Revenue Department
Govt. of Gujarat
SSeettttlleemmeenntt CCoommmmiissssiioonneerr && DDiirreeccttoorr ooff LLaanndd RReeccoorrddss
DDrr.. JJiivvrraajj MMeehhttaa BBhhaavvaann,,
BBlloocckk NNoo.. 1133,, 33rrdd FFlloooorr,, OOlldd SSaacchhiivvaallaayyaa
GGaannddhhiinnaaggaarr--338822 001100
RREEQQUUEESSTT FFOORR PPRROOPPOOSSAALL ((RRFFPP))
FFOORR RREE--SSUURRVVEEYY OOFF AANNAANNDD && OOTTHHEERR SSEEVVEENN
DDIISSTTRRIICCTTSS OOFF GGUUJJAARRAATT SSTTAATTEE
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
2
PART-1
Table of Contents
A. RFP SCHEDULE ................................................................................................................ 7
B. STRUCTURE OF THE RFP................................................................................................ 8
1 INTRODUCTION ............................................................................................................... 9
1.1 BACKGROUND ................................................................................................................. 9
2 VISION AND OBJECTIVES ............................................................................................ 10
2.1 VISION............................................................................................................................ 10
2.2 OBJECTIVES .................................................................................................................. 10
3 LAND RECORDS INFORMATION IN GUJARAT.......................................................... 11
3.1 PRESENT SYSTEM ........................................................................................................ 11
3.2 DEPARTMENT STRUCTURE ......................................................................................... 12
3.3 DRAWBACKS IN THE PRESENT SYSTEM & NEED FOR RE-SURVEY...................... 16
4 SCOPE OF WORK AND CONTEXT OF PROJECT......................................................... 18
4.1 SCOPE OF WORK............................................................................................................ 18
4.2 DELIVERABLES ............................................................................................................. 19
4.3 PROJECT AREA DETAILS............................................................................................. 22
4.4 APPROCH TO SURVEY………………………………………………………………….23
4.5 PILOT IMPLEMENTATION............................................................................................ 27
5 ROLES AND RESPONSIBILITES: .................................................................................. 28
5.1 RESPONSIBILITIES OF COMMISSIONER, SC&DLR ................................................... 28
5.2 RESPONSIBILITES OF AGENCY................................................................................... 29
6 SURVEY METHODOLOGY & DELIVERABLES........................................................... 30
6.1 TECHNICAL SPECIFICATIONS FOR SURVEY & DIGITISATION OF LAN SURVEY30
6.2 SURVEY PROCESS ......................................................................................................... 30
6.3 SURVEY OF GOVERNMENT LANDS .......................................................................... 33
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
3
6.4 GENERATION OF DRAFT LPM AND DISTRIBUTION .............................................. 33
6.5 OBJECTIONS HANDLING............................................................................................. 34
6.6 PROMULGATION OF SURVEY RECORDS.................................................................. 34
Output Guideline for agency..................................................................................................................... 35
Annexure I Ground Control Network & Monumentation ........................................................... 37
Annexure II Formats for Graphical Record ................................................................................ 42
Annexure (III)Choice of Software and Standards……………………………………..................45
Annexure IV Reports Sample Templates ................................................................................... 47
Annexure V Data Collection Sample Templates ........................................................................ 58
District Maps ..................................................................................................................60
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
4
Disclaimer
The information contained in this Request for Proposal document (hereinafter referred to as “RFP”) or
subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on
behalf of the Settlement Commissioner & Director of Land Records (hereinafter referred to as
“SC&DLR”), (the “Authority”) or any of their employees or advisors, is provided to Bidder(s) on the
terms and conditions set out in this RFP and such other terms and conditions subject to which such
information is provided.
The purpose of this RFP is to provide interested parties with information that may be useful to them in
making their financial offers pursuant to this RFP (the "Bid"). This RFP includes statements, which
reflect various assumptions and assessments arrived at by the SC&DLR in relation to the Project.
Such assumptions, assessments and statements do not purport to contain all the information that each
Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the
SC&DLR, its employees or advisors to consider the investment objectives, financial situation and
particular needs of each party who reads or uses this RFP. The assumptions, assessments, statements
and information contained in this RFP, may not be complete, accurate, adequate or correct. Each
Bidder should, therefore, Conduct its own investigations and analysis and should check the accuracy,
adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and
information contained in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. The
SC&DLR accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on
law expressed herein.
The SC&DLR, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations
or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or
expense which may arise from or be incurred or suffered on account of anything contained in this RFP
or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP
and any assessment, assumption, statement or information contained therein or deemed to form part of
this RFP or arising in any way in this Bid Stage.
The SC&DLR also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP.
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
5
The SC&DLR may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this RFP.
The issue of this RFP does not imply that the SC&DLR is bound to select a Bidder or to appoint the
Selected Bidder, as the case may be, for the Re-survey Project of Anand & other Seven Districts
and the SC&DLR reserves the right to reject all or any of the Bidders or Bids without assigning any
reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission of its
Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with
any demonstrations or presentations which may be required by the SC&DLR or any other costs
incurred in connection with or relating to its Bid. All such costs and expenses will remain with the
Bidder and the SC&DLR shall not be liable in any manner whatsoever for the same or for any other
costs or other expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the
conduct or outcome of the Bidding Process.
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
6
IMPORTANT INSTRUCTIONS
The Anand & other Seven Districts Re-survey project tender is being done using the Electronic
Tender (E-tender) System provided by (n)Code Solutions. Bidders should note the following:
1. Bid Security/EMD should be submitted in hard copy in Envelope 1 and details of this are to be
provided in the format specified in E-tender system.
2. Tender fee should be submitted in form of a Demand Draft in Envelope 2 and details of this are to
be provided in the format specified in E-tender system.
3. Technical bid is to be submitted in both hard copies as well as through E-tender system, using
specified formats in the RFP.
4. Commercial bid is to be submitted ONLY through the E-tendering system and NO HARD COPY
of Commercial bid submitted will be accepted.
5. Bidder should note that a training program on the E-tendering system will be held at the time of
pre-bid meeting - to familiarize bidders with the system and help them in the electronic
submission. Hence it is recommended that bidders should attend the pre-bid meeting.
6. It is also very important that bidders familiarize themselves with the E-tender system well in time
for the submission as to avoid any doubts which could come up in the last minute and prevent
timely submission.
7. It is also to be noted that bids should compulsorily be submitted as mentioned in pts. 1 to 4 (in
hard copy and soft copies – as per the instructions and the submissions shall be as per the dates
and time mentioned in the RFP schedule). Even if the hard copy is submitted on time, but the
electronic submission was not done on time, such bids will be treated as late bids and will not be
opened.
8. In case bidder needs any clarification or if training required for participating in online tender, they
can contact the following office:-
(n) code Solutions-A division of GNFC Ltd.,
(n)Procure cell
403, GNFC Info tower, S.G. Road, Bodakdev,
Ahmedabad – 380054 (Gujarat)
Toll Free: 1-800-233-1010 (Ext. 501,512,517)
Phone No. 079-26854511, 26854512, 26854513,30181689 Fax: 079-26857321 Email: [email protected]
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
7
A. RFP SCHEDULE The deadlines for all the various activities are as follows:
S.No. Key Activities Date
1. Issue Request For Proposal (RFP) 23-02-2011 11.00 Hrs.
2. 2. Last Date for Issue of Request For Proposal (RFP) 15-03-2011 14.00 Hrs.
3. Last date for Submission of Written Questions by bidders
for pre-bid conference 26-02-2011
4. Pre- Bid Conference 28-02-2011
5. Response to bidder Questions 2-03-2011
6. Last Date for Submission of Proposals 16-03-2011 14.00 Hrs
7. Opening of Pre-Qualification Bid 16-03-2011 16.00 Hrs
8. Date of opening the Technical Proposals 17-03-2011
9. Bidder Presentations
tentative date
19-૦૩-2011
10. Technical Marks announcement and opening of the
Commercial Proposals 22-૦૩- 2011
Venue:
Settlement Commissioner and Director of Land Records
Dr. Jivraj Mehta Bhavan, Block No. 13,3rd Floor,
Old Sachivalaya. Gandhinagar-382 010
Email id: [email protected]
[email protected]: +91-79-23257664
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
8
B. STRUCTURE OF THE RFP This Request for Proposal (RFP) document for ANAND & OTHER SEVEN DISTRICTS & other
Seven Districts Land Re-Survey Project consists of two volumes comprising -
PART- I: Introduction & Technical Specifications
This volume consists of the following content:
1. Introduction
2. Vision and Objectives
3. Land Records Information in Gujarat
4. Scope of Work and Context of project
5. Roles and Responsibilities
6. Survey Methodology and Deliverables
7. Annexures
PART- II: Bid Process, Commercial and Legal specifications
This volume consists of the following content:
1. General Conditions of Contract
2. Instruction to Bidders
3. Detailed Submittal Requirements
4. Annexures
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
9
1 INTRODUCTION
Settlement Commissioner & Director of Land Records, Government of Gujarat is soliciting
proposals from qualified Survey and Mapping firms to undertake land resurvey and create updated
land records, for Anand & other Seven Districts , as detailed further in this RFP document.
1.1 BACKGROUND
The original land survey of various districts of the State of Gujarat was done more than 100 years
back. The survey which was done in the late 19th and early 20th century (1880 – 1915) was done
manually and with the survey techniques available at that time. Normally re-survey is to be done
every 30 years, but for various reasons no re-survey in State of Gujarat has been carried out, with
the result that the survey records are not only very old, fragile and inaccurate but also around 20 to
25% of the records have been lost. Available records also, to some extent, have no commensuration
with the ground realities.
Accurate and updated land records are one of the prerequisite social and economic infrastructures
required for rapid economic development. The importance of Land information cannot be over
emphasized. Land records provide the basis for:
Recognition of owner’s title, boundaries and usage
Collection of all land and property based levies, like Property Tax, Vacant Land Tax,
Water Tax, etc.
Planning for Govt. developmental and welfare activities
Providing a database for various government & non-government users
The state government, on approval from Government of India has approved a project of Land Re-
survey for Anand & other Seven Districts District . This land re-survey project is to be carried out
completely by outsourcing the re-survey activities. The preparation of the land records based on the
new survey is also to be done by outsourcing under the direct supervision of this department. The
project is most likely to be extended for the whole of the state and the central government has
indicated that re-survey for all the districts of the state should be completed by the end of the
Twelfth Five- Year Plan.
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
10
2 VISION AND OBJECTIVES
2.1 VISION
To undertake detailed resurvey in ANAND & OTHER SEVEN DISTRICTS , and create updated land
records including textual and spatial information, enabling establishment of a system which will help
in the continued maintenance of updated land records and provide ready and smooth access to
required information to all stakeholders – including Citizens and Government.
2.2 OBJECTIVES
Creation of an updated Cadastral and Title database through a re-survey & measurement and Title
verification process.
Creating an integrated view of textual and graphical information on land records.
Replace manual records with digital records, update the records and ensure consistency of
information across the departments.
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
11
3 LAND RECORDS INFORMATION IN GUJARAT
3.1 PRESENT SYSTEM
The Government, through its organization, performs mainly two functions:
Maintenance and updation of land records (textual records, including village form no 6,
Hakpatrak and Village Form no 7/ 12 (Satbara-detail of record of ) and Spatial records namely
village maps and field measurement books commonly known as Tippans in rural areas.
Maintenance and updation of the textual and the spatial records in urban areas. In urban areas,
the textual record is commonly known as the Property Card.
In rural areas, the textual record is maintained and updated by the Taluka Mamlatdars at Taluka
level. Earlier this record was maintained at village level by village Talati.
CREATION OF DIFFERENT LAND RECORDS
The Land Record starts with the field survey of land in possession and cultivated by farmers. The
original survey (the survey for the first time) for the areas under present state of Gujarat had been
carried out from 1880 – 1915. The technology used for the survey was chain and cross staff. The
measurements for each field were written (not drawn on the map) on a paper which is known as the
Tippan for that particular parcel of land. This parcel of land was assigned a unique number and was
known as the survey number of this land parcel. The area based on the measurements taken for the
land parcel was calculated manually by using a ready reckoner. The calculations of the area of land
parcels have been preserved in a land record known as Gunakar books. The survey number, its area,
the occupant of this parcel and various other characteristics of this land parcel were tabulated in a
land record known as the Aakar Bandh. The sum total of the areas of all survey numbers in a village
not only gave the total area of the village, but also the land area under various categories such as the
cultivated land, the cultivable land, the uncultivable waste land, land under roads and other public
purposes.
The spatial record was also prepared by drawing the map of the land parcel based on the
measurements recorded in the tippan of the survey number. All these sketches/ maps of all the
survey numbers of the village were mosaiced to generate the village map. The survey number, its
area and the occupant recorded at the time of survey was used to generate the village form no 7/12.
The mutations (i.e. The change in ownership due to sale, the death of the occupant, etc) and any
encumbrances on this land like bank loan, mortgages, etc are also recorded in village form no 7/12
and mutation register i.e. Village form no 6 of that village.
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
12
UPDATION OF LAND RECORDS
Wherever any change in the ownership or other rights on a survey number takes place on the land
parcel as a whole, i.e. without requiring any change in the area of the survey number, it is carried
out in village form number 7/ 12 and village form no 6 only. However, there are large numbers of
mutations which require change in area of a survey number. Examples are part sale of a survey
number, part land acquisition for various public purposes, sub division of a land parcel among
brothers, etc.
Whenever any change is required in the spatial record due to the mutation activity, the usual process
is to re-measure that survey number and the part of it which is undergoing the change. This
measurement is then required to be effected in the spatial as well as the textual record. The spatial
record is supposed to be corrected by the DILR whereas the textual record i.e. Village form no 7/12
is modified through a document known as Kami-Jasti Patrak (KJP) which is prepared by the DILR
based on the measurement and sent to the Taluka Mamlatdar. This document contains the original
area of the survey number and the new area of the survey number after the acquired land area has
been deducted from it.
3.2 DEPARTMENT STRUCTURE
The SC&DLR functions through its field offices at district level. For rural spatial records, the
District Inspector of land records (DILR) is the custodian of all spatial records namely the village
maps, tippans, Gunakar books, etc. The DILR has under him about 15 – 20 field surveyors who
assist him in carrying out the updation work of spatial records. For urban records, there is a separate
set up working under the City Survey Superintendent (CSS) for a particular city/ town. The DILR
and all the City Survey Superintendents working in a district report to the Superintendent of Land
Records (SLR) or the Deputy Director of the district. The Deputy Director/ SLR reports to the
Settlement Commissioner and Director of Land Records at the state level.
RFP for ANAND and Other Seven DISTRICTS Resurvey project
2/22/2011
13
Activity chart at District, Taluka and Village level
RFP for ANAND DISTRICT Resurvey project
2/22/2011
14
Actor Activity / Service Level of Transaction
DILR
Survey of land
Maintaining land records (Village Maps, Tippans, Measurement sheets, Akaar Bandh, Durusti Patrak/KJP, )
District
Mamlatdar
Mutation of Land Records
Maintaining revenue records (7/12, 8A, 11A)
Taluk
Surveyor Surveying land as per DILR instructions
Talati
Recording details in ‘Form No.6’ - Sale, sub-division, Varsai (inheritance), etc.
Village
The process is depicted in the following diagram.
RFP for ANAND DISTRICT Resurvey project
2/22/2011
15
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
16
3.3 DRAWBACKS IN THE PRESENT SYSTEM & NEED FOR RE-SURVEY
The current system of land information management suffers from a number of shortcomings.
The original survey which was done manually with the survey techniques available at that
time inherently had its limitations. The error margins were large compared to what are
acceptable as on today, the area calculations done manually also introduced human errors to
some extent. The mosaicing done to generate the village maps was not perfect due to the
margins of measurement errors.
Subsequently, mutations running into crores in numbers have been/were required to be
effected and very large numbers of these have had an effect on the spatial records due to the
economic activities. However, the up-dation has not kept pace with the activities at the
ground level. This has given rise to mis-match between the textual and the spatial record and
between the record and ground situation itself.
In addition to this, the survey records due to old age have become fragile, are inaccurate and
about 20- 25% of the records have also been lost/ destroyed/ mutilated. Thus the drawbacks in
the present system include –
A large number of the field maps containing the measurement information of land
boundaries are missing, while another large portion of the paper records containing
the field maps are in poor condition rendering them unusable.
The maintenance and regular updation of paper records is cumbersome and time
consuming. The updated records are available with the Revenue department but the
corresponding changes have not been updated with the Land records department.
Hence this has lead to irregular updates, resulting in a situation where the records
do not portray the correct picture on ground regarding the ownership and
boundaries.
The records maintained by the departments are in different forms and serve
different purposes. A change in the records of one department does not lead to
updates in the records of other departments, even though some of the information
may be common.
Both graphical and textual information existing with the survey and revenue
departments (in the 7/12s) have not been fully updated for long and have thus
become obsolete.
As resurveys have not been conducted for very long periods of time this has also
contributed to the obsolescence of the existing records.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
17
The survey agencies till be provided with digized revenue records (VF 7/12) and
the teams will also be given digitized village maps, which will be the base records
for resurvey activities.
Hence Government of Gujarat has taken up the initiative to overcome the current bottlenecks
within the system as discussed above. As a prelude to this exercise, it has been decided to
carry out a re-survey and update the land records along with digitization of the tippans and
measurement sheets. Thus the current re-survey is required to enable a seamless integration of
the different departments and create accurate and updated land records - which are a
prerequisite social and economic infrastructure component for rapid economic development.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
18
4 SCOPE OF WORK AND CONTEXT OF PROJECT
4.1 SCOPE OF WORK
The following are the various components of the work envisaged under the current RFP
process. It is proposed to select a Single Agency (which can be in the form of a Consortium of
Companies), to carry out the end-to-end responsibilities in respect of the resurvey activities.
Different Agencies have acquired expertise & experience in their respective adopted
technologies and Government of Gujarat is desirous of selecting the Agency/Technology
which can deliver the desired output in a cost effective manner without compromising on the
quality/accuracy.
The resurvey is to be conducted in the rural areas of the district and will not include resurvey
of city areas and defense or forest areas. The resurvey activities need not be done for the
abadi areas or the village sites. Only boundary marking will be done.
The vendor has to opt ground truthing in which a detailed ground survey using DGPS, ETS,
as long as they are able to achieve the project requirements in terms of time schedule,
accuracy etc.
Vendors may submit bid in which case they need to submit single bid and EMD can be
common, for this project, the department is concerned about the accuracy and cost effective
methodology which can be completed in the stipulated time frame.
The selected agency uses purely ground survey methodology for the resurvey process,
activities would include all the necessary tasks to conduct the resurvey process and create
spatial data fabric and collate required and relevant textual information to generate the
required outputs – using DGPS and ETS equipment. The Agency shall also assist the
SC&DLR during title enquiry process.
The activities to be carried out as part of the proposed project shall consist of the following
components:
Establish Ground Control Points across the Project Site
Prepare the land parcels for the proposed exercise
Map the identified boundary vertices
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
19
Reconcile the re-survey data with the available records and finalize the dimensions of
each land parcel
Deliver the finalized land parcel dimensions and the land records in prescribed
formats
4.2 DELIVERABLES The output of the entire exercise shall be as follows:
Accurate geo-referenced digital map using established control survey net work
around existing Survey of India permanent reference points and choice of the
software required should be as per the Annexure VII of the RFP PART –I as a
deliverables
Proper indexed map with proper sheet number
Sheet wise as well as complete mosaic map of village /taluka/district
Open file format (.shp)
Spatial and non spatial data dictionary with feature codes, feature type(points
,line and polygon)
Feature description and symbols
The use of Open standards is mandatory for data sharing and inter-operability
among different systems(Use of Open Source Software is must as a
deliverable)
Geodetic network with co-ordinates and sketch of the control points showing
their description and location
District map, taluka maps, village maps and Land Parcel Maps with
coordinates.
The boundaries of surveyed parcels shall be downloaded from the TS and
linked with the attributes data collected , in the GIS format so as to create the
DTDB. The final plotting and soft copy DTDB of the land parcels and other
topographic details shall be generated from the TS data and associated software
by the survey agency.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
20
Data base standards:SOL-92 (Rational Model)/ SQL-1999 (Object Model ) or
compatible latest version to be adopted as a standard for Relational Database
Management Systems (RDBMSs)
UNICODE- character encoding for each and every alphabet of all the languages
. The most commonly used encodings are UTF-8 (Unicode Transformation
Format) and UTF-16 should be the character encoding. All deliverables should
be in Gujarati language.
Seamlessly mosaiced district digital database with a provision to show various layers
of various topographical details in customized web based GIS Software . Technical
Manual and MIS 2008-09 issued by Ministry of Rural Development, Government of
India. Interpreted Topographical layers should be considered. The standard list of
topo details will be provided to the selected survey agencies. Required –NO. of User
licenses should be provided.
Digitized copies of the Village maps showing features like Survey No, Name, Chalta
No., etc Chalta No. can also be marked on the digitized copies of village maps as it
will provide linkage/reference to the old survey Nos.
Superimposition of old digitized village map on the final resurveyed map. The color
coding needs to be done as per following guidelines:
Boundaries and survey no. of new map – black
Boundaries and survey no. of old map – red
Chalta No. - Green
Background – White
Edge-matching with the adjacent districts, if digital database pertaining to the adjacent
districts already exists.
Conversion of entire digital database into existing RDBMS data format.
Integration of spatial data with the non-spatial database.
Land registers in the prescribed pro-forma and maps –
Village Map 3
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
21
Plot Books(Field sketch), comprising resurvey details of each survey number
(LPM) and corresponding sketch 2
Main Register ( Composite register of Form A/ B/ C) 1
Aakarbandh with abstract 1
Kayamkharda 1
Khetarvar Patrak 1
Vadhghat Patrak-2 copies ( differential statement for each survey number
showing difference between old details and the resurvey details ) The V/F
7/12 shows the latest details of the land parcels and is already divided in case
of fragmentation.
New 7/12 -1
Forms 4(1), 4(2) and 4(3)
Mangna Patrak (soft copy) or Demand statement – in case Govt. decides to
collect survey charges from the land parcel holders.
Note: All the records will be in vernacular language (Gujarati)
Correlation statement with correlation sketch showing correlation of every old survey
number to the corresponding new LPM number. List of coordinates of all the points
by which the land parcel would be determined including topo details. Every such
point shall be given a unique number as prescribed. The correlation of the new LPM
no. should be done with the V/F 7/12 and not the old survey no. as the VF 7/12 shows
the sub-division if any.
Specification of equipment used for generating data
The boundaries of parcels surveyed shall be downloaded from the TS and linked
with the attributes data collected , in the GIS format so as to create the DTDB(Digital
Topographic Database). The final plotting and soft copy DTDB of the land parcels
and other topographic details shall be generated from the TS data and associated
software by the survey agency.
Note: For specification of formats for graphical records, see – Annexure II.
Formats of the above details are provided at Annexure VII.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
22
4.3 PROJECT AREA DETAILS
Geographical area of Anand District is approximately 2951 Sq.km..There are 365 Villages. The total number of land parcels are 413525 approximately.
These figures are only indicative in nature and can be used by Agency to make estimates of
the quantum of work. These cannot be used as the final figure for payment which shall be
based on actual.
Sensitive Areas:
Anand District has flat surface and has forest in nature in some part. In forest occupied area the bidder would only mark the outer boundaries of the forest and should be marked and a single survey no. would be assigned.
S. No. District Taluka Area in Sq. Km
Other Information
No. of Villages
No. of Land Parcels
1 Anand 8 2951 - 365 413525
2 Vadodara 12 7515.84 714.54 KM Urban area ,, Forest area 718.79
1590 496422
3 Surendranagar 10 10049.90 Urban Area-386.35+ Forest area 531.08
664 328260
4 Panchmahal 11 5138.19 Urban Area-514.48+ Forest area 1144.48
1245 357495
5 Suart 10 4271.99 Urban Area-504.58+ Forest area 152.07
828 266093
6 Banaskantha 12 10389.82 Forest area 1106.92
1239 447218
7 Tapi 5 3434.65 Forest area 800.33
521 110964
8 Narmada 4 2571.97 Forest area 980.41
619 143986
6
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
23
Duration of project - District wise
Sr. No Name of the District No. of Taluka Area in Sq. K.M.
Proposed project time
1 Anand 8 2951 52 Weeks
2 Vadodara 12 7515.84 24 Months
3 Surendranagar 10 10049.90 24 Months
4 Panchmahal 11 5138.19 22 Months
5 Suart 10 4271.99 24 Months
6 Banaskantha 12 10389.82 24 Months
7 Tapi 5 3434.65 52 Weeks
8 Narmada 4 2571.97 42 Weeks
4.4 APPROACH TO SURVEY
The various steps in conducting the re-survey of a village and preparation of land records
based on the re-survey are as under:
PRE SURVEY ACTIVITIES:
Fix adequate number of geo-referenced control points in the village under re-survey. This
activity would be carried out with the help of departmental officials.
Before fixation of the control points, The data of control points of SOI for a particular
area to prepare a district network with reference to SOI net work.
Taking these control points as reference points, fix the boundary points of the village
using DGPS/ ETS.
Obtain the village map and all the KJPs/ Durusti Patrak from district survey office (DILR
office).
Obtain village form no 7/12 record from taluka mamlatdar office in a predetermined
format from e-dhara . (Form A- Annexure VII) .Right of access to such data will be
given to agency during resurvey work.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
24
Mark the corrections in village map reflecting the changes due to KJPs/ Durasti Patraks
and village form no 7/ 12.
Also give effect to KJP in VF No. 7/12 wherever it is not given.
Generate Chalta No. (Temporary no.) and also mark them on the map.
Note: The basic purpose of this activity is to update and prepare textual and spatial
records (village maps only) for resurvey activity. This would give the expected ground
situation during resurvey
Generate Form A
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
25
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
26
SURVEY ACTIVITIES
Carry out the field re-survey in the village using DGPS/ ETS equipments and also collect
the information for the concerned land parcel in a pre-determined format. (Form B-
Annexure VII)
Generate the land parcel sketch in pre-determined scale. Serve a notice to the occupant
along with this sketch showing necessary details requiring any objections from the
occupant. Government officials will be helping in this process but the activity primarily
needs to be done by the survey agency. The signature seal of the govt. officials will be
affixed to the notice.
If any objections are received, a register shall be maintained by the survey agency to
record and track the objections raised by the owners(s)/enjoyer(s). The objections should
also be flagged in the DTDB(Digital Topographic Database). The official along with the
concerned person and other related persons visit the concern land parcel. The decision on
the objection would be taken by the government representative. Modify/ change the map
& other record as per the decision. (Form C-Annexure VII)
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
27
POST SURVEY ACTIVITIES
Generate various records based on the re-survey and information gathered from the field.
In particular generate a discrepancy register which gives the details of land parcels
showing the area difference between re-survey and old survey records/VF 7/12.
In case where the area of resurveyed land parcel is more than 5% and such land parcel has
non private land (govt. or semi-govt. land) on any of its side.
Digitize the old tippan of the survey number and superimpose on the resurveyed parcel
land showing the variation on the map as well as on the area. The encroached area (of
adjoining Govt. or Panchayata land)is to be shown by dotted lines and given a different
shading and encroachment land register, in prescribed format generated and submitted.
The Survey agency needs to create the Encroachment Register.
Handing over the record for promulgation to the specified government official who would
take up the promulgation activity. This activity is to be done by the specified government
official.
Generate one register for new survey no. arising out of resurvey with no corresponding old survey no. (Encroachment Register), another register with old survey no. without any corresponding new nos. and another one where either the occupant or land use is different.
4.5 PILOT IMPLEMENTATION
Selected bidder will be required to implement a pilot project using network data in three
identified villages , using pure ground truthing technology, within a period of six weeks
from issue of Letter of Intent – which will cover all the activities of the resurvey and all
required outputs/deliverables . Based on the pilot experience, changes, if any needed would
be made to the project implementation approach and plan.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
28
5 ROLES AND RESPONSIBILITES:
5.1 RESPONSIBILITIES OF COMMISSIONER, SC&DLR
As owner of the project, the role of SC&DLR in the successful implementation of the project
includes discharging the following responsibilities.
i. Ensuring that all the participating departments/agencies take active part in the project
ii. Issuing of Government Orders, circulars, instructions, etc., to effect changes to
existing policies, framing of new policies, and such other matters as may be necessary
from time to time
iii. Constituting a Project Management Team to monitor and manage the day to day
activities of the Agency and issue necessary instructions if required.
iv. Deploying the sufficient number of Government staff for assisting and monitoring the
Agency during the Survey.
v. Identifying and nominating personnel for accepting the deliverables
vi. Popularize land resurvey project through a media plan for creating citizen awareness.
vii. Approve the field survey plan.
viii. Assist the Agency during the resurvey by providing the necessary Government
support.
ix. Conduct Title Enquiry x. Co-ordinate with the participating departments involved in the land re-survey project.
xi. Monitoring and review of the survey work.
xii. Finalization of the formats for the deliverables/outputs
xiii. Help organize training and change management programs.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
29
5.2 RESPONSIBILITES OF AGENCY
The following are the roles and responsibilities of the Implementing agency include:
i. Setting up of infrastructure for processing of data
ii. Prepare the field re-survey plan
iii. Conduct the field survey iv. Deploying the required infrastructure and skilled & experienced resources, including
workstations, laptops, printers, connectivity, etc
v. Prepare the final cadastral maps, land re-survey database and updated land records
vi. Creation of non-spatial database, relating to the ownership particulars of each parcel
of land, land use etc.
vii. Assist the SC&DLR during the Title Enquiry exercise The village maps and VF
7/12 will be given to the agencies, free of cost in the form of soft copies. The
resurvey agency will reconcile the information as per the VF 7/12 and other records
like KJP. The agency will not be doing any statutory activity relating to titling. viii. Quality check of the all the deliverables before submitting to the SC&DLR.
ix. Provide user training at all levels and prepare and issue supporting documentation
such as User Manuals, Maintenance Manuals, etc.
x. Liaison with other departments/agencies like Survey of India, Forest department and
other land owning departments to accomplish the commissioning the project as per
the terms of the contract.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
30
6 SURVEY METHODOLOGY & DELIVERABLES
This part details the technical specifications of the re – survey project, including detailed
ground survey.
The re-survey is a very important component of the Land Re-survey project. Keeping this in
view, SC&DLR expects the Agency to use the latest available technology to complete the re-
survey as per the schedule of the project, while maintaining the required accuracy.
6.1 TECHNICAL SPECIFICATIONS FOR SURVEY & DIGITISATION OF
LAND SURVEY
a. DGPS / ETS or conventional ground surveying methods using DGPS and ETS will be used
in the SC&DLR project.
b. Maps for the land parcels will be prepared on 1:2000 scale.
c. Required levels of accuracy for DGPS should provide accuracy of 2 c,m. to the control
points. Accuracy level and scaling of maps shall be as specified in the RFP. In case the field
bund is on the boundary, the measurement should from the middle of the field bunds or as
pointed out by the farmer/owner.
6.2 SURVEY PROCESS
This section describes the procedure followed for the survey:
a. Publication of notification under relevant rules of Government of Gujarat shall be done.
This will be the responsibility of SC&DLR.
b. Publicity regarding awareness programs to farmers emphasizing the need to be present
at time of visit of survey team and show the boundaries of their land parcels and
participate in the entire data collection process. To conduct such publicity will be the
responsibility of the District Collector.
c. A detailed schedule of the visit of survey team to each village shall be prepared taluka
wise and published at district and taluka level. The program should also be given wide
publicity. The detailed schedule will be prepared by the Agency and approved by
SC&DLR.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
31
d. Detailed schedule of the visit of survey team to each village shall be handed over to all
the heads of land owning departments - so that the officials from the departments help
the agency in the identification of boundaries of the lands owned by the department.
e. At the taluka level, revenue village should be taken as a unit. The village level plan
showing details of day wise program of survey shall be published in the concerned
taluka, village, at least 10 days before commencement of field survey.
f. There should be adequate number of survey teams and adequate number of adjudicating
personnel to complete the work as per the schedule.
g. Every survey team should have at least one member familiar with the local language
and the field workers and supervisory staff should be conversant with the local
language.
h. Survey adjudicator will be appointed by the government. However he/she shall be
assisted by one surveyor along with ETS machine from Agency.
i. From the agency side, each survey team shall have at least one machine operator and 2
support staff .
j. The Taluka/District level team along with the members from survey agency should
conduct a gram sabha in the village before the commencement of survey work and the
entire process should be explained. The day wise survey schedule should also be
discussed and farmers concerned should be mobilized.
k. Agency shall establish a village survey center in the appropriate place in the villages
with adequate number of laptops, printers and consumables. Basic infrastructure
including uninterrupted power supply for establishing a Survey Center is readily
available in all the village. In case these facilities are not available in any particular
village, the survey agency could have its base in the nearest village during the survey
execution.
l. Agency has to bear the expenses of establishing the village survey centers in case the
government buildings are not available. The cost of electricity and other expenditure
has to be borne by the Agency. In case these facilities are not available in any particular
village, the survey agency could have its base in the nearest village during the survey
execution.
m. The field work shall commence as per the schedule published in the village. Note the
boundary marking using ETS as shown by the concerned owners or enjoyers in the
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
32
presence of adjacent land parcel owners or enjoyers. The team should take care that
ridges, which are not boundaries of parcels, are avoided. Similarly cases where
collective cultivation is done or boundaries not formed for various reasons should be
first got demarcated on ground by the concerned owners and such demarcated parcels
alone should be recorded. The team should take care to ensure that each individual
parcel is identified with the owner/enjoyer. Each parcel shall be given a unique ID.
n. The survey agency shall generate the land parcel map based on their ETS reading. The
agency shall take it to the owner/enjoyer and obtain acknowledgment.
o. The Draft Land Parcel Map shall be distributed to the concerned enjoyer on the same
day evening or the next day morning and receive the objections if any
p. Wherever there is reserved forest or land transferred to forest dept. concerned forest
officers should be involved in identifying boundaries.
q. Wherever there is a government land, concerned government officers shall attend the
survey activity and identify their land.
r. The current land use particulars and irrigation particulars etc. shall also be collected by
the survey team.
s. Land owners who intend to plant stones in their field junctions may be shown points
where stones are to be planted.
t. Boundaries of individual land parcels shall be marked using ETS or tape whichever is
relevant or applicable.
u. Details of land parcels should be recorded in the prescribed formats.
v. After the completion of demarcation by using ETS and collection of textual data, the
demarcators have to transfer the demarcated boundaries from the the ETS/GPS machine
in to computer to generate relevant spatial form.
w. The demarcators shall generate the Draft Land Parcel Map (LPM) for each land parcel
and print in the prescribed template in duplicate.
x. The survey teams along with the government officials shall participate in the objection
redressal and if required the survey teams has to resurvey the land parcel.
y. A register shall be maintained by Agency to record and track the objections raised by
the enjoyers.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
33
z. After the completion of survey, the survey team has to submit the completion report to SC&DLR.
6.3 SURVEY OF GOVERNMENT LANDS
This section describes the procedure that must be followed for the survey of Government
lands
a. The village wise list of Government /community lands with area and the list of private
lands adjoining the government lands shall be prepared by the agency.
b. If the concerned government officials are able to identify the boundaries of the
government land as per records, the government land has to be demarcated first before
demarcating the private properties. If the concerned government officials are unable to
identify the boundaries of the government land as per records or no record is available
pertaining to those government land parcels/properties, the boundaries of the adjoining
land parcels/properties should be fixed first and after fixing the boundaries of all the
adjoining land parcels/properties, the government land parcels/properties should be
worked out.
c. Reconcile the area so worked out with the related records.
d. The land parcel map pertaining to the government land parcels shall be handed over to
concerned government officer or to the Mamlatdar who shall record the objections if
any.\
6.4 GENERATION OF DRAFT LPM AND DISTRIBUTION
a. After the completion of ground truthing/ ground survey, the demarcators have to generate
the Draft LPM and print on the prescribed template with actual dimensions, details of
adjoining survey numbers, etc.
b. The scale of LPM sketch should fit an A4 size paper and it should be fit to the next scale of
50. (For e.g. if the scale is coming to 1:446 then it should be fit to a scale of 1:450; in case the
scale is coming as 1:421 then it should be fit to a scale of 1:450 and in case the scale required
to fit in the paper is 1:496, then it should be fit to a scale of 1:500)
c. The draft LPM shall be given to the concerned enjoyer or owner within two days.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
34
6.5 OBJECTIONS HANDLING
a. Individual notices in prescribed format shall be given to every registered holder/enjoyer
with a copy of land parcel map and measurement details etc. marked on the same notice.
Individual notices shall be either personally served or sent by the registered post with
acknowledgement due if the land owners are out side village or town. On expiry of stipulated
period, (10 days), if any objections raised by the enjoyer, shall be recorded in the objections
register.
b. Agency team shall assist the Government Officer in resolving the objections. If required
the survey team has to resurvey the field of the enjoyer, incorporate the necessary changes
and generate revised LPM.
c. Survey team shall maintain the objections tracking register. The objections shall also be
tracked in DTDB in GIS form ,
6.6 PROMULGATION OF SURVEY RECORDS
a. Subsequently, draft record of land register, village map, and individual parcel maps of
agricultural and non agricultural lands would be displayed for 30 days in the office of Gram
Panchayata/ Taluka for the information of public.
b. Complaints should be maintained during the above period to register complaints received
and all complaints received should be acknowledged by a receipt.
c. Complaints received shall be verified and necessary corrections if warranted shall be
carried out in all concerned spatial and non spatial records. Agency/s shall help the
government staff if resurvey of the parcel is required.
d. The adjudication team will have one Surveyor who will be assisted by one ETS machine
operator from the vendor.
e. The adjudication team will take up objections village wise. They should draw up a day wise
Program of objections taken on record and inform concerned farmers/owners well in advance.
They shall dispose all objections as per rules laid down under relevant Act.
f. As soon as disposal of objections is completed a final notification under relevant rules and
regulations will be published completing the process of survey.
g. The village land parcel register will be updated by the Agency/s as per objection disposal
information received from the adjudication team.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
35
h. The final information should be taken to data centre established at the state level to
generate all deliverables.
OUTPUT GUIDELINES FOR AGENCY
a. The delivery will be in Three formats. (.DXF, .DWG and .SHP)
b .DXF – will contain only polylines, points and text in their appropriate layer and color.
c .DWG content should be the same as in case of DXF except the symbology assigned and
hatch pattern.
d. First submission shall be the .DXF, which will be checked digitally for the quality. On
acceptance of the same, .DWG files should be submitted.
e. All the deliverables pertaining to a taluka shall be submitted for approval by SC&DLR as a
single submission.
f. The finally submitted maps will be sample checked. More than 20 errors in a .DXF delivery
may lead to complete rejection of the entire submission.
g. Similarly, in case of .DWG files submitted sheet wise should have all layers properly
named as specified. More than 5 errors in a sheet may lead to the rejection of the sheet. More
than 10 sheet rejection of the entire project submission, may lead to the entire rejection of the
submission.
h. The QC forms duly filled in should be accompanied with every submission of digital data
in CD media.
i. The Agency has to enforce good quality control measures to meet the requirements of the
SC&DLR in order to finally deliver a quality product, satisfying the content, accuracy and
cartographic presentation of the maps as specified.
j. One set of hard copy out puts on 1:8000 scale (village map) to be supplied by the Agency.
k. The names of features from field verification report need to be incorporated in the digital
data. The job is treated as completed only after it is examined and final corrections carried
out.
l. The map projection and coordinates of the control points are to be in UTM grid and WGS
84 datum and MSL datum.
m. Land parcels shall be oriented to north
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
36
n. All data products should be handled carefully to avoid any loss or damage. In case of any
damage / loss, the Agency/s stands the responsibility of replacing fully.
o. An understanding on security aspects such as safe custody of data / reports / material is to
be signed by the Agency/s at the time of taking data from the govt.
p. The specification / guidelines may be revised from time to time and the same will be given
to the Agency/s. Agency shall therefore make sure that the revised specification / guidelines
are followed thereon.
q. Agency shall deploy a simple web site or a suitable tool to publish summarized view of the
project progress and status. This shall be available on line and shall be accessible to all the
stake holders. However this shall not be accessible to the public domain.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
37
Annexure I Ground Control Network & Monumentation There shall be Ground control Network at 4 levels (incase of non availability of (SOI) data,
GCN at 5 level
All the control points should be based on datum given below:
Horizontal Datum : WGS-84 (i.e. the latest version of the World Geodetic System standard
for use in cartography)
The Primary Control points of the Survey of India (SOI), provided by static GPS observations
(72 hours) with dual frequency GPS receivers, should be used as reference points for
preparing district net work to link the district with national survey net work.
In case of non availability of SOI data of network control points ,same kind of data and
control points should be established in consultation with SOI and prepared by the vendor
with MSL datum as per below mentioned standards .
Base Station: At centre of Area of Interest (AOI) With minimum 72 hour observation by
GPS with accuracy of 1:100000
Regional Station: Control point at a distance of 40 k.m. average with a minimum 24 hour
observation with GPS at a accuracy of 1: 50000
The primary control points of the SOI Should have been post processed with the precise
ephemeris adjusted with the help of precise engineering soft ware (eg. Berenese s/w ) to the
ITRF co-ordinate system or with a consultation of Survey of India . All the primary and
secondary control points of districts should be connected to base and regional station of the
SOI as created above, to ensure connection to the National Framework.
Vertical Datum: MSL, i.e. mean Sea Level. The precision Bench Mark of the SOI should
be used as primary vertical control
1. Primary Control Points:
Horizontal
i. What kind of places: In protected areas like premises of permanent government
offices etc. The selected site should be open and clear to sky with acute angle of 15
degree. High tension power lines, transformers, electric substations ,microwave
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
38
towers ,high frequency dish antennas, radars, jammers, etc which interferes with
GPS signals , should be strictly avoided .
ii. Densification: 16 Km average
iii. Instrument to be used :Primary Control points shall be identified with DGPS
iv. Accuracy levels required: 1:50000.
v. Monumentation of Primary Control Points:
a. Rock Stone or Sand Stone 30*30*75 cm or RCC.
b. The control point should be 15 cm above the ground and 60 cm inside the ground.
c. The control points should be fixed to the ground using at least 15cm of cement
block
d. Monuments shall bear a Triangle on top with plummet hole in the middle.
Monumentation can be done by engraving the control points by 1 “ dia circle.
e. Provision to put GPS reading strip of granite.
f. The control point number should be inscribed on the monument.
Vertical All the primary control points should be connected by spirit level heights. The leveling
lines for such connections should be terminate at a precision control points of the SOI and
all errors adjusted within them.
Permissible error for leveling line 0.025 ♪k ( in meters), where the length of leveling
line in km.
2. Secondary Control Points:
i. What kind of places: In protected areas like premises of Government buildings and
other protected structures, Village Tri-junction points, village Bi-junctions etc.
ii. GCP Selection criteria : The selection criteria of points should be
a)GCP should be easily identifiable on aerial imagery as well as on the
ground.
b) GCP should be a sharp points on image and ground.
c) The selected GCP shall be open and clear to sky, without any obstruction
to the sky. All secondary points should be post pointed on digitised
village map preferably in soft copy. If the post pointing on hard copy is to be done ,
the control points should be post pointed at a given distances . In addition , a sketch of
control points and their detailed description should be prepared on the ground.
iii. Densification : 4 km average
iv. Instrument to be used: DGPS.
v. Accuracy levels required: 1:20000
vi. Monumentation of Secondary Control Points:
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
39
a. Rock Stone or Sand Stone 23*23*75 cm or RCC
b. The control point should be 15 cm above the ground and 60 cm inside the ground.
c. The control points should be fixed to the ground using at least 15cm of cement
block
d. Monuments shall bear a Triangle on top with plummet hole in the middle .
Monumentation can be done by engraving the control points by 1 “ dia circle.
e. Provision to put GPS reading strip of granite.
f. The control point number should be inscribed on the monument.
g. X, Y and Z co-ordinates are required.
3. Tertiary Control Points:
i. What kind of places: Preferred places area Village boundary tri-junction or bi-
junction, Government lands etc., Field tri-junction on village boundaries or inside the
village. Existing Govt/ non-Govt buildings like GP office, school building, veterinary
hospital, high tension lines etc.
ii. Densification: 1 km average
iii. Instrument: DGPS/ETS
iv. Accuracy levels required : 1 in 10,000
v. Monumentation of Tertiary Control Points
a. Rock Stone or Sand Stone 15*15*45 cm or RCC
b. The control point should be 10 cm above the ground and 35 cm inside the ground.
c. The control points should be fixed to the ground using at least 15cm of cement
block
d. Monuments shall bear a Triangle on top with plummet hole in the middle .
Monumentation can be done by engraving the control points by 1 “ dia circle.
e. Provision to put GPS reading strip of granite.
f. The control point number should be inscribed on the monument.
4. Auxiliary Control Point:
What kind of places: Each control point (Primary, Secondary and Tertiary Control
Points) shall be accompanied with one auxiliary control point. It should be located on
permanent structure like bridges, culverts and other permanent building corners etc.
The auxiliary control point should be within the line of sight from the control points
i. Densification: There shall be one auxiliary point for each control point typically
200m or more (Primary, Secondary and Tertiary control point)
ii. Instrument: DGPS and ETS
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
40
iii. Accuracy levels required: same as their respective control point
The description of the location of the control point along with a sketch shall be submitted to
SC&DLR.
Note: In case any village tri-junction has not been marked and monumented by any of the
primary or secondary control points or even if it is tertiary control points, then they should be
explicitly monumented as per the parameters mentioned for secondary control points.
(1) The coordinate lists and descriptions of the locations shall be submitted to
SC&DLR .The locations and ID s of all the control points should be
maintained in GIS Form.
(2) The coordinate list should be supplied both for geodetic system (lat/long)
and Projected system-Universal Traverse Mercator , i.e the UTM projection
of the respective area
(3) In case a village tri-junctions has not marked and monumented by primary,
secondary, or tertiary control points, the same should be monumented as per
the parameters.
General Requirements
1. Village boundaries are to be marked.
2. The(X, Y, Z) coordinates for the control points should be given in spherical coordinates
as well as in Cartesian coordinates separately.
3. The (X, Y) coordinates should be in WGS 84.and Z in MSL( Mean Sea Level)
4. The agency should specify the conditions and specification of the instruments/system
used to acquire the required accuracy.
5. Some base lines for calibration with monumentation should be formed at selected
locations for maintenance.
6. A sketch for each category of control points shall be submitted showing the location of
control points along with description for easy identification.
7. A district map showing all the Primary, secondary and tertiary control points with
coordinates shall be submitted to the SC&DLR.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
41
8. The agency shall submit a village map showing the primary, secondary and tertiary
control points with description and coordinates in the prescribed format
9. The grid supplied by the SC&DLR has to be superimposed on the geodetic network to
derive the control point numbering.
10. Control Points should be only on the boundaries of land parcel and should not be in
between. When located in govt. premises, it should be located at the corner of the
buildings or the premises.
11. SOI (Survey Of India ) control points should be used or established a base reference for
creating Primary and secondary control points of the Districts
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
42
Annexure II Formats for Graphical Record A. Land Parcel Maps:
1. Data should be in 2D and 3D
2. To be drawn on A4 size paper.
3. The parcel map shall be in template prescribed by the Department.
4. Area to be recorded in Hectares , Ares and square meter
5. For each land parcel one sketch should be drawn showing outer boundaries and topo
details. (List of the topo features to be captured will be provided before undertaking the
resurvey).
6. All measurements shall be written facing North or West directions or in any readable
direction.
7. Actual measurement of each demarcated boundary should be exhibited including topo
details like roads, canals, wells, cart tracks etc., The complete list can be given to the
short listed bidder.
8. Village tri-junction should be denoted by alphabets in clock wise direction. Every point in
the village like sub division point, cut point, field bend points, should be given a unique
serial number in numerical.
9. Adjacency particulars should be written in encircled Nos. or by village names as the case
may be.
10. The scale of LPM sketch should fit an A4 size paper and it should be fit to the next scale
of 50. (For e.g. if the scale is coming to 1:446 then it should be fit to a scale of 1:450; in
case the scale is coming as 1:421 then it should be fit to a scale of 1:450 and in case the
scale required to fit in the paper is 1:496, then it should be fit to a scale of 1:500)
11. List of coordinates of all the corner points should be written in open space of the sketch
or on back side page.
12. All nearest control points should be exhibited with in or out side frame work of Survey
No.
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
43
B. Village Map
1. Integrated village map shall be drawn in 1: 8000 scales on A ‘O’ size paper.
2. The map shall show name of District, Taluka and Village in Gujarati / English language.
3. Area in Hectares – Ares and/or Sq. Km. upto 4th decimal shall be recorded.
4. It shall exhibit basic statutory particulars like dates of notification under the different
rules in left hand lower corner. The year of survey and year of publishing of village map
shall also be displayed in the bottom part. (The template shall be approved by the
SC&DLR)
5. It shall show the village tri-junction, all primary control and secondary control points,
tertiary control points and topo details.
6. The topo details shall be represented using the approved symbol library. Legend of topo
details and boundaries recorded should be exhibited.
7. Adjacency particulars to the village shall be displayed.
8. List of all control points falling on the village boundary with coordinates and location
details should be furnished.
C. Ground Control Network
1. District primary control network sketch, which shall show all primary control points and
details of their locations village and Taluka wise. Unique identification no. will be given
and the code of the identification would be provided.
2. Secondary control network sketch for each taluka shall show primary control points and
all secondary control points duly numbered. List showing the coordinates and locations of
these points shall be furnished.
3. Description of tertiary and auxiliary control points along with coordinates should be
furnished for each village, along with primary control point and secondary control point
for each village.
4. For Post-Processed Vectors: All successful GPS observations, exported to RINEX format
(soft copy)
5. For all adequately closed triangles: Network Adjustment results, observed closing errors,
error distribution value and estimated vector accuracy (hard copy)
RFP for ANAND & other Seven DISTRICTS Resurvey project
2/22/2011
44
6. GPS report (hard copy), consisting of
Photograph, final Lat/Lon values and possible error of each monument
Name of RINEX files associated with each observation Network Diagram
7 1 c.m. as determined by residuals of the network adjustment with 95% confidence
interval.
(D) Creation of Digital Topographic Database: The boundaries of the parcels delineated
in the presence of the owner(s) /enjoyers /officials should be digitized in GIS format and the
attribute information collected in prescribed pro-forma should be linked as GIS to create the
Digital Topographic Database (DTDB)
Website for project progress & status.
1. Agency shall deploy a simple web site or a suitable tool to publish summarized
view of the project progress and status. This shall be available on line and shall be
accessible to all the stake holders. However this shall not be accessible to the public
domain.
2. Non-spatial database, conforming to the database of E-Dhara (current land
records application in Gujarat)
3. To met the standard and specification of the NLRMP (National
Land Record Modernisation Programme Guideline) agency will have to follow
the standards as per the Annexure (VI)of the RFP volume –I .
PROJECTION /COORDINATE SYSTEM
All geodetic and AT control data, and all other collected coordinate data, should be collected
in UTM with WGS84 datum, published to a precision to the nearest hundredth of a meter.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
45
Annexure (VI) choice of software and standards
The Agency should keep in mind the following points before designing the software for survey activity.
Experience in indigenous developed core GIS/IP technology;
Experience in indigenous developed core GIS/IP technology; Preference shall be given to firm having forged formal associate/tie-up with national institutions in the field of GIS and remote sensing.
Open standards - technical specifications and policies governing information flow across
the project. Agency cover Domain, Interconnectivity, data integration, e-services access
and content management. The principle s and practice of operating the standards make
them “open” GIS software should have following capability.
Customized GIS software should be capable of integrating GIS & image
functionality with real time information using GPS survey. Follow OGC standard ( open
geo customization )
Should be customizable using VBA/ VXT technology. (Microsoft open standard )
Geo-processing capability
Ov erlay analysis
Projection support
Layer management
Database management
Query builder
Can accept any satellite data support
With advanced module like Network analysis, DEM terrine analysis, 3D
Modeling, mural network classification,
Geometric correction
Image enhancement, classification, processing.
Advanced symbology
Advanced creation and editing tool for vector data management.
Can be interlinked with department existing data/ software like e-dhara, SRO office data,
DILR data, City Survey office data etc. Unicode language support
The Software should be OGC compliance ( latest version )
Note: The agency have to provide minimum 5 user license for software(per district ) . The software should be web enabled.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
46
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
47
Annexure VII Reports Sample Templates
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
48
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
49
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
50
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
51
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
52
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
53
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
54
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
55
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
56
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
57
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
58
Annexure VII Data Collection Sample
Templates
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
59
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
60
Anand District
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
61
Vadodara District
Surendranagar District
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
62
Panchmahal District
Surat District
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
63
Banaskantha District
Tapi District
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
64
Narmada District
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
65
PART- II
Bid Process & Commercial Specifications
Settlement Commissioner & Director of Land Records
Dr. Jivraj Mehta Bhavan, Block No. 13, 3rd Floor,
Old Sachivalaya.
Gandhinagar-382 010, Gujarat (India)
RREEQQUUEESSTT FFOORR PPRROOPPOOSSAALL ((RRFFPP))
FFOORR RREE--SSUURRVVEEYY OOFF
AANNAANNDD && OOTTHHEERR SSEEVVEENN DDIISSTTRRIICCTTSS OOFF GGUUJJAARRAATT SSTTAATTEE
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
66
Table of Contents
1 GENERAL CONDITIONS OF CONTRACT 67
2 INSTRUCTION TO BIDDERS 72
3 DETAILED SUBMITTAL REQUIREMENTS 91
DOCUMENTS COMPRISING THE BIDDERS' PROPOSAL 91
Annexure I: Bid Formats 103
Annexure II. Technical Evaluation Criteria 125
Annexure III: Statement of Deviation 127
Annexure IV: Request for Clarification 128
Annexure V: Performance Guarantee - 129 -
Annexure VI: Draft Contract - 133 -
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
67
1. GENERAL CONDITIONS OF CONTRACT
GENERAL ELIGIBILITY TO BID
a. Invitation for bids for the Anand & other seven other districts namely Vadodara, Surendranagar,
Panchmahal, Suart,Banaskantha, Tapi & Narmada of Gujarat State is open to all Indian firms who
will fulfill pre-qualification criteria as specified.
b. Bidders declared by SC&DLR / Government of Gujarat to be ineligible to participate for
unsatisfactory past performance, corrupt, fraudulent or any other unethical business practices shall
not be eligible.
c. Breach of general or specific instructions for bidding, general and special conditions of agreement
with SC&DLR/ GOG or any of its others client organizations during the past 5 years may make a
firm ineligible to participate in bidding process.
d. SC&DLR reserves its right to subject the bidders to security clearances as it deems necessary and
ALL the personnel of the selected bidder before they are appointed on the land re-survey project.
COST OF RFP DOCUMENTS
The bidders will have to purchase the RFP from the address given below by paying Rs 10,000/- (Rupees
Ten Thousand only) in the form of a DD drawn on a nationalized bank in favor of “Settlement
Commissioner and Director of Land Records” payable at Gandhinagar for each district. . The DD has to
be the part of Pre-Qualification envelope.
Address:
Settlement Commissioner and Director of Land Records
Dr. Jivraj Mehta Bhavan,
Block No. 13, 3rd Floor,
Old Sachivalaya.
Gandhinagar-382 010
Email id: [email protected]
Fax: +91-79-23257664
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
68
PRE-BID CONFERENCE
The SC&DLR will host a Pre-Bid Conference, tentatively scheduled to occur on dated-
28/02/2011. The date, time and place of the conference will be announced as soon as
possible to all bidders through e-mail. The purpose of the conference is to provide bidders
with information regarding the RFP and to provide each bidder with an opportunity to seek
clarifications regarding any aspect of the RFP. The bidders are requested to submit any
questions in writing to SC&DLR before dated 25/0/2011. SC&DLR reserves the right to hold
multiple pre-bid conferences relating to the Bid Management.
Bidder Inquiries and SC & DLR’s Responses
The agencies should submit their enquiries relating to this RFP in writing exclusively to the
contact person notified by SC&DLR as above. The mode of delivering written questions
would be through fax or email. SC&DLR will not be responsible for ensuring that bidders’
inquiries have been received by SC&DLR.
SC&DLR shall accept written inquiries from the bidders once the RFP is issued. SC&DLR
will provide complete, accurate, and timely response to all questions to all the bidders. All
responses given by SC&DLR will be distributed to all the bidders.
However, SC&DLR makes no representation or warranty as to the completeness or accuracy
of any response, nor does SC&DLR undertake to answer all the queries that have been posed
by the bidders.
SUPPLEMENTARY INFORMATION TO THE RFP
If SC&DLR deems it appropriate to revise any part of this RFP or to issue additional data to
clarify an interpretation of the provisions of this RFP, it may issue supplements to this RFP.
Such supplemental information will be communicated to all the bidders who have
participated in the pre-bid meeting by e-mail. Any such supplement shall be deemed to be
incorporated by this reference into this RFP.
PROPOSAL PREPARATION COSTS
The bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in conduct of informative and other
diligence activities, participation in meetings/discussions/presentations, preparation of
proposal, in providing any additional information required by SC&DLR to facilitate the
evaluation process, and in negotiating a definitive and all such activities related to the bid
process. This RFP does not commit SC&DLR to award an agreement or to engage in
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
69
negotiations. Further, no reimbursable cost may be incurred in anticipation of award of the
agreement for implementation of the project.
SC&DLR’S RIGHT TO TERMINATE THE PROCESS
a. SC&DLR makes no commitments, explicit or implicit, that this process will result in a
business transaction with anyone.
b. This RFP does not constitute an offer by SC&DLR. The bidder’s participation in this
process may result in SC&DLR selecting the bidder to engage in further discussions and
negotiations towards execution of an agreement. The commencement of such
negotiations does not, however, signify a commitment by SC&DLR to execute an
agreement or to continue negotiations.
CONSORTIUM
Following must be noted with respect to consortium bids:
a. The no. of consortium members can not exceed three, including the Prime Bidder.
b. The partner having the maximum turnover will be considered as prime
bidder.
c. The sole responsibility for discharging of the project responsibilities under the agreement
would be that of the Prime Bidder only.
d. Only Prime Bidder will submit the bids and sign the agreement.
e. The Prime Bidder shall be registered in India only.
f. The technical bid shall contain the details of arrangements between the Prime Bidder and
other members of the consortium, in the form of an inter-se agreement or Memorandum
of Understanding – intending to enter into a firm agreement for the project execution,
between them.
g. The turnover of the Prime Bidder and also the turnover of all the partners of the
consortium shall be considered for pre-qualifications.
h. The technical qualifications of all the members of a consortium shall be considered for
evaluation. For the purpose of qualifications of the company referred to in (g) above
shall also be considered.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
70
i. Notwithstanding anything contained in this agreement, all the members of the
Consortium of Companies, entrusted with the responsibilities of the Project, shall be
jointly and severally responsible to SC&DLR in respect of meeting the financial
liabilities of the Implementation Survey Agency arising out of the Project
BID SECURITY
a. The bidders shall submit, along with their Bids, a Bid Security of Rupees TEN Lakh
only( Rs. 10,00,000/- ) for Anand District . for other seven districts see table***, in
the form of a Demand Draft/ Bank Guarantee issued by a nationalized bank in favor of
“Settlement Commissioner and Director of Land Records” payable at Gandhinagar.
Bid security in any other form will not be entertained. Validity period of the Bank
Guarantee should be 6 months from the date of bid closing.
b. The bid security of all unsuccessful bidders would be refunded by SC&DLR within 30
days of the bidder being notified by SC&DLR as being unsuccessful. The bid security,
for the amount mentioned above, of successful bidder would be returned upon
submission of Performance Guarantee.
c. The bid submitted without bid security, mentioned above, will be liable for rejection
without providing any opportunity to the bidder concerned.
***
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
71
TENDER FEE
Rs. 10,000 ( Rs. TEN THOUSAND ONLY ) Common for all Districts for downloading E- Tender . To be paid separately for each district .
CCoommmmeerrcciiaall IInnffoorrmmaattiioonn (( RRss ))
District Anand Vadodara Surendranagar
Panchmahal
Surat Banaskantha
Tapi Narmada
Earnest Money Deposit (EMD)
RS. 10,0
0,00
0 Rs
. Te
n La
kh O
nly
)
34,0
0,00
0 (R
s. Th
irty
Four
Lakh
on
ly)
41,0
0,00
0 (
Rs.
Forty
One
Lakh
O
nly
Onl
y )
16,0
0,00
0
( Rs.
Si
xtee
n La
kh
Onl
y )
16,0
0,00
0
( Rs.
Si
xtee
n La
kh
Onl
y )
42,0
0,00
0 ( F
orty
Tw
o La
kh o
nly
)
12,0
0,00
0 ( R
s.
Twel
ve La
kh
Onl
y )
7,15
,000
( Rs
. Se
ven
Lakh
Fi
fteen
Th
ousa
nd O
nly
)
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
72
2. INSTRUCTION TO BIDDERS BID OPENING SESSIONS
The bids will be opened, in three sessions, one each for Prequalification, Technical and Commercial, in the
presence of bidders’ representatives (only one per bidder) who choose to attend the Bid opening sessions on
the specified date, time and address. The bidders’ representatives who are present shall sign a register
evidencing their attendance. In the event of the specified date of bid opening being declared a holiday for
SC&DLR, the Bids shall be opened at the same time and location on the next working day. During the Bid
opening, preliminary scrutiny of the bid documents will be made to determine whether they are complete,
whether required bid security has been furnished, whether the documents have been properly signed, and
whether the bids are generally in order. Bids not conforming to such preliminary requirements will be prima
facie rejected.
OPENING OF BID SECURITY ENVELOPE
The envelopes containing the bid security will be opened, by a Committee of Officers (the “Committee”)
appointed by SC&DLR for bid evaluation, in the presence of bidders’ representatives (only one) who
choose to attend the session on the specified date, time and address. The Bid Security envelopes of the
bidders will be opened on the same day and time, on which the Pre-qualification Bid is opened, and bids not
accompanied with the requisite Bid Security or whose Bid Security is not in order shall be rejected.
EVALUATION OF PRE-QUALIFICATION BIDS
The Prequalification proposal envelopes of only those bidders, whose Bid Security is in order, shall be
opened in the same session. The bids will then be passed on for evaluation.
The bidders will be assessed on the following pre-qualification criteria:
a. The partner having the maximum turnover will be considered as prime bidder.
b. The Bidder (Prime Bidder and all other members in case of a consortium) should have been in operation
for a period of at least 3 years as of 31-03-10, as evidenced by the Certificate of Incorporation and
Certificate of commencement of business issued by the Registrar of Companies in India or the
corresponding authority in respect of foreign entities;
c. Ground Survey methodology:
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
73
The Bidder (Prime Bidder in case of a consortium) should have had a minimum total turnover of Rs. 15
Crore during the last 3 financial years (2007-08, 2008-09, 2009-10).. The sum of the average annual
turnovers of all the partners of the consortium should be a minimum of Rs. 10.00 Crore during the last 3
financial years (2007-08, 2008-09, 2009-10), as evidenced by the relevant financial statements and audited
accounts of the company. Note: If audited figure of year 2009-10 is available then in that case last three
years will be year 2007-08,2008-09 and 2009-10.
d. The bidder, including all the partners of the consortium should have sufficient experience across the three
major requirements of the project in Ground Survey (preferably Cadastral Survey) evidenced by the
certificates issued by the competent authority of the concerned client organizations.
e. The bidder should have executed in the last 3 years either a minimum of 1 project of Rs. 1 crore
Or
One project of Rs. 75.00 lakh and one project of Rs. 50.00 lakh
Or
a minimum of 7 projects of Rs. 20.00 lakh each.
( NB: 1 Only completed projects will be considered 2. Project below value of Rs. 20.00 Lakh will
not be considered at all )
Reminder: 1
Pre-Qualification BID COVER must contain EMD in original , proof of experience in business , proof of turnover & proof of survey turnover i.e project completion certificate .
EVALUATION OF TECHNICAL PROPOSALS
The evaluation of the Technical bids will be carried out in the following manner:
a. The Technical Bids of only the pre-qualified bidders will be opened for evaluation.
b. The bidders' technical solution proposed in the bid document would be evaluated as per the requirements
specified in the RFP and adopting the evaluation criteria spelt out in this document. The Bidders are
required to submit all required documentation in support of the evaluation criteria specified (e.g. detailed
project citations and completion certificates, client contact information for verification, profiles of project
resources, specifications of equipment proposed to be used) as required for technical evaluation. The
Technical evaluation shall be done as per the criteria specified in Annexure II.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
74
Reminder: 2
Please complete indexing of your RFP. For easy technical evaluation pl. show on which page the required criteria is given or fulfilled. Pl. provide clear & exact information as asked . e.g. List of qualified surveyor . This info. should provide like Sr. No. Name of Surveyor, Qualification , Experience in years, Remarks ( if any ) Pl. note : If information is not provided as required, evaluation will not be carried out for that item.
c. Proposal Presentations: Each pre-qualified bidder shall be invited to make a presentation to SC&DLR
at a date, time and venue decided by SC&DLR. The purpose of such presentations would be to allow the
bidders to present their proposed solutions and orchestrate their key strengths, approach, methodologies and
work plans described in their proposals.
d. The following points would be considered in evaluating the proposals
i. Does the Bidder demonstrate an understanding of the project, particularly its expansive scope and tight
timeframe?
ii. Does the bidder possess the ability, capacity, skill and financial resources to complete the project?
iii. Does the bidder have the reputation, experience, and efficiency required to complete the work? This will
be evaluated based on the past experience, successful completion of projects, adherence to the time lines,
credentials from clients, technical skills associated with organization etc.,
v. Can the bidder take on the obligations and responsibilities set forth in the RFP and produce the required
outcomes within the required timeframe?
vi. Is the equipment proposed by the bidder like DGPS, ETS and software suitable to meet the requirements
of the project, technologically up-to-date and calibrated?
vii. Are the bidder’s proposed internal QA/QC procedures as per the international standards (FGDC / ISO
etc.)
viii. Does bidder’s proposed project management methodology adhere to time line and whether it covers the
risk mitigation?
TECHNICAL PRESENTATION
As a part of the RFP preparation process, the short listed vendors would be required to present their
proposed solution to the Settlement Commissioner and Director of Land Records. To facilitate a
better understanding of the proposed solution and other pertinent issues, a presentation
including a structured walkthrough have been scheduled on the following lines. The presentation
should be conducted as per the sequence outlined in this document. Handout material should be
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
75
distributed to the audience (8 -10 no. copies) in addition to an electronic copy on a CD (2 no. copies).
The presentations will be marked out of 100 marks. The weightage for the presentation will be 20% of
the marks in the technical evaluation- remaining 80% will be for the technical bid documents submitted.
Presentation
The agenda of the presentation has been laid out below.
Section A: General Information of the management (5 minutes)
Name of the primary bidder and Single Point Interface for the Settlement Commissioner and
Director of Land Records (1 slide)
Scope of Work(1 slide)
Roles & Responsibilities of all the consortium members (1 slide)
Section B: Structured Walkthrough of Proposed Approach and Methodology (15 minutes) (80
marks)
The purpose of the structured walkthrough is to get an insight into the Consortium’s
understanding of the user requirements and assess the capability of the consortium to work as a team to
deliver the within the stipulated timeframe
Understanding of Scope of Work of the Project & its requirements
Proposed approach and methodology to comprehensively address all the requirements of the project
laid out in the RFP
Milestones
Project Timelines and detailed project plan
Quality Control methodology, standards and quality assurance plan
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
76
Capabilities
o In terms of the human resources, and proposed manpower and experience -that will be
deployed for this project, should be mentioned broadly under the following heads:
Domain Experts
Managerial Staff
Qualified Surveyors
The survey agencies should also furnish the software and hardware details, that will be
employed for this project.
Section C: Relevant past experience, case studies (10 minutes) (20 marks)
Comparable Projects elsewhere, including current status, feedback, project start/end date
Samples of earlier work
Client References for case studies presented (contact names & Tel no)
Section D: Miscellaneous (15 minutes) Clarifications if any
Questions & answers
NOTE:
The presentations are expected to be concise and touch upon all the above sections & sub
sections in the format and slide titles mentioned above.
The presentation time should not exceed 45 min including Q&A.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
77
e. The SC&DLR may seek oral clarifications from the bidders. The primary function of
clarifications in the evaluation process is to clarify ambiguities and uncertainties arising out of the
examination of the bid documents. Oral clarifications provide the opportunity to state its
requirements clearly and for the bidder to more clearly state its proposal. The SC&DLR may seek inputs
from their professional, technical experts in the evaluation process.
f. Following will be the technical evaluation scheme:
i. Each Technical Bid will be assessed for technical score on a scale of 1 (minimum) to 100
(maximum) points
ii. Only the bidders, who score a total Technical score of 70 (Seventy) or more, will qualify for the
opening of their commercial bids.
e. The SC&DLR may seek oral clarifications from the bidders. The primary function of clarifications in
the evaluation process is to clarify ambiguities and uncertainties arising out of the examination of the bid
documents. Oral clarifications provide the opportunity to state its requirements clearly and for the bidder
to more clearly state its proposal. The SC&DLR may seek inputs from their professional, technical experts
in the evaluation process.
f. Following will be the technical evaluation scheme:
i. Each Technical Bid will be assessed for technical score on a scale of 1 (minimum) to 100 (maximum)
points
ii. Only the bidders, who score a total Technical score of 70 (Seventy) or more, will qualify for the
opening of their commercial bids.
EVALUATION OF COMMERCIAL BIDS
a. The Commercial Bids of only the technically qualified bidders will be opened for evaluation.
b. The bidder with lowest Total Cost (TC) will be awarded 100% score (L1)
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
78
NEGOTIATIONS, AGREEMENT FINALIZATION AND AWARD
SC&DLR reserves the right to negotiate with the bidder whose proposal has been ranked Best value bidder
on the basis of Technical and Commercial Evaluation. A contract will be awarded to the responsible and
responsive bidder whose proposal conforms to the RFP and in the opinion of SC&DLR represents the best
value to the proposed "Land Re-survey of Anand and other seven Districts "
AWARD OF CONTRACT
AWARD CRITERIA
The bidder with the Lowest Total Cost will be designated as Best Value Bidder
SC&DLR’s RIGHT TO ACCEPT ANY PROPOSAL AND TO REJECT ANY OR ALL
PROPOSALS
SC&DLR reserves the right to accept or reject any proposal, and to annul the tendering process and reject all
proposals at any time prior to award of agreement, without thereby incurring any liability to the affected
bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds.
NOTIFICATION OF AWARD
Prior to the expiration of the validity period, SC&DLR will notify the successful bidder in writing or by fax
or email, to be confirmed in writing by letter, that his proposal has been accepted. The notification of award
will constitute the formation of the agreement. Upon the successful bidder's furnishing of performance
guarantee, SC&DLR will promptly notify each unsuccessful bidder and return their Bid Security.
SIGNING OF AGREEMENT
At the same time as SC&DLR notifies the successful bidder that its proposal has been accepted, SC&DLR
shall enter into a separate agreement, incorporating all agreements (to be discussed and agreed upon
separately) between SC&DLR and the successful bidder. The Model agreement (Draft Agreement) is
provided in Annexure VI.
SC&DLR shall have the right to annul the award in case there is a delay of more than 15 days in signing of
agreement, for reasons attributable to the successful bidder.
PERFORMANCE GUARANTEE
a. The successful bidder shall at his own expense deposit with SC&DLR, within 15 days of the date of
notice of award of the agreement or prior to signing of the agreement whichever is earlier, an unconditional
and irrevocable Performance Guarantee (PG) by way of Demand Draft or Bank Guarantee from a
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
79
nationalized bank acceptable to SC&DLR, in the format prescribed in Annexure V, payable on demand, for
the due performance and fulfillment of the agreement by the bidder. Amount of performance Guarantee
would be at the rate of 5% of the Estimated Contract value = ----sq km *--- Rate per sq. km.
b. The Performance Guarantee (PG) will be for an amount of 5% of the contract value, valid for the
entire term of agreement, which shall be submitted by Survey Agency upon signing the Agreement.
All incidental charges whatsoever such as premium, commission etc., with respect to the performance
guarantee shall be borne by the bidder. The performance guarantee shall be valid till acceptance of the
deliverables of the Project or 120 days after the expiry of the contract, whichever is earlier. The
performance guarantee may be discharged/ returned by SC&DLR upon being satisfied that there has been
due performance of the obligations of the bidder under the agreement. However, no interest shall be payable
on the performance guarantee.
c. In the event of the bidder being unable to service the agreement for reasons of poor quality of resources,
business loss or going out of business, regulatory restrictions, concerns of national security, or any other
reason which is not concerned with the terms of the contract, SC&DLR would invoke the Performance
Guarantee. Notwithstanding and without prejudice to any rights whatsoever of SC&DLR under the
agreement in the matter, the proceeds of the Performance Guarantee shall be payable to SC&DLR as
compensation for any loss resulting from the bidder’s failure to perform/ comply with its obligations under
the agreement. SC&DLR shall notify the bidder in writing of the exercise of its right to receive such
compensation indicating the obligation(s) for which the bidder is in default and the bidder will have to pay it
within 14 days of the notice date. SC&DLR’s decision in this respect will be final.
d. SC&DLR shall also be entitled to make recoveries from the bidder’s bills, performance guarantee, or
from any other amount due to him, an equivalent value of any payment made to him due to inadvertence,
error, collusion, misconstruction or misstatement.
e. In case the project is delayed beyond the project schedule as mentioned in this RFP, for reasons
attributable to Survey Agency, the performance guarantee shall be accordingly extended by the Survey
Agency for the duration equivalent to the delays caused in the project.
f. It is the responsibility of the bidder to keep alive the performance guarantee and extend it if necessary till
the completion of the agreement period.
FAILURE TO AGREE WITH THE TERMS & CONDITIONS OF THE RFP
Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall constitute sufficient
grounds for the annulment of the award, in which event , SC&DLR may award the agreement to the next
best value bidder or call for new proposals.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
80
IMPLEMENTATION SCHEDULE GUIDELINES
Name of District Sr. No.
Milestone
Ana
nd
Vado
dara
Sure
ndra
naga
r
Panc
hmah
al
Sura
t
Bana
skan
tha
Tapi
Nar
mad
a
1 Micro pilot project ( 3 identifies villages by field survey ) T
0 +
6 W
eeks
T0
+ 6
Wee
ks
T0
+ 6
Wee
ks
T0
+ 6
Wee
ks
T0
+ 6
Wee
ks
T0
+ 6
Wee
ks
T0
+ 6
Wee
ks
T0
+ 6
Wee
ks
2 Establishment of Ground control Network (up to primary & Secondary ) T
0 +
6 W
eeks
T0
+ 8
Wee
ks
T0
+ 8
Wee
ks
T0
+ 8
Wee
ks
T0
+ 8
Wee
ks
T0
+ 8
Wee
ks
T0
+ 6
Wee
ks
T0
+ 6
Wee
ks
3 Ground Survey/ Creation of Land Survey spatial database for all taluka & all deliverables T
0 +
48 W
eeks
To
+ 22
Mon
ths
To
+ 22
Mon
ths
To
+ 20
.5 M
onth
s
To
+ 22
Mon
ths
To
+ 22
Mon
ths
To
+ 48
Wee
ks
To
+ 42
Wee
ks
4.1 First Set of Taluka
T0
+ 14
w
eek
T0
+ 4
mon
th
T0
+ 4
mon
th
T0
+ 4
mon
th
T0
+ 4
mon
th
T0
+ 4
mon
th
T0
+ 14
w
eek
T0
+ 14
w
eek
4.2 Second Set of 1 Taluka
T0
+ 20
w
eek
T0
+ 6
mon
th
T0
+ 6
mon
th
T0
+ 6
mon
th
T0
+ 6
mon
th
T0
+ 6
mon
th
T0
+ 22
w
eek
T0
+ 22
w
eek
4.3 Third Set of 1 Taluka
T0
+ 26
w
eek
T0
+
8 m
onth
T0
+
8 m
onth
T0
+
8 m
onth
T0
+
8 m
onth
T0
+
8 m
onth
T0
+ 30
w
eek
T0 +
30
wee
k
4.4 Fourth Set of 1 Taluka
T0
+ 31
w
eek
T0
+ 10
m
onth
T0
+ 10
m
onth
T0
+ 10
m
onth
T0
+ 10
m
onth
T0
+ 10
m
onth
T0
+ 38
w
eek
T0
+ 38
w
eek
4.5 Fifth Set of 1 Taluka
T0
+ 36
w
eek
T0 +
11.
5 m
onth
T0
+ 12
m
onth
T0 +
11.
5 m
onth
T0
+ 12
m
onth
T0 +
11.
5 m
onth
T0 +
46
wee
k
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
81
4.6 Sixth Set of 1 Taluka
T0
+ 42
w
eek
T0
+ 13
.00
mon
th
T0
+ 14
m
onth
T0
+ 13
.00
mon
th
T0
+ 14
m
onth
T0
+ 13
.00
mon
th
4.7 Seventh Set of 1 Taluka
T0
+ 48
w
eek
T0
+ 14
.5m
ont
h
T0
+ 16
m
onth
T0
+ 14
.5m
ont
h
T0
+ 16
m
onth
T0
+ 14
.5m
ont
h
4.8 Eight set of 1 Taluka
T0
+ 54
w
eek
T0
+ 16
m
onth
T0
+ 18
m
onth
T0
+ 16
m
onth
T0
+ 18
m
onth
T0
+ 16
m
onth
4.9 Ninth Set of 1 Taluka
NA
T0 +
17.
5 m
onth
T0
+ 20
m
onth
T0 +
17.
5 m
onth
T0
+ 20
m
onth
T0 +
17.
5 m
onth
4.10
Tenth Set of 1 Taluka
NA
T0
+ 19
.mon
th
T0
+ 22
m
onth
T0
+ 19
.mon
th
T0
+ 22
m
onth
T0
+ 19
.mon
th
4.11
Eleventh Set of 1 Taluka
NA
T0 +
20.
5 m
onth
T0 +
20.
5 m
onth
T0 +
20.
5 m
onth
4.12
Twelfth set of 1 Taluka
NA
T0
+ 22
m
onth
T0
+ 22
m
onth
4.13
Thirteenth set of 1 Taluka
NA
4.14
Fourteenth Set of 1 Taluka
NA
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
82
5 Execution of
the
,downloading
of the data,
training,
formal
functioning of
the project and
final
acceptance by
the department
T0+5
2 w
eek
TO +
24
Mon
th
T0+
24 M
onth
TO +
22
Mon
th
T0+
24 M
onth
T0+
24 M
onth
T0+5
2 w
eek
T0+4
2 W
eek
Vendor should submit his own detailed time schedule with measurable milestones and such schedules
should be practicable, reasonable and balanced.
PAYMENT TERMS
"Land Re-survey of Gandhinagar district" will involve the payment for the contract based on the successful
completion of milestone as mentioned below:
a. 5% of the contract value can be considered as mobilization advance against a Bank Guarantee for the
same amount. The bank guarantee will be valid for a period of 12 months. Bank guarantee if given will be
discharged and the mobilization advance will be adjusted against the payment for first invoice.
b. The subsequent payments shall be based on the following guidelines
1. Anand District Sr. No. Milestone Payment %
1 Mobilization Advance (Against Bank Guarantee of
equal amount valid for 12 months).
5% of estimated contract
value
2 Setting up Ground Control Network (Till secondary
points)
5% of estimated contract
value
3 First Set of Taluka Actual Bill – (1/3rd of Sum
of (1) + (2)
4 Second Set of Taluka Actual Bill – (1/3rd of Sum
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
83
of (1) + (2)
5 Third Set of Taluka Actual Bill – (1/3rd of Sum
of (1) + (2)
6 Fourth Set of Taluka Actual Bill – 2.5% of
estimated contract value
7 Fifth Set of Taluka Actual Bill – 2.5% of
estimated contract value
8 Sixth Set of Taluka Actual Bill – 2.5% of
Estimated contract value
9 Seventh Set of Taluka Actual Bill
10 Eighth Set of Taluka Actual Bill + 7.5 % of
Estimated contract value –
(10%* of total invoicing for
all 8 taluks)
*10% Amount will be given after acceptance of all the final deliverables.
2. Vadodara District
Sr. No. Milestone Payment %
1 Mobilization Advance (Against Bank Guarantee of
equal amount valid for 12 months).
5% of estimated contract
value
2 Setting up Ground Control Network (Till secondary
points)
5% of estimated contract
value
3 First Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
4 Second Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
5 Third Set of Taluka Actual Bill – (1/4 th of Sum
of (1) + (2)
6 Fourth Set of Taluka Actual Bill – (1/4 th of Sum
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
84
of (1) + (2)
7 Fifth Set of Taluka Actual Bill – 2.5% of
Estimated contract value l
8 Sixth Set of Taluka Actual Bill – 2.5% of
Estimated contract value
9 Seventh Set of Taluka Actual Bill – 2.5% of
Estimated contract value
10 Eighth Set of Taluka Actual Bill
11 Ninth Set of Taluka Actual Bill
12 Tenth Set of Taluka Actual Bill + 7.5 % of
Estimated contract value –
(10%* of total invoicing for
all 10 taluka)
*10% Amount will be given after acceptance of all the final deliverables.
3. Surendranagar District
Sr. No. Milestone Payment %
1 Mobilization Advance (Against Bank Guarantee of
equal amount valid for 12 months).
5% of estimated contract
value
2 Setting up Ground Control Network (Till secondary
points)
5% of estimated contract
value
3 First Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
4 Second Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
5 Third Set of Taluka Actual Bill – (1/4 th of Sum
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
85
of (1) + (2)
6 Fourth Set of Taluka Actual Bill – (1/4 th of Sum
of (1) + (2)
7 Fifth Set of Taluka Actual Bill – 2.5% of
Estimated contract value l
8 Sixth Set of Taluka Actual Bill – 2.5% of
Estimated contract value
9 Seventh Set of Taluka Actual Bill – 2.5% of
Estimated contract value
10 Eighth Set of Taluka Actual Bill
11 Ninth Set of Taluka Actual Bill
12 Tenth Set of Taluka Actual Bill + 7.5 % of
Estimated contract value –
(10%* of total invoicing for
all 10 taluka)
*10% Amount will be given after acceptance of all the final deliverables.
4. Panchmahal District Sr. No. Milestone Payment %
1 Mobilization Advance (Against Bank Guarantee of
equal amount valid for 12 months).
5% of estimated contract
value
2 Setting up Ground Control Network (Till secondary
points)
5% of estimated contract
value
3 First Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
4 Second Set of Taluka Actual Bill – (1/4th of Sum
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
86
of (1) + (2)
5 Third Set of Taluka Actual Bill – (1/4 th of Sum
of (1) + (2)
6 Fourth Set of Taluka Actual Bill – (1/4 th of Sum
of (1) + (2)
5 Fifth Set of Taluka Actual Bill – 2.5% of
Estimated contract value l
7 Sixth Set of Taluka Actual Bill – 2.5% of
Estimated contract value
8 Seventh Set of Taluka Actual Bill – 2.5% of
Estimated contract value
9 Eighth Set of Taluka Actual Bill
10 Ninth Set of Taluka Actual Bill
11 Tenth Set of Taluka Actual Bill
12 Eleventh Set of Taluka Actual Bill + 7.5 % of
Estimated contract value –
(10%* of total invoicing for
all 11 taluka)
*10% Amount will be given after acceptance of all the final deliverables.
5. Surat District
Sr. No. Milestone Payment %
1 Mobilization Advance (Against Bank Guarantee of
equal amount valid for 12 months).
5% of estimated contract
value
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
87
2 Setting up Ground Control Network (Till secondary
points)
5% of estimated contract
value
3 First Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
4 Second Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
5 Third Set of Taluka Actual Bill – (1/4 th of Sum
of (1) + (2)
6 Fourth Set of Taluka Actual Bill – (1/4 th of Sum
of (1) + (2)
7 Fifth Set of Taluka Actual Bill – 2.5% of
Estimated contract value l
8 Sixth Set of Taluka Actual Bill – 2.5% of
Estimated contract value
9 Seventh Set of Taluka Actual Bill – 2.5% of
Estimated contract value
10 Eighth Set of Taluka Actual Bill
11 Ninth Set of Taluka Actual Bill
12 Tenth Set of Taluka Actual Bill + 7.5 % of
Estimated contract value –
(10%* of total invoicing for
all 10 taluka)
*10% Amount will be given after acceptance of all the final deliverables.
6. Banaskantha District
Sr. No. Milestone Payment %
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
88
1 Mobilization Advance (Against Bank Guarantee of
equal amount valid for 12 months).
5% of estimated contract
value
2 Setting up Ground Control Network (Till secondary
points)
5% of estimated contract
value
3 First Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
4 Second Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
5 Third Set of Taluka Actual Bill – (1/4 th of Sum
of (1) + (2)
6 Fourth Set of Taluka Actual Bill – (1/4 th of Sum
of (1) + (2)
7 Fifth Set of Taluka Actual Bill – 2.5% of
Estimated contract value l
8 Sixth Set of Taluka Actual Bill – 2.5% of
Estimated contract value
9 Seventh Set of Taluka Actual Bill – 2.5% of
Estimated contract value
10 Eighth Set of Taluka Actual Bill
11 Ninth Set of Taluka Actual Bill
12 Tenth Set of Taluka Actual Bill + 7.5 % of
Estimated contract value –
(10%* of total invoicing for
all 10 taluka)
*10% Amount will be given after acceptance of all the final deliverables.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
89
7. Tapi District
Sr. No. Milestone Payment %
1 Mobilization Advance (Against Bank Guarantee of
equal amount valid for 12 months).
5% of estimated contract
value
2 Setting up Ground Control Network (Till secondary
points)
5% of estimated contract
value
3 First Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
4 Second Set of Taluka Actual Bill – (1/4th of Sum
of (1) + (2)
5 Third Set of Taluka Actual Bill – (1/4 th of Sum
of (1) + (2)
6 Fourth Set of Taluka Actual Bill – (1/4 th of Sum
of (1) + (2)
7 Fifth Set of Taluka Actual Bill – 10% of
Estimated contract value l
*10% Amount will be given after acceptance of all the final deliverables.
8. Narmada District
Sr. No. Milestone Payment %
1 Mobilization Advance (Against Bank Guarantee of
equal amount valid for 12 months).
5% of estimated contract
value
2 Setting up Ground Control Network (Till secondary
points)
5% of estimated contract
value
3 First Set of Taluka Actual Bill – (1/3rd of Sum
of (1) + (2)
4 Second Set of Taluka Actual Bill – (1/3rd of Sum
of (1) + (2)
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
90
5 Third Set of Taluka Actual Bill – (1/3rd of Sum
of (1) + (2)
6 Fourth Set of Taluka Actual Bill – 10% of
Estimated contract value l
Above payments shall be made after deduction of tax at source, whichever may be applicable, by the Acts
prevailing at the time of making payment. Payment of all other tax and levies would be the responsibility of
the Survey Agency. All payments to the agencies would be made in Indian Rupees only.
The payment shall be made after the successful completion of the activity and successful submission of the
deliverables & its acceptance by SC & DLR.
c. The minimum gap between two successive invoices will be 1 month.
PENALTY CLAUSE
Vendor should submit his own detailed time schedule with measurable milestones and such schedules
should be practicable, reasonable and balanced. At the time of presentation, SC&DLR and the vendor would
come to a mutually agreeable time schedule, which will be the finalized schedule to form part of the
agreement.
Any delay in implementation at any milestone mentioned in the plan, will attract a penalty of 0.5% of the
contract value for every 7 days, subject to a maximum of 4%. Maximum delay permitted will be 60 days
beyond which the agreement is liable to be terminated and vendor performance guarantee will be forfeited.
In such case, SC&DLR reserves the right to make necessary alternate arrangements to complete the project.
Further any delays must be made up by the vendor by the time of the payment milestone for the completion
of 75% i.e. project implementation needs to be as per schedule at this point.
The purpose of this is to ensure all necessary formalities for project completion and closure are completed as
planned and vendor will not deliver/ complete a large part of the work only at the end stage, as this would
hinder smooth project completion and sign-off. Penalties if deducted earlier will be refunded at this stage.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
91
3. DETAILED SUBMITTAL REQUIREMENTS
Proposals must be direct, concise, and complete. All information not directly relevant to this RFP should be
omitted. SC&DLR will evaluate bidder’s proposal based on its clarity and the directness of its response to
the requirements of the project as outlined in this RFP. To assist in the preparation of proposal, SC&DLR is
making available an electronic version of this RFP.
DOCUMENTS COMPRISING THE BIDDERS' PROPOSAL
a. Proposal submitted by the bidder shall comprise the following:
i. Proposal covering letter (covering letter is set forth in Annexure I (1))
ii. Prequalification proposal in the format as specified in Annexure I (4)
iii. Technical proposal in the format as specified below and in Annexure I (5)
iv. Commercial proposal as specified in Annexure I (6 – From 1). The bidders also need to provide the
component-wise cost details used for arriving at the quoted commercials as specified in the Annexure I (6 –
Form 2).
v. Any other information that is required to be submitted in the proposal process.
The bidders must submit technical proposal both in hardcopy and softcopy format properly labeled.
b. Bidder shall submit with its proposal, inter alia, the following attachments:
i. A board resolution (in case of a consortium bid, the Prime Bidder's Board of Directors) authorizing the
Bidder/ Prime Bidder to sign/ execute the proposal as a binding document and also to execute all relevant
agreements forming part of RFP.
ii. A certified true copy of the consortium agreement between the Prime Bidder and all the other members of
the consortium, describing the respective roles and responsibilities of all the members, in meeting the
overall scope and requirements of the proposed project.
Bidders shall furnish the required information on their technical and commercial strengths in the enclosed
formats only. Any deviations in format may make the bid liable for rejection. The bid shall be attached with
the covering letter as specified in Annexure I and shall be enclosed in the main envelope, which has the Bid
Security, Prequalification bid, Technical bid and Commercial bid Envelopes. Proposals not submitted with
this covering letter shall be liable for rejection.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
92
VENUE & DEADLINE FOR SUBMISSION OF PROPOSALS
i. Proposals, in their complete form in all respects as specified in the RFP, must be submitted to SC&DLR at
the address specified below:
Venue:
Settlement and Director of Land Records
Dr.Jivraj Mehta Bhavan,
Block No. 13,3rd Floor,
Old Sachivalaya.
Gandhinagar-382 010
ii. Last Date & Time of submission: Before -- Hrs on --/---/, 2010
iii. SC&DLR may, in exceptional circumstances and at its discretion, extend the deadline for submission of
proposals by issuing an addendum or by intimating all bidders who have been provided the RFP, in writing
or through e-mail, in which case all rights and obligations of SC&DLR and the bidders previously subject to
the original deadline will thereafter be subject to the deadline as extended.
LATE BIDS
Bids received after the due date and the specified time (including the extended period if any) for any reason
whatsoever, shall not be entertained.
NB: Submission of this RFP is online. So any delay including uploading any documents e.g. server down,
non availability of site shall not be considered.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
93
PREQUALIFICATION BID
Prequalification bid will be used for assessing the bidders on the basis of prequalification criteria laid down
in this RFP. Therefore the bidders are required to submit this bid in specified format furnishing all the
required information and supporting documents. A bid may be rejected at prequalification stage itself and
not considered for technical evaluation if it fails to satisfy the prequalification criteria specified in this RFP.
TECHNICAL PROPOSAL
a. The technical proposal should address all the areas/ sections as specified in the Technical Evaluation
Criteria (given in Annexure II) and contain a detailed description of how the bidder will provide the
required services outlined in this RFP. It should articulate in detail, as to how the bidder’s Technical
Solution meets the requirements specified in the RFP. The technical proposal must not contain any pricing
information. In submitting additional information, please mark it as “supplementary” to the required
response. If the bidder wishes to propose additional services (or enhanced levels of services) beyond the
scope of this RFP, the proposal must include a description of such services as a separate and distinct
attachment to the proposal.
b. The technical proposal should address the following:
i. Overview of the proposed solution that meets the requirements specified in the RFP
ii. Detailed Technical Description including the complete specifications of the equipment proposed to be
used namely the DGPS, Electronic total station machine including its accuracy , leveling machine, Ground
Control equipment, hardware and software used for processing and printing the imagery (if any ), quality
control systems and storage.
iii. How the proposed methodology addresses accuracy, quality control, availability, performance, security
and manageability requirements of the project.
iv. Approach & Methodology for project implementation including the project plan
v. Detailed Project plan- milestones .
vi. Project team structure, size, capability and deployment plan (Total Staffing plan including numbers)
viii. Profiles of resources proposed for the project (to be provided in the format included in Annexure I)
The bidder shall provide an undertaking, on a separate letter on company letter head signed by the
authorized signatory, in the technical bid that all the profiles of the proposed resources are complete and
accurate. In addition, each profile shall be signed by the resource (of whom the profile is submitted) and the
authorized signatory. If the signature of the resource couldn’t be obtained, the authorized signatory, in each
profile shall mention and certify that he has obtained the consent of the respective employee on the accuracy
and completeness of qualifications and experience specified in the profile.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
94
ix. Details of consortium partners.
x. Project Management, reporting and review methodology
xi. Risk Management approach and plan
xii. Key Deliverables (along with sample deliverables, where possible)
xiii. Bidder’s experience, to be provided in the format specified in Annexure I, in all the project related
areas as highlighted in Bid evaluation criteria
The technical proposal shall also contain bidder’s plan to address the key challenges anticipated during the
execution of the project. Any deviations between technical and commercial proposals shall make the
proposal as being unresponsive and may lead to disqualification of the proposal. SC&DLR reserves the right
to take appropriate action in this regard.
d. SC&DLR is also open to any suggestions that the bidder may want to render with respect to the approach
adopted for the assignment in the light of their expertise or experience from similar assignments. However,
this should not lead to the submission date being missed or extended.
e. Manpower deployment plan and resources to be dedicated to the project
Bidder must provide the following information:
i. A specific description of the prior experience and expertise of the resources in the organization that enable
the organization to provide high quality, industry-standards based Survey Services of Ground Survey
ii. Resumes of manager(s) responsible for the management of this project, highlighting pertinent experience.
iii. Resumes of bidder personnel who would be directly assigned to provide services pertaining to this
agreement and the specific function each individual would perform;
iv. All the resumes of the proposed team should be given in the format provided in Annexure I.
f. Consortium Member Statement
The Bidder shall provide the following information in respect of the consortium members that the bidder
will engage to provide any of the services required under this RFP. For each proposed consortium member,
bidder shall provide the following:
i. Brief description of nature of products/services to be provided by consortium member.
ii. Head and branch offices (if responsible for work under this agreement) (provide street and mailing
addresses, phone, fax and email).
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
95
iii. Date, form and state of incorporation.
iv. Agreement administrator (name, business address, fax, phone and email address of individual responsible
for administering any agreement that might result from this RFP).
v. Company principals (name, title and business address).
vi. Current or prior successful partnerships with proposed consortium member including client reference
(contact name, phone number, dates when services were performed).
COMMERCIAL PROPOSAL
a. Unless expressly indicated, bidder shall not include any technical information regarding the services in
the commercial proposal. Additional information may be submitted to accompany the proposal. In
submitting additional information, please mark it as supplemental to the required response. Prices shall be
quoted entirely in Indian Rupees and must be arrived at after including all expenses, rates, and taxes.
b. The commercial proposal must be detailed and summarized by completing the pricing requirements
which are contained in Annexure I of this RFP.
DEVIATIONS AND EXCLUSIONS
The bidder shall provide the deviations and exclusions, if any, from the specifications and requirements as
defined in this RFP in the format provided in Annexure III.SC&DLR reserves its right to treat the
deviations and exclusions in any manner that SC&DLR deems suitable for the bidding process.
MAPS, PHOTOGRAPHS AND INTELLECTUAL PROPERTY RIGHTS
The maps, photographs, processed maps and intellectual property rights of all the artifacts developed under
this project shall be the exclusive property of SC&DLR. Bidders should submit a declaration to this affect.
TOTAL RESPONSIBILITY
Bidder (Prime bidder in case of a consortium) should issue a statement undertaking total responsibility for
the complete project, which shall not include any conditional statements.
SIGNATURE
The covering letter must be signed with the bidder’s name and by a representative of the bidder, who is
authorized to commit the bidder to agreement obligations. All obligations committed by such signatories
must be fulfilled.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
96
BID SUBMISSION
a. Bid documents are to be submitted using the e-tender facility of Govt. of Gujarat
SC&DLR will not accept delivery of proposal in any manner other than that specified in this RFP. Proposal
delivered in any other manner shall be treated as defective, invalid and rejected.
EMD and the tender fee should be submitted as part of the Bid Security and the Pre-Qualification Envelope
respectively. They details of each should also be furnished in the E-tender system in the prescribed format.
b. The bidders may submit proposals for both the methodologies in which case they will need to submit
separate bids for each methodology. However EMD can be common in case the prime bidder is same in
both the proposals.
While submitting hard copies of the technical proposal and pre-qualification bid in this case, bidder should
submit proposal documents of each option in two separate envelopes clearly marking the methodology on
the envelope.
Photocopies of the EMD and tender should be put in the respective envelopes in case of the second option.
c. Submission of bids shall be in accordance with the instructions given in the Table below:
Envelope 1 :
Bid Security
The envelope containing the Bid Security shall be sealed and super scribed
“Bid Security – "Land Re-survey of Anand & other Seven districts"
Envelope 2 :
Prequalification
Proposal
The Prequalification Proposal shall be prepared in accordance with the
requirements specified in this volume and in the format prescribed in
Annexure I of this RFP.
This Bid should be submitted on non-rewritable CD format only. The words
“Pre-qualification Proposal – "Land Re-survey of Anand & other Seven
districts” shall be written in indelible ink on the CD. The CD shall be put in
the envelope along with the hard copy of the proposal which shall be sealed
and super scribed
The pre-qualification and technical proposal is to be submitted digitally as well as a hard copy (2
copies) + 1 CD of Technical proposal .
The commercial proposal is to be submitted only digitally.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
97
“Pre-qualification Proposal – "Land Re-survey of Anand & other Seven
districts” on the top right hand corner and addressed to SC&DLR at the
address specified in this RFP
The agencies shall submit the tender fee in this envelope. The agencies also
need to submit the pre-qualification digitally at www.scndlr.nprocure.com
Envelope 3 :
Technical
Proposal
The Technical Proposal shall be prepared in accordance with the
requirements specified in this RFP and in the format prescribed in Annexure I
of this RFP. The Technical Bid should be submitted on a non-rewritable CD
format Only. The words “Technical Proposal – "Land Re-survey of Anand
& other Seven districts” shall be written in indelible ink on the CD. The
Hard Copy shall be signed by the authorized signatory on all the pages before
being put along with the CD in the envelope and sealed. The envelope shall
be sealed and super scribed
“Technical Proposal – "Land Re-survey of Anand & other Seven
districts ” on the top right hand corner and addressed to SC&DLR at the
address specified in this volume. This envelope should not contain the
Commercial Proposal, in either explicit or implicit form, in which case the
bid will be rejected.
Commercial
Proposal
The Survey Agency shall submit the commercial proposal only on the
website www.scndlr.nprocure.com in the pre determined format as per the
E-tendering process.
Envelope 4 All the above 3 envelopes along with the proposal letter should be put in
envelope 4 which shall be properly sealed. The outside of the envelope must
clearly indicate the name of the project (“Proposal for "Land Re-survey of
Anand & other Seven districts ”)
Note: 1. The outer and inner envelopes mentioned above shall indicate the name
and address of the bidder (prime bidder, in case of consortium).
2. Failure to mention the address on the outside of the envelope could cause a
proposal to be misdirected or to be received at the required destination after
the deadline.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
98
PERIOD OF VALIDITY OF PROPOSALS
a. The proposals shall be valid for a period of 180 (One hundred and eighty) days from the date of opening
of the proposals. A proposal valid for a shorter period may be rejected as non-responsive. On completion of
the validity period, unless the bidder withdraws his proposal in writing, it will be deemed to be valid until
such time that the bidder formally (in writing) withdraws his proposal.
b. In exceptional circumstances, at its discretion, SC&DLR may solicit the bidder's consent for an extension
of the validity period. The request and the responses thereto shall be made in writing (or by fax or email).
AMENDMENT OF RFP
At any time prior to the deadline for submission of proposals, SC&DLR, for any reason, may modify the
RFP by amendment notified in writing or by fax or email to all bidders who have received this RFP and
such amendment shall be binding on them. SC&DLR, at its discretion, may extend the deadline for the
submission of proposals.
LANGUAGE OF PROPOSALS
The proposal and all correspondence and documents shall be written in English. All proposals and
accompanying documentation will become the property of SC&DLR and will not be returned.
PRICES
a. The bidder shall quote the price as per specified format fixed for the entire project on a single
responsibility basis. In case of a consortium, the prime bidder of the successful consortium shall be solely
held responsible for the discharging all the responsibilities during the period of agreement. SC&DLR
reserves the right to procure the components/services listed in this RFP in whole or in part. No
adjustment of the agreement price shall be made on account of any variations in costs of labor and materials
or any other cost component affecting the total cost in fulfilling the obligations under the Agreement. The
Agreement price shall be the only payment, payable by SC&DLR to the successful bidder for completion of
the obligations by the successful bidder under the Agreement, subject to the terms of payment specified in
the agreement. The price would be inclusive of all applicable taxes, duties, charges and levies, unless
specified otherwise.
b. The prices, once offered, must remain fixed and must not be subject to escalation for any reason
whatsoever within the period of agreement. A proposal submitted with an adjustable price quotation or
conditional proposal may be rejected as non-responsive.
c. Any increase in rates of taxes will be to the account of bidder.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
99
d. In cases where the geographical area, varies in quantum from what is specified in the RFP, then a debit or
credit payment variation to the contract value shall be effected to the tune of the product of the difference in
geographic area and the derived per Sq.Km. unit price.
CORRECTION OF ERRORS
a. Bidders are advised to exercise adequate care in quoting the prices. No excuse for corrections in the
quoted price will be entertained after the proposals are opened. All corrections, if any, should be initialed by
the person signing the proposal form before submission, failing which the figures for such items may not be
considered.
b. Arithmetic errors in proposals will be corrected as follows:
In case of discrepancy between the amounts mentioned in figures and in words, the amount in words shall
govern. The amount stated in the proposal form, adjusted in accordance with the above procedure, shall be
considered as binding, unless it causes the overall proposal price to rise, in which case the proposal price
shall govern. If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected.
NON-CONFORMING PROPOSALS
A proposal may be construed as a non-conforming proposal and ineligible for consideration:
a. If it does not comply with the requirements of this RFP. Failure to comply with the technical
requirements, and acknowledgment of receipt of amendments, are common causes for holding proposals
non-conforming.
b. If a proposal appears to be “canned” presentations of promotional materials that do not follow the format
requested in this RFP or do not appear to address the particular requirements of the proposed e.g. "Land Re-
survey of Anand & other Seven districts ", and any such bidders may also be disqualified.
DISQUALIFICATION
The proposal is liable to be disqualified in the following cases or in case bidder fails to meet the bidding
requirements as indicated in this RFP:
i. Proposal not submitted in accordance with the procedure and formats prescribed in this document or
treated as non-conforming proposal.
ii. During validity of the proposal, or its extended period, if any, the bidder increases his quoted prices.
iii. The bidder qualifies the proposal with his own conditions.
iv. Proposal is received in incomplete form.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
100
v. Proposal is received after due date and time.
vi. Proposal is not accompanied by all the requisite documents.
vii. If Bidder provides quotation only for a part of the project.
viii. Information submitted in technical proposal is found to be misrepresented, incorrect or false,
accidentally, unwittingly or otherwise, at any time during the processing of the agreement (no matter at what
stage) or during the tenure of the agreement including the extension period if any.
ix. Commercial proposal is enclosed with the same envelope as technical proposal
x. Bidder tries to influence the proposal evaluation process by unlawful / corrupt / fraudulent means at any
point of time during the bid process
xi. In case any one party submits multiple proposals under one methodology or if common interests are
found in two or more bidders, the bidders are likely to be disqualified, unless additional proposals/bidders
are withdrawn upon notice immediately.
xii. Bidder fails to deposit the Performance Guarantee (PG) or fails to enter into an Agreement within 15
working days of the date of notice of award of agreement or within such extended period, as may be
specified by SC&DLR.
xiii. Bidders may specifically note that while evaluating the proposals, if it comes to, SC&DLR’s
knowledge expressly or implied, that some bidders may have colluded in any manner whatsoever or
otherwise joined to form an alliance resulting in delaying the processing of proposal then the bidders so
involved are liable to be disqualified for this agreement as well as for a further period of three years from
participation in any of the tenders floated by SC&DLR.
MODIFICATION AND WITHDRAWAL OF PROPOSALS
No proposal may be withdrawn in the interval between the deadline for submission of proposals and the
expiration of the validity period specified by the bidder on the proposal form.
CONFLICT OF INTEREST
1. Bidder shall furnish an affirmative statement as to the existence of, absence of, or potential for conflict
of interest on the part of the bidder or any prospective consortium member due to prior, current, or proposed
agreements, engagements, or affiliations with SC&DLR. Additionally, such disclosure shall address any and
all potential elements (time frame for service delivery, resource, financial or other) that would adversely
impact the ability of the bidder to complete the requirements as given in the RFP.
2. If there is a project management consultants for this project, the main job of the project management
consultant would be to help tendering , evaluate the response and supervise the work of the selected agency
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
101
to see that it meets the pre-determined criteria. Therefore subsidiary companies or sister organizations and
any consortium partner of management consultant companies in any other similar projects being currently
carried out (as on date -- /-- 2009), shall be disqualified to participate in this bid.
ACKNOWLEDGEMENT OF UNDERSTANDING OF TERMS
By submitting a proposal, each bidder shall be deemed to acknowledge that it has carefully read all sections
of this RFP, including all forms, schedules and annexure hereto, and has fully informed itself as to all
existing conditions and limitations.
CONDITIONS
The following terms are applicable to this RFP and the bidder’s proposal:
i. Any work product, whether acceptable or unacceptable, developed under an agreement awarded as a result
of this RFP shall be the sole property of SC&DLR unless stated otherwise in the definitive Agreement.
ii. Timing and sequence of events resulting from this RFP shall ultimately be determined by SC&DLR.
iii. No oral conversations or agreements with any official, agent, or employee of SC&DLR shall affect or
modify any terms of this RFP, and any alleged oral agreement or arrangement made by a bidder with any
department, Survey Agency, official or employee of SC&DLR shall be superseded by the definitive
Agreement that results from this RFP process. Oral communications by SC&DLR to bidders shall not be
considered binding on SC&DLR, nor shall any written materials provided by any person other than
SC&DLR.
iv. Proposals are subject to rejection if they limit or modify any of the terms and conditions or specifications
of this RFP.
v. By responding, the bidder shall be deemed to have represented and warranted: that its proposal is not
made in connection with any competing bidder submitting a separate response to this RFP, and is in all
respects fair and without collusion or fraud; and that no employee or official of SC&DLR participated
directly or indirectly in the bidder’s proposal preparation.
vi. Neither the bidder nor any of bidder’s representatives shall have any claims whatsoever against
SC&DLR or any of its respective officials, agents, or employees arising out of or relating to this RFP or
these procedures (other than those arising under a definitive Agreement with the bidder in accordance with
the terms thereof).
vii. Until the agreement is awarded and during the currency of the agreement, bidders shall not, directly or
indirectly, solicit any employee of SC&DLR to leave SC&DLR or any other officials involved in this RFP
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
102
process in order to accept employment with the bidder, its affiliates, actual or prospective consortium
members, or any person acting in concert with the bidder, without prior written approval of SC&DLR.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
103
Note: In all formats name of district given is for information only. The bidder have to quote that name of district in which they are bidding .
Annexure I: Bid Formats
1. Bid Cover Letter
[Date]
To,
Settlement Commissioner and Director of Land Records
Dr.Jivraj Mehta Bhavan,
Block No. 13,3rd Floor,
Old Sachivalaya.
Gandhinagar-382 010
Dear Sir,
Ref: Request for Proposal – “Land re-survey of Anand & other Seven districts project”
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to
provide the professional services as required and outlined in the RFP for the “Land Re-survey of e.g.
Anand district project”, Government of Gujarat, and to meet such requirements and provide such services
as set out in the RFP.
We attach hereto the technical response as required by the RFP, which constitutes our proposal.
We undertake, if our proposal is accepted, to adhere to the implementation plan of Ground Survey put
forward in RFP or such adjusted plan as may subsequently be mutually agreed between us and SC&DLR or
its appointed representatives.
If our proposal is accepted, we will obtain a Performance Guarantee in the format given in the RFP
document issued by a nationalized bank in India, acceptable to SC&DLR, for a sum of 5% of the contract
value for the due performance of the agreement.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP document and also
agree to abide by this tender response for a period of 180 days from the date fixed for bid opening and it
shall remain binding upon us with full force and virtue, until within this period a formal Agreement is
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
104
prepared and executed, this tender response, together with your written acceptance thereof in your
notification of award, shall constitute a binding agreement between us and SC&DLR.
We confirm that the information contained in this proposal or any part thereof, including its exhibits,
schedules, and other documents and instruments delivered or to be delivered to SC&DLR is true, accurate,
and complete. This proposal includes all information necessary to ensure that the statements therein do not
in whole or in part mislead SC&DLR as to any material fact.
We agree that you are not bound to accept any tender response you may receive. We also agree that you
reserve the right in absolute sense to reject all or any of the products/ services specified in the tender
response.
It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/ organization
and empowered to sign this document as well as such other documents, which may be required in this
connection.
Details of Consortium Members 1. Name of lead Consortium member 2. Names of other members of consortium. 3. Tasks to be performed by each member.
Name of Consortium Member
Task to be Performed by
the member
Total Person-Months
allotted to the member
Dated this Day of 200_
(Signature) (In the capacity of)
(Name)
Duly authorized to sign the Tender Response for and on behalf of:
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
105
(Name and Address of Company) Seal/Stamp of bidder
Witness Signature:
Witness Name:
Witness Address:
CERTIFICATE AS TO AUTHORISED SIGNATORIES
I,,……………………………, the Company Secretary of …….…………………, certify that
……………………………………………………………… who signed the above Bid is authorized to do so
and bind the company by authority of its board/ governing body.
Date:
Signature:
(Company Seal) (Name)
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
106
2. Format For Power Of Attorney For Signing Of Proposal
(On Rs. 100 Stamp paper duly attested by Notary Public)
POWER OF ATTORNEY
Know all men by these presents, We ________________________ (name and address of the registered
office) do hereby constitute, appoint and authorize Mr./ Ms. _______________ (name and residential
address) who is presently employed with us and holding the position of _ as our attorney, to do in our name
and on our behalf, all such acts, deeds and things necessary in connection with or incidental for “Land Re-
survey of Anand & other Seven districts” of Settlement Commissioner & Director of Land Records
(hereinafter referred to as “SC&DLR”) situated at, including signing and submission of all documents and
providing information/responses to SC&DLR in all matters in connection with our Proposal.
We hereby declare that all acts, deeds and things done by our said attorney pursuant to this Power of
Attorney shall always be deemed to have been ratified by us and done by us.
Dated this the Day of 2009
For
(Name, Designation and Address)
Accepted
___________________Signature)
(Name, Title and Address of the Attorney)
Date: __________
Note:
1. To be executed by the Lead Member in case of a Consortium.
2. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid
down by the applicable law and the charter documents of the executant(s) and when it is so required the
same should be under common seal affixed in accordance with the required procedure.
3. Also, wherever required, the Bidder should submit for verification the extract of the charter documents
and documents such as a resolution/power of attorney in favour of the Person executing this Power of
Attorney for the delegation of power hereunder on behalf of the Bidder.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
107
4. A certified copy of the appropriate resolution/ document conveying authority to the person signing this
Power of Attorney shall be enclosed in lieu of the Power of Attorney.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
108
3. Format for Power Of Attorney For Lead Member of the Consortium
(On Rs. 100 Stamp paper duly attested by Notary Public)
POWER OF ATTORNEY Whereas, the Settlement Commissioner & Director of Land Records (“SC&DLR”) has invited proposals
from qualified Applicants for taking “Land Re-survey of Anand & other Seven districts”. Whereas,
____________, ____________ and ____________ (collectively the “Consortium”) being Members of the
Consortium are interested in bidding for the Project in accordance with the terms and conditions of the
Request for Proposal and other connected documents in respect of the Project, and Whereas, it is necessary
for the Members of the Consortium to designate one of them as the Lead Member with all necessary power
and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in
connection with the Consortium’s bid for the Project and its execution.
NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS
We, ____________ having our registered office at ____________, M/s. ____________, having our
registered office at ____________, and M/s. ____________, having our registered office at ____________,
[the respective names and addresses of the registered office] (hereinafter collectively referred to as the
“Principals”) do hereby irrevocably designate, nominate, constitute, appoint and authorise M/s
____________, having its registered office at _____________, being one of the Members of the
Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as
the “Attorney”) and hereby irrevocably authorise the Attorney (with power to subdelegate) to conduct all
business for and on behalf of the Consortium and any one of us during the bidding process and, in the event
the Consortium is awarded the Contract, during the execution of the Project, and in this regard, to do on our
behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are necessary or required
or incidental to the submission of its bid for the Project, including but not limited to signing and submission
of all applications, bids and other documents and writings, participate in bidders’ and other conferences,
respond to queries, submit information/ documents, sign and execute contracts and undertakings consequent
to acceptance of the bid of the Consortium and generally to represent the Consortium in all its dealings with
the Authority, and/ or any other Government Survey Agency or any person, in all matters in connection with
or relating to or arising out of the Consortium’s bid for the Project and/ or upon award thereof till the
Contract Agreement is entered into with the Authority.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this
Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers
hereby conferred shall and shall always be deemed to have been done by us/ Consortium.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
109
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS ________ DAY OF ________ 2009.
For ____________
(Name & Title)
For ____________
(Name & Title)
For ____________
(Name & Title)
Witnesses:
1.
2.
(Executants)
(To be executed by all the Members of the Consortium)
Notes:
• The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid
down by the applicable law and the charter documents of the executant(s) and when it is so required, the
same should be under common seal affixed in accordance with the required procedure.
• Also, wherever required, the Applicant should submit for verification the extract of the charter documents
and documents such as a resolution/ power of attorney in favour of the person executing this Power of
Attorney for the delegation of power hereunder on behalf of the Applicant.
• For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the
Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
110
4. Prequalification Bid Formats
I. General Information
S.
No.
Particulars Details to be Furnished
I Details of the Bidder (Prime Bidder in case of Consortium)
Name
Address
Telephone Fax
E-mail Website
Details of Authorized person
Name
Address
Telephone Email
II In case of Consortium: Details of the first member of the Consortium
Name
Address
Telephone Fax
E-mail Website
Details of Authorized person
Name
Address
Telephone Email
III In case of Consortium: Details of the second member of the Consortium
Name
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
111
Address
Telephone Fax
E-mail Website
Details of Authorized person
Name
Address
Telephone Email
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
112
II. Information about the Bidder (s)
Details of Incorporation
of Company
Details of
Commencemen
t of Business
S.
No.
Name of Bidder
(Prime Bidder or
member
Company in case
of consortium)
Status of the
company
(Public Ltd.
/Private Ltd.)
Whether
Prime bidder
or member
(in case of
consortium)
Date ROC Ref. # Date ROC
Ref.
#
1.
2.
3.
III. Financial Details of Bidder (Prime Bidder in case of consortium)
S.
No.
Name of Bidder (Prime Bidder in case of consortium)
Turnover of the Company
Net Worth of Company as on
31st March 2010
FY 2007-08 FY 2008-09 FY 2009-10
1.
IV. Financial Details of Bidder (member in case of consortium)
S.No. Name of Bidder Turnover of the Company
FY 2007-08 FY 2008-09 FY 2009-10
1.
2.
V. Details of Specific Responsibilities (applicable in case of Consortium only)
S. Name of Prime Bidder
or member Company Specific responsibilities of each member (including Prime
Bidder) in the scope of implementation of– Land re-survey of
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
113
No. Anand & other Seven districts - Ground Survey
1.
2.
Sr. No. Item Details to be furnished
General Information
1 Name of the company which executed
the project
2 Company/ Department for which the
project was executed
3 Name of the contact person and
contact details
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011 114
5. Technical Bid Formats
I. Format for citing relevant past projects
S.No Items Details/ Guidelines Attachment Ref. No. (if
any)
General Information
1. Customer Name/Government
Department
2. Name of the Contact Person and
Contact details for the project
Brief description of scope of project
Size of the project
3. Agreement Value of the project (in
Lakh)
Provide particulars on
agreement value
assigned to each major
phase and milestone.
4. Capital Expenditure involved (by the govt./ client)
5. Total Geographical area ( Sq. Km)
6. Total cost of the services provided (by
the Bidder)
7. Total Cost of services (provided by
the Partners, if any)
8. Please provide copies of Work Order
or Certificate of Completion for
completed projects from Authorized
officials in the Government
Departments/ Client
Project Details
1. Name of the project
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011 115
2. Start Date/End Date
3. Current Status (work in progress,
completed)
4. Agreement Tenure
5. No. of locations
6. Man-month effort involved
7. Type of project Provide scope of the
project, highlight Key
Result Areas expected
and achieved
8. Methodology adopted & core
Components
Describe the
methodology in detail
covering overall project.
Integration of various
kinds of hardware,
software / solution
components covered by
project scope
9. Tools deployed. modeling, design,
project management,
Give names of the tools
employed and provide
highlights regarding
the efficacy of the tools
10. List of Risks identified & how they
were addressed
Provide Top five risks
identified, the impact
of the risks, proactive
plans put in place, how
the risks were
contained if they had
occurred
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011 116
II. Format for Client References
S.No. Detail Project 1 Project 2 Project 3
1. Name of Customer Organization
2. Country
3. Government/Non Government
4. Contract Particulars
4.1. Name
4.2. Designation
4.3 E-mail
4.4 Phone
4.5 Fax
4.6 Mailing Address
III. Approach Paper On Methodology And Work Plan For Performing The Assignment
1. Write up on Methodology to carry out this assignment. The Write up should cover, in detail, how the
Survey Agency would carry out the assignment. The methodology for each head of the proposed Terms of
Reference must be described
2. Define various milestones for the project and specify time frame to complete each milestone. Also specify
contents of reports at each stage of the project.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011 117
IV. Composition of The Team Personnel, And Task(S) Of Each Team Member
Technical / Managerial Staff
Sr.
No.
Name of the
Member
Proposed
Position
Name of the
Firm
Employment Status
(regular / part
time / others)
Education Qualification
No. of Years relevant
experience
Support Staff
Sr.
No.
Name of the
Member
Proposed
Position
Name of the
Firm
Employment Status
(regular / part
time / others)
Education Qualification
No. of Years relevant
experience
Note: The proposed position should have the area of their work like ground survey, software personnel
clearly mentioned.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011 118
V. Time Schedule for Professional Personnel
Please provide PERT chart of the work schedule. Provide Completion dates of various milestones. Also provide staffing schedule, which should mention, detail schedule of each member of the proposed team,
assignment which would be carried out by them, timeframe during which they will work etc.
Months (in the form of a Bar Chart)
Sr.
No.
Name of the
Member
Position Reports Due /
Activities
1 2 3 4 5 6 7 Number of
Person - Month
1. Subtotal of (1)
2. Subtotal of (2)
3. Subtotal of (3)
Grand Total of Person - Months
Full-time: Part-time: Reports Due: Activities Duration: Signature: (Authorized Representative) Full Name: Title: VI. Activity / Work Schedule
Month wise Program (in form of Bar Chart)
[1st, 2nd, etc. are weeks from the start of assignment]
Sr.
No.
Item of
Activity
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Number of
Month
1. Subtotal of (1)
2. Subtotal of (2)
3. Subtotal of (3)
Grand Total of Months
Note: The number of weeks is just a tentative list and can be extrapolated as required.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
119
VII. Format for Project Team members’ resume
S.No. Item Details
1. Name
2. Specify role to be played in the project &
whether ‘prime’ or ‘alternate’
3. Current job title
4. Experience in yrs. (Provide details regarding name of organizations worked for, Designation,
responsibilities, tenure etc.)
5. Name of Organization
From To Designation/
Responsibilities
6.
7.
8. Number of years with the Current
Organization
9. Current job responsibilities
10. Summary of professional / domain
Experience
11. Skill sets
12. Highlights of assignments handled
13. Educational Background, Training /
Certification including institutions, % of
marks, specialization areas etc.
14. Degree (including
subjects)
Year of Award of
Degree
University % of marks
15.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
120
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
qualifications and experience mentioned above and proposed staff member is a permanent employee
of our organization. I understand that any willful misstatement described herein may lead to my
disqualification or dismissal, if engaged.
Signature of Staff Member
Date:
Signature of Authorized Signatory
Date:
Company Seal:
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
121
6. Commercial Bid Format
(AS AN ATTACHMENT TO THE COMMERCIAL BID SUBMITTED THROUGH
THE E-TENDER SYSTEM)
Form 1: The Commercial bid covering letter
To [Date]
Settlement Commissioner and Director of Land Records
Dr. Jivraj Mehta Bhavan,
Block No. 13,3rd Floor,
Old Sachivalaya.
Gandhinagar-382 010
Dear Sir,
Ref: RFP: Land re-survey of Anand & other Seven districts project
Having examined the Tender Document, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to implement the “Land Re-survey of Anand & other Seven districts ”, Government
of Gujarat. To meet such requirements and to provide services as set out in the tender document following is
our quotation summarizing our commercial proposal.
Complete Ground Survey – using DGPS and ETS
INR (Amount in words)
( per Sq .KM )
The price quoted is inclusive of all applicable taxes.
The price quoted is inclusive of all applicable taxes.
Note: 1. Similarly for other districts the bidders have to quote separate rate for each district.
We understand that the payment will be on the basis of actual area surveyed. Attached hereto is the
commercial proposal as required by the Tender document, which constitutes our proposal.
We undertake, if our proposal is accepted, to adhere to the implementation plan for Total Ground Survey
using DGPS and ETS such adjusted plan as may subsequently be mutually agreed between us and
SC&DLR or its appointed representatives.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
122
If our proposal is accepted, we will obtain a performance guarantee in the format given in the tender
document issued by a PSU bank in India, acceptable to SC&DLR for a sum equivalent to 5% of the total
price as quoted in our commercial proposal of the tender document for the due performance of the contract.
We agree for unconditional acceptance of all the terms and conditions in the tender document and also agree
to abide by this tender response for a period of SIX MONTHS from the date fixed for tender opening and it
shall remain binding upon us, until within this period a formal contract is prepared and executed, this tender
response, together with your written acceptance thereof in your notification of award, shall constitute a
binding contract between us.
We confirm that the information contained in this proposal or any part thereof, including its exhibits,
schedules, and other documents and instruments delivered or to be delivered to the SC&DLR is true,
accurate, and complete. This proposal includes all information necessary to ensure that the statements
therein do not in whole or in part mislead the SC&DLR as to any material fact.”
We agree that all or any if the products/ service specified in the tender response without assigning any you
are not bound to accept the lowest or any tender response you may receive. We also agree that you reserve
the right in absolute sense to reject reason whatsoever.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/ firm/organization
and empowered to sign this document as well as such other documents, which may be required in this
connection.
Dated this Day of 2011_
(Signature) (In the capacity of)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
Witness Signature:
Witness Name:
Witness Address:
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
123
CERTIFICATE AS TO AUTHORISED SIGNATORIES
I, certify that I am ………………. of the ……………………………., and that
……………………………………………………………… who signed the above proposal is authorized to
bind the corporation by authority of its governing body.
(Seal Here)
NOTE: BIDDERS SHOULD TAKE PRINTOUT OF THIS LETTER, DULY SIGN IT AND SCAN
IT AND ATTACH THE IT ALONG WITH THE COMMERCIAL BID IN THE E-TENDER
SYSTEM.
RFP for Resurvey project - ANAND & other SEVEN Districts of Gujarat State
2/22/2011
124
Form 2: Formats for Commercial Specifications/Quotations
Break Up of Total Cost of “Land Re-survey of Anand & other Seven districts project”
Note: This needs to be filled in the E-tender system.
S. No. Activity Cost (INR)
1.
2.
3.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
125
Annexure II. Technical Evaluation Criteria
Following outlines the broad parameters based on which evaluation of technical proposals of the bidders
shall be carried out by SC&DLR.
100% PURE GROUND SURVEY
GROUND SURVEY 100
Organizational Back Ground 20
Years in ETS/GPS Survey 10
Turnover from ETS/GPS Survey 10
Organizational Past Experience 15
Similar projects executed in the past 9
Similar projects executed in Gujarat 3
Work samples from past experience ( must be
attached with this bid )
3
Personnel 20
No. of Qualified Surveyor and Total no. of
Permanent employees
10
Level and qualification of personnel proposed
for the project
8
No. of Project Team members who are conversant/ well versed with Gujarati language
2
Technical Approach & Methodology 25
Proposed Methodology 8
Proposed Project Plan 8
Proposed QC/QA processes 6
Proposed standards 3
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
126
Equipment Used 20
DGPS/ETS ( Specifications and Quantity) 9
Software 8
Hardware 3
Total Scores 100
( Please provide accurate with no. wherever required e..g no. of ETS held should shown like Sr. No.
Name of Instrument, Brand and make, Accuracy, Qty (No. ) information with indexing clearly for all
partner (incase of consortium ) in a tabular manner )
TECHNICAL SCORING AND QUALIFICATION
The technical scoring will be done for each member of the Consortium, in the following manner
Case I: When there are 2 partners
The technical score will be in the ratio of 70:30, where 70 being assigned to the Prime Bidder and 30 will be
assigned to the partner.
Case II: When there are 3 partners
The technical score will be in the ratio of 50:25:25, where 50 being assigned to the Prime bidder and 25
each to the other partners.
The prime bidder needs to score 60% whereas the partners in case of a Consortium need to score 40% marks
each. The overall qualifying technical mark is 70% - for opening of commercial bid.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
127
Annexure III: Statement of Deviation
Format for Statement of Deviation from RFP
S. No. Reference of RFP Clause No. & Page
No.
Deviation in the Proposal Brief Reasons
`
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
128
Annexure IV: Request for Clarification
Bidders requiring specific points of clarification may communicate with SC&DLR during the specified
period using the following format:
Settlement Commissioner & Director of Land Records, Government of Gujarat
BIDDER’S REQUEST FOR CLARIFICATION
Name of Organization
submitting request
Name & position of person
submitting request
Full formal address of the
organization including
phone, fax and email
Tel:
Fax:
Email:
S. No.
Bidding Document
Reference(s) (section
number/ page)
Content of RFP requiring
Clarification
Points of clarification
Required
1.
2.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 129 -
Annexure V: Performance Guarantee
[Date]
To,
Settlement Commissioner and Director of Land Records
Dr.Jivraj Mehta Bhavan,
Block No. 13,3rd Floor,
Old Sachivalaya.
Gandhinagar-382 010
Dear Sir,
Ref: Request for Proposal (RFP):
Sub: PERFORMANCE GUARANTEE for “Land re-survey of Anand & other Seven districts
project”
WHEREAS
M/s. (name of bidder), a company registered under the Companies Act, 1956, having its registered office at
(address of the bidder), (hereinafter referred to as “our constituent”, which expression, unless excluded or
repugnant to the context or meaning thereof, includes its successors and assignees), agreed to enter into an
agreement dated …….. (Herein after, referred to as “Agreement”) with you Settlement Commissioner and
Director of Land Records, Government of Gujarat for the design and execution “Land Re-survey of Anand
& other Seven districts ” of the Government of Gujarat.
We are aware of the fact that as per the terms of the agreement, M/s. (name of bidder) is required to furnish
an unconditional and irrevocable bank guarantee in your favor for an amount INR ………………………..,
and guarantee the due performance by our constituent as per the agreement and do hereby agree and
undertake to pay the amount due and payable under this bank guarantee, as security against breach / default
of the said agreement by our constituent.
In consideration of the fact that our constituent is our valued customer and the fact that he has entered into
the said agreement with you, we, (name and address of the bank), have agreed to issue this Performance
Guarantee.
Therefore, we (name and address of the bank) hereby unconditionally and irrevocably guarantee you as
under:
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 130 -
In the event of our constituent committing any breach/default of the said agreement, and which has not been
rectified by him, we hereby agree to pay you forthwith on demand such sum/s not exceeding the sum of INR
……………………..(…………………………………)without any demur.
Notwithstanding anything to the contrary, as contained in the said agreement, we agree that your decision as
to whether our constituent has made any such default(s) / breach(es), as aforesaid and the amount or
amounts to which you are entitled by reasons thereof, subject to the terms and conditions of the said
agreement, will be binding on us and we shall not be entitled to ask you to establish your claim or claims
under this Performance Guarantee, but will pay the same forthwith on your demand without any protest or
demur.
This Performance Guarantee shall continue and hold good till the completion of the period of the project,
subject to the terms and conditions in the said Agreement.
We bind ourselves to pay the above said amount at any point of time commencing from the date of the said
Agreement until the completion of the Project for the total solution as per said Agreement.
We further agree that the termination of the said agreement, for reasons solely attributable to our constituent,
virtually empowers you to demand for the payment of the above said amount under this guarantee and we
would honor the same without demur.
We hereby expressly waive all our rights to pursue legal remedies against SC&DLR.
We the guarantor, as primary obligor and not merely surety or guarantor of collection, do hereby irrevocably
and unconditionally give our guarantee and undertake to pay any amount you may claim (by one or more
claims) up to but not exceeding the amount mentioned aforesaid during the period from and including the
date of issue of this guarantee through the period.
We specifically confirm that no proof of any amount due to you under the agreement is required to be
provided to us in connection with any demand by you for payment under this guarantee other than your
written demand.
Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax, registered
post or other electronic media to our address, as aforesaid and if sent by post, it shall be deemed to have
been provided to us after the expiry of 48 hours from the time it is posted. If it is necessary to extend this
guarantee on account of any reason whatsoever, we undertake to extend the period of this guarantee on the
request of our constituent upon intimation to you.
This Performance Guarantee shall not be affected by any change in the constitution of our constituent nor
shall it be affected by any change in our constitution or by any amalgamation or absorption thereof or
therewith or reconstruction or winding up, but will ensure to your benefit and be available to and be
enforceable by you during the period from and including the date of issue of this guarantee through the
period.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 131 -
Notwithstanding anything contained hereinabove, our liability under this Performance Guarantee is
restricted to INR…………………(Rupees……………………………) and shall continue to exist, subject to
the terms and conditions contained herein, unless a written claim is lodged on us on or before the aforesaid
date of expiry of this guarantee.
We hereby confirm that we have the power/s to issue this Guarantee in your favor under the Memorandum
and Articles of Association/ Constitution of our bank and the undersigned is/are the recipient of authority by
express delegation of power/s and has/have full power/s to execute this guarantee under the Power of
Attorney issued by the bank in your favor.
We further agree that the exercise of any of your rights against our constituent to enforce or forbear to
enforce or any other indulgence or facility, extended to our constituent to carry out the contractual
obligations as per the said Agreement, would not release our liability under this guarantee and that your
right against us shall remain in full force and effect, notwithstanding any arrangement that may be entered
into between you and our constituent, during the entire currency of this guarantee.
Notwithstanding anything contained herein:
Our liability under this Performance Guarantee shall not exceed INR…………………
(Rupees……………………………);
This Performance Guarantee shall be valid only up to the completion of the period of project for the Total
Solution as per agreement; and
We are liable to pay the guaranteed amount or part thereof under this Performance Guarantee only and only
if we receive a written claim or demand on or before …. (Date) (or as extended by SC&DLR) i.e.
completion of project for the design and execution of aerial photography for the “Land re-survey of Anand
& other Seven districts project” of the Government of Gujarat.
Any payment made hereunder shall be free and clear of and without deduction for or on account of taxes,
levies, imports, charges, duties, fees, deductions or withholding of any nature imposts.
This Performance Guarantee must be returned to the bank upon its expiry. If the bank does not receive the
Performance Guarantee within the above-mentioned period, subject to the terms and conditions contained
herein, it shall be deemed to be automatically cancelled.
This guarantee shall be governed by and construed in accordance with the Indian Laws and we hereby
submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or action or other
proceedings arising out of this guarantee or the subject matter hereof brought by you may not be enforced in
or by such count.
Dated ……………………. this ……….. Day …………. Year.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 132 -
Yours faithfully,
For and on behalf of the …………… Bank,
(Signature)
Designation
(Address of the Bank)
Note:
This guarantee will attract stamp duty as a security bond.
A duly certified copy of the requisite authority conferred on the official/s to execute the guarantee on behalf
of the bank should be annexed to this guarantee for verification and retention thereof as documentary
evidence.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 133 -
Annexure VI: Draft Agreement This AGREEMENT is made on the --Day of --- 2011, between Settlement Commissioner & Director of
Land Records (SC&DLR), a statutory body of the Government of Gujarat and having its office at Dr.Jivraj
Mehta Bhavan, Block No.13, 3rd Floor, Old Sachivalaya.Gandhinagar-382 010, on the one part (hereinafter
called the Client, which expression shall unless repugnant to the context, include its successors and
assignees)
And
M/s. ------------., a company incorporated under the Indian Companies Act, 1956 with its corporate office at
---------------------, India (hereinafter called the Survey Agency, which expression shall unless repugnant to
the context, include its successors and assignees).
This Agreement consists of this signature page and the following attachments that are incorporated into and
form part of this Agreement by this reference:
RFP Issued by the Client – Annexure I
Proceedings of the Pre-bid Meeting held on --------- – Annexure II
Technical bid during bidding process and Inception Report submitted by the Survey Agency -------
– Annexure III
WHEREAS,
A. The Client has requested the Survey Agency to undertake land resurvey and create updated land
records (hereinafter called the Services) necessary for “Land Re-survey of Anand & other Seven
districts project” for District Anand & other Seven districts of Gujarat.
B. The Survey Agency has agreed to provide the Services on the terms and conditions set forth in this
Agreement.
NOW THEREFORE the parties hereto hereby agree as follows:
1. Services
The Survey Agency shall perform the Services under this Agreement in accordance with the Scope of Work
mentioned in the RFP as attached in Annexure I hereto and as agreed in the Technical bid and Inception
Report as attached in Annexure III. The Survey Agency shall consider all the suggestions made by
SC&DLR / its representatives during each stage of the project. The Survey Agency will be required to
address all such suggestions / queries as long as there is no major deviation from the detailed Scope of Work
mentioned in the RFP as per Annexure - I.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 134 -
The Survey Agency would follow a methodology to carry out the proposed project. The methodology
should be such as prescribed in the Technical bid and as finalized in the Inception Report as per Annexure -
III.
If any modifications in the report or in plans and sections are required, due to attributable reasons to the
Survey Agency or if any additional work relevant to the project (which is within the Scope of Work) is
required to be carried out for preparation of reports of high professional quality (as agreed in the Scope of
Work - Annexure – I and in the Inception Report – Annexure III submitted by the Survey Agency)
acceptable to the approving authorities shall be carried out without any additional compensation.
1.1. Commencement Date
The Survey Agency shall commence the Services as soon as possible but not later than 15 days after the
Client has given notice to proceed with the Services (Letter of Intent).
1.2. Additional Work
If, in the opinion of the Client, it is necessary to carry out any work outside to the Scope of Work for the
purposes of the Project in addition to the Services, the Survey Agency shall carry out such additional work
with the prior authorization of the Client. The charges for the personnel required for such additional work
would be as per the area of the surveyed area quoted by the bidder and mentioned in Section 4.1.
In case there is any dispute about determining whether any work proposed is within or out side the Scope of
Work mentioned in the RFP – (Annexure I), the decision of Client shall be final and binding on the Survey
Agency.
1.3. Additional Scope – NLRMP Guideline
New NLRMP guidelines have been issued by the Ministry of Rural Development, Government of India. The
Client conceives for the Survey Agency to implement these new guidelines for the resurvey of Gandhinagar
District. The Survey Agency has identified work elements that are outside the scope of the original Scope of
Work mentioned in the RFP (Annexure I). The Client authorizes the Survey Agency to incorporate these
new work elements into the Project. The Survey Agency undertakes to execute these work elements. The
cost for such additional work may be considered by the Client in due course and the decision of the Client
shall be final and binding on the Survey Agency 1.4. Other Documents
RFP document including any amendments made to it at the bidding stage, Survey Agency’s bid offer
documents, Scope of Work, Inception Report shall form part of the Agreement.
2. Personnel
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 135 -
2.1. Personnel
a. The Services shall be carried out by the personnel specified in Inception Report Annexure III hereof
(hereinafter called the “Personnel”) for the respective periods of time indicated therein. The Survey
Agency may, with the prior approval of the Client, make minor adjustments in such periods as may
be appropriate to ensure the efficient performance of the Services, provided that such adjustments
will not cause payments made under the Agreement to exceed the cost estimates referred to in
Section 4.1.
b. Except as the Client may otherwise agree, no changes shall be made in the Personnel. If for any
reason beyond the reasonable control of the Survey Agency it becomes necessary to replace any of
the Person/Personnel. The Survey Agency shall forthwith provide a replacement, such person of
replacement shall be equivalent or better qualified and experienced and who is found eligible and
acceptable by the Client. The Survey Agency should take prior approval from Client in case of such
replacement.
c. If, any time during the project, it is found that the Person or Personnel, as mentioned in Annexure -
III, are not performing the task, which they were to perform, instead some other person/s are
performing or if the Survey Agency replaces any person without knowledge of the Client, in such
case the Client may accept such a person, if such a person is found of equal or more caliber.
However, such a replacement would not be binding on the Client and the Client reserves the right to
cancel the Agreement with a prior notice and after providing an opportunity of being heard to the
Survey Agency.
d. In the event that any person specified in Annexure-III is found by the Client to be incompetent in
discharging his assigned duties, the Client may request the Survey Agency to forthwith provide a
replacement by a person with qualifications and experience acceptable to the Client. The decision
of the Client in this regard shall be final and binding on the Survey Agency. The replacement must
be done within 7 days from the date of intimation by the Client.
2.2. Project Manager
The Survey Agency shall appoint a resident Project Manager, acceptable to the Client, who shall be
responsible for day to day operations and liaison between the Survey Agency and the Client.
3. Undertakings of The Survey Agency
3.1. General Standard of Performance by the Survey Agency
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 136 -
The Survey Agency shall carry out the Services with due diligence and efficiency, and shall exercise such
skill and care in the performance of the services as is consistent with recognized professional standards. The
Survey Agency shall act at all times so as to protect the interests of the Client.
3.2. Records
During the subsistence of this Agreement and two years from the date of completion of the project, the
Survey Agency shall permit the duly authorized representative of the Client, (after reasonable advance
notice is served on the Survey Agency), from time to time to inspect its records relating to the Services and
to make copies thereof and shall permit the Client or any person authorized by the Client, from time to time,
to audit such records during and after the services.
3.3. Information
The Survey Agency shall furnish the Client such information relating to the Services and the Project as the
Client may from time to time reasonably request.
3.4. Assignments
The rights and liabilities of the Survey Agency shall not be assigned or transferred by the Survey Agency,
without the consent in writing of the Client to any other persons, firm or organization. The Client may allow
such assignment at his discretion. However, such assignment shall not relieve the Survey Agency from any
obligation, duty or responsibility under the Agreement. Any assignment as above without prior written
approval of the Client shall render the agreement void. The Client may transfer its rights and obligations to
any other person, firm or organization only with the consent of the Survey Agency. If it is found that the
Survey Agency has assigned particular work to some other Agency, without approval and notice of the
Client, the Client reserves the right to reject any such work carried out. If the Client accepts any such work,
the estimate made by the Client in such case attributable to the amount of work done shall be final and
binding on the Survey Agency.
In the event that any such Third Party Agency is found by the Client to be incompetent to discharge his
assigned duties; the Client may request the Survey Agency forthwith
Either to provide a replacement with qualifications and experience acceptable to the Client or
To resume the performance of the Services itself.
The decision of the Client in this regard shall be final and binding on the Survey Agency.
3.5. Confidentiality
a. Except with the prior written consent of the Client, the Survey Agency or the Personnel shall not at
any time communicate to any person or entity any confidential information disclosed to them for
the purposes of the Services, nor shall the Survey Agency or the Personnel make public or inform
any one, directly or indirectly, any such information received by them or any recommendations
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 137 -
formulated in the course of or as a result of the Services. Confidential Information for the purposes
of this clause means all the information that has been marked as “Confidential” at the time of
disclosure.
b. The Client agrees with the Survey Agency that all information including the information relating to
the Survey Agency’s trade secrets, know-how/technical data, research, products, strategies, internal
procedures, employees and business opportunities and other proprietary information of the Survey
Agency as described specifically as “Confidential Information” belongs to the Survey Agency and
shall not disclose or divulge such confidential information to any third parties or make use or allow
others to make use thereof. These clauses, (a) and (b), shall survive the termination of this
Agreement. However, the reports submitted by the Survey Agency to the Client shall become
property of the Client and the Client is free to use any / all information mentioned in the report,
procedures specified in the report, suggestions / conclusions made in the report and any such other
information based on the report.
3.6. Prohibition on Conflicting Activities
The Survey Agency shall ensure that no member of the Personnel assigned to the Agreement shall engage,
directly or indirectly, during the subsistence of this Agreement either in his name or in the name of his close
relative or through the Survey Agency, in any other business or professional activities which is likely to be
in conflict or impact with the performance of his duties or assignment.
3.7. Independent Contractor
Nothing contained herein shall be construed as establishing or creating between the Client and the Survey
Agency the relationship of Client and Contractor, it being understood that the position of the Survey Agency
and of anyone else performing the Services is that of an Independent Contractor.
3.8. Insurance
The Survey Agency shall at its cost take out and maintain adequate professional liability insurance as well
as adequate insurance against third party liability and loss of or damage to equipment/person/property
acquired in whole or in part with funds provided by the Client. The Client undertakes no responsibility in
respect of any damage to person/property/equipment during the course of implementation of project.
3.9. Notice of Delay
The Survey Agency shall execute the work as per the time schedule prescribed in the Inception Report. In
the event of any expected delay the Survey Agency shall inform the Client well in advance along with
reasons for the delay. The Survey Agency may request for an appropriate extension of time for completion
of the Services. However, the Client reserves the right to grant any such extension and the decision of the
Client in this regard shall be final and binding on the Survey Agency
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 138 -
4. Cost and Payment terms
4.1. Cost
The cost to carry out the project is: ------- (Rupees ---------- only) per square kilometer inclusive of Service
Tax.
The total cost to carry out ----------- as per the RFP of the project is coming to Rs. --------- (Rupees -
-----------only) inclusive of Service Tax.
The above total cost will be considered to assess the performance guarantee, cost for setting up
control network and mobilization advance if any.
The cost quoted are per square kilometer basis and inclusive of all taxes and duties for the Scope of Work as
agreed and mentioned in Annexure I including all other expenses for personnel services, visits, transport
charges, cost of collecting required data, etc. and all the necessary services, materials, stationary, computer
services, typing, printing, photocopying etc. to fulfill the requirement of the scope. No changes to the cost
shall be allowed on any account except for changes in any taxes/duties.
SPECIMAN & Draft
( For Information Only- Actual Milestone for each district is shown in RFP part-II) )
Sr. No. Milestone Payment %
1 Mobilization Advance (Against Bank Guarantee of
equal amount valid for 18 months).
5% of estimated contract
value
2 Setting up Ground Control Network (Till secondary
points)
5% of estimated contract
value
3 First Set of 40 villages Actual Bill – (1/3rd of Sum
of (1) + (2)
4 Second Set of 40 Villages Actual Bill – (1/3rd of Sum
of (1) + (2)
5 Third Set of 40 Villages Actual Bill – (1/3rd of Sum
of (1) + (2)
6 Fourth Set of 40 Villages Actual Bill – 2.5% of
estimated contract value
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 139 -
7 Fifth Set of 40 Villages Actual Bill – 2.5% of
Estimated contract value
8 Sixth Set of 40 Villages Actual Bill – 2.5% of
Estimated contract value
9 Seventh Set of 52 Villages Actual Bill + 7.5 % of
Estimated contract value –
(10%* of total invoicing for
all 7 taluks)
Note: T0 date will be considered as the date of agreement .
For Anand & other Seven districts: 10% of the total invoicing for all 7 Taluka) will be given to the
Survey Agency on final Acceptance of all deliverables and issue of project completion certificate by
SC&DLR.) For all other district the amount will be same i.e 10% of total invoicing of that particular
district.
5% of the contract value can be considered as mobilization advance against a Bank Guarantee for the same
amount. The bank guarantee will be valid for a period of 18 months or after completion of fourth set of 40
villages whichever is later. Bank guarantee if given will be discharged and the mobilization advance will be
adjusted against the payment as per the payment terms mentioned above.
“Acceptance” means after submission of report and after the Survey Agency has made presentation to
SC&DLR / committee, SC&DLR will issue Letter of Acceptance along with comments/suggestions of
SC&DLR on the report.
Above payments shall be made after deduction of Income Tax at source, whichever may be applicable, by
the Acts prevailing at the time of making payment. In case of any delay in executing the work, the penalty
amount calculated as per clause 7 against each milestone of payment will be deducted. Payment of all other
Taxes and levies would be the responsibility of the Survey Agency. All payments to the Survey Agency
would be made in Indian Rupees only.
4.2. In case, the Client is not able to communicate the acceptance of report within 30 days of submission of
the report, the Client will release 50 % of the payment due at particular stage of project. The balance
50% of the payment will be released upon acceptance of the report by the Client.
4.3. If the report submitted by the Survey Agency is not acceptable to the Client, reasons for such non-
acceptance should be recorded in writing; the Client shall not release the payment due to the Survey
Agency. In such case, the payment will be released to the Survey Agency only after it re-submits the
report and the report is accepted by the Client.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 140 -
5. Reports
The Survey Agency has to submit the reports as mentioned in the RFP.
6. Time schedule for submission of reports
The total time frame for carrying out the assignment would be 24 months from start i.e. 15 days from the
date of issue of Letter of Intent. The details of work plan, timeframe for each stage of project is put up at
Annexure III – Inception Report. During the course of action for providing feedback and comments, the
timelines consumed by the Client will not be taken into account for calculating the scheduled timelines by
the Survey Agency.
7. Liquidated Damages for late submission
The Survey Agency should submit his own detailed time schedule with measurable milestones and such
schedules should be practicable, reasonable and balanced.
Any delay in implementation will attract a penalty of 0.5% of the Agreement value for every 7 days,
subject to a maximum of 4%.
Maximum delay permitted will be 60 days, beyond which the agreement is liable to be terminated
and the Survey Agency performance guarantee will be forfeited.
In such case, SC&DLR reserves the right to make necessary alternate arrangements to complete the
project.
Further any delays must be made up by the Survey Agency by the time of the payment milestone
for the completion of 75% i.e. project implementation needs to be as per schedule at this point.
The purpose of this is to ensure all necessary formalities for project completion and closure are completed as
planned and vendor will not deliver/ complete a large part of the work only at the end stage, as this would
hinder smooth project completion and sign-off. Penalties if deducted earlier will be refunded at this stage.
8. Termination of the Agreement
8.1. The Client reserves the right to cancel the Agreement at any time if it is not satisfied with the services
of the Survey Agency or there is breach of any of the condition of this Agreement by the Survey
Agency, provided a period of 30 days has lapsed from the date of serving notice on the Survey
Agency requiring it to remedy the breach and if the breach has continued up to the date of the action.
In this event, the work done till then by the Survey Agency shall be taken over by the Client. The
Client reserves the right to appoint a new Survey Agency and hand over to him all the documents to
complete the assignment. The Survey Agency in such case, upon termination, the Client may also
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 141 -
impose liquidated damages, up to maximum of 5% of the Agreement value. The Survey Agency shall
be required to pay any such liquidated damages to Client within 30 days of termination date.
8.2. The Client reserves the right to cancel the Agreement by giving 30 days notice, subject to payment of
the fees for the actual work done by the Survey Agency for the project up to the date of the notice
cancellation of the Agreement as per Section 8.5.
8.3. The Survey Agency reserves the right to terminate the Agreement immediately upon situations arising
due to non-compliance of the stipulations of this Agreement by the Client. The termination notice
shall be held valid only if it is preceded by a corresponding non-compliance notice issued at least 30
days prior to the date of the termination notice and if the non-compliance has continued up to the date
of the termination notice. The Client shall be liable to pay the Survey Agency fees for the actual work
done by the Survey Agency for the project up to the date of cancellation of the Agreement as per
Section 8.5.
8.4. The parties also reserve a right to terminate this Agreement in the event any voluntary insolvency
petition/ IP petition is filed by either party, or if any proceedings are instituted against either party,
property or assets under any bankruptcy, insolvency, receivership, debtors relief, winding up
rehabilitation, or similar statue or any effective resolution is passed for the winding up of that party or
for any remedy under any such statute.
8.5. The payment of the fees will be determined based on the actual work carried out and accepted by the
Client, in terms of area of land surveyed as specified in Section 4.1. In case of failure to decide
compensation, Arbitrator as per the terms of the Agreement shall be appointed to decide the
compensation.
9. Performance obligations
The Survey Agency shall have to be responsible for the soundness of services rendered. In the event of any
deficiency in these services, the Survey Agency shall promptly redo/ remedy without any additional cost to
the Client and carry out such modifications and /or rectification as may be required.
10. Compliance with labor laws, statutes, rules and regulations of Government / local authority
The Survey Agency shall comply with all the labor laws and other laws, statutes and rules & regulations of
Central and State Governments or Local authorities that may be applicable from time to time in respect of
any personnel deployed or engaged by the Survey Agency or their sub contractor either directly or
indirectly. With respect to their employees or assignees, the Survey Agency shall be solely responsible for
strictly following all labor laws, industrial laws, factories act, minimum wages act and other such laws
which are applicable from time to time, including but not limited to the modification, amendments or
additions which are made to these laws during the period of Agreement. The Survey Agency will also be
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 142 -
responsible for the various levies of State/Central Governments and/or any Statutory Body. The Survey
Agency shall have to, at their expense, comply with labor laws and keep the Client indemnified in respect
thereof.
Agency shall be fully responsible for all matters arising out of the performance of the Agreement and shall
comply, at their own expenses, with all laws / acts / enactment / orders / regulations / statutory obligations,
whatsoever of the Government of India / State Government, Local Self Government or any Statutory
Authority.
11. Period of Agreement
The agreement to be entered into between the Client and the Survey Agency shall be valid from the date of
signing the Agreement or 15 days from issuance from LOI, whichever is earlier till final approval of
Settlement Commissioner & Director of Land Records is received.
12. Liability
In no event shall either party be liable for any direct, indirect, incidental, spatial, consequential, reliance or
cover damages, including, but not limited to, loss of profits, revenue, data or use, incurred by the other
party. In no event, however, shall the total liability of the Survey Agency under this Agreement exceed the
amount of fee received by the Survey Agency from the Client. However this clause will not prevent the
Client from levying the liquidated damages as per Clause 7 and 8.1.
13. Notices
Any notice or request required or permitted to be given or made under this Agreement to either party shall
be in writing. Such notice or request shall be deemed to have been duly given or made when it shall be
delivered by hand, mail or fax to the party to which it is required or permitted to be given or made at such
party’s Head Office or Registered Office or Corporate Office or branch office addresses.
14. Arbitration
In the event of any dispute or difference at any time arising between the parties relating to the construction,
meaning or effect of this agreement or any other clause or any content of the rights and liabilities of the
parties or other matters specified herein or with reference to anything arising out of or incidental to this
agreement or otherwise in relation to the terms, whether during the continuance of this agreement or
thereafter, such disputes or differences shall be endeavored to be solved by mutual negotiations. If, however,
such negotiations are anfractuous, these shall be decided by arbitration of two Arbitrators, one to be
appointed by each party to the dispute or difference and to an Umpire to be appointed by Arbitrators in
writing before taking upon them the burden of arbitration. Such a reference shall be deemed to be a
submission to arbitration under the provisions of the Arbitration and Conciliation Act, 1996 and of any
modification or re-enactment thereof. The venue of arbitration shall be Ahmedabad only, the expense of the
arbitration shall be paid as may be determined by the Arbitrators.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 143 -
15. Jurisdiction
All questions, disputes or differences arising under out of or in connection with the Agreement shall be
subject to the exclusive jurisdiction of the court under whose jurisdiction the place from which the
agreement has executed i.e. Ahmedabad.
16. Force Majeure
16.1. Force Majeure means such of the following factors which substantially affect the performance of the
Agreement, such as: natural phenomena, including but not limited to floods, droughts, earthquakes
and epidemics; acts of any Government, domestic or foreign, including but not limited to war,
declared or undeclared, quarantines, embargoes; Illegal strikes and legal lockouts in respect of the
Client’s / the Survey Agency’s scope of work provided, either party shall within fifteen (15) days
from the occurrence of such a cause notify the other in writing of such causes.
16.2. The Survey Agency or the Client shall not be liable for delays in performing their obligations
resulting from any Force Majeure cause as referred to and/or defined above.
16.3. However, if such an event lasts for a period of 180 days or more then either party shall have an option
to terminate this Agreement forthwith without any liability after intimating the other party of the
same. The Survey Agency shall however be entitled to receive payments for all the services rendered
by it under this Agreement prior to termination of Agreement. The payment shall be determined as
per Section 8.5.
17. Custody of Drawing/ reports/data etc
Original Drawings/Maps/Atlas/Data/Charts/Photocopies of classified documents such as topo sheets etc.,
and all other documents received from the Client, shall remain in the custody of the Survey Agency during
the period of assignment only and shall be used exclusively for this job and shall not be made use of for any
other purpose. These shall be carefully preserved by the Survey Agency till the completion of the job and
shall be handed over to the Client on preparation of final report or on termination of the Agreement.
18. Indemnity
The Survey Agency shall indemnify the Client and every members, officers and employees of the Client,
against all actions, proceedings, claims, demands, costs and expenses whatsoever arising out of or, in
connection with various matters and against all actions, proceedings, claims, demands, costs and expenses
whatsoever arising out of any negligent act or omission or failure by the Survey Agency in the performance
of the Survey Agency obligation under this Agreement.
19. General clauses
19.1. Entire Agreement & Amendments
This Agreement constitutes the entire agreement between the parties with respect to the subject matter
hereof and supersedes all prior written, oral or implied understandings between them on that subject matter.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 144 -
This Agreement may be amended, modified or supplemented only by the Authorized representatives of the
parties in writing executed on behalf of both parties hereto.
19.2. Exclusive Agreement
The Client at any time is free to engage other competent survey agency in the interest of the project for any
inconclusive arbitration.
The Survey Agency can take up such similar business in any other state or location without in any way
affecting the services agreed to be offered by it under this Agreement and subject to clause3.7. However, the
Survey Agency shall express written information from the Client under such circumstances.
19.3. Severability
In the event that any provision or any portion of any provision of this Agreement shall be held invalid,
illegal or unenforceable under applicable law, the remainder of this Agreement shall remain valid and
enforceable in accordance with its terms.
19.4. Survival
The clauses of this Agreement, which by their very nature ought to survive termination of this Agreement,
shall so survive.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed. Each party
warrants and represents that its respective signatories whose signatures appear below have been and are on
the date of signature duly authorized to execute this Agreement.
Authorised Signatory Authorised Signatory
On behalf of the Client On behalf of the Survey Agency
In witness of In witness of
1. _________________________ 1. ________________________
2. _________________________ 2. ________________________
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
- 145 -
3. _________________________ 3. ________________________
Reminder: 1
Pre-Qualification BID COVER must contain EMD in original , proof of experience in business , proof of turnover & proof of survey turnover i.e project completion certificate . If it not found bid will be rejected .
Reminder: 2
Please complete indexing of your RFP. For easy technical evaluation pl. show on which page the required criteria is given or fulfilled. Pl. provide clear & exact information as asked . e.g. List of qualified surveyor . This info. should provide like Sr. No. Name of Surveyor, Qualification , Experience in years, Remarks ( if any ) Pl. note : If information is not provided in a required manner no evaluation will be carried out for that item.
Reminder: 3
1 The pre-qualification and technical proposal is to be submitted in hard copy (2 copies) as well as digitally i.e 1 CD of Technical proposal .
2 The commercial proposal is to be submitted only digitally and online only.
Reminder: 4
Mark allotment ratio for:
1. Only Prime Bidder : 100%.
2 Prime Bidder + 1 Consortium Partner : 70:30
3 Prime Bidder +2 Consortium Partner 50:25:25
The prime bidder needs to score 60% whereas the partners in case of a Consortium need to score 40% marks
each. The overall qualifying technical mark is 70% - for opening of
commercial bid.
Only the bidders, who score a total Technical score of 70 (Seventy) or more, will qualify for the opening
of their commercial bids.
RFP for Resurvey project - Gandhinagar & other Five Districts of Gujarat State
146
for Technical BID Technical BID Marks :
Particulars Provides details for
Years in ETS/GPS Survey Years of experience in ETS/GPS Survey
Turnover from ETS/GPS Survey In terms of rupees.
Similar projects executed in the past Land Survey Projects carried out using ETS & DGPS should be shown here in terms of Rs. and Area in Hectare
Similar projects executed in Gujarat --do but in Gujarat State -
Work samples from past experience ( must be attached with this bid )
Must be attached for projects which are shown as completed against 'Similar projects executed in the past' as shown above
No. of Qualified Surveyor and Total no. of Permanent employees
Name , Educational Qualification, permanent or temporary, Experience in years , operational capability ETS/DGPS
Level and qualification of personnel proposed for the project
Level of key personnel like Liaison, Project Management, Field Operation, QC etc.
No. of Project Team members who are conversant/ well versed with Gujarati language
Show actual figure with name
Proposed Methodology Understanding of project , methodology, why this methodology , expected deliverables. expected challenges to face , capability of agency to face such challenge, any past experience etc.
Proposed Project Plan Milestones for each deliverables .
Proposed QC/QA processes Processes too ensure highest quality of work, any format designed.
Proposed standards standard to be adopted with % of accuracy standard
DGPS/ETS ( Specifications and Quantity) No., make, year of purchase ( ONLY DGPS & ETS HAVING ACCURACY OF MORE THAN 3 SECONDS SHOULD BE SHOWN HERE )
Software Proposed for the project including GIS software. **
Hardware Computers, A ZERO Size Plotter, printers, scanners & any other project related hardware.
** Cost of software must be included in the project cost. If any data is to processed on a software in which backhand software is different , then cost of such backhand software must be included in such cost.