to submit RS. 2% earnest money in financial proposal envelop in the form of a bank guarantee or Bank draft/pay order. The Earnest Money should be furnished by a reputable bank in favor of Project Director, Survey of Pakistan, Rawalpindi and shall be valid for a period of three (3) months.A certificate for attachment of same must be indicated in technical bid. The bank guarantee / pay order for earnest money will be returned to the responsive bidders on signing of the contract with the successful bidder and the earnest money of technically non-responsive bidder will be returned within 30 days. Bidders submitting a proposal without acceptable earnest money would be immediately disqualified. 2.4. Schedule of Selection Process

S.NO ACTIVITIES SCHEDULE 01. Date of issue 31 December, 2020

4 02. Last date for receiving queries/clarifications 07 January, 2021

03. Pre-Bid Conference 11 January, 2021

04. Client response to queries 11 January, 2021

05. Proposal Due Date for submission and 18 January, 2021 Opening of Technical bids

06. Opening of Financial Bid 26 January, 2021

(Above dates may be changed, if circumstances warrant so.)

2.5. Pre-Bid Conference The date, time and venue of Pre-Bid Conference shall be: Date: 11 January, 2021 Time: 12:00 hrs.Venue: Project Coordinator Survey of Pakistan, Rawalpindi. All communications including the submission of Proposal should be addressed to:

Project Coordinator, Survey of Pakistan Muree Road, Rawalpindi

Phone: 051-9290217 Fax: 051-9290212

All communications related to the project should clearly be marked as “Cadastral Mappings of Statelands Punjab (Division Wise) ” onthe top of the envelope.

3. INSTRUCTIONS TO THE PROSPECTIVE BIDDERS

3.1. Detailed description of the objectives, scope of services, deliverables and other requirements relating to this project are specified in this RFP. The manner in which the Proposal / Bid is required to be submitted, evaluated and accepted is explained in this RFP. 3.2. The Bidder shall submit its Proposal in the form and manner specified in the RFP. The Technical Bid shall be submitted in line with the respective form at TECH-I and the Financial Bid shall be submitted in the form at FIN-I. Upon selection, the Bidder shall be required to enter into an agreement with the Client on finalization of bidding process. However, some clauses may be

5 modified on mutually agree-able terms. 3.3. Bidder should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Bidders are encouraged to visit the Client before submitting a proposal and to attend a pre-bid conference as specified in the schedule. Bidders should contact the Client’s representative to obtain additional information on the pre-bid conference, and should ensure that these officials are advised in advance of the visit with adequate time to allow Project Director to make appropriate arrangements. 3.4. Bidder may request a clarification on the RFP documents up to the number of days indicated above before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means, and will send written copies of the response (including an explanation ofthe query but without identifying the source of inquiry) to all Bidders. 3.5. At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing, or by standard electronic means. The addendum shall be sent to all bidders and will be binding on them. The Bidders shall acknowledge receipt of all amendments. To give Bidder reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals. 3.6. The original proposals (Technical and Financial) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder themselves. The person who signed the proposal must initial such corrections. 3.7. An authorized representative of the Bidder shall sign all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney on stamp paper accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked “ORIGINAL”. 3.8. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly

6 marked “FINANCIAL PROPOSAL” and clearly mentioning the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and be clearly marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE APOINTED OFFICIAL”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. Such anoccurrence may be the case for Proposal rejection.If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. 3.9. The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated above, or any extension to this date in accordance with rules. Any proposal received by the Client after the deadline for submission shall be returned unopened. 3.10. From the time the Proposals are opened to the time the Contract is awarded, the Bidder should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Bidder to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Bidder Proposal. 3.11. The technical evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system specified in the RFP. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not respond to meet evaluation criteria. 3.12. After the technical evaluation is completed, the Client may inform the Bidders who have submitted proposals that the technical scores obtained by their Technical Proposals, and shall notify those Bidder whose Proposals did not meet the minimum qualifying mark or were considered non-responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. 3.13. According to PPRA rule, “the procuring agencies may seek un-conditional discount by incorporating the same in bid solicitation documents. The bidder may offer un-conditional disacount, in percentage of their quoted price or bids,

7 before opening of the of the financial proposal. The discount bid price shall be considered as original bid for evaluation being an integral part of the bid. No offer of discount shall be considered after the bids are opened.” The bidder will offer discount in term of percentage of financial bid in writing on Firm letterhead. The bidder may not forget to bring Firm letterhead on the day and time of opening of Financial Bid. 3.14. Financial Proposals shall be opened publicly in the presence of the qualified bidders or their representatives who choose to attend. The name of the Bidders, and their technical scores shall be read aloud. The Financial Proposal of the Bidder who meet the minimum qualifying marks will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall then be opened, and the total rate/prices/cost read aloud and recorded. 3.15. All documents relevant to data entry including the prints prepared by the Firm shall become and remain the property of the procuring Client; Any restrictions on the future use of these documents by the Firm shall be specified in the conditions of the contract. 3.16. Procuring Client may negotiate with the most advantageous bidder regarding methodology, work plan, staffing and special conditions of the contract. The procuring Client shall not permit substitution of key staff, unless both parties agree that undue delay in selection process makes such substitution unavoidable. 3.17. Bidders should note the Proposal Due Date (PDD), for submission of proposals. Except as specifically provided in this RFP, no supplementary material will be entertained by the Client and that evaluation will be carried out only on the basis of Documents received by the closing time of Proposal Due Date. Bidders will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For avoidance of any doubt, the Client reserves the right to seek clarifications under and in accordance with the provisions of Clauses. 3.18. Bidder shall not submit any document after PDD except in response to any clarification sought by Project Director and in response to clarifications no change shall be made. 3.19. The TOR’s mentioned in the RFP and Technical Proposal received from the bidder will be integral part of agreement.

8 3.20. If the successful Firm fails to deliver the deliverables within stipulated period, its earnest money will be fortfeited and it will be blacklisted. 3.21. Liquidation Damages: The firm has to pay liquidation damages for the period of delays in supply of deliverables upto rate of 2% of the contract price per month or part of a month exceeding the original delivery period subject to the provision that total liquidation damages thus levied will not exceed 10% of the total contract price. 3.22. Performance Guarantee: The bidder shall provide to SoP, a Performance Guarantee issued by A-Plus Pakistani Scheduled Bank, having a value of 10% of the contract price and which is valid for 12 months beyond the expected date of delivery of final data. SoP shall confirm the authenticity / guineneness of the Bank Guarantee from the concerned Bank. Performance Guarantee shall be submitted just after successful submission of deliverables anf after obtaining Acceptance letter from SoP. 10% performance guarantee will remain held with SoP and be released on expiry of Support Period. The tenure of Performance Guarantee will be extended if the deliverable is up to the mark and needs improvement. a. Bank Guarantee furnished against this contract is un-conditional and en- cashable at the will of the firm. Firm will undertakes not to hinder/restrain its encashment through court, extra judicial or any other way( including administrative process) b. If the firm fails to produce the Bank Guarantee within specifies period, SoPreserves the right of cancelling the contract at the risk and expence of the firm. In the event of un-satisfactory performance or of any breach of terms of the contract, the bank guarantee shall be forfeited to the govt at the discretion of the firm. 3.23. Confidentiality: The firm shall not, during the process of execution or after expiration of this contract, disclose any proprietary or data without the prior written consent of SoP. 3.24. Force Majeure: Both the parties shall not be held responsible for any delay occurring in the Project due to event of Force Majeure such as acts of God, War, Civil commotion, Strike, Lockouts, Act of Foreign Govt and its agencies and disturbance directly affecting the parties over the events or circumstances where both the parties have no control. In such an event both parties will inform each other within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances / happening in

9 writing. 3.25. Litigation: In case any dispute, only court of law at Rawalpindi/Islamabad have jurisdiction to decide the matter. 3.26. Pre-Bid Conference 3.22.1 Pre-Bid Conference of the Bidders shall be held on the designated date, time and place. Only those Bidders, who have purchased the RFP document or downloaded the same from the Official Website, shall be allowed to participate in the Pre-Bid Conference. A maximum of two representatives of each Bidder shall be allowed to participate on production of an Authorization Letter from the Bidder. 3.22.2 During the course of Pre-Bid Conference, the Bidders will be free to seek clarifications and make suggestions for consideration, however, that the bidders have previously expressed those points in writing. It shall be endeavored to provide clarifications for facilitating a fair, transparent and competitive Selection Process.

4. DATA SHEET

Paragraph Reference

Name of the Client: Survey of Pakistan

Name of the Assignment: Cadastral MappingofStatelands Punjab (Division Wise)

Method of Procurement: Single Stage – Two Envelop Procedure

Special Terms & Conditions of Contract

4.1 Survey of Pakistan invites sealed bids containing One Original Technical and Financial Proposal and two copies of technical & financial proposals from all interested Bidders for this RFP.

4.2 The Bidder must quote for the complete scope of work as per TORs. The bid offering partial scope of work shall be rejected as non-responsive.

4.3 The Technical Proposal should contain all the bid items/solutionswithout quoting the price and must list firm’s clientele, details of past projects,

10 equiptments, items specification etc.

4.4 Interested bidders may obtain further information on the bid and inspect the bidding documents at the office of Project Director.

4.5 All interested bidders can receive RFP from the office of Project Director, by submitting an application on their letterhead on payment of Rs. 2000.

4.6 All bids must be delivered to the office of the Project Director, on or before 18th January, 2021 at 1200 hrs. The bids will be publicly opened in the office of Project Director, at 12.30 Hrs on the same day in presence of bidders who wish to attend bid opening for official confirmation of the participating bidders. 4.7 The client will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 4.8 Bidders shall submit bids, which comply with the biddingdocuments, Alternative bids will not be considered.

4.9 Conditional bids will not be acceptable. 4.10 Authority Letter from Principal Company for product and vendor authentication is to be provided by the bidder. 4.11 Every page of the original proposal documents should be signed and stamped by the bidder and proposal to be submitted in binded form otherwise bid will not be accepted. 4.12 Any firm, which furnishes wrong information, will be liable for legal proceeding. Any contract awarded in such case when find out, will be cancelled. 4.13 The bidder/lead should not be blacklisted by any of itsclients. An affidavit to this affect must be submitted by the bidder. 4.15. Implementation Plan is critical to the success of the project. A detailed Implementation Plan is to be prepared by the Firm and be part of the proposal.

4.16. Payment Schedule shall be based on the deliverables and will be detailed at the time of the contract.

11 4.17. Acceptance Criteria: Bidding is open to all Bidders that meet the eligibility criteria and minimum qualification criteria relating to previous experience, delivery capability, firms standing, etc., as stated in the RFP. Interested Bidders may obtain further information from the office of the Project Director and inspect the Bidding Documents during working hours by contacting at the address given below:- ProjectCoordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.18. Evaluation criteria are given belowfor the selection of the Firm.

4.20. The pre-bid Conference will be held on 11 January, 2021 at 12:00 pm at Survey of PakistanRawalpindi. 4.21. In case of questions regarding pre-bid conference please contact: Project Coordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.22. The Client will provide the following inputs and facilities: 4.22.1 The validity period i.e. validity of proposals within period of Award of Contract, would be 90 days. The financial & Technical Proposal of the bid can be considered for variation subject to significant change in the agreed upon scope of work,

4.23 The Firm has to submit documentary evidence (sufficient & acceptable) to the client and subject to approval of the client which will deem to have the final say on this subject. 4.24. Proposals shall be submitted in English language. 4.25. Amounts payable by the Client to the Firm hired under the contract would be subject to all local taxation. 4.26. Taxes shall be deducted from each payment made to the Firm as per Income Tax Rules and Regulations prescribed by Government of Pakistan. 4.27. Each party shall be liable for its own taxes. The prices quoted by the Firm in its financial proposal will be considered inclusive of all applicable taxes.

12 4.28. Firm is to state local cost in the national currency. 4.29. Firm must submit the original and three copies of the Proposals. 4.30 The Employer at its sole discretion may terminate the bidding process and cancel the bids for any packages at any time without effecting the bidding process of other packages

5. BID PROPOSALS

5.1TECHNICAL PROPOSAL:

Bidders shall submit the technical proposal in the formats at TECH- I(the“Technical Proposal”).While submitting the Technical Proposal, the Bidder shall in particular, ensure that:

i. All forms are submitted in the prescribed formats and signed by the Prescribed signatories. ii. Power of Attorney, if applicable, is executed as per Applicable Laws; iii. CVs of all Professional Personnel must be incorporated in the proposal. iv. Key Personnel have been proposed only if they meet the Conditions of Eligibility laid down Evaluation Criteria. v. Only one CV for each position has to be furnished not alternatives will be accepted. vi. The CVs have been recently signed and dated in blue ink by respective Personnel and countersigned by the Bidder. Photocopy or unsigned / countersigned CVs shall be rejected. vii. The CVs shall contain an undertaking from the respective Key Personnel about his/her availability for a period of one year with the firm.

5.2.Failure to comply with the requirements listed in Clause 5.1will make the Proposal liable to be rejected.

5.3.If an individual Key Personnel makes a false statement regarding his qualification, experience or other particulars, or his commitment regarding availability for the Project is not fulfilled at any stage after signing of the Agreement, he shall be liable to be debarred for any future assignment for a period of 5 (five) years. The award of this service to the Bidder may also be liable to cancellation in such an

13

event.

5.4. The Technical Proposal shall not include any financial information relating to the Financial Proposal.

5.5. The proposed team shall be composed of experts and specialists (the “Professional Personnel”) in their respective areas of expertise and managerial/support staff (the “Support Personnel”) such that the Firm should be able to complete the Project within the specified time schedule. The Key Personnel specified in TOR’s shall be included in the proposed team of Professional Personnel. Other competent and experienced Professional Personnel in the relevant areas of expertise must be added as required for successful completion of these services. The CV of each such Professional Personnel, if any, should also be submitted in the format at TECH-4, TECH-5 & TECH-6.

14

5.6 The Client reserves the right to verify all statements, information and documents, submitted by the Bidder in response to the RFP. Any such verification or the lack of such verification by the Client shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Client there-under.

5.7 In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Vendor either by issue of the LOI or entering into of the Agreement, and if the SelectedBidder has already been issued the LOI or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Client and the Client shall not be liable in any manner whatsoever to the Bidder or Vendor, as the case may be. In such an event, the Client shall forfeit the Earnest Money as mutually agreed pre- estimated compensation and damages payable to the department for, inter alia, time, cost and effort of the department, without prejudice to any other right or remedy that may be available to the department.

6. Financial Proposal / Bid

6.1 Bidders shall submit the financial proposal in the formats at FIN-I (the “Financial Proposal”) clearly indicating the rate/ total cost of the services both in figures and words, in PKR, and signed by the Bidder’s Authorized Representative. In the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Financial Proposal, the lower of the two shall prevail. 6.2 While submitting the Financial Proposal, the Bidder shall ensure the following: 6.2.1 All the costs associated with the assignment shall be included in the Financial Proposal. These shall normally cover as per scope of work mentioned in TOR’s and remuneration related to digital cadastral mapping through full fledged GIS Labs,extensive GNSS/DGPS

15

survey,transportation, deployment of Human Resources, commissioning, Capacity Building, technical support, and other services necessary for proper digitization of record and may also include but not limitedto visits of key personal staff, resident engineers, accommodation, airfare, equipment, printing of documents, surveys, geo-technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected. 6.2.2 The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. 6.2.3 Rates/costs (including break down of costs according to the FIN -3) shall be expressed in PKR.

7. EVALUATION PROCESS

ELIGIBLITY CRITERIA

S.No PRE-QUALIFICATION CRITERIA DOCUMENTARY EVIDENCE

01. Registered with Securities & Exchange Certificate of Registration Commission of Pakistan (SECP) under the Companies Ordinance 1984.

02. Registered with FBR for Income tax and must Certificate of Registration be on FBR’s Active Tax Payers List

03. Registered with Survey of Pakistan Certificate of Registration

04. Financial Capability of Firm 200 Million Audited balance sheets/Letter signed by a registered audit firm or a CA must be submitted as proof of turnover for last three years.

05. Submit a self-declaration for not being under Declaration signed and stamped by legal action for corrupt or fraudulent bidder practices(blacklisted) by any Government Organizations.

16

06. Relevant Experience: - Attach copies of Supply Orders with relevant completion certificate or Successfully accomplished at least Three GIS Signed Agreement with the procuring Projects in Government sector. agency.

Successfully accomplished at least two Attach signed & stamped copy of Cadestral projects. original Agreement duly attested by Notary Public with clearly identification of roles of each firm.

8. Technical Evaluation Criteria 8.1. Bidders scoring 65% or more in the technical evaluation will be technically qualified otherwise considered disqualified.Relative Weights given to the different evaluation criteria are shown in the table below:

Weight Evaluation Criteria Weightage

W1 Company/Firm Profile (EC1) 10%

W2 Experience of the Firm (EC2) 20%

W3 Project Team (EC3) 20 %

W4 Approach and Methodology (EC4) 35 %

W5 Equipment Available(EC5) 15 %

The Technical Score, St will then be obtained by the following formula: St = (EC1 *W1/100) + (EC2 *W2/400) + (EC3 *W3/200) + (EC4 *W4/300)+ (EC5 *W5/100) where, EC1, EC2, EC3, EC4 & EC5 are the total component scores against Company profile, Experience of the Firm, Project team and Approach & Methodology criteria and equipment respectively. The technical criteria and their details are given below:

17

8.2.1 Firm Profile (EC1): Profile of each bidder will be evaluated on the basis of the following three factors:

S.No Item Score A. Registration with Survey of Pakistan 50 B. Financial Capability 30 C. Certifications of the Firm 20 Total (A+B+C) 100

8.2.2. Registration with Survey of Pakistan (A)

The firm requires to be registered with the Survey of Pakistan under Mapping Act 2014, Government of Pakistan.

Registration Category Marks Assigned (C) Parameter S1 Category 50

S2 Category 40 Attach Registration S3 Category 30 Certificate from Survey of Pakistan S4 Category 20

Sub Total (A) 50

8.2.3 Financial Capability of the Firm (B)

S.No. Financial Strength Marks Documentary Assigned Evidence

01. Over all Average Turn Over of the Audited Balance Company in past three Consecutive sheet and Profit & Financial years e.gFY 2017-18, FY Loss; & Certificate 2018-19, FY 2019-2020, from the statutory auditor should be Less than 200 Million 10 attached determining thecombined 200 to 500 Million 20 turnover of the company in past 500 to 700 Million 25 three fiscal years 700 Million To 1 Billion 30

Sub Total (B) 30

18

8.2.4 Certifications of the Firms (C)

S.No Certification Marks Documentary Assigned Evidence 01. ISO 27001 Information Security 10 Management System (ISMS) Attach Relevant 02. ISO 9001 Quality Management 10 Certificates System (QMS) Sub Total (C) 20

EC (1) = A + B + C

8.2.5 Experience of the Firm (EC2): The experience of each firm will be evaluated on the following factors:

S.No Item Score 1. Number of GIS Projects (D) 250 2. Volume of similar Cadestral Projects 150 (E) Total (D+E) 400

8.2.2.1 Number of Projects (D) Scoring in this segment is done on the basis of following formula: Marks No. of Score Max Parameter

Bidder’s Experience Assigned for projects obtained Marks each Project executed (G*H) (G) (H)

GIS Projects related to Land Record in Attach Government Sector which includes the Completion following activities: - Certificate  Field Survey using GPS/DGPS OR equipment’s to collect reference points Work Order (area 30 – 200 Sq Km). OR  Digitization of Cadastral Map using 20 100 Contract High Resolution Satellite Imageries Agreement  Development of GIS Application for OR viewing, editing and managing of Any Other cadastral map and linkage with Record Certified of Rights. Document

19

Development & Deployment of GIS 10 100 applications other than Land Record

Land Developed & RevenueMIS Deployed LRMIS 10 30 (LRMIS) Project Application Digitization of Land Record i.e. 5 20 Scanning & Data Entry of record Sub-total (D) 250

8.2.2.2 Volume of Similar Assignments (E)

One aspect of the firm’s ability to undertake any given assignment successfully is whether the similar assignments i.e. GIS Solution for Land Record Projects, it executed is also comparable in terms of cumulativevolume and value of GIS Projects: -

Criteria Marking Criteria Marks Parameter Cadastral Mapping of Land Parcels Above 1,000,000 50 Attach Completion Land Parcels with all 500,000 to 1,000,000 25 Certificate OR Work given attributes 300,000 to 500,000 15 Order (including) dimensions ORContract Agreement and or spatial object mentioning the number using parcel fabrication of digitized land parcels technique using parcel fabric technique ORAny Other Certified Documents Digitization of Land Land Parcels Above 1,000,000 50 Attach Completion parcels using 500,000 to 1,000,000 25 Certificate ORWork dimensions and 300,000 to 500,000 15 Order attributes method i.e. ORContract Agreement Geo-referenced mentioning the area in cadastral map acres/sq. km of digitized cadastral maps using conventional methodORAny Other Certified Documents Value of the Project Above 700 Million 25

20

500 to 700 Million 10 Attach Completion 200 to 500 Million 5 Certificate OR Work Order ORContract Agreement mentioning the value of the projectsORAny Other Certified Documents GIS experts deployed Above 20 15 Attach Attested Payroll for the projects 15 to 20 10 of the employees with contact details paid 10 to 15 5 during the assignment Status of GIS Lab Above 100 Workstations 10 Valid Documents to functioning within the 50 to 100 5 authenticate the firm for digitization in 10 to 50 2 functional GIS Lab parcel fabrication along with the installed dataset modeli.e. licensed GIS tool licensed tools for GIS development Sub-total (E) 150

EC (2) = D + E

8.2.3 Project Team (EC 3): This section of the evaluation rates the team nominated by the firm to execute the assignment. For this, each CV of following Human Resource will be evaluated separately on the basis of education and past experience. 8.2.3.1 Human Resource Capability: -

S.No Position No. of Maximum Resources Marks 01. Project Manager 01 20 02. GIS Specialist 01 10 03. Land Revenue Specialist (Retired Revenue Officer in BS-16 or higher with 02 2 * 10 = 20 domain knowledge) 04. GIS Application Development Manager 01 10 05. GIS Development Manager 01 10

21

06. Geodatabase Developer 02 2 *10= 20 07. GIS Analyst/Geospatial Data Engineers 08 5 * 8= 40 08. GIS Application Developer 04 5 * 4= 20 09. I.T Specialist 01 10 10. Communication Specialist 01 5 11. DGPS Survey Manager 01 15 12. DGPS Survey Specialist 04 5 * 4 = 20 Total Marks 200

All firms are to be evaluated for a similar sized project team.

Each CV submitted by the firm is evaluated on three criteria:

S. No. Criteria Scores i. Relevant Education & Qualification (I) 20 ii. Relevant Background (J) 70 iii. Time with Firm (K) 10 Total (I+J+K) 100

8.2.3.2 Education & Qualifications (I)

Each individual is ranked on: S. No. Criteria Weightage 1 Relevant Academic Qualifications 10 2 Relevant Professional certification 15 Total (I) 25

i. Relevant Academic Qualification S. No. Criteria Weightage % age share 1 Bachelor/Master Degree in 15 80 GIS/Geoinformatics (16 Years Education)

22

2 MS Degree in 20 100 GIS/Geoinformatics (18 Years Education)

(Note: - For Revenue Specialist Maximum Marks will be given on 12 years of Education i.e. 20 Marks (Bachelor/Master/MS degrees not required) (Note: - For DGPS Survey Manager and DGPS Survey Specialists, registration from the Survey of Pakistan in individual category is mandatory)

ii. Relevant Professional Certification If the individual has a relevant professional certification by a recognized body that is relevant to his/her role in the assignment, full score (20%) will be given. (Note: - For Revenue Specialist, Patwar Training School Certificate or Government Retirement proof is required)

8.2.3.3 Relevant Background (J) Relevant background for each individual is evaluated on four factors: S. No. Item Weightage 1 Number of similar assignments (In past 10 yrs.) 25% 2 Value of largest similar assignments (In past 10 yrs.) 15% 3 Role in similar assignments 30% 4 Time Spent in similar assignments (In past 5 yrs.) 30%

i. Number of Similar Assignments The number of similar assignments, (N) listed on the individual’s CV for the past 10 years will be compared with a base value (Ts = 5) Sub‐component score = (N / Ts) x 25% Max score awarded for this sub component is 25%. ii. Value of Largest Similar Assignment The value of the largest similar assignment listed on the individual’s CV for the past 10 years is compared to the present assignment. The grading is then done according to the following table: Value in comparison to present Grade (G) assignment 80%+ 100%

23

50%‐80% 65% <50% 30% Sub‐component score = G of 15%

iii. Role in Similar Assignments The role of the individual in previous similar assignments listed on his/her CV is compared to the proposed role in the present assignment. The grading is then done according to the following table: Grade (G) Role in number of similar Project 2 or more 1 Exactly similar 100% 65% Support role to similar 65% 42.25% Slightly similar 30% 19.5% Sub-component score = G of 30% iv. Time Spent in Similar Assignments Time spent by the individual on similar projects in man-months (N) will be compared with the total number of possible man-months in the past 5 years, i.e. 60 months. Sub-component score = (N/60) x 30%

8.2.3.4 Time Spent with Firm (K)

If an individual has been working with the bidding firm for 12 or more months, he/she will be given 10 marks, otherwise 0. EC 3= (I+J+K)

8.2.4 Approach & Methodology (EC 4): This section will evaluate the firm’s solution to the TOR’s. This section comprises two sub sections, i.e. a) Understanding & Innovativeness b) Methodology Item Weighted Score Understanding 30 Innovativeness 30

24

Methodology 30 Each section contains several questions that can be given either of the following grades depending on the content of the technical proposal: Grade (G) Quality (Q) Weight (W) A Excellent 5 B Good 3 C Average 2 D Absent 0

8.2.3.1 Understanding and Innovativeness (L)

S. No. Criteria Grade 1 Demonstrate your proven track record in conducting similar large complex GIS Project related to Land Record 2 Explain your experience of the GIS applications related to land records for other government departments 3 Demonstrate your proven track record in executing the projects which are related to land parcels digitization by using the parcel fabric dataset model 4 Demonstrate your proven track record regarding the issues/problems raised in the project and measures taken to mitigate the problem. 5 Prove your experience of building land maps of unsettled areas/missing mussavies areas and its digitization at khasra level 6 Explain the proven experience in mobile and web application development and integration of the field data with the land record GIS data layers. Also elaborate the mobile applications developed in past and its concurrent users; with an offline functional mode with inbuilt support for GIS maps and data Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 6, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score= (N/6) x 30

25

8.2.3.2 Methodology (M) S. No. Criteria Grade

1 Outline your Methodology for Designing, managing and implementation of this project keeping in mind the scope of work and the unique nature of the records. Include the following in your Project Management Methodology: - . Your Vision for the Land Record Digitization. . Project Team Structure . Field survey and data integration methodology . Parcel fabrication details . Quality Assurance and Quality Control 2 Detail how you intend to prepare records for scanning (include unbinding, repairing, cleaning, rebinding as necessary) and highlight the manpower and time required for this process & strategy for missing musavees and unsettled areas.

3 Describe your management expertise and processes required to develop a coherent program to complete the activity, and to keep the project on track, on time and within the specified cost. (Detailed Work Plan)

4 Provide details of application(s) design parameters.

5 Explain how the information security will be ensured and the storage, backups and retrievals are disaster proof

Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 5, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score = (N/6) x 30 EC 4 = L+ M

26

8.2.5Equipment Available (EC 5): This section will evaluate the firm’s resources in the form of equioent available with the firm.

Equipment Weighted Score 35 GPS 20 Total Station 15 Workstation/computers 30

EC 5 = G+H

TOTAL TECHNICAL SCORE: EC1+EC2+EC3+EC4+EC5

Note: Minimum 65 % is required in Technical Bid evaluation for further consideration. The score given by the Evaluation Committee of the Department shall be final and binding on all the bidders. Keeping in view the availability of time, the vendors may also be asked to provide presentation on the following:

. Company Profile . Understanding of scope of work and requirements . Approach & Methodology (AM) for operations/execution, maintenance and Quality of service . Proposed data entry plan and quality management. . Risk Identification & Mitigation Plan

8.3 Evaluation of Financial Proposals / Bids . For financial evaluation, the total cost indicated in the Financial Proposal will be considered. . The Selection Committee will determine whether the Financial Proposals are complete. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the ToRs within the total quoted price shall be that of

27

the Vendor. The lowest Financial Proposal will be considered as the most advantageous bid.

9. APPOINTMENT OF VENDOR

9.1 Verification of Infrastructure by the Board / Committee members on vendor’s site:The Vendor will provide the under mentioned details as part of Technical Bid:

. Number of hardware with make, model and technical specs to be used in establishment of Lab.

 Number of personnel to be engaged for the project. If currently not employed, then strategy to reach that number (if fails torecruit these personnel before award of the project, then the bidder is liable to lose the contract).

. List of legal software(s) (with number). Legal Software compliance is to be ensured.

. Before the award of the contract, user may visit the facilities of the short-listed Vendor / company and verify the plan as submitted.

9.2 The Client will examine the CVs of all other Professional Personnel and those not found suitable shall be replaced by the Bidder to the satisfaction of the Department.

9.3 Substitution of Key Personnel

9.3.1 The Client will not normally consider any request of the Selected Bidder for substitution of Key Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel and any change therein may upset the ranking. Substitution will, however, be permitted if the Key Personnel is not available for reasons of any inability or due to health, subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client.

9.3.2 The Client expects all the Key Personnel to be available during execution of the Project. The Client will not consider substitution of Key Personnel

28

except for reasons of any inability or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client. As a condition to such substitution, a sum equal to 20% (twenty percent) of the remuneration specified for the original Key Personnel shall be deducted from the payments due to the Bidder. In the case of a second substitution hereunder, such deduction shall be 50% (fifty per cent) of the remuneration specified for the original Key Personnel. Any further substitution may lead to disqualification of the Bidder or termination of the Agreement.

9.3.3 Substitution of the Team Leader will not normally be considered and may lead to disqualification of the Bidder or termination ofthe Agreement.

`10. Award of Work

After selection, a Letter of Award (“LOA”) shall be issued, in duplicate, by the Client to the Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, the Client may, unless it consents to extension of time for submission thereof, appropriate the Earnest Money of such Bidder as mutually agreed genuine pre-estimated loss and damage suffered by the Client on account of failure of the Selected Bidder to acknowledge the LOA, and the next highest ranking Bidder may be considered.

11. Execution of Agreement

After acknowledgement of the LOA as aforesaid by the selected Bidder, it shall execute the Agreement within the specified period. The Selected Bidder shall not be entitled to seek any deviation in the Agreement.

12. Commencement of Assignment

The Selected Bidders shall commence the Services at the Project site within 7 (seven) days of the date of the Agreement or such other date as may be mutually agreed.

29

a. Proprietary Data/Ownership

SoP has the intellectual Property Rights for all the Requirement Analysis Report, Proforma /templates,Digitized Map and Applications. Bidders are not authorized to use these documentsfor any other purpose without the express written permission of SoP.

13. TERMS OF REFERENCESFOR CADASTRAL MAPPING – STATELANDS PUNJAB (DIVISION WISE) 13.1 SCOPE OF WORK

The proposed Land Records Management and Information System – Urban would include Digital Cadastral Mapping of Statelands Punjab (Division Wise).

13.2 OBJECTIVES/RESPONSIBILITIES OF FIRM

1) The firm should be responsible for the provision of the latest high-resolution (30 cm) ortho-rectified imagery. 2) The ortho-imagery will be verified/validated by SoP before use for cadastral mapping. 3) The firm should be responsible for collection of all necessary revenue record required for cadastral mapping of the Project area. 4) The Firm will be responsible for the stitching and mosaicking of mussavies using imagery. 5) The Firm shall perform digitization at parcel level; through parcel fabric dataset model prepared by SoP. 6) The firm is responsible to develop mouza boundaries using notifications and mussavies data. 7) High precision RTK GNSS based field surveys should be conducted by the firm for the collection of reference data and verification of the digitized work. 8) The firmwill complete all the associated datasets with parcels / administrative boundaries by following given Data Model.

a. (30 cm) ortho-rectified imagerynot older than 01 Feb 2021. b. Accuracy upto 10 cm c. All land record information (as per LRMIS used by BoRs & SoP)

13.3. Digitization Using Parcel Fabric Dataset Model 13.3.1 Scanning and Indexing of Record Scanning and indexing will be carried out of cadastral maps of Project Area.The

30 scanned record Mussavie shall be stored in high resolution tiff format. 13.3.2 Mosaicking and Stitching ofmussavies The Firm will be responsible for the stitching and mosaicking of mussavies. High resolution latest imagesshall be used for project. The images/aerial photography shall be geo-referenced with accuracy for Urban areas better than 10cm so that it supports accurate measurements and referencing. This is an essential step as will lead to the accurate overlay analysis of images/aerial photography/mouza boundaries and field data points. The Firms are required to provide an accuracy assessment report with Root Mean Square (RMS) detail, missing or damaged sheets of the project area. The images/aerial photography must cover area within the boundary of the project of Statelands Punjab (Division Wise) 13.3.3 Ortho-rectification of images/aerial photography The firm will be responsible to procure high resolution latest images/aerial photography as per given requirement. The images must be precisely corrected geometrically and radiometrically to make orthorectified. For the spatial reference of mussavies, in case of unavailability of revenue stones / sehaddas, the firm shall send the surveyors to the field to collect reference points for main features identifiable through images/aerial photography.All the mouza mosaics shall be geo-referenced using high resolution images/aerial photography and must be overlaid inch to inch on the images/aerial photography. 13.3.4 Digitization Using Parcel Fabric Dataset Model The Firm shall perform digitization at khasra/parcel level; through parcel fabrication dataset model by preserving all features and attribute data of vertices, lines, polygons and dimensions with units in the geo-database for Desktop with all the attribute information related to the parcel of landin WGS-84 with UTM Projection System. While storing the attribute information, the textual details on the mussavies shall be stored in the GIS database. The Firm shall be responsible to digitize all the features present on mussavie maps i.e. parcel boundaries, roads, water channels, graveyards, and other similar features by following given data Model. However, the missing landmarks in mussavies (latest developments) shall be digitized and stored as separate layer. The mouza boundary, khasra extent with parcel fabricated details of number, line, polygon and dimensions shall be digitized. Khasra data parcel fabrication model shall incorporate data in a way that the khasra is stored as polygon and also separate lines with details of sides, dimensions and numeric values. The Firm will be responsible for parcel level mapping and parcel fabrication. The

31 firmwill be responsible for the scanning and attribute entry of all the property/ownership documents of the project area within the project duration. The firm will be responsible for door to door survey for the collection of property/ownership documents. It is required to design and submit survey plan and comprehensive survey form to client which include information of registered deed, PTD, PT1, Fard, PTO, lessee, tenant etc. The firm shall develop a detailed base map of the project area by following SoP data model including road network, house hold level,streets, footpaths, agriculture fields, barren land, forests, pastures, irrigation network etc.The road network shall include Urban Roads, with unique numbers / code assigned to each road / link. The attribute information related to road segments like road length, road width, traffic flow (one way- two way). Household level mapping must include residential, commercial, government buildings, public buildings etc. whereas, public building include schools, hospitals, post offices, parks, police stations etc. After the development of base data and integration of secondary information with base data, topology correction tools shall be used to check all type of topological errors that shall be corrected in GIS environment. All type of errors such as connectivity, nodes, missing linkages, duplicate lines/data entry, mismatching of vertices, badly shaped vector, missing knots at intersection, too many vertices in line, switchbacks and topological errors as overshoot, knots, loops, undershoot and dangle, etc. shall be checked and corrected in GIS environment. After the development of base data and integration of secondary information with base data, all the digitized vector data (points, lines and polygons) shall be checked for Quality Assurance in the field. 13.3.5 Standards for Positional Accuracy: The following standards will be used to define minimally acceptable levels of differential relative positional accuracy required for Cadastral Survey. a. Local Accuracy Standards: 95% Confidence Circle Application Less than 0.050 (m) Cadastral Project Control Less than 0.100 (m) Cadastral Measurements b. Network Accuracy Standards: 95% Confidence Circle Application Less than 0.100 (m) Cadastral Project Control

32 Less than 0.200 (m) Cadastral Measurements

14. Support Period

The Firm has to provide support for a period of one year after the completion of Project. 15. Project Tiime: 6 month from date of signing of Contract Agreement 16. Monitoring of Work: The monitoring to check quality / progress of work will be carried out by SoP team as follow: c. Inspection of aerial photography d. Inspection of pilot project e. Monthly inspection of work

17. Deliverables a. Parcel level vector layersuperimposed on Geo-rectified/ortho-rectified images/aerial photography. b. Geo-database of complete project area on portable storage media with proper indexing. c. Raster and Vector data with complete set of information as mentioned in this document. d. Hard copy of all the documents / record used in the project. e. Monthly progress reports and final project report. f. Miscellaneous

33 Technical Forms

Form TECH-1: Technical Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sir:

We, the undersigned, offer to provide the Project Management consulting services for [Insert title of assignment] for (Package) in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Project Management Consultant] We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Project Management consulting services related to the assignment not later than the date indicated in the schedule.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

34 B – Experience of Firm

[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment.]

Assignment name: Approx. value of the contract (in PKR):

Country: Duration of assignment (months): Location within country:

Name of Client: Total No of staff-months of the assignment:

Address: Approx. value of the services provided by your firm under the contract (in PKR):

Start date (month/year): No of professional staff-months Completion date (month/year): provided by associated Firm:

Name of associated Firm, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

35 Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Firm’s Name:

36

Form TECH-2:

Comments and Suggestions on the Terms of Reference

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

37

Form TECH-3: Description of Approach, Methodology and Work Plan for Performing the Assignment

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (descriptive, inclusive of charts and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing, a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-8.

c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the

38 assignment, the key expert responsible, and proposed technical and support staff.]

39

Form TECH-4: Team Composition and Task Assignments

Professional Staff

Area of Position Name of Staff Firm Task Assigned Expertise Assigned

40

FORM TECH-5 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF 1. Proposed Position [only one candidate shall be nominated for each position]: ______2. Name of Firm [Insert name of firm proposing the staff]: 3. Name of Staff [Insert full name]:______4.Date of Birth: ______Nationality: ______5.CNIC No : ______6. Education: Degree Major/Minor Institution Date (MM/YYYY)

7. Membership of Professional Associations: ______8. Other Training [Indicate significant training since degrees under 6 - Education were obtained]: ______9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: ______10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment on the following format: Employer Position From To (MM/YYYY) (MM/YYYY)

41

11. Detailed Tasks Assigned [List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

1) Name of assignment or project: ______Cost:______Year: ______Starting Date:______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

2) Name of assignment or project: Cost: ______Year: ______Starting Date: ______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

42

[Unroll the project details group and continue numbering (4, 5, …) as many times as is required]

13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

[Signature of staff member or authorized representative of the staff] ______

Full name of authorized representative (attach authority letter): ______Date: (Day/Month/Year)______

43

Form TECH-6: Abstract of Eligible Assignments of Key Personnel

Name of Estimated Designation of Date of Name of firm for S.No. Name of capital cost of the Key Person compensation of Mandays Project which the Client project (PKR) for the assignment spent Key Person assignment worked

(1) (2) (3) (4) (5) (6) (7) (8)

1

2

3

4

5

44

6

7

8

45

Form TECH-7 Staffing Schedule

Staff input (in the form of a bar chart)2 Total staff-month input Name of Staff First Second Fourth Quarter Third Quarter Quarter Quarter Qtr 1 2 3 1 2 3 1 2 3 1 2 3 Total . 1 2 3 4 5 n Total 1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). 2 Months are counted from the start of the assignment. Full time input Part time input

Form TECH-8: Work schedule and planning for deliverable

Months N° Activities 1 2 3 4 5 6 7 8 9 ..... n TOTAL

47

1 List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Client’s approvals. For phased assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in a form of a bar chart.

3. Include a legend, if necessary, to help read the ch

48

Financial Forms Form FIN-1 Financial Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sirs: We, the undersigned, offer to provide the Project Management Consultancy services for [Inserttitle of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

49 Form FIN-2 Financial Capacity of the Bidder

S. No. Annual Revenue (PKR) Financial Year

1.

2.

3.

Certificate from the Statutory Auditor #

This is to certify that ...... (name of the Bidder) has received the payments shown above against the respective years on account of Professional Services/Consultancy Fees.

Name of the audit firm: Seal of the audit firm: Date:

(Signature, name and designation of the authorized signatory)

# In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Bidder.

Note: Please do not attach any printed Annual Financial Statement. 50 Form FIN-3: Summary of Cost

S.No. Deliverables Unit Total Price inclusive of all leviable taxes and duties (Rs.)

1 Cadastral Mapping Per Mauza (No. of Mouza at Annex-C)

2 images/aerial photography Sq. Km.

3. Software Development Lumpsum

4. Minimum 14000 Ground Per Point Control Points (GCP) using DGPS equipment

5. Support Period for One Year

1 Indicate the total costs, inclusive of all taxes i.e. ( Income Tax , Services Tax of BRA etc) .

51

SURVEY OF PAKISTAN

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF CDA

Survey of Pakistan, Faizabad, Murree Road, Rawalpindi

Table of Contents 1. Project Overview ...... 3 2. Request For Proposal ...... 3 2.1 Validity Of The Proposal / Bid ...... 3 2.2 Brief Description Of The Selection Process ...... 3 2.3 Bid Security ...... 4 2.4 Schedule Of Selection Process ...... 4 2.5 Pre-Bid Conference ...... 4 3. Instructions To The Prospective Bidders ...... 5 4. Data Sheet ...... 10 5. Bid Proposals ...... 13 6. Financial Proposal / Bid ...... 15 7. Evaluation Process ...... 16 8. Technical Evaluation Criteria ...... 17 8.1 Score: ...... 17 8.2 Firm Profile: ...... 17 8.3 Evaluation and Financial Proposals ...... 27 9. Appointment of Vendor ...... 28 9.3 Substitution of Key Personnel ...... 28 10. Award of Work ...... 29 11. Execution of Agreement ...... 29 12. Commencement of Assignment ...... 29 13. Terms Of References for Cadastral Mapping – CDA (19 X Developed Sectors & 22 Un-Developed Sectors) ...... 29 13.1 Scope of Work ...... 30 13.2 Objectives ...... 30 13.3 Digitization Using Parcel Fabric Dataset Model...... 30 13.3.1 Scanning and Indexing of Record ...... 31 13.3.2 Mosaicking and Stitching ofmussavies ...... 31 13.3.3 Ortho-rectification of UAV images/aerial photography / Satellite Images ...... 31 13.3.4 Digitization Using Parcel Fabric Dataset Model...... 31 13.3.5 Standards for Positional Accuracy ...... 32 14. Support Period ...... 33 15. Technical Forms ...... 33

1

16. Monitoring of Work ...... 33 17. Deliverables ...... 33 Form TECH-1: ...... 34 Form TECH-2: ...... 37 Form TECH-3: ...... 38 Form TECH-4: ...... 40 Form Tech-5 ...... 41 Form TECH-6: ...... 44 Form TECH-7 ...... 46 Form TECH-8: ...... 47 Financial Forms ...... 49 Form FIN-1 ...... 49 Form FIN-2 ...... 50 Form FIN-3: ...... 51

2

BID SOLICITATION DOCUMENT FOR AWARD OF CONTRACT OF CADASTRAL MAPPING OF CDA (19 X DEVELOPED SECTORS & 22 UN-DEVELOPED SECTORS)

1 PROJECT OVERVIEW The land record system in CDA is century old with its scope limited to recording of data for rural lands only and its purpose was originally confined to collection of annual taxes. The current system of land records focuses on administration of landholdings which groups a set of land parcels together for recording of their collective ownership information. This scheme, however, becomes highly inefficient when applied to urban properties. No standard system of recording rights in urban areas exists in CDA where gap is being filled by other agencies working in their own respective jurisdictions in isolation from others. CDA has, therefore, no single repository of land records which would otherwise play a critical role in the planning and administration processes of government.

Major challenges are associated with current urban land records system in CDA which at best can only be described as a make shift arrangement. Despite multitude of records, some 20 – 25 % of urban properties are considered to not having been registered anywhere. As a result, land use planning/development is seriousely hampered and land rights litigation is widespread.The existing Revenue Records have not been updated in areas that have been converted to urban areas. Moreover, the record does not cover the historical urban areas at all.Several records registries are maintained by multiple agencies. There is widespread litigations over the title chain, transfer of property, partition of inheritance, gift, and demarcation of land etc. Negative impacts to economic growth, fiscal balance, poverty reduction and good urban development are apparent and significant.

2. REQUEST FOR PROPOSAL Survey of Pakistan Invites Proposals from eligible bidders/firms for “Cadastral Mapping of CDA (19 X Developed Sectors & 22 Un-Developed Sectors)”. Survey of Pakistan intends to select the Firm through a competitive bidding process in accordance with the procedure set out herein.

3

RFP document can be downloaded from the Website of the Public Procurement Regulatory Authority (PPRA), and can also be obtained on the following addressvon payment: Project Coordinator Survey of Pakistan, Rawalpindi Contact No. 051-9290217 2.1. Validity of the Proposal / Bid The Proposal shall be valid up to 90 days as per PPRA Rule

2.2. Brief description of the Selection Process The Bidders will send their Proposals in two sealed envelopes as mentioned in clause 3. Single Stage- Two Envelop Procedure as per PPRA Rule 41 (3) will be adopted. The selection process in evaluating the Proposals comprising of Technical and Financial Bids to be submitted in two separate sealed envelopes Single stage two envelopes procedure. In the first phase, a technical evaluation will be carried out as specified in Clause 8. Based on this technical evaluation,in the second phase, a financial evaluation will be carried out as specified in Clause 8.3.

2.3. Bid Security All bidders are required to submit Rs. 2% earnest money in financial proposal envelop in the form of a bank guarantee or Bank draft/pay order. The Earnest Money should be furnished by a reputable bank in favor of Project Director, Survey of Pakistan, Rawalpindi and shall be valid for a period of three (3) months.A certificate for attachment of same must be indicated in technical bid. The bank guarantee / pay order for earnest money will be returned to the responsive bidders on signing of the contract with the successful bidder and the earnest money of technically non-responsive bidder will be returned within 30 days. Bidders submitting a proposal without acceptable earnest money would be immediately disqualified. 2.4. Schedule of Selection Process

S.NO ACTIVITIES SCHEDULE 01. Date of issue 31 December, 2020

4 02. Last date for receiving queries/clarifications 07 January, 2021

03. Pre-Bid Conference 11 January, 2021

04. Client response to queries 11 January, 2021

05. Proposal Due Date for submission and 18 January, 2021 Opening of Technical bids

07. Opening of Financial Bid 26 January, 2021

(Above dates may be changed, if circumstances warrant so.)

2.5. Pre-Bid Conference The date, time and venue of Pre-Bid Conference shall be: Date: 11 January, 2021 Time: 12:00 hrs.Venue: Project Coordinator Survey of Pakistan, Rawalpindi. All communications including the submission of Proposal should be addressed to:

Project Coordinator, Survey of Pakistan Muree Road, Rawalpindi

Phone: 051-9290217 Fax: 051-9290212

All communications related to the project should clearly be marked as “Cadastral Mappings of CDA (19 X Developed Sectors & 22 Un-Developed Sectors) ” onthe top of the envelope.

3. INSTRUCTIONS TO THE PROSPECTIVE BIDDERS

3.1. Detailed description of the objectives, scope of services, deliverables and other requirements relating to this project are specified in this RFP. The manner in which the Proposal / Bid is required to be submitted, evaluated and accepted is explained in this RFP. 3.2. The Bidder shall submit its Proposal in the form and manner specified in the RFP. The Technical Bid shall be submitted in line with the respective form at TECH-I and the Financial Bid shall be submitted in the form at FIN-I. Upon selection, the Bidder shall be required to enter into an agreement with the Client on finalization of bidding process. However, some clauses may be

5 modified on mutually agree-able terms. 3.3. Bidder should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Bidders are encouraged to visit the Client before submitting a proposal and to attend a pre-bid conference as specified in the schedule. Bidders should contact the Client’s representative to obtain additional information on the pre-bid conference, and should ensure that these officials are advised in advance of the visit with adequate time to allow Project Director to make appropriate arrangements. 3.4. Bidder may request a clarification on the RFP documents up to the number of days indicated above before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means, and will send written copies of the response (including an explanation ofthe query but without identifying the source of inquiry) to all Bidders. 3.5. At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing, or by standard electronic means. The addendum shall be sent to all bidders and will be binding on them. The Bidders shall acknowledge receipt of all amendments. To give Bidder reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals. 3.6. The original proposals (Technical and Financial) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder themselves. The person who signed the proposal must initial such corrections. 3.7. An authorized representative of the Bidder shall sign all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney on stamp paper accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked “ORIGINAL”. 3.8. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly

6 marked “FINANCIAL PROPOSAL” and clearly mentioning the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address and be clearly marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE APOINTED OFFICIAL”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. Such anoccurrence may be the case for Proposal rejection.If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. 3.9. The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated above, or any extension to this date in accordance with rules. Any proposal received by the Client after the deadline for submission shall be returned unopened. 3.10. From the time the Proposals are opened to the time the Contract is awarded, the Bidder should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Bidder to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Bidder Proposal. 3.11. The technical evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system specified in the RFP. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not respond to meet evaluation criteria. 3.12. After the technical evaluation is completed, the Client may inform the Bidders who have submitted proposals that the technical scores obtained by their Technical Proposals, and shall notify those Bidder whose Proposals did not meet the minimum qualifying mark or were considered non-responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. 3.13. According to PPRA rule, “the procuring agencies may seek un-conditional discount by incorporating the same in bid solicitation documents. The bidder may offer un-conditional disacount, in percentage of their quoted price or bids,

7 before opening of the of the financial proposal. The discount bid price shall be considered as original bid for evaluation being an integral part of the bid. No offer of discount shall be considered after the bids are opened.” The bidder will offer discount in term of percentage of financial bid in writing on Firm letterhead. The bidder may not forget to bring Firm letterhead on the day and time of opening of Financial Bid. 3.14. Financial Proposals shall be opened publicly in the presence of the qualified bidders or their representatives who choose to attend. The name of the Bidders, and their technical scores shall be read aloud. The Financial Proposal of the Bidder who meet the minimum qualifying marks will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall then be opened, and the total rate/prices/cost read aloud and recorded. 3.15. All documents relevant to data entry including the prints prepared by the Firm shall become and remain the property of the procuring Client; Any restrictions on the future use of these documents by the Firm shall be specified in the conditions of the contract. 3.16. Procuring Client may negotiate with the most advantageous bidder regarding methodology, work plan, staffing and special conditions of the contract. The procuring Client shall not permit substitution of key staff, unless both parties agree that undue delay in selection process makes such substitution unavoidable. 3.17. Bidders should note the Proposal Due Date (PDD), for submission of proposals. Except as specifically provided in this RFP, no supplementary material will be entertained by the Client and that evaluation will be carried out only on the basis of Documents received by the closing time of Proposal Due Date. Bidders will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For avoidance of any doubt, the Client reserves the right to seek clarifications under and in accordance with the provisions of Clauses. 3.18. Bidder shall not submit any document after PDD except in response to any clarification sought by Project Director and in response to clarifications no change shall be made. 3.19. The TOR’s mentioned in the RFP and Technical Proposal received from the bidder will be integral part of agreement.

8 3.20. If the successful Firm fails to deliver the deliverables within stipulated period, its earnest money will be fortfeited and it will be blacklisted. 3.21. Liquidation Damages: The firm has to pay liquidation damages for the period of delays in supply of deliverables upto rate of 2% of the contract price per month or part of a month exceeding the original delivery period subject to the provision that total liquidation damages thus levied will not exceed 10% of the total contract price. 3.22. Performance Guarantee: The bidder shall provide to SoP, a Performance Guarantee issued by A-Plus Pakistani Scheduled Bank, having a value of 10% of the contract price and which is valid for 12 months beyond the expected date of delivery of final data. SoP shall confirm the authenticity / guineneness of the Bank Guarantee from the concerned Bank. Performance Guarantee shall be submitted just after successful submission of deliverables anf after obtaining Acceptance letter from SoP. 10% performance guarantee will remain held with SoP and be released on expiry of Support Period. The tenure of Performance Guarantee will be extended if the deliverable is up to the mark and needs improvement. a. Bank Guarantee furnished against this contract is un-conditional and en- cashable at the will of the firm. Firm will undertakes not to hinder/restrain its encashment through court, extra judicial or any other way( including administrative process) b. If the firm fails to produce the Bank Guarantee within specifies period, SoPreserves the right of cancelling the contract at the risk and expence of the firm. In the event of un-satisfactory performance or of any breach of terms of the contract, the bank guarantee shall be forfeited to the govt at the discretion of the firm. 3.23. Confidentiality: The firm shall not, during the process of execution or after expiration of this contract, disclose any proprietary or data without the prior written consent of SoP. 3.24. Force Majeure: Both the parties shall not be held responsible for any delay occurring in the Project due to event of Force Majeure such as acts of God, War, Civil commotion, Strike, Lockouts, Act of Foreign Govt and its agencies and disturbance directly affecting the parties over the events or circumstances where both the parties have no control. In such an event both parties will inform each other within 15 days of the happening and within the same timeframe about the discontinuation of such circumstances / happening in

9 writing. 3.25. Litigation: In case any dispute, only court of law at Rawalpindi/Islamabad have jurisdiction to decide the matter. 3.26. Pre-Bid Conference 3.22.1 Pre-Bid Conference of the Bidders shall be held on the designated date, time and place. Only those Bidders, who have purchased the RFP document or downloaded the same from the Official Website, shall be allowed to participate in the Pre-Bid Conference. A maximum of two representatives of each Bidder shall be allowed to participate on production of an Authorization Letter from the Bidder. 3.22.2 During the course of Pre-Bid Conference, the Bidders will be free to seek clarifications and make suggestions for consideration, however, that the bidders have previously expressed those points in writing. It shall be endeavored to provide clarifications for facilitating a fair, transparent and competitive Selection Process.

4. DATA SHEET

Paragraph Reference

Name of the Client: Survey of Pakistan

Name of the Assignment: Cadastral Mapping of CDA (19 X Developed Sectors & 22 Un-Developed Sectors)

Method of Procurement: Single Stage – Two Envelop Procedure

Special Terms & Conditions of Contract

4.1 Survey of Pakistan invites sealed bids containing One Original Technical and Financial Proposal and two copies of technical & financial proposals from all interested Bidders for this RFP.

4.2 The Bidder must quote for the complete scope of work as per TORs. The bid offering partial scope of work shall be rejected as non-responsive.

4.3 The Technical Proposal should contain all the bid items/solutionswithout quoting the price and must list firm’s clientele, details of past projects,

10 equiptments, items specification etc.

4.4 Interested bidders may obtain further information on the bid and inspect the bidding documents at the office of Project Director.

4.5 All interested bidders can receive RFP from the office of Project Director, by submitting an application on their letterhead on payment of Rs. 2000.

4.6 All bids must be delivered to the office of the Project Director, on or before 18th January, 2021 at 1200 hrs. The bids will be publicly opened in the office of Project Director, at 12.30 Hrs on the same day in presence of bidders who wish to attend bid opening for official confirmation of the participating bidders. 4.7 The client will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 4.8 Bidders shall submit bids, which comply with the biddingdocuments, Alternative bids will not be considered.

4.9 Conditional bids will not be acceptable. 4.10 Authority Letter from Principal Company for product and vendor authentication is to be provided by the bidder. 4.11 Every page of the original proposal documents should be signed and stamped by the bidder and proposal to be submitted in binded form otherwise bid will not be accepted. 4.12 Any firm, which furnishes wrong information, will be liable for legal proceeding. Any contract awarded in such case when find out, will be cancelled. 4.13 The bidder/lead should not be blacklisted by any of itsclients. An affidavit to this affect must be submitted by the bidder. 4.15. Implementation Plan is critical to the success of the project. A detailed Implementation Plan is to be prepared by the Firm and be part of the proposal.

4.16. Payment Schedule shall be based on the deliverables and will be detailed at the time of the contract.

11 4.17. Acceptance Criteria: Bidding is open to all Bidders that meet the eligibility criteria and minimum qualification criteria relating to previous experience, delivery capability, firms standing, etc., as stated in the RFP. Interested Bidders may obtain further information from the office of the Project Director and inspect the Bidding Documents during working hours by contacting at the address given below:- ProjectCoordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.18. Evaluation criteria are given belowfor the selection of the Firm.

4.20. The pre-bid Conference will be held on 11 January, 2021 at 12:00 pm at Survey of PakistanRawalpindi. 4.21. In case of questions regarding pre-bid conference please contact: Project Coordinator Survey of Pakistan, Rawalpindi. Tel # 051-9290217 Fax # 051-9290212 4.22. The Client will provide the following inputs and facilities: 4.22.1 The validity period i.e. validity of proposals within period of Award of Contract, would be 90 days. The financial & Technical Proposal of the bid can be considered for variation subject to significant change in the agreed upon scope of work,

4.23 The Firm has to submit documentary evidence (sufficient & acceptable) to the client and subject to approval of the client which will deem to have the final say on this subject. 4.24. Proposals shall be submitted in English language. 4.25. Amounts payable by the Client to the Firm hired under the contract would be subject to all local taxation. 4.26. Taxes shall be deducted from each payment made to the Firm as per Income Tax Rules and Regulations prescribed by Government of Pakistan. 4.27. Each party shall be liable for its own taxes. The prices quoted by the Firm in its financial proposal will be considered inclusive of all applicable taxes.

12 4.28. Firm is to state local cost in the national currency. 4.29. Firm must submit the original and three copies of the Proposals. 4.30 The Employer at its sole discretion may terminate the bidding process and cancel the bids for any packages at any time without effecting the bidding process of other packages

5. BID PROPOSALS

5.1TECHNICAL PROPOSAL:

Bidders shall submit the technical proposal in the formats at TECH- I(the“Technical Proposal”).While submitting the Technical Proposal, the Bidder shall in particular, ensure that:

i. All forms are submitted in the prescribed formats and signed by the Prescribed signatories. ii. Power of Attorney, if applicable, is executed as per Applicable Laws; iii. CVs of all Professional Personnel must be incorporated in the proposal. iv. Key Personnel have been proposed only if they meet the Conditions of Eligibility laid down Evaluation Criteria. v. Only one CV for each position has to be furnished not alternatives will be accepted. vi. The CVs have been recently signed and dated in blue ink by respective Personnel and countersigned by the Bidder. Photocopy or unsigned / countersigned CVs shall be rejected. vii. The CVs shall contain an undertaking from the respective Key Personnel about his/her availability for a period of one year with the firm.

5.2.Failure to comply with the requirements listed in Clause 5.1will make the Proposal liable to be rejected.

5.3.If an individual Key Personnel makes a false statement regarding his qualification, experience or other particulars, or his commitment regarding availability for the Project is not fulfilled at any stage after signing of the Agreement, he shall be liable to be debarred for any future assignment for a period of 5 (five) years. The award of this service to the Bidder may also be liable to cancellation in such an

13

event.

5.4. The Technical Proposal shall not include any financial information relating to the Financial Proposal.

5.5. The proposed team shall be composed of experts and specialists (the “Professional Personnel”) in their respective areas of expertise and managerial/support staff (the “Support Personnel”) such that the Firm should be able to complete the Project within the specified time schedule. The Key Personnel specified in TOR’s shall be included in the proposed team of Professional Personnel. Other competent and experienced Professional Personnel in the relevant areas of expertise must be added as required for successful completion of these services. The CV of each such Professional Personnel, if any, should also be submitted in the format at TECH-4, TECH-5 & TECH-6.

14

5.6 The Client reserves the right to verify all statements, information and documents, submitted by the Bidder in response to the RFP. Any such verification or the lack of such verification by the Client shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Client there-under.

5.7 In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Vendor either by issue of the LOI or entering into of the Agreement, and if the SelectedBidder has already been issued the LOI or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Client and the Client shall not be liable in any manner whatsoever to the Bidder or Vendor, as the case may be. In such an event, the Client shall forfeit the Earnest Money as mutually agreed pre- estimated compensation and damages payable to the department for, inter alia, time, cost and effort of the department, without prejudice to any other right or remedy that may be available to the department.

6. Financial Proposal / Bid

6.1 Bidders shall submit the financial proposal in the formats at FIN-I (the “Financial Proposal”) clearly indicating the rate/ total cost of the services both in figures and words, in PKR, and signed by the Bidder’s Authorized Representative. In the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Financial Proposal, the lower of the two shall prevail. 6.2 While submitting the Financial Proposal, the Bidder shall ensure the following: 6.2.1 All the costs associated with the assignment shall be included in the Financial Proposal. These shall normally cover as per scope of work mentioned in TOR’s and remuneration related to digital cadastral mapping through full fledged GIS Labs,extensive GNSS/DGPS

15

survey,transportation, deployment of Human Resources, commissioning, Capacity Building, technical support, and other services necessary for proper digitization of record and may also include but not limitedto visits of key personal staff, resident engineers, accommodation, airfare, equipment, printing of documents, surveys, geo-technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected. 6.2.2 The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. 6.2.3 Rates/costs (including break down of costs according to the FIN -3) shall be expressed in PKR.

7. EVALUATION PROCESS

ELIGIBLITY CRITERIA

S.No PRE-QUALIFICATION CRITERIA DOCUMENTARY EVIDENCE

01. Registered with Securities & Exchange Certificate of Registration Commission of Pakistan (SECP) under the Companies Ordinance 1984.

02. Registered with FBR for Income tax and must Certificate of Registration be on FBR’s Active Tax Payers List

03. Registered with Survey of Pakistan Certificate of Registration

04. Financial Capability of Firm 200 Million Audited balance sheets/Letter signed by a registered audit firm or a CA must be submitted as proof of turnover for last three years.

05. Submit a self-declaration for not being under Declaration signed and stamped by legal action for corrupt or fraudulent bidder practices(blacklisted) by any Government Organizations.

16

06. Relevant Experience: - Attach copies of Supply Orders with relevant completion certificate or Successfully accomplished at least Three GIS Signed Agreement with the procuring Projects in Government sector. agency.

Successfully accomplished at least two Attach signed & stamped copy of Cadestral projects. original Agreement duly attested by Notary Public with clearly identification of roles of each firm.

8. Technical Evaluation Criteria 8.1. Bidders scoring 65% or more in the technical evaluation will be technically qualified otherwise considered disqualified.Relative Weights given to the different evaluation criteria are shown in the table below:

Weight Evaluation Criteria Weightage

W1 Company/Firm Profile (EC1) 10%

W2 Experience of the Firm (EC2) 20%

W3 Project Team (EC3) 20 %

W4 Approach and Methodology (EC4) 35 %

W5 Equipment Available(EC5) 15 %

The Technical Score, St will then be obtained by the following formula: St = (EC1 *W1/100) + (EC2 *W2/400) + (EC3 *W3/200) + (EC4 *W4/300)+ (EC5 *W5/100) where, EC1, EC2, EC3, EC4 & EC5 are the total component scores against Company profile, Experience of the Firm, Project team and Approach & Methodology criteria and equipment respectively. The technical criteria and their details are given below:

8.2.1 Firm Profile (EC1): Profile of each bidder will be evaluated on the basis of the following three factors:

17

S.No Item Score A. Registration with Survey of Pakistan 50 B. Financial Capability 30 C. Certifications of the Firm 20 Total (A+B+C) 100

8.2.2. Registration with Survey of Pakistan (A)

The firm requires to be registered with the Survey of Pakistan under Mapping Act 2014, Government of Pakistan.

Registration Category Marks Assigned (C) Parameter S1 Category 50

S2 Category 40 Attach Registration S3 Category 30 Certificate from Survey of Pakistan S4 Category 20

Sub Total (A) 50

8.2.3 Financial Capability of the Firm (B)

S.No. Financial Strength Marks Documentary Assigned Evidence

01. Over all Average Turn Over of the Audited Balance Company in past three Consecutive sheet and Profit & Financial years e.gFY 2017-18, FY Loss; & Certificate 2018-19, FY 2019-2020, from the statutory auditor should be Less than 200 Million 10 attached determining thecombined 200 to 500 Million 20 turnover of the company in past 500 to 700 Million 25 three fiscal years 700 Million To 1 Billion 30

Sub Total (B) 30

18

8.2.4 Certifications of the Firms (C)

S.No Certification Marks Documentary Assigned Evidence 01. ISO 27001 Information Security 10 Management System (ISMS) Attach Relevant 02. ISO 9001 Quality Management 10 Certificates System (QMS) Sub Total (C) 20

EC (1) = A + B + C

8.2.5 Experience of the Firm (EC2): The experience of each firm will be evaluated on the following factors:

S.No Item Score 1. Number of GIS Projects (D) 250 2. Volume of similar Cadestral Projects 150 (E) Total (D+E) 400

8.2.2.1 Number of Projects (D) Scoring in this segment is done on the basis of following formula: Marks No. of Score Max Parameter

Bidder’s Experience Assigned for projects obtained Marks each Project executed (G*H) (G) (H)

GIS Projects related to Land Record in Attach Government Sector which includes the Completion following activities: - Certificate  Field Survey using GPS/DGPS OR equipment’s to collect reference points Work Order (area 30 – 200 Sq Km). OR  Digitization of Cadastral Map using 20 100 Contract High Resolution Satellite Imageries Agreement  Development of GIS Application for OR viewing, editing and managing of Any Other cadastral map and linkage with Record Certified of Rights. Document

19

Development & Deployment of GIS 10 100 applications other than Land Record

Land Developed & RevenueMIS Deployed LRMIS 10 30 (LRMIS) Project Application Digitization of Land Record i.e. 5 20 Scanning & Data Entry of record Sub-total (D) 250

8.2.2.2 Volume of Similar Assignments (E)

One aspect of the firm’s ability to undertake any given assignment successfully is whether the similar assignments i.e. GIS Solution for Land Record Projects, it executed is also comparable in terms of cumulativevolume and value of GIS Projects: -

Criteria Marking Criteria Marks Parameter Cadastral Mapping of Land Parcels Above 1,000,000 50 Attach Completion Land Parcels with all 500,000 to 1,000,000 25 Certificate OR Work given attributes 300,000 to 500,000 15 Order (including) dimensions ORContract Agreement and or spatial object mentioning the number using parcel fabrication of digitized land parcels technique using parcel fabric technique ORAny Other Certified Documents Digitization of Land Land Parcels Above 1,000,000 50 Attach Completion parcels using 500,000 to 1,000,000 25 Certificate ORWork dimensions and 300,000 to 500,000 15 Order attributes method i.e. ORContract Agreement Geo-referenced mentioning the area in cadastral map acres/sq. km of digitized cadastral maps using conventional methodORAny Other Certified Documents Value of the Project Above 700 Million 25

20

500 to 700 Million 10 Attach Completion 200 to 500 Million 5 Certificate OR Work Order ORContract Agreement mentioning the value of the projectsORAny Other Certified Documents GIS experts deployed Above 20 15 Attach Attested Payroll for the projects 15 to 20 10 of the employees with contact details paid 10 to 15 5 during the assignment Status of GIS Lab Above 100 Workstations 10 Valid Documents to functioning within the 50 to 100 5 authenticate the firm for digitization in 10 to 50 2 functional GIS Lab parcel fabrication along with the installed dataset modeli.e. licensed GIS tool licensed tools for GIS development Sub-total (E) 150

EC (2) = D + E

8.2.3 Project Team (EC 3): This section of the evaluation rates the team nominated by the firm to execute the assignment. For this, each CV of following Human Resource will be evaluated separately on the basis of education and past experience. 8.2.3.1 Human Resource Capability: -

S.No Position No. of Maximum Resources Marks 01. Project Manager 01 20 02. GIS Specialist 01 10 03. Land Revenue Specialist (Retired Revenue Officer in BS-16 or higher with 02 2 * 10 = 20 domain knowledge) 04. GIS Application Development Manager 01 10 05. GIS Development Manager 01 10

21

06. Geodatabase Developer 02 2 *10= 20 07. GIS Analyst/Geospatial Data Engineers 08 5 * 8= 40 08. GIS Application Developer 04 5 * 4= 20 09. I.T Specialist 01 10 10. Communication Specialist 01 5 11. DGPS Survey Manager 01 15 12. DGPS Survey Specialist 04 5 * 4 = 20 Total Marks 200

All firms are to be evaluated for a similar sized project team.

Each CV submitted by the firm is evaluated on three criteria:

S. No. Criteria Scores i. Relevant Education & Qualification (I) 20 ii. Relevant Background (J) 70 iii. Time with Firm (K) 10 Total (I+J+K) 100

8.2.3.2 Education & Qualifications (I)

Each individual is ranked on: S. No. Criteria Weightage 1 Relevant Academic Qualifications 10 2 Relevant Professional certification 15 Total (I) 25

i. Relevant Academic Qualification S. No. Criteria Weightage % age share 1 Bachelor/Master Degree in 15 80 GIS/Geoinformatics (16 Years Education)

22

2 MS Degree in 20 100 GIS/Geoinformatics (18 Years Education)

(Note: - For Revenue Specialist Maximum Marks will be given on 12 years of Education i.e. 20 Marks (Bachelor/Master/MS degrees not required) (Note: - For DGPS Survey Manager and DGPS Survey Specialists, registration from the Survey of Pakistan in individual category is mandatory)

ii. Relevant Professional Certification If the individual has a relevant professional certification by a recognized body that is relevant to his/her role in the assignment, full score (20%) will be given. (Note: - For Revenue Specialist, Patwar Training School Certificate or Government Retirement proof is required)

8.2.3.3 Relevant Background (J) Relevant background for each individual is evaluated on four factors: S. No. Item Weightage 1 Number of similar assignments (In past 10 yrs.) 25% 2 Value of largest similar assignments (In past 10 yrs.) 15% 3 Role in similar assignments 30% 4 Time Spent in similar assignments (In past 5 yrs.) 30%

i. Number of Similar Assignments The number of similar assignments, (N) listed on the individual’s CV for the past 10 years will be compared with a base value (Ts = 5) Sub‐component score = (N / Ts) x 25% Max score awarded for this sub component is 25%. ii. Value of Largest Similar Assignment The value of the largest similar assignment listed on the individual’s CV for the past 10 years is compared to the present assignment. The grading is then done according to the following table: Value in comparison to present Grade (G) assignment 80%+ 100%

23

50%‐80% 65% <50% 30% Sub‐component score = G of 15%

iii. Role in Similar Assignments The role of the individual in previous similar assignments listed on his/her CV is compared to the proposed role in the present assignment. The grading is then done according to the following table: Grade (G) Role in number of similar Project 2 or more 1 Exactly similar 100% 65% Support role to similar 65% 42.25% Slightly similar 30% 19.5% Sub-component score = G of 30% iv. Time Spent in Similar Assignments Time spent by the individual on similar projects in man-months (N) will be compared with the total number of possible man-months in the past 5 years, i.e. 60 months. Sub-component score = (N/60) x 30%

8.2.3.4 Time Spent with Firm (K)

If an individual has been working with the bidding firm for 12 or more months, he/she will be given 10 marks, otherwise 0. EC 3= (I+J+K)

8.2.4 Approach & Methodology (EC 4): This section will evaluate the firm’s solution to the TOR’s. This section comprises two sub sections, i.e. a) Understanding & Innovativeness b) Methodology Item Weighted Score Understanding 30 Innovativeness 30

24

Methodology 30 Each section contains several questions that can be given either of the following grades depending on the content of the technical proposal: Grade (G) Quality (Q) Weight (W) A Excellent 5 B Good 3 C Average 2 D Absent 0

8.2.3.1 Understanding and Innovativeness (L)

S. No. Criteria Grade 1 Demonstrate your proven track record in conducting similar large complex GIS Project related to Land Record 2 Explain your experience of the GIS applications related to land records for other government departments 3 Demonstrate your proven track record in executing the projects which are related to land parcels digitization by using the parcel fabric dataset model 4 Demonstrate your proven track record regarding the issues/problems raised in the project and measures taken to mitigate the problem. 5 Prove your experience of building land maps of unsettled areas/missing mussavies areas and its digitization at khasra level 6 Explain the proven experience in mobile and web application development and integration of the field data with the land record GIS data layers. Also elaborate the mobile applications developed in past and its concurrent users; with an offline functional mode with inbuilt support for GIS maps and data Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 6, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score= (N/6) x 30

25

8.2.3.2 Methodology (M) S. No. Criteria Grade

1 Outline your Methodology for Designing, managing and implementation of this project keeping in mind the scope of work and the unique nature of the records. Include the following in your Project Management Methodology: - . Your Vision for the Land Record Digitization. . Project Team Structure . Field survey and data integration methodology . Parcel fabrication details . Quality Assurance and Quality Control 2 Detail how you intend to prepare records for scanning (include unbinding, repairing, cleaning, rebinding as necessary) and highlight the manpower and time required for this process & strategy for missing musavees and unsettled areas.

3 Describe your management expertise and processes required to develop a coherent program to complete the activity, and to keep the project on track, on time and within the specified cost. (Detailed Work Plan)

4 Provide details of application(s) design parameters.

5 Explain how the information security will be ensured and the storage, backups and retrievals are disaster proof

Step 1: Each grade is converted into its weight (W) and added up to get a total score (N). Step 2: N is divided by 5, i.e. the maximum attainable score, and multiplied with the component weight to get the component score: Component score = (N/6) x 30 EC 4 = L+ M

26

8.2.5Equipment Available (EC 5): This section will evaluate the firm’s resources in the form of equioent available with the firm.

Equipment Weighted Score UAV 35 GPS 20 Total Station 15 Workstation/computers 30

EC 5 = G+H

TOTAL TECHNICAL SCORE: EC1+EC2+EC3+EC4+EC5

Note: Minimum 65 % is required in Technical Bid evaluation for further consideration. The score given by the Evaluation Committee of the Department shall be final and binding on all the bidders. Keeping in view the availability of time, the vendors may also be asked to provide presentation on the following:

. Company Profile . Understanding of scope of work and requirements . Approach & Methodology (AM) for operations/execution, maintenance and Quality of service . Proposed data entry plan and quality management. . Risk Identification & Mitigation Plan

8.3 Evaluation of Financial Proposals / Bids . For financial evaluation, the total cost indicated in the Financial Proposal will be considered. . The Selection Committee will determine whether the Financial Proposals are complete. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the ToRs within the total quoted price shall be that of

27

the Vendor. The lowest Financial Proposal will be considered as the most advantageous bid.

9. APPOINTMENT OF VENDOR

9.1 Verification of Infrastructure by the Board / Committee members on vendor’s site:The Vendor will provide the under mentioned details as part of Technical Bid:

. Number of hardware with make, model and technical specs to be used in establishment of Lab.

 Number of personnel to be engaged for the project. If currently not employed, then strategy to reach that number (if fails torecruit these personnel before award of the project, then the bidder is liable to lose the contract).

. List of legal software(s) (with number). Legal Software compliance is to be ensured.

. Before the award of the contract, user may visit the facilities of the short-listed Vendor / company and verify the plan as submitted.

9.2 The Client will examine the CVs of all other Professional Personnel and those not found suitable shall be replaced by the Bidder to the satisfaction of the Department.

9.3 Substitution of Key Personnel

9.3.1 The Client will not normally consider any request of the Selected Bidder for substitution of Key Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel and any change therein may upset the ranking. Substitution will, however, be permitted if the Key Personnel is not available for reasons of any inability or due to health, subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client.

9.3.2 The Client expects all the Key Personnel to be available during execution of the Project. The Client will not consider substitution of Key Personnel

28

except for reasons of any inability or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction of the Client. As a condition to such substitution, a sum equal to 20% (twenty percent) of the remuneration specified for the original Key Personnel shall be deducted from the payments due to the Bidder. In the case of a second substitution hereunder, such deduction shall be 50% (fifty per cent) of the remuneration specified for the original Key Personnel. Any further substitution may lead to disqualification of the Bidder or termination of the Agreement.

9.3.3 Substitution of the Team Leader will not normally be considered and may lead to disqualification of the Bidder or termination ofthe Agreement.

`10. Award of Work

After selection, a Letter of Award (“LOA”) shall be issued, in duplicate, by the Client to the Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, the Client may, unless it consents to extension of time for submission thereof, appropriate the Earnest Money of such Bidder as mutually agreed genuine pre-estimated loss and damage suffered by the Client on account of failure of the Selected Bidder to acknowledge the LOA, and the next highest ranking Bidder may be considered.

11. Execution of Agreement

After acknowledgement of the LOA as aforesaid by the selected Bidder, it shall execute the Agreement within the specified period. The Selected Bidder shall not be entitled to seek any deviation in the Agreement.

12. Commencement of Assignment

The Selected Bidders shall commence the Services at the Project site within 7 (seven) days of the date of the Agreement or such other date as may be mutually agreed.

29

a. Proprietary Data/Ownership

SoP has the intellectual Property Rights for all the Requirement Analysis Report, Proforma /templates,Digitized Map and Applications. Bidders are not authorized to use these documentsfor any other purpose without the express written permission of SoP.

13. TERMS OF REFERENCESFOR CADASTRAL MAPPING – CDA (19 X DEVELOPED SECTORS & 22 UN-DEVELOPED SECTORS)

13.1 SCOPE OF WORK

The proposed Land Records Management and Information System – Urban would include Digital Cadastral Mapping of CDA (19 X Developed Sectors & 22 Un-Developed Sectors)

13.2 OBJECTIVES/RESPONSIBILITIES OF FIRM

1) The firm should be responsible for the provision of the latest high-resolution (10-15 cm)UAV ortho-rectified imagery. 2) The UAV ortho-imagery will be verified/validated by SoP before use for cadastral mapping. 3) The firm should be responsible for collection of all necessary revenue record required for cadastral mapping of the Project area. 4) The Firm will be responsible for the stitching and mosaicking of mussavies using UAV imagery. 5) The Firm shall perform digitization at parcel level; through parcel fabric dataset model prepared by SoP. 6) The firm is responsible to develop mouza boundaries using notifications and mussavies data. 7) High precision RTK GNSS based field surveys should be conducted by the firm for the collection of reference data and verification of the digitized work. 8) The firmwill complete all the associated datasets with parcels / administrative boundaries by following given Data Model.

a. (10-15 cm) UAV ortho-rectified imagerynot older than 01 Feb 2021. b. Accuracy upto 10 cm c. All land record information (as per LRMIS used by BoRs & SoP)

13.3. Digitization Using Parcel Fabric Dataset Model

30 13.3.1 Scanning and Indexing of Record Scanning and indexing will be carried out of cadastral maps of Project Area.The scanned record Mussavie shall be stored in high resolution tiff format. 13.3.2 Mosaicking and Stitching ofmussavies The Firm will be responsible for the stitching and mosaicking of mussavies. High resolution latest UAV imagesshall be used for project. The UAV images/aerial photography shall be geo-referenced with accuracy for Urban areas better than 10cm so that it supports accurate measurements and referencing. This is an essential step as will lead to the accurate overlay analysis of UAV images/aerial photography/mouza boundaries and field data points. The Firms are required to provide an accuracy assessment report with Root Mean Square (RMS) detail, missing or damaged sheets of the project area. The UAV images/aerial photography must cover area within the boundary of the project of CDA (19 X Developed Sectors & 22 Un-Developed Sectors). 13.3.3 Ortho-rectification of UAV images/aerial photography The firm will be responsible to procure high resolution latest UAV images/aerial photography as per given requirement. The images must be precisely corrected geometrically and radiometrically to make orthorectified. For the spatial reference of mussavies, in case of unavailability of revenue stones / sehaddas, the firm shall send the surveyors to the field to collect reference points for main features identifiable through UAV images/aerial photography.All the mouza mosaics shall be geo- referenced using high resolution UAV images/aerial photography and must be overlaid inch to inch on the UAV images/aerial photography. 13.3.4 Digitization Using Parcel Fabric Dataset Model The Firm shall perform digitization at khasra/parcel level; through parcel fabrication dataset model by preserving all features and attribute data of vertices, lines, polygons and dimensions with units in the geo-database for Desktop with all the attribute information related to the parcel of landin WGS-84 with UTM Projection System. While storing the attribute information, the textual details on the mussavies shall be stored in the GIS database. The Firm shall be responsible to digitize all the features present on mussavie maps i.e. parcel boundaries, roads, water channels, graveyards, and other similar features by following given data Model. However, the missing landmarks in mussavies (latest developments) shall be digitized and stored as separate layer. The mouza boundary, khasra extent with parcel fabricated details of number, line, polygon and dimensions shall be digitized. Khasra data parcel fabrication model shall incorporate data in a way that the khasra is stored as polygon and also separate lines with details of sides, dimensions and numeric values.

31 The Firm will be responsible for parcel level mapping and parcel fabrication. The firmwill be responsible for the scanning and attribute entry of all the property/ownership documents of the project area within the project duration. The firmwill be responsible for door to door survey for the collection of property/ownership documents. It is required to design and submit survey plan and comprehensive survey form to client which include information of registered deed, PTD, PT1, Fard, PTO, lessee, tenant etc. The firm shall develop a detailed base map of the project area by following SoP data model including road network, house hold level,streets, footpaths, agriculture fields, barren land, forests, pastures, irrigation network etc.The road network shall include Urban Roads, with unique numbers / code assigned to each road / link. The attribute information related to road segments like road length, road width, traffic flow (one way- two way). Household level mapping must include residential, commercial, government buildings, public buildings etc. whereas, public building include schools, hospitals, post offices, parks, police stations etc. After the development of base data and integration of secondary information with base data, topology correction tools shall be used to check all type of topological errors that shall be corrected in GIS environment. All type of errors such as connectivity, nodes, missing linkages, duplicate lines/data entry, mismatching of vertices, badly shaped vector, missing knots at intersection, too many vertices in line, switchbacks and topological errors as overshoot, knots, loops, undershoot and dangle, etc. shall be checked and corrected in GIS environment. After the development of base data and integration of secondary information with base data, all the digitized vector data (points, lines and polygons) shall be checked for Quality Assurance in the field. 13.3.5 Standards for Positional Accuracy: The following standards will be used to define minimally acceptable levels of differential relative positional accuracy required for Cadastral Survey. a. Local Accuracy Standards: 95% Confidence Circle Application Less than 0.050 (m) Cadastral Project Control Less than 0.100 (m) Cadastral Measurements b. Network Accuracy Standards: 95% Confidence Circle Application

32 Less than 0.100 (m) Cadastral Project Control Less than 0.200 (m) Cadastral Measurements

14. Support Period

The Firm has to provide support for a period of one year after the completion of Project. 15. Project Tiime: 6 month from date of signing of Contract Agreement 16. Monitoring of Work: The monitoring to check quality / progress of work will be carried out by SoP team as follow: c. Inspection of UAV aerial photography d. Inspection of pilot project e. Monthly inspection of work

17. Deliverables a. Parcel level vector layersuperimposed on Geo-rectified/ortho-rectified UAV images/aerial photography. b. Geo-database of complete project area on portable storage media with proper indexing. c. Raster and Vector data with complete set of information as mentioned in this document. d. Hard copy of all the documents / record used in the project. e. Monthly progress reports and final project report. f. Miscellaneous

33 Technical Forms

Form TECH-1: Technical Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sir:

We, the undersigned, offer to provide the Project Management consulting services for [Insert title of assignment] for (Package) in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Project Management Consultant] We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Project Management consulting services related to the assignment not later than the date indicated in the schedule.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

34 B – Experience of Firm

[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment.]

Assignment name: Approx. value of the contract (in PKR):

Country: Duration of assignment (months): Location within country:

Name of Client: Total No of staff-months of the assignment:

Address: Approx. value of the services provided by your firm under the contract (in PKR):

Start date (month/year): No of professional staff-months Completion date (month/year): provided by associated Firm:

Name of associated Firm, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

35 Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Firm’s Name:

36 Form TECH-2:

Comments and Suggestions on the Terms of Reference

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

37 Form TECH-3: Description of Approach, Methodology and Work Plan for Performing the Assignment

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (descriptive, inclusive of charts and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing, a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-8.

c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the

38 assignment, the key expert responsible, and proposed technical and support staff.]

39 Form TECH-4: Team Composition and Task Assignments

Professional Staff

Area of Position Name of Staff Firm Task Assigned Expertise Assigned

40 FORM TECH-5 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF 1. Proposed Position [only one candidate shall be nominated for each position]: ______2. Name of Firm [Insert name of firm proposing the staff]: 3. Name of Staff [Insert full name]:______4.Date of Birth: ______Nationality: ______5.CNIC No : ______6. Education: Degree Major/Minor Institution Date (MM/YYYY)

7. Membership of Professional Associations: ______8. Other Training [Indicate significant training since degrees under 6 - Education were obtained]: ______9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: ______10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment on the following format: Employer Position From To (MM/YYYY) (MM/YYYY)

41

11. Detailed Tasks Assigned [List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

1) Name of assignment or project: ______Cost:______Year: ______Starting Date:______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

2) Name of assignment or project: Cost: ______Year: ______Starting Date: ______Completion Date: ______Positions held: ______Actual time spent on the project: ______in months. Location: ______Client: ______Main project features: ______Activities performed: ______

42

[Unroll the project details group and continue numbering (4, 5, …) as many times as is required]

13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

[Signature of staff member or authorized representative of the staff] ______

Full name of authorized representative (attach authority letter): ______Date: (Day/Month/Year)______

43

Form TECH-6: Abstract of Eligible Assignments of Key Personnel

Name of Estimated Designation of Date of Name of firm for S.No. Name of capital cost of the Key Person compensation of Mandays Project which the Client project (PKR) for the assignment spent Key Person assignment worked

(1) (2) (3) (4) (5) (6) (7) (8)

1

2

3

4

5

44

6

7

8

45

Form TECH-7 Staffing Schedule

Staff input (in the form of a bar chart)2 Total staff-month input Name of Staff First Second Fourth Quarter Third Quarter Quarter Quarter Qtr 1 2 3 1 2 3 1 2 3 1 2 3 Total . 1 2 3 4 5 n Total 1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). 2 Months are counted from the start of the assignment. Full time input Part time input

Form TECH-8: Work schedule and planning for deliverable

Months N° Activities 1 2 3 4 5 6 7 8 9 ..... n TOTAL

47

1 List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Client’s approvals. For phased assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in a form of a bar chart.

3. Include a legend, if necessary, to help read the ch

48

Financial Forms Form FIN-1 Financial Proposal Submission Form

[Location, Date] To: [Name and address of Client]

Dear Sirs: We, the undersigned, offer to provide the Project Management Consultancy services for [Inserttitle of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

49 Form FIN-2 Financial Capacity of the Bidder

S. No. Annual Revenue (PKR) Financial Year

1.

2.

3.

Certificate from the Statutory Auditor #

This is to certify that ...... (name of the Bidder) has received the payments shown above against the respective years on account of Professional Services/Consultancy Fees.

Name of the audit firm: Seal of the audit firm: Date:

(Signature, name and designation of the authorized signatory)

# In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Bidder.

Note: Please do not attach any printed Annual Financial Statement. 50 Form FIN-3: Summary of Cost

S.No. Deliverables Unit Total Price inclusive of all leviable taxes and duties (Rs.)

1 Cadastral Mapping Per Mauza (No. of Mouza at Annex-C)

2 UAV images/aerial photography Sq. Km.

3. Software Development Lumpsum

4. Minimum 14000 Ground Per Point Control Points (GCP) using DGPS equipment

5. Support Period for One Year

1 Indicate the total costs, inclusive of all taxes i.e. ( Income Tax , Services Tax of BRA etc) .

51 DEVELOPMENT STATUS OF ISLAMABAD SECTORS Ü

I I I

e Margalla Hills National Park n o F-5 RED ZONE

F-6 Z E-7 DIPLOMATIC ENCLAVE E-8 F-7 G-5 E-9 G-6 F-8 D-11 E-10 G-7 D-12 A-17 C-13 F-9 Park RawalLake E-11 C-14 D-13 G-8 F-10 I E-12 NATIONAL PARK B-17 C-15 D-14 e G-9 F-11 n C-16 E-13 o H-8 D-15 Z G-10 C-17 F-12 E-14 H-9 Kourang River D-16 G-11 F-13 I-8 E-15 H-10 D-17 G-12 F-14 I-9 E-16 I I H-11 G-13 e F-15 I-10 E-17 n H-12 o G-14 Z F-16 I-11 H-13 G-15 CMT Golra F-17 I-12 H-14 G-16 H-15 G-17 I-14 H-16

I-15 H-17 Legend I-16

I-17 Developed Partial & Un-Developed

SURVEY OF PAKISTAN CORRIGENDUM

Reference to Tender No.TS439991E under the Project “Reforming and Modernization of Cadastre of Cities (Karachi, Lahore and Islamabad) and State Lands in Pakistan” uploaded on PPRA website on 30-12-2020 published in newspaper on 31-12-2020. Financial Bid must be submitted with and without cost of acquisition of Revenue record / layout plans etc. for cities & state land and satellite imagery for state land of all provinces.

(MUHAMMAD TANVIR) Chairman Purchase Committee Survey of Pakistan Faizabad,Rawalpindi

SURVEY OF PAKISTAN Rawalpindi

INVITATION TO BID

Survey of Pakistan, a National Surveying & Mapping Agency invites sealed bids under the Project titled “Reforming and Modernization of Cadastre of cities (Karachi, Lahore and Islamabad) and State Lands in Pakistan” under Single Stage- Two Envelop procedure from the firms registered with Income Tax & Sales Tax Departments for Cadastral Mapping of following areas: i) Cadastral Mapping of Karachi City Zone-A ii) Cadastral Mapping of Karachi City Zone-B iii) Cadastral Mapping of Lahore City Zone-A iv) Cadastral Mapping of Lahore City Zone-B v) Cadastral Mapping of Statelands Sindh (Division Wise) vi) Cadastral Mapping of Statelands Khyber Pakhtunkhwa (Division Wise) vii) Cadastral Mapping of Statelands Punjab (Division Wise) viii) Cadastral Mapping of Sectors in CDA Islamabad

2). For Cadastral mapping of Statelands, the bids will be submitted for each Division of Provinces separately. Firms can apply for Cadastral Mapping of Statelands in one or more Division depending upon their capacity. Bidding documents, containing detailed terms and conditions, technical specifications, method of procurement, procedure for submission of bids, bid security, evaluation criteria, performance guarantee etc., are available for the interested bidders at website of Public Procurement Regulatory Authority, which can be downloaded. 3). The bids, prepared in accordance with the instructions in the bidding documents, must reach at Survey of Pakistan, Faizabad Rawalpindi duly addressed to the Chairman Purchase Committee on or before 18-01-2021 at 12:00 hrs. Bids will be opened on the same day at 12:30 hrs. This advertisement is also available on PPRA’s website at www.ppra.org.pk and Survey of Pakistan website www.sop.gov.pk.

(Muhammad Tanvir) Director Directorate of Photogrammetry Chairman Purchase Committee 051-9290217