13.07.2015 Views

Modernization of Land Records including but not limited to ...

Modernization of Land Records including but not limited to ...

Modernization of Land Records including but not limited to ...

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

Request for Proposal (e-tender)For<strong>Modernization</strong> <strong>of</strong> <strong>Land</strong> <strong>Records</strong> <strong>including</strong> <strong>but</strong> <strong>not</strong> <strong>limited</strong> <strong>to</strong> Digitization <strong>of</strong> old<strong>Records</strong>, Setting up <strong>of</strong> Modern Record Rooms ,Digitization <strong>of</strong> maps, Integration <strong>of</strong>Textual with spatial data, survey / resurvey and updating <strong>of</strong> Mamlatdar and Survey &Settlement <strong>Records</strong>, complete integrated s<strong>of</strong>tware system, data digitization,validation, verification and implementationUnder theCentrally Sponsored National <strong>Land</strong> <strong>Records</strong> <strong>Modernization</strong> Programme (NLRMP)InThe UT Administration <strong>of</strong> Dadra & Nagar Haveli,SilvassaRFP Reference Number: SRV/EST/L.R/NLRMP/2010/VOL II/2012/759 DATED:10.07.13Issued ByDepartment <strong>of</strong> Survey and SettlementAdministration <strong>of</strong> Dadra & Nagar HaveliSilvassa- 396230Tel.: +91-0260-2640835Email: lro2-dnh@nic.in1


Implementing Agency for Centrally Sponsored NLRMP Scheme22. PROMULGATION OF SURVEY RECORDS ........................................................................... 3423. OUTPUT GUIDELINES FOR AGENCY .................................................................................... 35ANNEXURES ................................................................................................................................................ 36(Volume II: Bid Process & Commercial Specifications) .......................................................................... 473


Implementing Agency for Centrally Sponsored NLRMP SchemeLetter <strong>of</strong> InvitationSurvey and Settlement Department in collaboration with Department <strong>of</strong> Revenue,UT Administration <strong>of</strong> Dadra & Nagar Haveli, Silvassa has envisaged acomprehensive project <strong>of</strong> <strong>Modernization</strong> <strong>of</strong> <strong>Land</strong> <strong>Records</strong> <strong>including</strong> <strong>but</strong> <strong>not</strong> <strong>limited</strong><strong>to</strong> Digitization <strong>of</strong> old <strong>Records</strong>, Setting up <strong>of</strong> Modern Record Rooms ,Digitization <strong>of</strong>maps, Integration <strong>of</strong> Textual with spatial data, survey / resurvey and updating <strong>of</strong>Mamlatdar and Survey & Settlement <strong>Records</strong>, complete integrated s<strong>of</strong>twaresystem, data digitization, validation, verification and implementation as part <strong>of</strong> theNational <strong>Land</strong> <strong>Records</strong> <strong>Modernization</strong> Programme <strong>of</strong> Ministry <strong>of</strong> RuralDevelopment, <strong>of</strong> India.In order <strong>to</strong> implement the above project, Survey and Settlement Department incollaboration with Department <strong>of</strong> Revenue, UT Administration <strong>of</strong> Dadra & NagarHaveli proposes <strong>to</strong> seek the services <strong>of</strong> reputed organizations having relevantexperience <strong>to</strong> work as the implementing agency for this project. The UTAdministration <strong>of</strong> Dadra & Nagar Haveli invites proposals <strong>to</strong> provide theimplementing services as per the attached RFP document.The RFP includes two volumes:(a) Volume 1 : Introduction and Technical Specifications(b) Volume 2 : Bid Process and Commercial SpecificationsThe bidders are advised <strong>to</strong> study the tender document carefully. Submission <strong>of</strong> bidsshall be done after careful study and examination <strong>of</strong> the tender document with fullunderstanding <strong>of</strong> its implications.5


Implementing Agency for Centrally Sponsored NLRMP SchemeDisclaimerThe information contained in this Request for Proposal document (hereinafterreferred <strong>to</strong> as “RFP”) or subsequently provided <strong>to</strong> Bidder(s), whether verbally or indocumentary or any other form by or on behalf <strong>of</strong> the Survey and Settlement Departmen<strong>to</strong>r Department <strong>of</strong> Revenue or Department <strong>of</strong> Information Technology, UT Administration <strong>of</strong>Dadra & Nagar Haveli, (the “Authority”) or any <strong>of</strong> their employees or advisors, isprovided <strong>to</strong> Bidder(s) on the terms and conditions set out in this RFP and suchother terms and conditions subject <strong>to</strong> which such information is provided.The purpose <strong>of</strong> this RFP is <strong>to</strong> provide interested parties with information that may beuseful <strong>to</strong> them in making their financial <strong>of</strong>fers pursuant <strong>to</strong> this RFP (the "Bid"). This RFPincludes statements, which reflect various assumptions and assessments arrived at by theSurvey and Settlement Department or Department <strong>of</strong> Revenue in relation <strong>to</strong> the Project.Such assumptions, assessments and statements do <strong>not</strong> purport <strong>to</strong> contain all theinformation that each Bidder may require. This RFP may <strong>not</strong> be appropriate for allpersons, and it is <strong>not</strong> possible for the Survey and Settlement Department or Department <strong>of</strong>Revenue, its employees or advisors <strong>to</strong> consider the investment objectives, financialsituation and particular needs <strong>of</strong> each party who reads or uses this RFP. Theassumptions, assessments, statements and information contained in this RFP, may<strong>not</strong> 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 <strong>of</strong> the assumptions, assessments,statements and information contained in this RFP and obtain independent advice fromappropriate sources.Information provided in this RFP <strong>to</strong> the Bidder(s) is on a wide range <strong>of</strong> matters, some <strong>of</strong>which depends upon interpretation <strong>of</strong> law. The information given is <strong>not</strong> an exhaustiveaccount <strong>of</strong> statu<strong>to</strong>ry requirements and should <strong>not</strong> be regarded as a complete orauthoritative statement <strong>of</strong> law. The Survey and Settlement Department or Department <strong>of</strong>Revenue or Department <strong>of</strong> Information Technology, UT Administration <strong>of</strong> Dadra & NagarHaveli accepts no responsibility for the accuracy or otherwise for any interpretation oropinion on law expressed herein.The Survey and Settlement Department or Department <strong>of</strong> Revenue, UT Administration <strong>of</strong>Dadra & Nagar Haveli, its employees and advisors make no representation or warrantyand shall have no liability <strong>to</strong> any person, <strong>including</strong> any Applicant or Bidder under any law,statute, rules or regulations or <strong>to</strong>rt, principles <strong>of</strong> restitution or unjust enrichment orotherwise for any loss, damages, cost or expense which may arise from or beincurred or suffered on account <strong>of</strong> anything contained in this RFP or otherwise,<strong>including</strong> the accuracy, adequacy, correctness, completeness or reliability <strong>of</strong> the RFP andany assessment, assumption, statement or information contained therein or deemed<strong>to</strong> form part <strong>of</strong> this RFP or arising in any way in this Bid Stage.The Survey and Settlement Department or Department <strong>of</strong> Revenue, UT Administration <strong>of</strong>Dadra & Nagar Haveli accepts no liability <strong>of</strong> any nature whether resulting from negligenceor otherwise howsoever caused arising from reliance <strong>of</strong> any Bidder upon the statementscontained in this RFP.6


Implementing Agency for Centrally Sponsored NLRMP Scheme(Volume I: Introduction & Technical Specifications)Survey & Settlement OfficeRevenue Department,Opposite Mamlatdar Office,Dadra & Nagar HaveliSilvassa, U.T - 3962308


Implementing Agency for Centrally Sponsored NLRMP SchemeDefinitions and Abbreviations Used DLRS Direc<strong>to</strong>r <strong>Land</strong> <strong>Records</strong> & Survey DIT Department <strong>of</strong> Inf ormation Technology GIS Geographic Information System NLRMP National <strong>Land</strong> <strong>Records</strong> <strong>Modernization</strong> Programme UTM Universal Transverse Merca<strong>to</strong>r WGS World Geodetic System TS Total Station DGPS Differential Global Positioning System SoI Survey <strong>of</strong> India SLA Service Level Agreement SOW Statement <strong>of</strong> Work UT Union Terri<strong>to</strong>ry10


Implementing Agency for Centrally Sponsored NLRMP Scheme1. INTRODUCTIONThe UT <strong>of</strong> Dadra & Nagar Haveli was liberated from Portuguese colonial rule on 2ndAugust 1954 was merged with the Indian Union on 11th August 1961. D&NH is a, SingleDistrict Union Terri<strong>to</strong>ry having 72 villages divided in<strong>to</strong> 11 Patelads (i.e. revenue circles).The last survey operation was carried out in the Year 1961-64 with final promulgation in1965. The settlement operation was completed in 1984, which was liable from 1984-85.UT Administration <strong>of</strong> Dadra & Nagar Haveli desires <strong>to</strong> implement National <strong>Land</strong> <strong>Records</strong><strong>Modernization</strong> Programme (NLRMP) initiated by the Ministry <strong>of</strong> Rural Development,Department <strong>of</strong> <strong>Land</strong> Resources, Government <strong>of</strong> India (GoI). Under the NLRMP (National<strong>Land</strong> <strong>Records</strong> <strong>Modernization</strong> Programme) Project, Government <strong>of</strong> India has devisedcertain guidelines <strong>to</strong> computerize the <strong>Land</strong> <strong>Records</strong> <strong>including</strong> digitization <strong>of</strong> the <strong>Land</strong><strong>Records</strong> and preserve the Legacy data for future reference. The UT <strong>of</strong> Dadra and NagarHaveli proposes <strong>to</strong> implement the NLRMP for the entire area <strong>of</strong> 491 Sq Km in variousphases.To implement this programme in the UT, Survey and Settlement Department incollaboration with Department <strong>of</strong> Revenue, UT Administration <strong>of</strong> Dadra & Nagar Haveli,Silvassa requires the services <strong>of</strong> the implementing agency. Detailed activities along withTechnical guidelines <strong>to</strong> be implemented in this programme are as per this RFP.The major components <strong>of</strong> the programme are <strong>but</strong> <strong>not</strong> <strong>limited</strong> <strong>to</strong> as computerization <strong>of</strong> allland records <strong>including</strong> mutations, digitization <strong>of</strong> maps and integration <strong>of</strong> textual and spatialdata, survey/ resurvey and updation <strong>of</strong> all survey and settlement records <strong>including</strong> creation<strong>of</strong> original Cadastral records wherever necessary, computerization <strong>of</strong> registration and itsintegration with the land records maintenance system, development <strong>of</strong> Core GeospatialInformation System (GIS) and capacity building.1. PROJECT AREA DETAILS: UT Administration <strong>of</strong> Dadra & Nagar HaveliLocation:East Longitude: 72° 50’ <strong>to</strong> 73° 15’North Latitude: 20° 0’ <strong>to</strong> 20° 25’Geographical Area: 491 Sq.Km.Capital: SilvassaNo. <strong>of</strong> Districts: 1No. <strong>of</strong> Tehsils: 1No. <strong>of</strong> Revenue Circles: 11No. <strong>of</strong> Villages: 72Area DivisionRural Area: 270.57 Sq Km11


Implementing Agency for Centrally Sponsored NLRMP SchemeUrban Area:17.22 Sq KmForest Area: 203.21 Sq Km<strong>Land</strong> InformationNo. Of <strong>Land</strong> Parcels: 62203Rural Cadastral Map Sheets: 2209Urban Cadastral Map Sheets: 83These figures are only indicative in nature.2. OBJECTIVESTo develop a modern, comprehensive and transparent land records management systemin the U.T. Administration <strong>of</strong> Dadra & Nagar Haveli with the aim <strong>to</strong> implement theconclusive land titling system with title guarantee operable on single window system byimplementing the following: Survey / Resurvey and updating <strong>of</strong> survey and settlement records Creating an integrated database <strong>of</strong> textual and graphical information on landrecords. Replace manual records with digital records, update the records and ensureconsistency <strong>of</strong> information across the departments.3. LAND RECORDS INFORMATION IN THE UT ADMINISTRATION OF DADRA &NAGAR HAVELIa) Survey and Settlement DepartmentThe Survey and Settlement Department is primarily the Government body entrusted withthe mandate for surveying the region and providing the survey maps. This department hasalso been entrusted with the maintenance <strong>of</strong> survey maps in the UT.The various documents maintained by the Survey and Settlement Department are namelyas below:S.No.DocumentName1 Village Maps 1cm :50m2 Cadastral MapSheetsprepared bySurvey and Settlement DepartmentScale Purpose Present Status1cm :10mVillage boundaries with surveynumber <strong>of</strong> land with village side(Gauthan) areas with road, rivers,rivulets, theodolite s<strong>to</strong>nes andspecifically survey numbers <strong>of</strong>reserve forest.Showing actual boundaries <strong>of</strong>particular survey numbers andpothissas (partition <strong>of</strong> survey147 Sheets2992 Sheets12


Implementing Agency for Centrally Sponsored NLRMP SchemePlaneMethodTable3 Cadastral MapSheetsprepared byPlane TableMethod1cm :10m4 Plot Book 1cm :10m5 KhetarwarPatrak6 SheetwarPatraknumbers)Showing actual boundaries <strong>of</strong>particular survey numbers andpothissas (partition <strong>of</strong> surveynumbers)Drawings <strong>of</strong> individual surveynumbers with Government landNA This indicates area, right <strong>of</strong>occupancy <strong>of</strong> individuals at thetime survey. The details <strong>of</strong> paddyland, dry crop land and wasteland (kharaba), ownership, tenant, subtenant etcNAMaintenance <strong>of</strong> detail <strong>of</strong> Surveynumber, ownership with details <strong>of</strong>individual occupancy andsignature <strong>of</strong> the occupants7 Darwari Patrak That shows the valuation <strong>of</strong> landas per classification8 Prati Book That shows classification <strong>of</strong>details <strong>of</strong> water and soil2992 Sheets72 Sheets139 books with8550 pages130 Books130 Book130 Books9 Kuan Patrak Details <strong>of</strong> wells village wise 72 Books10 KamijasthiPatrakDetails <strong>of</strong> land taken over forpublic purpose and acquired anddetails <strong>of</strong> land spoilt due <strong>to</strong>erosion village wise11 Akarband Details <strong>of</strong> Survey No, area,Village site land, forest land and<strong>to</strong>tal area <strong>of</strong> village72 Books72 Booksb) Mamlatdar OfficeThe various records <strong>of</strong> the land owners, information regarding the mutations made etc <strong>to</strong>the ownership are taken care <strong>of</strong> in the Mamlatdar <strong>of</strong>fice. These are maintained throughvarious forms like Form No. 7, 12, 8 etc. The Mamlatdar <strong>of</strong>fice primarily performs thefunction <strong>of</strong> maintenance and updation <strong>of</strong> land records (textual – commonly known as theRecord <strong>of</strong> Rights or Village Form no 7/12, Satbara.The various documents maintained by the Mamlatdar <strong>of</strong>fice are namely as below:Mamlatdar OfficeS.No. Document Name Purpose13


Implementing Agency for Centrally Sponsored NLRMP Scheme1 Village Form No 6A Register <strong>of</strong> mutation2 Village Form No VIIIA Shows the <strong>to</strong>tal area <strong>of</strong> land held by theoccupant (Khatedar)3 7/12 Shows the ownership <strong>of</strong> land holder4 Tulwari (Village WiseNo 13)5 Register <strong>of</strong> DisputedcasesYear wise Crop pattern (individual cultiva<strong>to</strong>rvillage wise)If any disputes for any mutation entry orcorrection arisen by the land holder concerned6 Mahusul Register Shows the village wise land revenuec) <strong>Land</strong> Reforms OfficeThe various documents maintained by the <strong>Land</strong> Reform Office <strong>of</strong>fice are namely as below:<strong>Land</strong> Reforms OfficeS.No. Document Name Purpose Present Status1 Register with Grant <strong>of</strong>occupancy <strong>of</strong> agriculturalland2 Register with Grant <strong>of</strong>occupancy <strong>of</strong> Village siteland3 Register with regards landdeclared as surplus (casewise)4 Register with regards issue<strong>of</strong> copy <strong>of</strong> judgment onpayment <strong>of</strong> fees <strong>to</strong>individual land owners5 Register with regardsallotment <strong>of</strong> surplus land <strong>to</strong>landless labourers(Villagers)It shows clear occupancy rightsgranted out <strong>of</strong> gross landDetails <strong>of</strong> occupied areagranted <strong>to</strong> occupant147272Declaration <strong>of</strong> occupancy etc 72On application certified copies<strong>of</strong> judgments are <strong>to</strong> be suppliedFor the purpose <strong>of</strong>maintenance <strong>of</strong> new tenancyunder section 42 <strong>of</strong> landreforms act individually villagewise by virtue <strong>of</strong> allotment <strong>of</strong>surplus landd) Different types <strong>of</strong> <strong>Land</strong> <strong>Records</strong>At present the introduction <strong>to</strong> <strong>Land</strong> <strong>Records</strong> would be confined <strong>to</strong> the rural landrecord as this project concerns the rural areas only. The beginning <strong>of</strong> the landrecord during the Portugese time was due <strong>to</strong> the requirement <strong>of</strong> <strong>Land</strong> Revenue <strong>to</strong>be collected by the Portugese.. The Portugese created the land record system mainly forthis purpose. But <strong>to</strong>day, the requirement <strong>of</strong> modern land record is for better informationabout one <strong>of</strong> the very important resource <strong>of</strong> the economy, i.e. <strong>Land</strong>. The beauty <strong>of</strong>7272


Implementing Agency for Centrally Sponsored NLRMP Schemethe system created by the Portugese is that the same system can be used, withminor modifications, for the <strong>to</strong>day’s requirement <strong>of</strong> <strong>Land</strong> Management System.The rural and urban cadastral maps are available with the Survey and SettlementDepartment. Each parcel <strong>of</strong> land has been assigned a unique number and was known asthe survey number <strong>of</strong> this land parcel. The calculations <strong>of</strong> the area <strong>of</strong> land parcels havebeen preserved in a land record known as Khetarwar Patraks. The survey number, itsarea, the occupant <strong>of</strong> this parcel and various other characteristics <strong>of</strong> this land parcelwere tabulated in a land record known as the Khetarwar Patraks. The sum <strong>to</strong>tal <strong>of</strong>the areas <strong>of</strong> all survey numbers in a Akarband <strong>not</strong> only gave the <strong>to</strong>tal area <strong>of</strong> the village,<strong>but</strong> also the land area under various categories such as the cultivable land, theuncultivable waste land, land under roads and other public purposes.The spatial record was also prepared by drawing the map <strong>of</strong> the land parcel basedon the measurements recorded in the “A” Sheet <strong>of</strong> the survey number. All thesesketches/ maps <strong>of</strong> all the survey numbers <strong>of</strong> the village were mosaic <strong>to</strong> generate thevillage map. The survey number, its area and the occupant recorded at the time <strong>of</strong>survey was further used <strong>to</strong> generate the village record <strong>of</strong> rights (present form no7/12). The mutations (i.e. The change in ownership due <strong>to</strong> sale, the death <strong>of</strong> theoccupant, etc) and any encumbrances on the land like bank loan, mortgages, etc arealso recorded in village form number 7/12.e) Updation <strong>of</strong> land recordWherever any change in the ownership or other rights on a survey number takesplace on the land parcel as a whole, i.e. without requiring any change in the area <strong>of</strong> thesurvey number, it is carried out in village form number 7/ 12. However, there are largenumbers <strong>of</strong> mutations which require the change in area <strong>of</strong> a survey number. The veryusual examples are part sale <strong>of</strong> a survey number, part land acquisition for variouspublic purposes, sub division <strong>of</strong> a land parcel among brothers, etc.. Whenever anychange is required in the spatial record due <strong>to</strong> the mutation activity, the usualprocess is <strong>to</strong> measure that survey number along with the part <strong>of</strong> it which is undergoingchange. This measurement is then required <strong>to</strong> be effected in the spatial as well as thetextual record. The spatial record is supposed <strong>to</strong> be corrected by the Survey andSettlement Department whereas the textual record i.e. Village form No 7/12 is modifiedthrough a document known as Kami-Jasti Patrak (KJP) which is prepared by the DLIRbased on the measurement and sent <strong>to</strong> the Tehsildar. This document contains the originalarea <strong>of</strong> the survey number and the new area <strong>of</strong> the survey number after the acquired landarea has been deducted from it.Survey & Settlement DepartmentVillage MapA Sheet147 Maps2292 SheetsAkarbandKhetarwar PatrakPlot Book (Individual villagewise showing details <strong>of</strong> each72 Sheets72 Sheets144 Books15


Implementing Agency for Centrally Sponsored NLRMP Schemenumber)Mamlatdar OfficeVillage Form No 6AVillage Form No VIIIARegister <strong>of</strong> mutationShows the <strong>to</strong>tal area <strong>of</strong> land held by the occupant(Khatedar)7/12 Shows the ownership <strong>of</strong> land holderTulwari (Village Wise No 13)Register <strong>of</strong> Disputed casesMahusul RegisterYear wise Crop pattern (individual cultiva<strong>to</strong>r villagewise)If any disputes for any mutation entry or correctionarisen by the land holder concernedShows the village wise land revenue<strong>Land</strong> Reforms OfficeRegister with Grant <strong>of</strong>occupancy <strong>of</strong> agricultural landRegister with Grant <strong>of</strong>occupancy <strong>of</strong> Village site landRegister with regards landdeclared as surplus (casewise)Register with regards issue <strong>of</strong>copy <strong>of</strong> judgment on payment<strong>of</strong> fees <strong>to</strong> individual landownersRegister with regardsallotment <strong>of</strong> surplus land <strong>to</strong>landless labourers (Villagers)It shows clear occupancy rights granted out <strong>of</strong> grosslandDetails <strong>of</strong> occupied area granted <strong>to</strong> occupantDeclaration <strong>of</strong> occupancy etcOn application certified copies <strong>of</strong> judgments are <strong>to</strong> besuppliedFor the purpose <strong>of</strong> maintenance <strong>of</strong> new tenancy undersection 42 <strong>of</strong> land reforms act individually village wiseby virtue <strong>of</strong> allotment <strong>of</strong> surplus landf) Need for preservation <strong>of</strong> legacy data (scanning <strong>of</strong> old record)The legacy data <strong>to</strong> be scanned in Tehsildar <strong>of</strong>fice/ Sub Registrar Office <strong>of</strong> <strong>Land</strong> <strong>Records</strong>are old and are on paper media. Due <strong>to</strong> frequent handling for various purposes, they are indelicate condition. Since these are valuable legal documents <strong>of</strong> past it needs <strong>to</strong> bepreserved in digital form also.4. BACKGROUNDThe original land survey <strong>of</strong> the UT Administration <strong>of</strong> Dadra & Nagar Haveli was done morethan 49 years back. The survey which was done earlier was done manually (planetabually) and with the survey techniques available at that time. Normally re-survey is <strong>to</strong> bedone every 30 years, <strong>but</strong> for various reasons no re-survey in the UT Administration hasbeen carried out, with the result that the survey records are <strong>not</strong> only very old, fragile andinaccurate <strong>but</strong> also around 20 <strong>to</strong> 25% <strong>of</strong> the records have been lost. Available recordsalso, <strong>to</strong> some extent, have no commensuration with the ground realities.16


Implementing Agency for Centrally Sponsored NLRMP SchemeAccurate and updated land records are one <strong>of</strong> the prerequisite social and economicinfrastructures required for rapid economic development. The importance <strong>of</strong> <strong>Land</strong>information can<strong>not</strong> be over emphasized. <strong>Land</strong> records provide the basis for: Recognition <strong>of</strong> owner’s title, boundaries and usage Collection <strong>of</strong> all land and property based levies, like Property Tax, Vacant <strong>Land</strong> Tax,Water Tax, etc. Planning for Govt. developmental and welfare activities Providing a database for various government & non-government usersThe UT Administration, on approval from Government <strong>of</strong> India under the NLRMP schemehas approved a project <strong>of</strong> <strong>Land</strong> Resurvey. This land re-survey project is <strong>to</strong> be carried outcompletely by outsourcing the re-survey activities. The preparation <strong>of</strong> the land recordsbased on the new survey is also <strong>to</strong> be done by outsourcing under the direct supervision <strong>of</strong>Survey & Settlement Department, Department <strong>of</strong> Revenue, Department <strong>of</strong> InformationTechnology and NIC.5. LAND RECORDS INFORMATION IN THE UTThe UT Administration <strong>of</strong> Dadra & Nagar Haveli, through its organization, performs mainlytwo functions: Maintenance and updation <strong>of</strong> land records (textual records, <strong>including</strong> village form no6, Hakpatrak and Village Form no 7/ 12 (Satbara) and Spatial records namelyvillage maps and field measurement books commonly known as Tippans in ruralareas. Maintenance and updation <strong>of</strong> the textual and the spatial records in urban areas. Inurban areas, the textual record is commonly known as the Property Card.In rural areas, the textual record is maintained and updated by the Mamlatdars at level.Earlier this record was maintained at village level by village Talati.6. CREATION OF DIFFERENT LAND RECORDSThe <strong>Land</strong> Record starts with the field survey <strong>of</strong> land in possession and cultivated byfarmers. The original survey (the survey for the first time) for the areas under present state<strong>of</strong> UT Administration had been carried out from UT administration. The technology usedfor the survey was plane table. The measurements for each field were written (<strong>not</strong> drawnon the map) on a paper which is known as the Tippan for that particular parcel <strong>of</strong> land.This parcel <strong>of</strong> land was assigned a unique number and was known as the survey number<strong>of</strong> this land parcel. The area based on the measurements taken for the land parcel wascalculated manually by using a ready reckoner. The calculations <strong>of</strong> the area <strong>of</strong> landparcels have been preserved in a land record known as Gunakar books. The surveynumber, its area, the occupant <strong>of</strong> this parcel and various other characteristics <strong>of</strong> this landparcel were tabulated in a land record known as the Aakar Bandh.The sum <strong>to</strong>tal <strong>of</strong> the areas <strong>of</strong> all survey numbers in a village <strong>not</strong> only gave the <strong>to</strong>tal area <strong>of</strong>the village, <strong>but</strong> also the land area under various categories such as the cultivated land, thecultivable land, the uncultivable waste land, land under roads and other public purposes.The spatial record was also prepared by drawing the map <strong>of</strong> the land parcel based on themeasurements recorded in the tippan <strong>of</strong> the survey number. All these sketches/ maps <strong>of</strong>all the survey numbers <strong>of</strong> the village were mosaiced <strong>to</strong> generate the village map. Thesurvey number, its area and the occupant recorded at the time <strong>of</strong> survey was used <strong>to</strong>17


Implementing Agency for Centrally Sponsored NLRMP Schemegenerate the village form no 7/12. The mutations (i.e. The change in ownership due <strong>to</strong>sale, the death <strong>of</strong> 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. Villageform no 6 <strong>of</strong> that village.7. UPDATION OF LAND RECORDSWherever any change in the ownership or other rights on a survey number takes place onthe land parcel as a whole, i.e. without requiring any change in the area <strong>of</strong> the surveynumber, it is carried out in village form number 7/ 12 and village form no 6 only. However,there are large numbers <strong>of</strong> mutations which require change in area <strong>of</strong> a survey number.Examples are part sale <strong>of</strong> a survey number, part land acquisition for various publicpurposes, sub division <strong>of</strong> a land parcel among brothers, etc. Whenever any change isrequired in the spatial record due <strong>to</strong> the mutation activity, the usual process is <strong>to</strong> remeasurethat survey number and the part <strong>of</strong> it which is undergoing the change.This measurement is then required <strong>to</strong> be effected in the spatial as well as the textualrecord. The spatial record is supposed <strong>to</strong> be corrected by the DILR whereas the textualrecord i.e. Village form no 7/12 is modified through a document known as Kami-JastiPatrak (KJP) which is prepared by the DILR based on the measurement and sent <strong>to</strong> theMamlatdar. This document contains the original area <strong>of</strong> the survey number and the newarea <strong>of</strong> the survey number after the acquired land area has been deducted from it.The approximate number <strong>of</strong> Survey Nos in the terri<strong>to</strong>ry will be around 60000 <strong>including</strong>subdivisions etc. The project envisages a system <strong>of</strong> management <strong>of</strong> the land surveyrecords and the land use in the form <strong>of</strong> an information kiosk where public access <strong>to</strong>information on the survey records <strong>including</strong> boundary maps <strong>of</strong> the plots is easilyaccessible <strong>to</strong> the citizens.The system must be <strong>of</strong> high quality, scalable, user friendly and simple <strong>to</strong> use so tha<strong>to</strong>pera<strong>to</strong>rs with basic training can operate it as well as navigate it with ease. It shouldcomprise <strong>of</strong> the following:(a) All survey records in the form <strong>of</strong> 7/12 extract and form 6/ 8A(b) Data entry for alpha numerical details <strong>of</strong> forms 7/12, 6 and 8A(c) Digitisation <strong>of</strong> survey sheets (maps) <strong>including</strong> sub- divisions(d) Linkage with graphical data and alpha numerical counter parts(e) Generation <strong>of</strong> report and site plan/ form prin<strong>to</strong>uts updation whenever it isnecessaryThe system should enable accurate and timely information and updation <strong>of</strong> land surveyrecords and their usage and ownership <strong>to</strong> the citizens and provide greater transparency ingovernance.8. CONTEXT OF THE PROJECTSurvey & Settlement Department, Department <strong>of</strong> Revenue, and NIC in the UTAdministration <strong>of</strong> Dadra & Nagar Haveli intends <strong>to</strong> implement NLRMP initiated byGovernment <strong>of</strong> India (GOI) in <strong>Modernization</strong> <strong>of</strong> Record Room <strong>including</strong> Scanning andpreservation <strong>of</strong> old <strong>Records</strong>, Digitization <strong>of</strong> maps, Setting up <strong>of</strong> Modern Record Rooms,Integration <strong>of</strong> Textual data with spatial data and Connectivity among Revenue <strong>of</strong>fices (SubRegistrar Office, Tehsil Office, Inspec<strong>to</strong>r <strong>of</strong> <strong>Land</strong> <strong>Records</strong> and City Survey Office).18


Implementing Agency for Centrally Sponsored NLRMP SchemeSurvey and Settlement Department in collaboration with Department <strong>of</strong> Revenue, UTAdministration <strong>of</strong> Dadra & Nagar Haveli is soliciting proposals from qualified Survey andMapping firms <strong>to</strong> undertake land resurvey and create updated land records, for the UTAdministration, as detailed further in this RFP document.9. SCOPE OF WORKThe following are the various components <strong>of</strong> the work envisaged under the current RFPprocess. It is proposed <strong>to</strong> select a Single Agency (which can be in the form <strong>of</strong> aConsortium <strong>of</strong> Companies), <strong>to</strong> carry out the end-<strong>to</strong>-end responsibilities in respect <strong>of</strong> thescope <strong>of</strong> work activities. Different Agencies have acquired expertise & experience in theirrespective adopted technologies and UT Administration <strong>of</strong> Dadra & Nagar Haveli isdesirous <strong>of</strong> selecting the Agency/Technology which can deliver the desired output in a costeffective manner without compromising on the quality/accuracy.The resurvey is <strong>to</strong> be conducted in the rural areas <strong>of</strong> the UT and will include Updation andverification <strong>of</strong> existing survey data <strong>of</strong> city areas. The bidder is free <strong>to</strong> use ground truthing,and can conduct a hybrid Survey Methodology using High Resolution Satellite Imagery,DGPS, ETS, as long as they are able <strong>to</strong> achieve the project requirements in terms <strong>of</strong> timeschedule, accuracy etc. It is the responsibility <strong>of</strong> the selected agency <strong>to</strong> plan and executethe activities so that the project is completed as per schedule. The activities would includeall the necessary tasks <strong>to</strong> conduct the resurvey process and create spatial data fabric andcollate required and relevant textual information <strong>to</strong> generate the required outputs – usingDGPS and ETS equipment. The Agency shall also assist the Department <strong>of</strong> Revenueduring title enquiry process.The activities <strong>to</strong> be carried out as part <strong>of</strong> the proposed project shall consist <strong>of</strong> the followingcomponents: Establish Ground Control Points across the Project Site Prepare the land parcels for the proposed exercise Map the identified boundary vertices Reconcile the re-survey data with the available records and finalize the dimensions<strong>of</strong> each land parcel Deliver the finalized land parcel dimensions and the land records in prescribedformatsIt is also advisable that the selected bidder / implementing agency should visit the sitewww.dolr.nic.in and must be well versed with the survey techniques suggested as perPart-B Technical Manuals <strong>of</strong> the NLRMP Guidelines. The selected bidder must complywith the various survey / resurvey techniques suggested by GoI for different areas (for e.g.with dense forest, vegetation cover etc) under the NLRMP scheme.(a) Currently the No. <strong>of</strong> <strong>Land</strong> Holders is almost One Lakh.(b) The cost for the S<strong>of</strong>tware Development includes the development as well as usertraining, onsite installation and other contingency if any.(c) There are private land (planning area) inside the reserve forest areas, which also isrequired <strong>to</strong> be surveyed/ resurveyed and boundaries demarcated as per scope <strong>of</strong> work19


Implementing Agency for Centrally Sponsored NLRMP Scheme10. SYSTEM AND SOLUTION REQUIREMENTS:(a) The solution should be integrated and in bilingual mode (Gujarati/ English)(b) Data entry <strong>of</strong> all available data should be enabled in Gujarati and English<strong>including</strong> the correction <strong>of</strong> validated data and provision <strong>of</strong> hard copy <strong>of</strong> existingdata(c) Digitisation <strong>of</strong> existing maps and integration <strong>of</strong> the digitized and alpha numericcounter part(d) The bidder will specify hardware requirements based on the requirement <strong>of</strong> thes<strong>of</strong>tware system which is <strong>to</strong> be provided(e) The deliverables for this project will be a complete integrated s<strong>of</strong>tware system<strong>including</strong> standard and third party components, if any, that are required as wellas the complete data in the format required <strong>to</strong> operate the system. All the data isavailable in hard and/or s<strong>of</strong>t copy format with the department at Silvassa. Thebidders are requested <strong>to</strong> inspect the same. It will be the responsibility <strong>of</strong> theselected bidder <strong>to</strong> complete the data base.(f) The scope <strong>of</strong> work will include post-delivery implementation assistance <strong>including</strong>installation, configuration and set up <strong>of</strong> the system, demonstration <strong>to</strong> userdepartments, training <strong>to</strong> the opera<strong>to</strong>rs <strong>of</strong> the system and continued technologysupport and guidance for a period <strong>of</strong> one year from the date <strong>of</strong> installation <strong>of</strong> thesystem(g) All deliverables <strong>of</strong> s<strong>of</strong>tware and data will be provided in the form <strong>of</strong> CD/ DVDwhich will be suitably labeled and have an index <strong>of</strong> contents accompanying them(h) Suitable documentation in detail, user references and data formats must beprovided both on s<strong>of</strong>t copy (CD/ DVD) and in hard copies.(i) The developed s<strong>of</strong>tware must be compiled executables and packages that areready for installation. The hardware and s<strong>of</strong>tware configurations for installation<strong>of</strong> this s<strong>of</strong>tware must be clearly mentioned.(j) The s<strong>of</strong>tware installation must be simple and au<strong>to</strong>mated and installable by atrained computer user as and when required.(k) The property rights for the s<strong>of</strong>tware developed under this project will be solely <strong>of</strong>the UT administration <strong>of</strong> Dadra and Nagar Haveli and will be fully licensed andlegal, <strong>including</strong> any third party components or s<strong>of</strong>tware that might be used in thesystem(l) The data provided by the Administration must be converted, if required, fromexisting sources with all accuracy and must be entered in<strong>to</strong> the database foreasy reference and retrieval at a later date by the users20


Implementing Agency for Centrally Sponsored NLRMP Scheme(m)The bidder will earmark requisite qualified s<strong>of</strong>tware engineers with at least 05years experience, who will study the methodology and specifications presentlybeing used and then design the process, s<strong>of</strong>tware interface and data formats forthe system and provide these in document for approval by the department. Thebidder will need <strong>to</strong> interact with various agencies and users at Silvassa for thepurpose. Work on cus<strong>to</strong>mization <strong>of</strong> the s<strong>of</strong>tware/ application must commenceonly after approval <strong>of</strong> the specifications and all subsequent work anddeliverables must comply with the specifications(n) The bidder will assign one or more engineers <strong>to</strong> install the s<strong>of</strong>tware, providetraining and assistance during the implementation on site at Silvassa(o) The bidder will provide onsite support <strong>to</strong> the administration for a period <strong>of</strong> oneyear, <strong>including</strong> telephonic and e mail support, within 48 hours <strong>of</strong> the reporting <strong>of</strong>the problem through any means(p) The s<strong>of</strong>tware developed should cater for future obsolescence <strong>of</strong> hardware/components and operating systems and must ensure support for alladvancements and versions(q) Suitable database as required must be specified and the cost <strong>of</strong> this databasemust be included in the quotation(r) The bidder must ensure suitable local support infrastructure during theimplementation and support periods at SilvassaSpecifications <strong>of</strong> S<strong>of</strong>tware(a) The s<strong>of</strong>tware will comprise <strong>of</strong> two distinct and independent modules. The firstModule will be for only search, display and printing <strong>of</strong> details and maps. Thesecond module will be an administration module that will enable update andrevision <strong>of</strong> the data and maps by trained users <strong>of</strong> the department(b) It should be possible <strong>to</strong> easily transfer data from the administration module <strong>to</strong>the viewing module through standard media such as CD or portable drives(c) The viewing s<strong>of</strong>tware will be user-friendly and will provide excellent search andnavigation facilities that enable users <strong>to</strong> locate their data quickly and easily(d) The viewing s<strong>of</strong>tware must be able <strong>to</strong> provide details <strong>of</strong> the survey and enable aprint-out on A4 paper for the user(e) The viewing s<strong>of</strong>tware must provide excellent and multiple methods <strong>of</strong> identifyingand accessing the survey data through search and sorting(f) For each survey the s<strong>of</strong>tware must also provide a map <strong>of</strong> the boundary andneighboring surveys and enable a print- out on an A4 page for the user21


Implementing Agency for Centrally Sponsored NLRMP Scheme(g) All data in the view module must be strictly only for viewing and it should <strong>not</strong> bepossible <strong>to</strong> edit and revise this data without proper authorization(h) The administration module will provide ways by which the opera<strong>to</strong>rs can add,edit and delete survey records from the database(i) The administration module will be password protected and only authorized userswill be able <strong>to</strong> access it(j) The administration module will s<strong>to</strong>re all the data in a well structured format in adatabase(k) The administration module will enable the opera<strong>to</strong>r <strong>to</strong> enter all the relevantdetails <strong>of</strong> the survey and link it in <strong>to</strong> the maps and documents as required(l) The administration module will enable the formatting <strong>of</strong> maps using suitables<strong>of</strong>tware (e.g. Au<strong>to</strong> Cad) so that these can be provided <strong>to</strong> the users via theviewing module(m)Suitable data entry and reporting formats will be provided in the administrationmodule <strong>to</strong> enable better management <strong>of</strong> survey records(n) The administration module will include features for Documents Management andhandling <strong>of</strong> Au<strong>to</strong> Cad format maps(o) The administration module should also be capable <strong>of</strong> working with the existingmaps that are available in Au<strong>to</strong> Cad format and convert these in<strong>to</strong> formatssuitable for viewing and printing11. DEPARTMENT STRUCTUREThe Department <strong>of</strong> Revenue functions through its field <strong>of</strong>fices at level. For level records,the Survey and Settlement Department is the cus<strong>to</strong>dian <strong>of</strong> all spatial records namely thevillage maps, cadastral map sheets, Khetarwar patrak etc. The Survey and Settlement<strong>of</strong>ficer has under him about 3 (1 ASO, 2 Surveyors) field surveyors who assist him incarrying out the updation work and all work related <strong>to</strong> survey and settlement Department.12. Activity chart l <strong>of</strong> TransactionSurvey and Settlement Department Survey <strong>of</strong> land Maintaining land records (Village Maps, Khetarwar Patraks, etc)Mamlatdar Mutation <strong>of</strong> Revenue <strong>Records</strong> Maintaining revenue records (7/12, 8A, 11A)LRO Surveying land as per DILR instructions Recording details in ‘Form No.6’ - Sale, sub-division, Varsai (inheritance), etc.22


Implementing Agency for Centrally Sponsored NLRMP Scheme13. DRAWBACKS IN THE PRESENT SYSTEM & NEED FOR RE-SURVEYThe current system <strong>of</strong> land information management suffers from a number <strong>of</strong>shortcomings. The original survey which was done manually with the survey techniquesavailable at that time inherently had its limitations. The error margins were large compared<strong>to</strong> what are acceptable as on <strong>to</strong>day, the area calculations done manually also introducedhuman errors <strong>to</strong> some extent. The mosaicing done <strong>to</strong> generate the village maps was <strong>not</strong>perfect due <strong>to</strong> the margins <strong>of</strong> measurement errors.Subsequently, mutations running in<strong>to</strong> crores in numbers have been/were required <strong>to</strong> beeffected and very large numbers <strong>of</strong> these have had an effect on the spatial records due <strong>to</strong>the economic activities. However, the updation has <strong>not</strong> kept pace with the activities at theground level. This has given rise <strong>to</strong> mismatch between the textual and the spatial recordand between the record and ground situation itself.In addition <strong>to</strong> this, the survey records due <strong>to</strong> old age have become fragile, are inaccurateand about 20- 25% <strong>of</strong> the records have also been lost/ destroyed/ mutilated. Thus thedrawbacks in the present system include – A large number <strong>of</strong> the field maps containing the measurement information <strong>of</strong> landboundaries are missing, while a<strong>not</strong>her large portion <strong>of</strong> the paper records containingthe field maps are in poor condition rendering them unusable. The maintenance and regular updation <strong>of</strong> paper records is cumbersome and timeconsuming. The updated records are available with the Revenue department <strong>but</strong>the corresponding changes have <strong>not</strong> been updated with the <strong>Land</strong> recordsdepartment. Hence this has lead <strong>to</strong> irregular updates, resulting in a situation wherethe records do <strong>not</strong> portray the correct picture on ground regarding the ownershipand boundaries. The records maintained by the departments are in different forms and servedifferent purposes. A change in the records <strong>of</strong> one department does <strong>not</strong> lead <strong>to</strong>updates in the records <strong>of</strong> other departments, even though some <strong>of</strong> the informationmay be common. Both graphical and textual information existing with the survey and revenuedepartments (in the 7/12s) have <strong>not</strong> been fully updated for long and have thusbecome obsolete. As resurveys have <strong>not</strong> been conducted for very long periods <strong>of</strong> time this has alsocontri<strong>but</strong>ed <strong>to</strong> the obsolescence <strong>of</strong> the existing records.Hence the UT Administration <strong>of</strong> Dadra & Nagar Haveli has taken up the initiative <strong>to</strong>overcome the current bottlenecks within the system as discussed above. As a prelude <strong>to</strong>this exercise, it has been decided <strong>to</strong> carry out a re-survey and update the land recordsalong with digitization <strong>of</strong> the tippans and measurement sheets.Thus the current re-survey is required <strong>to</strong> enable a seamless integration <strong>of</strong> the differentdepartments and create accurate and updated land records - which are a prerequisitesocial and economic infrastructure component for rapid economic development.14. APPROACH TO SURVEYThe various steps in conducting the re-survey <strong>of</strong> a village and preparation <strong>of</strong> land recordsbased on the re-survey are as under:23


Implementing Agency for Centrally Sponsored NLRMP Scheme Fix adequate number <strong>of</strong> geo-referenced control points in the village under resurvey.This activity would be carried out with the help <strong>of</strong> departmental <strong>of</strong>ficials. Taking these control points as reference points, fix the boundary points <strong>of</strong> thevillage using DGPS/ ETS. Obtain the village map and all the KJPs/ Durusti Patrak from survey <strong>of</strong>fice. Obtain village form no 7/12 record from mamlatdar <strong>of</strong>fice in a predetermined format. Mark the corrections in village map reflecting the changes due <strong>to</strong> KJPs/ DurustiPatras and village form no 7/ 12 and as per field survey and verification. Also give effect <strong>to</strong> KJP in VF No. 7/12 wherever it is <strong>not</strong> given. Generate Chalta No. (Temporary no.) and also mark them on the map. Generate Form A. (Akharband) Carry out the field re-survey in the village using DGPS/ ETS equipments and alsocollect the information for the concerned land parcel in a pre-determined format. Generate the land parcel sketch in pre-determined scale. Serve a <strong>not</strong>ice <strong>to</strong> the occupant along with this sketch showing necessary detailsrequiring any objections from the occupant. If any objections are received, visit the concern land parcel along with the personand other related persons and <strong>of</strong>ficials by the government representative. Modify/ change the map & other record as per the decision. Generate various records based on the re-survey and information gathered from thefield. In particular generate a discrepancy register that gives the details <strong>of</strong> land parcelsshowing the area difference between resurvey and old survey records. In case,where the area <strong>of</strong> resurveyed land parcel is more than 5% and such land parcel hasnon private land (Government / Semi Government) on any <strong>of</strong> its side. Digitize the old tippan <strong>of</strong> the survey number and superimpose on the resurveyedparcel land showing the variation on the map as well as on the area. Theencroached area (<strong>of</strong> adjoining Govt. or Panchayat land) is <strong>to</strong> be shown by dottedlines and given a different shading and encroachment land register, in prescribedformat generated and submitted. Handing over the record for promulgation <strong>to</strong> the Survey and Settlement <strong>of</strong>ficer whowould take up the promulgation activity. This activity is <strong>to</strong> be done by the specifiedgovernment <strong>of</strong>ficial. Generate one register for new survey no. arising out <strong>of</strong> resurvey with nocorresponding old survey no.Summarily the same is as listed below:PRE SURVEY ACTIVITIES: Publication <strong>of</strong> Notifications under the relevant rules <strong>of</strong> the Union Terri<strong>to</strong>ry by theSurvey & Settlement Department Opening a publicity cell at the Patelad level which will generate awareness amongthe owner(s) in the area <strong>not</strong>ified for survey/resurvey, emphasizing the need for them<strong>to</strong> be present at the time <strong>of</strong> visit <strong>of</strong> the survey team, and show the boundaries <strong>of</strong>their land parcels and participate in the survey process. The establishment <strong>of</strong> the24


Implementing Agency for Centrally Sponsored NLRMP Schemepublicity cell shall be the responsibility <strong>of</strong> the concern Department and therepresentative <strong>of</strong> the agency shall provide adequate assistance <strong>to</strong> the department<strong>to</strong> educate the public. The base map should prepare for the re-survey purpose which shall be anintegrated map <strong>of</strong> existing parcels over-layed with high resolution satellite imageryprovided by (NRSC). The agency will prepare grid wise base map <strong>of</strong> each village <strong>to</strong>schedule the survey. Preparation <strong>of</strong> detailed schedule village wise for the survey team <strong>to</strong> each villageand <strong>to</strong> publish them at the District, Patelad and village levels. The program shouldbe given wide publicity. The detailed schedule shall be preprared by the agency andinform <strong>to</strong> the concern department. Circulating the detailed schedule <strong>of</strong> visits <strong>of</strong> the survey team among the heads <strong>of</strong>the land – owning departments, so that the <strong>of</strong>ficials from those departments helpthe survey agency in the identification <strong>of</strong> the boundaries <strong>of</strong> the land parcels ownedby their departments. Publication <strong>of</strong> village level survey plans, showing the details <strong>of</strong> day-wise programme<strong>of</strong> survey team in the concerned village at least 10days before commencement <strong>of</strong>field survey. A Gram Sabha meeting shall preferably be called, <strong>to</strong> which the entire action planshould be discussed before commencing the survey work <strong>to</strong> facilitate furthercooperation for the survey works. Bidders shall be used the Ground Control Points (GCPs) established by Survey <strong>of</strong>India (SOI) at various places for fixing the Primary Control Points. Fix adequate number Ground control points in the village under re-survey. The firstand the last two control points should be fixed within the vicinity <strong>of</strong> each other. Thisactivity would be carried out with the help <strong>of</strong> departmental <strong>of</strong>ficials. Taking these control points as reference points, fix the boundary points <strong>of</strong> thevillage using DGPS/ ETS. Obtain the village map and all the KJPs/ Durusti Patrak from survey <strong>of</strong>fice (DILR<strong>of</strong>fice). Generate Chalta No. (Temporary no.) and also mark them on the map. Note: The basic purpose <strong>of</strong> this activity is <strong>to</strong> update and prepare textual and spatialrecords (village maps only) for resurvey activity. This would give the expectedground situation during resurvey Generate Form A (Akharband)SURVEY ACTIVITIES Carry out the field re-survey in the village using DGPS/ ETS equipments and alsocollect 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 <strong>not</strong>ice <strong>to</strong> theoccupant along with this sketch showing necessary details requiring any objectionsfrom the occupant. Government <strong>of</strong>ficials will be helping in this process <strong>but</strong> the25


Implementing Agency for Centrally Sponsored NLRMP Schemeactivity primarily needs <strong>to</strong> be done by the bidder. The signature seal <strong>of</strong> the govt.<strong>of</strong>ficials will be affixed <strong>to</strong> the <strong>not</strong>ice. If any objections are received, a register shall be maintained by the bidder <strong>to</strong> recordand track the objections raised by the owners(s)/enjoyer(s). The objections shouldalso be flagged in the DTDB(Digital Topographic Database). The <strong>of</strong>ficial along withthe concerned person and other related persons visit the concern land parcel. Thedecision on the objection would be taken by the government representative. Modify/change the map & other record as per the decision. (Form C-Annexure VII) Each GCP should be precisely marked on the base map for further reference andgeo processing.POST SURVEY ACTIVITIES Geo-reference precisely all the villages using collected GCPs . Overlying <strong>of</strong> cadastral map on the rectified image with affine transformation model. Generate various records based on the re-survey and information gathered from thefield. In particular generate a discrepancy register which gives the details <strong>of</strong> land parcelsshowing the area difference between re-survey and old survey records/VF 7/12. In case where the area <strong>of</strong> resurveyed land parcel is more than 5% and such landparcel has non private land (govt. or semi-govt. land) on any <strong>of</strong> its side. Digitize theold tippans, where there is 5% variation <strong>of</strong> measured survey number with reference<strong>to</strong> original area/where there is Government or Panchyat land and superimpose onthe resurveyed parcel land showing the variation on the map as well as on the area.The encroached area (<strong>of</strong> adjoining Govt. or Panchayat land)is <strong>to</strong> be shown bydotted lines and given a different shading and encroachment land register, inprescribed format generated and submitted. The Bidder needs <strong>to</strong> create theEncroachment Register. Handing over the record for promulgation <strong>to</strong> the specified government <strong>of</strong>ficial whowould take up the promulgation activity. This activity is <strong>to</strong> be done by the specifiedgovernment <strong>of</strong>ficial. Generate one register for new survey no. arising out <strong>of</strong> resurvey with nocorresponding old survey no. (Encroachment Register), a<strong>not</strong>her register (DoobRegister) with old survey no. without any corresponding new nos. and a<strong>not</strong>her onewhere either the occupant or land use is different.26


Implementing Agency for Centrally Sponsored NLRMP Scheme15. QUALITY ASSURANCEA comprehensive quality control program for ensuring the quality <strong>of</strong> data <strong>to</strong> befollowed based on the criteria provided and permissible accuracy. The measure <strong>of</strong>accuracy derived based on the allowable limits would fall under one <strong>of</strong> the heads, vizphysical accuracy and logical accuracy.Point FeaturesLocation <strong>of</strong> feature with preference <strong>to</strong> a standard layer would be the same or withinthe area <strong>of</strong> the plot.Line FeaturesVariation in length <strong>of</strong> line segment should within the prescribed limit <strong>of</strong> ±10cmPolygon FeaturesVariation in the area & Perimeter <strong>of</strong> any polygon features should be within theprescribed limit <strong>of</strong> 0.025%.The bidder should keep the logical accuracy corresponds <strong>to</strong> completeness andcorrectness <strong>of</strong> data when data set is analyzed. The GIS layers should <strong>to</strong>pologicallycorrected and geo-coded is the most important and complex task upon the usefulness <strong>of</strong>the database lies. The following aspects need <strong>to</strong> be considered here,i. The geographic data necessary <strong>to</strong> define where the parcel <strong>of</strong> land or, for thatmatter, any other feature is located,ii.Its unique identification for associating attri<strong>but</strong>es that link the records.16. DELIVERABLESThe output <strong>of</strong> the entire exercise shall be as follows: Establishing Geodetic network with co-ordinates and sketch <strong>of</strong> the control pointsshowing their description and location. Preparation <strong>of</strong> map, village maps and <strong>Land</strong> Parcel Maps by ETS/ DGPS basedGround Survey. Digitized copies <strong>of</strong> the Village maps showing features like Survey No., Name,Chalta No., etc. Superimposition <strong>of</strong> old digitized village map on the final resurveyed map. Conversion <strong>of</strong> entire digital database in<strong>to</strong> RDBMS data format. Integration <strong>of</strong> spatial data with the non-spatial database. Digitized <strong>Land</strong> registers in the prescribed Performa –a. Village Mapb. Plot Books, comprising resurvey details <strong>of</strong> each survey number (LPM) andcorresponding sketchc. Main Registerd. Aakarbandh with abstract <strong>of</strong> village individuallye. Kayamkhardaf. Khetarvar Patrakg. Kamijati Patrak or differential statement for each survey number showingdifference between old details and the resurvey details in New 7/12, Forms4(1), 4(2) and 4(3), Mangna Patrak or Demand statement – in case Govt.27


Implementing Agency for Centrally Sponsored NLRMP Schemedecides <strong>to</strong> collect survey charges from the land parcel holders. Note: All therecords will be in vernacular language (Gujarati / Marathi).h. Pratibooki. Darwarij. Polygonk. Traver PatrakCorrelation statement with correlation sketch showing correlation <strong>of</strong> every oldsurvey number <strong>to</strong> the corresponding new LPM number. List <strong>of</strong> coordinates <strong>of</strong> all thepoints by which the land parcel would be determined <strong>including</strong> <strong>to</strong>pographicaldetails. Every such point shall be given a unique number as prescribed.Specification <strong>of</strong> equipment used for generating.Accurate geo-referenced digital map using established control survey net workaround existing Survey <strong>of</strong> India permanent reference points and choice <strong>of</strong> thes<strong>of</strong>tware required should be as per the Annexure VI <strong>of</strong> the RFP Volume –I as adeliverablesProper indexed map with proper sheet numberSheet wise as well as complete mosaic map <strong>of</strong> villageSpatial and non spatial data dictionary with feature codes, feature type (points ,lineand polygon)Feature description and symbolsThe use <strong>of</strong> Open standards is manda<strong>to</strong>ry for data sharing and inter-operabilityamong different systems (Use <strong>of</strong> Open Source S<strong>of</strong>tware is must as a deliverable)Geodetic network with co-ordinates and sketch <strong>of</strong> the control points showing theirdescription and locationVillage maps and <strong>Land</strong> Parcel Maps with coordinates.The boundaries <strong>of</strong> surveyed parcels shall be downloaded from the TS and linkedwith the attri<strong>but</strong>es data collected, in the GIS format so as <strong>to</strong> create the DTDB(DigitalTopographic Data Base). The final plotting and s<strong>of</strong>t copy DTDB <strong>of</strong> the land parcelsand other <strong>to</strong>pographic details shall be generated from the TS data and associateds<strong>of</strong>tware by the bidder.Data base standards:SOL-92 (Rational Model)/ SQL-1999 (Object Model ) orcompatible latest version <strong>to</strong> be adopted as a standard for Relational DatabaseManagement Systems (RDBMSs)UNICODE- character encoding for each and every alphabet <strong>of</strong> 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/ English language.Seamlessly mosaiced digital database with a provision <strong>to</strong> show various layers <strong>of</strong>various <strong>to</strong>pographical details in cus<strong>to</strong>mized web based GIS S<strong>of</strong>tware. TechnicalManual and MIS 2008-09 issued by Ministry <strong>of</strong> Rural Development, Government <strong>of</strong>India Interpreted Topographical layers should be considered. The standard list <strong>of</strong><strong>to</strong>po details will be provided <strong>to</strong> the selected survey agencies. Required 5 (five)number <strong>of</strong> User licenses should be provided.28


Implementing Agency for Centrally Sponsored NLRMP Scheme Digitized copies <strong>of</strong> the Village maps showing features like Survey No, Name, ChaltaNo., etc Chalta No. can also be marked on the digitized copies <strong>of</strong> village maps as it willprovide linkage/reference <strong>to</strong> the old survey Nos. Superimposition <strong>of</strong> old digitized village map on the final resurveyed map. The color coding needs <strong>to</strong> be done as per following guidelines:o Boundaries and survey no. <strong>of</strong> new map – blacko Boundaries and survey no. <strong>of</strong> old map – redo Chalta No. - Greeno Background – Whiteo Edge-matching with the adjacent plots, if digital database pertaining <strong>to</strong> theadjacent plots already exists. Conversion <strong>of</strong> entire digital database in<strong>to</strong> existing RDBMS data format Integration <strong>of</strong> spatial data with the non-spatial database. <strong>Land</strong> registers in the prescribed pr<strong>of</strong>orma and maps –o Village Map- 3 copieso Plot Books(Field sketch), comprising resurvey details <strong>of</strong> each survey number(LPM) and corresponding sketch 2 copieso Main Register ( Composite register <strong>of</strong> Form A/ B/ C) 2 copyo Aakarbandh with abstract 2 copyo Kayamkharda 2 copyo Khetarvar Patrak 2 copyo Kami jashi Patrak-2 copies (differential statement for each survey numbershowing difference between old details and the resurvey details) The V/F7/12 shows the latest details <strong>of</strong> the land parcels and is already divided incase <strong>of</strong> fragmentation.o New 7/12 -2 copyo Forms 4(1), 4(2) and 4(3)o Mangna Patrak (s<strong>of</strong>t copy) or Demand statement – in case Govt. decides <strong>to</strong>collect survey charges from the land parcel holders.Note: All the records will be in vernacular language (Gujarati) / English Correlation statement with correlation sketch showing correlation <strong>of</strong> every oldsurvey number <strong>to</strong> the corresponding new LPM number. List <strong>of</strong> coordinates <strong>of</strong> all thepoints by which the land parcel would be determined <strong>including</strong> <strong>to</strong>po details. Everysuch point shall be given a unique number as prescribed. The correlation <strong>of</strong> the newLPM no. should be done with the V/F 7/12 and <strong>not</strong> the old survey no. as the VF7/12 shows the sub-division if any. Specification <strong>of</strong> equipment used for generating data Orthopho<strong>to</strong> prints <strong>of</strong> the village duly showing field supplementary data and showingthe area for which the data is generated by ETS. (For Hybrid Methodology only)Note: For specification <strong>of</strong> formats for graphical records, see – Annexure II.Formats <strong>of</strong> the above details are provided at Annexure VII.29


Implementing Agency for Centrally Sponsored NLRMP Scheme17. PILOT IMPLEMENTATIONSelected bidder will be required <strong>to</strong> implement a pilot project using network data in onenominated Patelad, using appropriate technology, within a period <strong>of</strong> six weeks from issue<strong>of</strong> Letter <strong>of</strong> Intent – which will cover all the activities <strong>of</strong> the resurvey and all requiredoutputs/deliverables. Based on the pilot experience, changes, if any needed would bemade <strong>to</strong> the project implementation approach and plan.Note: The above description for the approach <strong>to</strong> Survey / Resurvey and the list <strong>of</strong>Deliverables is only indicative in nature. The Selected implementing agency mustcomply with the techniques and deliverables as detailed under the NLRMPguidelines issued from GoI time <strong>to</strong> time.18. ROLES AND RESPONSIBILITESRESPONSIBILITIES OF HEAD OF THE DEPARTMENT, Department <strong>of</strong> RevenueAs owner <strong>of</strong> the project, the role <strong>of</strong> Department <strong>of</strong> Revenue in the successfulimplementation <strong>of</strong> the project includes discharging the following responsibilities. Ensuring that all the participating departments/agencies take active part in theproject Issuing <strong>of</strong> Government Orders, circulars, instructions, etc., <strong>to</strong> effect changes <strong>to</strong>existing policies, framing <strong>of</strong> new policies, and such other matters as may benecessary from time <strong>to</strong> time Constituting a Project Management Team <strong>to</strong> moni<strong>to</strong>r and manage the day <strong>to</strong> dayactivities <strong>of</strong> the Agency and issue necessary instructions if required. Deploying the sufficient number <strong>of</strong> Government staff for assisting and moni<strong>to</strong>ringthe Agency during the Survey. Identifying and nominating personnel for accepting the deliverables Popularize land resurvey project through a media plan for creating citizenawareness. Approve the field survey plan. Assist the Agency during the resurvey by providing the necessary Governmentsupport Conduct Title Enquiry Co-ordinate with the participating departments involved in the land re-survey project Moni<strong>to</strong>ring and review <strong>of</strong> the survey work. Finalization <strong>of</strong> the formats for the deliverables/outputs Help organize training and change management programsRESPONSIBILITES OF AGENCYThe following are the roles and responsibilities <strong>of</strong> the Implementing agency include: Setting up <strong>of</strong> all infrastructure for processing <strong>of</strong> data Prepare the field re-survey plan Conduct the field survey Deploying the required infrastructure and skilled & experienced resources, <strong>including</strong>workstations, lap<strong>to</strong>ps, printers, connectivity, etc30


Implementing Agency for Centrally Sponsored NLRMP SchemePrepare the final cadastral maps, land re-survey database and updated landrecordsCreation <strong>of</strong> non-spatial database, relating <strong>to</strong> the ownership particulars <strong>of</strong> eachparcel <strong>of</strong> land, land use etcAssist the Department <strong>of</strong> Revenue during the Title Enquiry exercise. The villagemaps and VF 7/12 will be given <strong>to</strong> the agencies, free <strong>of</strong> cost in the form <strong>of</strong> s<strong>of</strong>tcopies. The bidder will reconcile the information as per the VF 7/12 and otherrecords like KJP.The agency will <strong>not</strong> be doing any statu<strong>to</strong>ry activity relating <strong>to</strong> titling.Quality check <strong>of</strong> the all the deliverables before submitting <strong>to</strong> the Department <strong>of</strong>Revenue.Provide user training at all levels and prepare and issue supporting documentationsuch as User Manuals, Maintenance Manuals, etc.Liaison with other departments/agencies like Survey <strong>of</strong> India, Forest departmentand other land owning departments <strong>to</strong> accomplish the commissioning the project asper the terms <strong>of</strong> the contract.19. SURVEY METHODOLOGY & DELIVERABLESThis part details the technical specifications <strong>of</strong> the resurvey project, <strong>including</strong> the outputguidelines <strong>of</strong> detailed ground survey. The re-survey is a very important component <strong>of</strong> the<strong>Land</strong> Re-survey project. Keeping this in view, the Department <strong>of</strong> Revenue expects theAgency <strong>to</strong> use the latest available technology <strong>to</strong> complete the resurvey as per theschedule <strong>of</strong> the project, while maintaining the required accuracy.SURVEY PROCESSThis section describes the procedure followed for the survey: Publication <strong>of</strong> <strong>not</strong>ification under relevant rules <strong>of</strong> the UT Administration <strong>of</strong> Dadra &Nagar Haveli shall be done. This will be the responsibility <strong>of</strong> the Department <strong>of</strong>Revenue. Publicity regarding awareness programs <strong>to</strong> farmers emphasizing the need <strong>to</strong> bepresent at time <strong>of</strong> visit <strong>of</strong> survey team and show the boundaries <strong>of</strong> their land parcelsand participate in the entire data collection process. To conduct such publicity willbe the responsibility <strong>of</strong> the Survey and Settlement Department <strong>of</strong>ficer andDepartment <strong>of</strong> Revenue. A detailed schedule <strong>of</strong> the visit <strong>of</strong> survey team <strong>to</strong> each village shall be preparedwise and published at and level. The program should also be given wide publicity.The detailed schedule will be prepared by the Agency and approved by theDepartment <strong>of</strong> Revenue. Detailed schedule <strong>of</strong> the visit <strong>of</strong> survey team <strong>to</strong> each village shall be handed over <strong>to</strong>all the heads <strong>of</strong> land owning departments - so that the <strong>of</strong>ficials from thedepartments help the agency in the identification <strong>of</strong> boundaries <strong>of</strong> the lands ownedby the department.31


Implementing Agency for Centrally Sponsored NLRMP SchemeAt the village level, revenue village should be taken as a unit. The village level planshowing details <strong>of</strong> day wise program <strong>of</strong> survey shall be published in the concerned,village, at least 10 days before commencement <strong>of</strong> field survey.There should be adequate number <strong>of</strong> survey teams and adequate number <strong>of</strong>adjudicating personnel <strong>to</strong> complete the work as per the schedule.Every survey team should have at least one member familiar with the locallanguage and the field workers and supervisory staff should be conversant with thelocal language.Survey adjudica<strong>to</strong>r will be appointed by the government. However he/she shall beassisted by one surveyor along with ETS machine from Agency.From the agency side, each survey team shall have at least one machine opera<strong>to</strong>rand 2 support staff.The level team along with the members from bidder should conduct a gramsabha inthe village before the commencement <strong>of</strong> survey work and the entire process shouldbe explained. The day wise survey schedule should also be discussed and farmersconcerned should be mobilized.Agency shall establish a village survey center in the appropriate place in thevillages with adequate number <strong>of</strong> lap<strong>to</strong>ps, printers and consumables. Basicinfrastructure <strong>including</strong> uninterrupted power supply for establishing a Survey Centeris readily available in all the villages. In case these facilities are <strong>not</strong> available in anyparticular village, the bidder could have its base in the nearest village during thesurvey execution.Agency has <strong>to</strong> bear the expenses <strong>of</strong> establishing the village survey centers in casethe government buildings are <strong>not</strong> available. The cost <strong>of</strong> electricity and otherexpenditure has <strong>to</strong> be borne by the Agency. In case these facilities are <strong>not</strong> availablein any particular village, the bidder could have its base in the nearest village duringthe survey execution.The field work shall commence as per the schedule published in the village. Thefield team shall mark boundaries <strong>of</strong> the land parcels using ETS as shown by theconcerned owners or enjoyers in the presence <strong>of</strong> adjacent land parcel owners orenjoyers. The team should take care that ridges, which are <strong>not</strong> boundaries <strong>of</strong>parcels, are avoided. Similarly cases where collective cultivation is done orboundaries <strong>not</strong> formed for various reasons should be first got demarcated onground by the concerned owners and such demarcated parcels alone should berecorded. The team should take care <strong>to</strong> ensure that each individual parcel isidentified with the owner/enjoyer. Each parcel shall be given a unique ID.After identifying boundaries in the presence <strong>of</strong> owner/enjoyer and marking them theteam should obtain an acknowledgement from the owner/enjoyer that theboundaries are recorded in his presence and <strong>to</strong> his satisfaction.The bidder shall generate the land parcel map based on their ETS reading. Theagency shall take it <strong>to</strong> the owner/enjoyer and obtain acknowledgment.The Draft <strong>Land</strong> Parcel Map shall be distri<strong>but</strong>ed <strong>to</strong> the concerned enjoyer on thesame day evening or the next day morning and receive the objections if any.32


Implementing Agency for Centrally Sponsored NLRMP Scheme Wherever there is reserved forest or land transferred <strong>to</strong> forest dept. concernedforest <strong>of</strong>ficers should be involved in identifying boundaries. Wherever there is a government land, concerned government <strong>of</strong>ficers shall attendthe survey activity and identify their land. The current land use particulars and irrigation particulars etc. shall also be collectedby the survey team. <strong>Land</strong> owners who intend <strong>to</strong> plant s<strong>to</strong>nes in their field junctions may be shown pointswhere s<strong>to</strong>nes are <strong>to</strong> be planted. Boundaries <strong>of</strong> individual land parcels shall be marked using ETS or tape whicheveris relevant or applicable. Details <strong>of</strong> land parcels should be recorded in the prescribed formats.o After the completion <strong>of</strong> demarcation by ground survey methodology usingETS and collection <strong>of</strong> textual data, the demarca<strong>to</strong>rs have <strong>to</strong> transfer thedemarcated boundaries in<strong>to</strong> relevant spatial form.o The demarca<strong>to</strong>rs shall generate the Draft <strong>Land</strong> Parcel Map (LPM) for eachland parcel and print in the prescribed template in duplicate.o The survey teams along with the government <strong>of</strong>ficials shall participate in theobjection redressal and if required the survey teams has <strong>to</strong> resurvey the landparcel.o A register shall be maintained by Agency <strong>to</strong> record and track the objectionsraised by the enjoyers.o After the completion <strong>of</strong> survey, the survey team has <strong>to</strong> submit the completionreport <strong>to</strong> the Survey and Settlement Department.20. SURVEY OF GOVERNMENT LANDSThis section describes the procedure that must be followed for the survey <strong>of</strong> Governmentlands The village wise list <strong>of</strong> Government /community lands with area and the list <strong>of</strong>private lands adjoining the government lands shall be prepared by the agency. If the concerned government <strong>of</strong>ficials are able <strong>to</strong> identify the boundaries <strong>of</strong> thegovernment land as per records, the government land has <strong>to</strong> be demarcated firstbefore demarcating the private properties. If the concerned government <strong>of</strong>ficials areunable <strong>to</strong> identify the boundaries <strong>of</strong> the government land as per records or norecord is available pertaining <strong>to</strong> those government land parcels/properties, theboundaries <strong>of</strong> the adjoining land parcels/properties should be fixed first and afterfixing the boundaries <strong>of</strong> all the adjoining land parcels/properties, the governmentland parcels/properties should be worked out. Reconcile the area so worked out with the related records. The land parcel map pertaining <strong>to</strong> the government land parcels shall be handedover <strong>to</strong> concerned government <strong>of</strong>ficer or <strong>to</strong> the Mamlatdar who shall record theobjections if any.33


Implementing Agency for Centrally Sponsored NLRMP Scheme21. GENERATION OF DRAFT LPM AND DISTRIBUTION After the completion <strong>of</strong> ground truthing/ ground survey, the demarca<strong>to</strong>rs have <strong>to</strong>generate the Draft LPM and print on the prescribed template with actualdimensions, details <strong>of</strong> adjoining survey numbers, etc. The scale <strong>of</strong> LPM sketch should fit an A4 size paper and it should be fit <strong>to</strong> the nextscale <strong>of</strong> 50. (For e.g. if the scale is coming <strong>to</strong> 1:446 then it should be fit <strong>to</strong> a scale <strong>of</strong>1:450; in case the scale is coming as 1:421 then it should be fit <strong>to</strong> a scale <strong>of</strong> 1:450and in case the scale required <strong>to</strong> fit in the paper is 1:496, then it should be fit <strong>to</strong> ascale <strong>of</strong> 1:500) The draft LPM shall be given <strong>to</strong> the concerned enjoyer or owner within two days.OBJECTIONS HANDLING Individual <strong>not</strong>ices in prescribed format shall be given <strong>to</strong> every registeredholder/enjoyer with a copy <strong>of</strong> land parcel map and measurement details etc. markedon the same <strong>not</strong>ice. Individual <strong>not</strong>ices shall be either personally served or sent bythe registered post with acknowledgement due if the land owners are out sidevillage or <strong>to</strong>wn. On expiry <strong>of</strong> stipulated period, (10 days), if any objections raised bythe enjoyer, shall be recorded in the objections register. Agency team shall assist the Government Officer in resolving the objections. Ifrequired the survey team has <strong>to</strong> resurvey the field <strong>of</strong> the enjoyer, incorporate thenecessary changes and generate revised LPM. Survey team shall maintain the objections tracking register. The objections shallalso be tracked in DTDB in GIS form22. PROMULGATION OF SURVEY RECORDS Subsequently, draft record <strong>of</strong> land register, village map, and individual parcel maps<strong>of</strong> agricultural and non agricultural lands would be displayed for 30 days in the <strong>of</strong>fice<strong>of</strong> Gram Panchayat/ Patelad for the information <strong>of</strong> public. Complaints should be maintained during the above period <strong>to</strong> register complaintsreceived and all complaints received should be acknowledged by a receipt. Complaints received shall be verified and necessary corrections if warranted shallbe carried out in all concerned spatial and non spatial records. Agency/s shall helpthe government staff if resurvey <strong>of</strong> the parcel is required. The adjudication team will have one Surveyor/DIOS who will be assisted by oneETS machine opera<strong>to</strong>r from the bidder. The adjudication team will take up objections village wise. They should draw up aday wise Program <strong>of</strong> objections taken on record and inform concernedfarmers/owners well in advance. They shall dispose all objections as per rules laiddown under relevant Act. As soon as disposal <strong>of</strong> objections is completed a final <strong>not</strong>ification under relevantrules and regulations will be published completing the process <strong>of</strong> survey. The village land parcel register will be updated by the Agency/s as per objectiondisposal information received from the adjudication team. The final information should be taken <strong>to</strong> data centre established at the state level <strong>to</strong>generate all deliverables.34


Implementing Agency for Centrally Sponsored NLRMP Scheme23. OUTPUT GUIDELINES FOR AGENCY The delivery will be in Three formats. (.DXF, .DWG and.SHP in CD/DVD) .DXF – will contain only polylines, points and text in their appropriate layer andcolor. .DWG content should be the same as in case <strong>of</strong> DXF except the symbologyassigned and hatch pattern. First submission shall be the .DXF, which will be checked digitally for the quality. Onacceptance <strong>of</strong> the same, .DWG files should be submitted. All the deliverables pertaining <strong>to</strong> a Patelad shall be submitted for approval <strong>to</strong>Department <strong>of</strong> Revenue as a single submission. The finally submitted maps will be sample checked. More than 20 errors in a .DXFdelivery may lead <strong>to</strong> complete rejection <strong>of</strong> the entire submission. Similarly, in case <strong>of</strong> .DWG files submitted sheet wise should have all layers properlynamed as specified. More than 5 errors in a sheet may lead <strong>to</strong> the rejection <strong>of</strong> thesheet. More than 10 sheet rejection <strong>of</strong> the entire project submission, may lead <strong>to</strong>the entire rejection <strong>of</strong> the submission. The QC forms duly filled in should be accompanied with every submission <strong>of</strong> digitaldata in CD media. The Agency has <strong>to</strong> enforce good quality control measures <strong>to</strong> meet the requirements<strong>of</strong> the Department <strong>of</strong> Revenue in order <strong>to</strong> finally deliver a quality product, satisfyingthe content, accuracy and car<strong>to</strong>graphic presentation <strong>of</strong> the maps as specified. One set <strong>of</strong> hard copy out puts on 1:5000 scale (village map) <strong>to</strong> be supplied by theAgency. The names <strong>of</strong> features from field verification report need <strong>to</strong> be incorporated in thedigital data. The job is treated as completed only after it is examined and finalcorrections carried out. The map projection and coordinates <strong>of</strong> the control points are <strong>to</strong> be in UTM grid andWGS 84 datum and MSL datum. <strong>Land</strong> parcels shall be oriented <strong>to</strong> north All data products should be handled carefully <strong>to</strong> avoid any loss or damage. In case<strong>of</strong> any damage / loss, the Agency/s stands the responsibility <strong>of</strong> replacing fully. An understanding on security aspects such as safe cus<strong>to</strong>dy <strong>of</strong> data / reports /material is <strong>to</strong> be signed by the Agency/s at the time <strong>of</strong> taking data from the govt. The specification / guidelines may be revised from time <strong>to</strong> time and the same will begiven <strong>to</strong> the Agency/s. Agency shall therefore make sure that the revisedspecification / guidelines are followed thereon. Agency shall deploy a simple web site or a suitable <strong>to</strong>ol <strong>to</strong> publish summarized view<strong>of</strong> the project progress and status. This shall be available on line and shall beaccessible <strong>to</strong> all the stake holders. However this shall <strong>not</strong> be accessible <strong>to</strong> thepublic domain.35


Implementing Agency for Centrally Sponsored NLRMP SchemeANNEXURESAnnexure I: Ground Control Network & MonumentationThere shall be Ground control Network at 4 levels (in case <strong>of</strong> non availability <strong>of</strong> (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 <strong>of</strong> the World Geodetic Systemstandard for use in car<strong>to</strong>graphy). The Primary Control points <strong>of</strong> the Survey <strong>of</strong> India (SOI),provided by static GPS observations (72 hours) with dual frequency GPS receivers, shouldbe used as reference points for preparing net work <strong>to</strong> link the with national survey network. In case <strong>of</strong> non availability <strong>of</strong> SOI data <strong>of</strong> network control points, same kind <strong>of</strong> dataand control points should be established in consultation with SOI and prepared by thebidder with MSL datum as per below mentioned standards .Base Station: At centre <strong>of</strong> Area <strong>of</strong> Interest (AOI) with minimum 72 hour observation byGPS with accuracy <strong>of</strong> 1:100000Regional Station: Control point at a distance <strong>of</strong> 40 km. average with a minimum 24 hourobservation with GPS at a accuracy <strong>of</strong> 1: 50000The primary control points <strong>of</strong> the SOI should have been post processed with the preciseephemeris adjusted with the help <strong>of</strong> precise engineering s<strong>of</strong>tware (eg Brenese s/w) <strong>to</strong> theITRF co-ordinate system or with a consultation <strong>of</strong> Survey <strong>of</strong> India. All the primary andsecondary control points <strong>of</strong> s should be connected <strong>to</strong> base and regional station <strong>of</strong> the SOIas created above, <strong>to</strong> ensure connection <strong>to</strong> the National Framework.Vertical Datum : MSL, i.e. Mean Sea Level. The precision Bench Mark <strong>of</strong> the SOI shouldbe used as primary vertical control1. Primary Control Points:Horizontali. What kind <strong>of</strong> places: In protected areas like premises <strong>of</strong> permanent government <strong>of</strong>ficesetc. The selected site should be open and clear <strong>to</strong> sky with acute angle <strong>of</strong> 15 degree. Hightension power lines, transformers, electric substations, microwave <strong>to</strong>wers, high frequencydish antennas, radars, jammers, etc which interferes with GPS signals, should be strictlyavoided .ii. Densification: 16 Km averageiii. Instrument <strong>to</strong> be used: Primary Control points shall be identified with DGPSiv. Accuracy levels required: 1:50000.v. Monumentation <strong>of</strong> Primary Control Points:a. Rock S<strong>to</strong>ne or Sand S<strong>to</strong>ne 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 <strong>to</strong> the ground using at least 15cm <strong>of</strong> cement blockd. Monuments shall bear a Triangle on <strong>to</strong>p with plummet hole in the middle.Monumentation can be done by engraving the control points by 1 “dia circle.e. Provision <strong>to</strong> put GPS reading strip <strong>of</strong> granite.f. The control point number should be inscribed on the monument.36


Implementing Agency for Centrally Sponsored NLRMP SchemeVerticalAll the primary control points should be connected by spirit level heights. The leveling linesfor such connections should be terminate at a precision control points <strong>of</strong> the SOI and allerrors adjusted within them.Permissible error for leveling line 0.025 ♪k (in meters), where the length <strong>of</strong> leveling line isin km.2. Secondary Control Points:i. What kind <strong>of</strong> places: In protected areas like premises <strong>of</strong> Government buildings andother protected structures, Village Trijunction points, village Bijunctions etc. These shall begoverned by pho<strong>to</strong>grametric requirements <strong>of</strong> the block <strong>of</strong> imagery for whichpho<strong>to</strong>grammetric survey is <strong>to</strong> be carried out.ii. GCP Selection criteria: The selection criteria <strong>of</strong> points should bea) GCP should be easily identifiable.b) GCP should be a sharp point on ground.iii. Densification: 4 km averageiv. Instrument <strong>to</strong> be used: DGPS.v. Accuracy levels required: 1:20000vi. Monumentation <strong>of</strong> Secondary Control Points:a. Rock S<strong>to</strong>ne or Sand S<strong>to</strong>ne 23*23*75 cm or RCCb. The control point should be 15 cm above the ground and 60 cm inside the ground.c. The control points should be fixed <strong>to</strong> the ground using at least 15cm <strong>of</strong> cement blockd. Monuments shall bear a Triangle on <strong>to</strong>p with plummet hole in the middle.Monumentation can be done by engraving the control points by 1 “ dia circle.e. Provision <strong>to</strong> put GPS reading strip <strong>of</strong> 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 <strong>of</strong> places: Preferred places area Village boundary trijunction or bijunction,Government lands etc., Field trijunction on village boundaries or inside the village. Existinggovt/ non-govt buildings like GP <strong>of</strong>fice, school building, veterinary hospital, high tensionlines etc.ii. Densification: 1 km averageiii. Instrument: DGPS/ETSiv. Accuracy levels required : 1 in 10,000v. Monumentation <strong>of</strong> Tertiary Control Pointsa. Rock S<strong>to</strong>ne or Sand S<strong>to</strong>ne 15*15*45 cm or RCCb. The control point should be 10 cm above the ground and 35 cm inside the ground.c. The control points should be fixed <strong>to</strong> the ground using at least 15cm <strong>of</strong> cement blockd. Monuments shall bear a Triangle on <strong>to</strong>p with plummet hole in the middle.Monumentation can be done by engraving the control points by 1 “ dia circle.e. Provision <strong>to</strong> put GPS reading strip <strong>of</strong> granite.f. The control point number should be inscribed on the monument.37


Implementing Agency for Centrally Sponsored NLRMP Scheme4. Auxiliary Control Point:What kind <strong>of</strong> places: Each control point (Primary, Secondary and Tertiary Control Points)shall be accompanied with one auxiliary control point. It should be located on permanentstructure like bridges, culverts and other permanent building corners etc. The auxiliarycontrol point should be within the line <strong>of</strong> sight from the control points.i. Densification: There shall be one auxiliary point for each control point typically 200m ormore (Primary, Secondary and Tertiary control point)ii. Instrument: DGPS and ETSiii. Accuracy levels required: same as their respective control pointThe description <strong>of</strong> the location <strong>of</strong> the control point along with a sketch shall be submitted <strong>to</strong>the Survey & Settlement Department and Department <strong>of</strong> Revenue.Note: In case any village tri-junction has <strong>not</strong> been marked and monumented by any <strong>of</strong> theprimary or secondary control points or even if it is tertiary control points, then they shouldbe explicitly monumented as per the parameters mentioned for secondary control points.(1) The coordinate lists and descriptions <strong>of</strong> the locations shall be submitted <strong>to</strong> survey &Settlement Department and Department <strong>of</strong> Revenue. The locations and ID s <strong>of</strong> all thecontrol points should be maintained in GIS Form.(2) The coordinate list should be supplied both for geodetic system (lat/long) and Projectedsystem-Universal Traverse Merca<strong>to</strong>r , i.e. the UTM projection <strong>of</strong> the respective area(3) In case a village trijunctions has <strong>not</strong> marked and monumented by primary, secondary,or tertiary control points, the same should be monumented as per the parameters.General Requirements1. Village boundaries are <strong>to</strong> be marked.2. The(X, Y, Z) coordinates for the control points should be given in spherical coordinatesas 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 <strong>of</strong> the instruments/systemused <strong>to</strong> acquire the required accuracy.5. Some base lines for calibration with monumentation should be formed at selectedlocations for maintenance.6. A sketch for each category <strong>of</strong> control points shall be submitted showing the location <strong>of</strong>control points along with description for easy identification.7. A map showing all the Primary, secondary and tertiary control points with coordinatesshall be submitted <strong>to</strong> the Survey & Settlement Department and Department <strong>of</strong> Revenue.8. The agency shall submit a village map showing the primary, secondary and tertiarycontrol points with description and coordinates in the prescribed format9. The grid supplied by the Survey & Settlement Department and Department <strong>of</strong> Revenuehas <strong>to</strong> be superimposed on the geodetic network <strong>to</strong> derive the control point numbering.10. Control Points should be only on the boundaries <strong>of</strong> land parcel and should <strong>not</strong> be inbetween. When located in govt. premises, it should be located at the corner <strong>of</strong> thebuildings or the premises.11. SOI (Survey Of India) control points should be used or established a base referencefor creating Primary and secondary control points38


Implementing Agency for Centrally Sponsored NLRMP SchemeAnnexure II: Formats for Graphical RecordA. <strong>Land</strong> Parcel Maps:1. Data should be in 2D and 3D2. To be drawn on A4 size paper.3. The parcel map shall be in template prescribed by the Department.4. Area <strong>to</strong> be recorded in Hectares, Acres and square meter5. For each land parcel one sketch should be drawn showing outer boundaries and <strong>to</strong>podetails. (List <strong>of</strong> the <strong>to</strong>po features <strong>to</strong> be captured will be provided before undertaking theresurvey).6. All measurements shall be written facing North or West directions or in any readabledirection.7. Actual measurement <strong>of</strong> each demarcated boundary should be exhibited <strong>including</strong> <strong>to</strong>podetails like roads, canals, wells, cart tracks etc.,8. Village tri-junction should be de<strong>not</strong>ed by alphabets in clock wise direction. Every point inthe village like sub division point, cut point, field bend points, should be given a uniqueserial number in numerical.9. Adjacency particulars should be written in encircled Nos. or by village names as thecase may be.10. The scale <strong>of</strong> LPM sketch should fit an A4 size paper and it should be fit <strong>to</strong> the nextscale <strong>of</strong> 50. (For e.g. if the scale is coming <strong>to</strong> 1:446 then it should be fit <strong>to</strong> a scale <strong>of</strong> 1:450;in case the scale is coming as 1:421 then it should be fit <strong>to</strong> a scale <strong>of</strong> 1:450 and in casethe scale required <strong>to</strong> fit in the paper is 1:496, then it should be fit <strong>to</strong> a scale <strong>of</strong> 1:500)11. List <strong>of</strong> coordinates <strong>of</strong> all the corner points should be written in open space <strong>of</strong> thesketch or on back side page.12. All nearest control points should be exhibited with in or out side frame work <strong>of</strong> SurveyNo.B. Village Map1. Integrated village map shall be drawn in 1: 5000 scales on A0 size paper.2. The map shall show name <strong>of</strong> Village in Gujarati / English language.3. Area in Hectares – Acres and/or Sq. Km. up <strong>to</strong> 4th decimal shall be recorded.4. It shall exhibit basic statu<strong>to</strong>ry particulars like dates <strong>of</strong> <strong>not</strong>ification under the differentrules in left hand lower corner. The year <strong>of</strong> survey and year <strong>of</strong> publishing <strong>of</strong> village mapshall also be displayed in the bot<strong>to</strong>m part. (The template shall be approved by the Survey& Settlement Department and Department <strong>of</strong> Revenue)5. It shall show the village tri-junction, all primary control and secondary control points,tertiary control points and <strong>to</strong>po details.6. The <strong>to</strong>po details shall be represented using the approved symbol library. Legend <strong>of</strong> <strong>to</strong>podetails and boundaries recorded should be exhibited.7. Adjacency particulars <strong>to</strong> the village shall be displayed.8. List <strong>of</strong> all control points falling on the village boundary with coordinates and locationdetails should be furnished.39


Implementing Agency for Centrally Sponsored NLRMP SchemeC. Ground Control Network1. Primary control network sketch, which shall show all primary control points and details<strong>of</strong> their locations village and Patelad wise. Unique identification no. will be given and thecode <strong>of</strong> the identification would be provided.2. Secondary control network sketch for each village shall show primary control points andall secondary control points duly numbered. List showing the coordinates and locations <strong>of</strong>these points shall be furnished.3. Description <strong>of</strong> tertiary and auxiliary control points along with coordinates should befurnished for each village, along with primary control point and secondary control point foreach village.4. For Post-Processed Vec<strong>to</strong>rs: All successful GPS observations, exported <strong>to</strong> RINEXformat (s<strong>of</strong>t copy)5. For all adequately closed triangles: Network Adjustment results, observed closingerrors, error distri<strong>but</strong>ion value and estimated vec<strong>to</strong>r accuracy (hard copy).Pr<strong>of</strong>ile <strong>of</strong> Survey & Settlement Department and Department <strong>of</strong> Revenue Processingcenter at headquarters:1. Processing centre shall be located at headquarter. The Agency shall be responsible forproviding all the equipment, furniture, UPS etc., required for the processing centre.2. Survey & Settlement Department and Department <strong>of</strong> Revenue will make securityarrangements as prescribed from time <strong>to</strong> time. Agency/s shall strictly abide by theseconditions.3. The center shall cater <strong>to</strong> the back <strong>of</strong>fice work required during the survey work like dataentry <strong>of</strong> field registers etc.QUALITY CONTROL PROCEDURESQuality is a key element <strong>of</strong> this contract. Many tasks will require the production <strong>of</strong> a largenumber <strong>of</strong> data items with few errors <strong>to</strong>lerated. To achieve the desired level <strong>of</strong> quality, allwork shall be performed within a quality system that complies with ANSI/ISO/ASQC 9001-2000.Survey & Settlement Department and Department <strong>of</strong> Revenue reserves the right <strong>to</strong> test allthe deliverables themselves or by an independent third party agency (the cost <strong>to</strong> be borneby the Bidder) appointed by Survey & Settlement Department and Department <strong>of</strong>Revenue. This will be done concurrently along with the pho<strong>to</strong> acquisition, <strong>to</strong> ensure thatthe images comply with the requirements. Besides this, the Agency shall make theadditions and corrections necessary.The agencies should create standard Quality Control procedures and checks, approved bythe Survey & Settlement Department and Department <strong>of</strong> Revenue. All the deliverablesneeds <strong>to</strong> clear these checks.40


Implementing Agency for Centrally Sponsored NLRMP SchemeAnnexure –IV: Choice <strong>of</strong> s<strong>of</strong>tware and standardsThe Agency should keep in mind the following points before designing the s<strong>of</strong>tware forsurvey activity.Open standards - technical specifications and policies governing information flow acrossthe project. Agency cover Domain, Interconnectivity, data integration, e-services accessand content management. The principle s and practice <strong>of</strong> operating the standards makethem “open” GIS S<strong>of</strong>tware should have following capability. Cus<strong>to</strong>mized GIS s<strong>of</strong>tware should be capable <strong>of</strong> integrating GIS & imagefunctionality with real time information using GPS survey. Follow OGC standard(open geo cus<strong>to</strong>mization) Should be cus<strong>to</strong>mizable using VBA/ VXT technology. (Micros<strong>of</strong>t open standard) Geo-processing capability Overlay 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 <strong>to</strong>ol for vec<strong>to</strong>r data management. Can be interlinked with department existing data/ s<strong>of</strong>tware like e-dhara, SRO <strong>of</strong>ficedata, DILR data, City Survey <strong>of</strong>fice data etc. Unicode language support41


Implementing Agency for Centrally Sponsored NLRMP SchemeAnnexure V: Layer Details <strong>of</strong> Digital MapLAYER DETAILS OF DIGITAL MAPLayers need <strong>to</strong> be created minimum on flowing details on the digital map which will be createdafter the survey/ re-surveyLayerCodeLayer Name S.No. Feature Type Geometry1 Cadastral Details 1 North Arrow Point2 Spot Height Point3 Primary Control Point Point4 Secondary Control Point Point5 Tertiary Control Point Point6 Auxiliary control point Point7 Village Trijunction point Point8 Village Bijunction Point Point9 Field Survey S<strong>to</strong>ne Point10 Rock mark Point11 Bench Mark Polygon12 Parcel Boundary Polygon13 Village Boundary Polygon14 Village Boundary Polygon15 Municipal Boundary Polygon16 District Boundary Polygon17 Forest Boundary Polygon18 Cart Track Line19 Footpath Line20 Hill/ Hillock Point21 Limit <strong>of</strong> Rocky Area Polygon22 Right <strong>of</strong> Way Line42


Implementing Agency for Centrally Sponsored NLRMP Scheme2 Residential &Commercial23 Katcha House Point24 Pukka House Polygon25 Residential Society Polygon26 Farm House Polygon27 Commercial & Shopping Building Polygon28 Hotel/ Resort Polygon3 Medical & Health 29 Dispensary Point30 Hospital Polygon31 Primary Health Centre Point32 Veterinary Hospital Point4 Community Features 33 Burial Ground Point34 Graveyard Point5 CommunicationSystems35 Post Office Point36 Telephone Exchange Point37 Telephone Office Point38 Telephone Poles Point39 Telegraphic Office Point40 Communication Towers Point6 Electrical Objects 42 Electrical Poles Point43 Electrical Transformer Point44 Electrical Substation Polygon45 High Tension Line Line46 HT Electrical Towers Point47 Electric Power House Point7 Water Bodies 48 River Polygon49 Kothar/ Streams Polygon43


Implementing Agency for Centrally Sponsored NLRMP Scheme50 Main Canal Polygon51 Distri<strong>but</strong>ory Canal Polygon52 Open Drain Line53 Water Tank/Pond Polygon54 Reservoir/ Catchment Area Polygon55 Pump House Point56 Spring Point57 Water Falls Point58 Bore Well Point59 Well Point60 Overhead Tank Point61 Ground Water Tank Point62 Water Treatment Plant Polygon63 Water Pipe Lines Line64 Sewage Treatement Plant Point8 Roads 65 State Highway Line66 Major District Road Line67 Other District Road Line68 Other Road Line69 Kutcha Road Line70 BusStation Polygon71 Bridge Point10 Irrigation Structures 72 Dam/Anicut Polygon73 Barrage Polygon74 Canal Sluice Gate Polygon75 Culvert Point76 Embankment Line44


Implementing Agency for Centrally Sponsored NLRMP Scheme11 Educational Institution 77 Anganwadi Point78 Elementary School Polygon79 High School Polygon80 Convents & Public School Polygon81 Higher Secondary School Polygon82 Degree College Polygon83 Polytechnic College Polygon84 IHM College Polygon85 ITI Polygon86 Library Polygon87 Plantation Polygon88 Industry Polygon12 Cultural & PublicUtilities89 Stadium Polygon90 Open Theatre/ Amphitheatre Polygon91 Cinema Theatre Polygon92 Milk Collection Centre Point93 Worship & Religious Centre Polygon94 Function Hall Polygon95 Industrial Area Polygon96 Park Polygon97 Petrol Pump Polygon98 Play Ground Polygon99 Quarry Point100 Traffic Island Point101 Statue Point102 Public Latrines Point103 Public Urinals Point45


Implementing Agency for Centrally Sponsored NLRMP Scheme104 Market Polygon105 Police Station Point106 Bank / ATM Point107 Secretariat Polygon108 Govt. Office Point109 Govt. Office Area Polygon110 Godowns Polygon111 Museum Polygon13 EnvironmentalFeatures112 Wild Life Sanctuary Polygon113 Nurseries Polygon114 Forest Polygon46


Implementing Agency for Centrally Sponsored NLRMP Scheme(Volume II: Bid Process & Commercial Specifications)Survey & Settlement OfficeRevenue Department,Opposite Mamlatdar Office,Dadra & Nagar HaveliSilvassa, U.T - 39623047


Implementing Agency for Centrally Sponsored NLRMP Scheme1. GENERAL CONDITIONS OF CONTRACTGENERAL ELIGIBILITY TO BIDa. Invitation for bids for the UT <strong>of</strong> Dadra and Nagar Haveli is open <strong>to</strong> all Indian firms whowill fulfill pre-qualification criteria as specifiedb. Bidders declared by UT Administration <strong>of</strong> the UT <strong>of</strong> Dadra and Nagar Haveli <strong>to</strong> beineligible <strong>to</strong> participate for unsatisfac<strong>to</strong>ry past performance, corrupt, fraudulent or anyother unethical business practices shall <strong>not</strong> be eligiblec. Breach <strong>of</strong> general or specific instructions for bidding, general and special conditions <strong>of</strong>agreement with UT ADMINISTRATION OF DADRA AND NAGAR HAVELI or any <strong>of</strong> itsothers UT Administration organizations during the past 5 years may make a firm ineligible<strong>to</strong> participate in bidding processd. The Administration reserves its right <strong>to</strong> subject the bidders <strong>to</strong> security clearancesas it deems necessary and ALL the personnel <strong>of</strong> the selected bidder before they areappointed on the land re-survey projectPRE-BID CONFERENCEThe U.T Administration will host a Pre-Bid Conference. The date, time and place <strong>of</strong> theconference will be announced as soon as possible <strong>to</strong> all bidders through e-mail/ e-tenderingwebsite. The purpose <strong>of</strong> the conference is <strong>to</strong> provide bidders with information regarding theRFP and <strong>to</strong> provide each bidder with an opportunity <strong>to</strong> seek clarifications regarding any aspect<strong>of</strong> the RFP. The bidders are requested <strong>to</strong> submit questions, if any, in writing <strong>to</strong> the addressprovided (Fax/email) <strong>to</strong> Survey and Settlement Officer. The UT Administration reserves theright <strong>to</strong> hold a single or multiple pre-bid conferences relating <strong>to</strong> the Bid Management.Bidder Enquiries and UT Administration ResponsesThe agencies should submit their enquiries relating <strong>to</strong> this RFP in writing exclusively <strong>to</strong>the contact person <strong>not</strong>ified by the U.T Administration. The mode <strong>of</strong> delivering writtenquestions would be through fax or email. The U.T Administration will <strong>not</strong> be responsible forensuring that bidders’ enquiries have been received by the contact person as mentionedabove.The contact person shall accept written enquiries from the bidders once the RFP is issued andwill provide complete, accurate, and timely response <strong>to</strong> all questions <strong>to</strong> all the bidders. Anyresponses given by U.T Administration will be distri<strong>but</strong>ed <strong>to</strong> all the bidders.However, the UT Administration makes no representation or warranty as <strong>to</strong> the completenessor accuracy <strong>of</strong> any response, nor does U.T Administration undertake <strong>to</strong> answer all the queriesthat have been posed by the bidders48


Implementing Agency for Centrally Sponsored NLRMP SchemeSUPPLEMENTARY INFORMATION TO THE RFPIf the UT Administration deems it appropriate <strong>to</strong> revise any part <strong>of</strong> this RFP or <strong>to</strong> issueadditional data <strong>to</strong> clarify an interpretation <strong>of</strong> the provisions <strong>of</strong> this RFP, it may issuesupplements <strong>to</strong> this RFP. Such supplemental information will be communicated <strong>to</strong> all thebidders who have participated in the pre-bid meeting by e-mail/ e-tendering website. Any suchsupplement shall be deemed <strong>to</strong> be incorporated by this reference in<strong>to</strong> this RFPPROPOSAL PREPARATION COSTSThe bidder is responsible for all costs incurred in connection with participation in thisprocess, <strong>including</strong>, <strong>but</strong> <strong>not</strong> <strong>limited</strong> <strong>to</strong>, costs incurred in conduct <strong>of</strong> informative and otherdiligence activities, participation in meetings/discussions/presentations, preparation <strong>of</strong>proposal, in providing any additional information required by the Administration <strong>to</strong> facilitatethe evaluation process, and in negotiating a definitive agreement and all such activitiesrelated <strong>to</strong> the bid process. This RFP does <strong>not</strong> commit <strong>to</strong> award an agreement or <strong>to</strong>engage in negotiations. Further, no reimbursable cost may be incurred in anticipation <strong>of</strong> award<strong>of</strong> the agreement for implementation <strong>of</strong> the projectUT ADMINISTRATION’S RIGHT TO TERMINATE THE PROCESSa. The UT Administration makes no commitments, explicit or implicit, that this process willresult in a business transaction with anyone.b. This RFP does <strong>not</strong> constitute an <strong>of</strong>fer by the UT Administration. The bidder’s participation inthis process may result in the UT Administration selecting the bidder <strong>to</strong> engage in furtherdiscussions and negotiations <strong>to</strong>wards execution <strong>of</strong> an agreement. The commencement <strong>of</strong>such negotiations does <strong>not</strong>, however, signify a commitment by the UT Administration <strong>to</strong>execute an agreement or <strong>to</strong> continue negotiationsCONSORTIUMFollowing must be <strong>not</strong>ed with respect <strong>to</strong> consortium bids:a. The no. <strong>of</strong> consortium members can<strong>not</strong> exceed three, <strong>including</strong> the Prime Bidder.b. In case <strong>of</strong> Ground Survey, the partner having the maximum turnover will beconsidered as prime bidderc. The sole responsibility for discharging <strong>of</strong> the project responsibilities under theagreement would be that <strong>of</strong> 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 <strong>of</strong> arrangements between the Prime Bidderand other members <strong>of</strong> the consortium, in the form <strong>of</strong> an inter–se agreement/Memorandum <strong>of</strong> Understanding – intending <strong>to</strong> enter in<strong>to</strong> a firm agreement for the projectexecution, between them.49


Implementing Agency for Centrally Sponsored NLRMP Schemeg. The turnover <strong>of</strong> the Prime Bidder and also the turnover <strong>of</strong> all the partners <strong>of</strong> theconsortium shall be considered for pre-qualificationsh. The technical qualifications <strong>of</strong> all the members <strong>of</strong> a consortium shall be considered forexperience and qualifications <strong>of</strong> the companies referred <strong>to</strong> in (f) above shall also beconsidered.i. Notwithstanding anything contained in this agreement, all the members <strong>of</strong> theConsortium <strong>of</strong> Companies, entrusted with the responsibilities <strong>of</strong> the Project, shall bejointly and severally responsible <strong>to</strong> the UT Administration in respect <strong>of</strong> meeting thefinancial liabilities <strong>of</strong> the Implementation Bidder arising out <strong>of</strong> the ProjectBID SECURITY/ EARNEST MONEY DEPOSITa. The bidders shall submit, along with their Bids, a Bid Security <strong>of</strong> Rupees OneLakh only in the form <strong>of</strong> a Demand Draft/ Bank Guarantee issued by a nationalized/scheduled commercial bank in favor <strong>of</strong> “Survey and Settlement <strong>of</strong>ficer, UT <strong>of</strong> D&NH,Silvassa” payable at Silvassa, UT <strong>of</strong> Dadra and Nagar Haveli. Bid security in any otherform will <strong>not</strong> be entertained. Validity period <strong>of</strong> the Bank Guarantee should be 6 monthsfrom the date <strong>of</strong> bid closing.b. The bid security (without any interest) <strong>of</strong> all unsuccessful bidders would be refundedwithin 30 days <strong>of</strong> the bidder being <strong>not</strong>ified by the UT Administration as being unsuccessful.The bid security (without any interest) for the amount mentioned above, <strong>of</strong> successfulbidder, would be returned upon submission <strong>of</strong> Performance Guarantee.c. The bid submitted without bid security, mentioned above, will be liable for rejectionwithout providing any opportunity <strong>to</strong> the bidder concerned.d. The EMD shall be submitted with the technical bid in a separately sealed envelopeas mentioned in this section. Bids submitted without EMD will be rejected.e. In case if the bidder is submitting EMD in form <strong>of</strong> Bank Guarantee, it should includethe following conditions:The EMD will be forfeited if:i) If a bidder withdraws his bid or increases his quoted prices during the period <strong>of</strong>bid validity or its extended period. If any; orii) In the case <strong>of</strong> a successful bidder if the bidder fails <strong>to</strong> sign the contract for anyreason <strong>not</strong> attri<strong>but</strong>able <strong>to</strong> the UT Administration <strong>of</strong> DD & DNH or <strong>to</strong> furnishPerformance Bank Guarantee within specified time in accordance with the formatgiven in the RFP.iii) During the bid process, if a bidder indulges in any such deliberate act as wouldjeopardize or unnecessarily delay the process <strong>of</strong> bid evaluation and finalization.iv) During the bid process, if any information is found <strong>to</strong> be wrong/ manipulated/hidden in the bid.The decision <strong>of</strong> UT Administration <strong>of</strong> DD & DNH regarding forfeiture <strong>of</strong> the EMDamount and rejection <strong>of</strong> bid shall be final and binding <strong>to</strong> the bidder.50


Implementing Agency for Centrally Sponsored NLRMP Scheme2. INSTRUCTION TO BIDDERSBID OPENING SESSIONSThe bids will be opened, in three sessions, one each for pre-qualification,Technical and Commercial, in the presence <strong>of</strong> bidders’ representatives (only oneper bidder) who choose <strong>to</strong> attend the Bid opening sessions on the specified date,time and address. The bidders’ representatives who are present shall sign a registerevidencing their attendance. In the event <strong>of</strong> the specified date <strong>of</strong> bid opening beingdeclared a holiday for the UT Administration , the Bids shall be opened at the same timeand location on the next working day. During the Bid opening, preliminary scrutiny<strong>of</strong> the bid documents will be made <strong>to</strong> determine whether they are complete,whether required bid security has been furnished, whether the documents have beenproperly signed, and whether the bids are generally in order. Bids <strong>not</strong> conforming <strong>to</strong>such preliminary requirements will be prima facie rejectedOPENING OF BID SECURITY ENVELOPEThe envelopes containing the bid security will be opened, by a Committee <strong>of</strong>Officers (the “Committee”) appointed by the UT Administration for bid evaluation, inthe presence <strong>of</strong> bidders’ representatives (only one) who choose <strong>to</strong> attend thesession on the specified date, time and address. The Bid Security envelopes <strong>of</strong> thebidders will be opened on the same day and time, on which the Pre-qualification Bid isopened, and bids <strong>not</strong> accompanied with the requisite Bid Security or whose BidSecurity is <strong>not</strong> in order shall be rejected.EVALUATION OF PRE-QUALIFICATION BIDSThe Pre-qualification proposal envelopes <strong>of</strong> only those bidders, whose Bid Securityis in order shall be opened in the same session. The bids will then be passed on forevaluation. The bidders will be assessed on the pre–qualification criteriaa. The partner having the maximum turnover will be considered as prime bidder.b. The Bidder (Prime Bidder and all other members in case <strong>of</strong> a consortium) should havebeen in operation for a period <strong>of</strong> at least 3 years as <strong>of</strong> 31 – 03 –2013, as evidenced by theCertificate <strong>of</strong> Incorporation and Certificate <strong>of</strong> commencement <strong>of</strong> business issued by theRegistrar <strong>of</strong> Companies in India or the corresponding authority in respect <strong>of</strong> foreign entities.c. The prime bidder should have executed in the last 3 years a minimum <strong>of</strong> 2 projects <strong>of</strong>Rs. 50 Lakhs each.d. The Bidder (Prime Bidder in case <strong>of</strong> a consortium) should have had a minimum <strong>to</strong>talturnover <strong>of</strong> Rs.5 Crore during the last 3 financial years (2009-10, 2010-11, 2011-2012).e. The sum <strong>of</strong> the average annual turnovers <strong>of</strong> all the partners <strong>of</strong> the consortiumshould be a minimum <strong>of</strong> Rs. 10 Crore during the last 3 financial years (2009-10,2010-11, 2011-2012) , as evidenced by the relevant financial statements and audited51


Implementing Agency for Centrally Sponsored NLRMP Schemeaccounts <strong>of</strong> the companyf. The bidder, <strong>including</strong> all the partners <strong>of</strong> the consortium should have sufficientexperience in Ground Survey (preferably Cadastral Survey) evidenced by thecertificates issued by the competent authority <strong>of</strong> the concerned UT Administrationorganizations.EVALUATION OF TECHNICAL PROPOSALSThe evaluation <strong>of</strong> the Technical bids will be carried out in the following manner:a. The Technical Bids <strong>of</strong> only the pre-qualified bidders will be opened for evaluation.b. The bidders' technical solution proposed in the bid document would be evaluatedas per the requirements specified in the RFP and adopting the evaluation criteria spelt outin this document The Bidders are required <strong>to</strong> submit all required documentation insupport <strong>of</strong> the evaluation criteria specified (e.g. detailed project citations andcompletion certificates, UT Administration contact information for verification, pr<strong>of</strong>iles <strong>of</strong>project resources, specifications <strong>of</strong> equipment proposed <strong>to</strong> be used) as required fortechnical evaluation. The Technical evaluation shall be done as per the criteria specified inAnnexure IIc. Proposal Presentations:Each pre-qualified bidder shall be invited <strong>to</strong> make a presentation <strong>to</strong> the UTAdministration at a date, time and venue decided by the Administration. The purpose<strong>of</strong> such presentations would be <strong>to</strong> allow the bidders <strong>to</strong> present their proposedsolutions and orchestrate their key strengths, approach, methodologies and work plansdescribed in their proposals.d. The following points would be considered in evaluating the proposalsi. Does the Bidder demonstrate an understanding <strong>of</strong> the project, particularly itsexpansive scope and tight timeframe?ii.Does the bidder possess the ability, capacity, skill and financial resources <strong>to</strong>complete the project?iii. Does the bidder have the reputation, experience, and efficiency required <strong>to</strong>complete the work? This will be evaluated based on the past experience, successfulcompletion <strong>of</strong> projects, adherence <strong>to</strong> the time lines, credentials from UT Administrations,technical skills associated with organization etc.,iv. Can the bidder take on the obligations and responsibilities set forth in the RFP andproduce the required outcomes within the required timeframe?vi. Is the equipment proposed by the bidder like DGPS, ETS andpho<strong>to</strong>grammetric s<strong>of</strong>tware etc suitable <strong>to</strong> meet the requirements <strong>of</strong> the project,technologically up-<strong>to</strong>- date and calibrated?52


Implementing Agency for Centrally Sponsored NLRMP Schemevii. Are the bidder’s proposed internal QA/QC procedures as per theinternational standards (FGDC/ISO etc)viii. Does bidder’s proposed project management methodology adhere <strong>to</strong> time lineand whether it covers the risk mitigation?TECHNICAL PRESENTATIONAs a part <strong>of</strong> the RFP preparation process, the short listed bidders would be required<strong>to</strong> present their proposed solution <strong>to</strong> the UT Administration. To facilitate a betterunderstanding <strong>of</strong> the proposed solution and other pertinent issues, a presentation<strong>including</strong> a structured walkthrough have been scheduled on the following lines. Thepresentation should be conducted as per the sequence outlined in this document.Handout material should be distri<strong>but</strong>ed <strong>to</strong> the audience (8 -10 no. copies) in addition <strong>to</strong> as<strong>of</strong>t copy on a CD (2 no. copies).The presentation will be marked out <strong>of</strong> 100 marks. The weightage for thepresentation will be 20% <strong>of</strong> the marks in the technical evaluation – remaining80% will be for the technical bid documents submitted.PresentationThe agenda <strong>of</strong> the presentation has been laid out belowSection A: General Information <strong>of</strong> the management (5 minutes) Name <strong>of</strong> the primary bidder and Single Point Interface for the UT Administration(1 slide) Scope <strong>of</strong> Work(1 slide) Roles & Responsibilities <strong>of</strong> all the consortium members (1 slide)Section B: Structured Walkthrough <strong>of</strong> Proposed Approach and Methodology (15minutes) (80 marks)The purpose <strong>of</strong> the structured walkthrough is <strong>to</strong> get an insight in<strong>to</strong> the Consortium’sunderstanding <strong>of</strong> the user requirements and assess the capability <strong>of</strong> the consortium <strong>to</strong>work as a team <strong>to</strong> deliver the within the stipulated time frame Understanding <strong>of</strong> Scope <strong>of</strong> Work <strong>of</strong> the Project & its requirements Proposed approach and methodology <strong>to</strong> comprehensively address all therequirements <strong>of</strong> the project laid out in the RFP Miles<strong>to</strong>nes Project Timelines and detailed project plan Quality Control methodology, standards and quality assurance plan53


Implementing Agency for Centrally Sponsored NLRMP Scheme Capabilitieso In terms <strong>of</strong> the human resources, and proposed manpower andexperience -that will be deployed for this project, should be mentionedbroadly under the following heads:• Domain Experts• Managerial Staff• Qualified SurveyorsThe survey agencies should also furnish the s<strong>of</strong>tware and hardware details,that will be employed for this projectSection C: Relevant past experience, case studies (10 minutes) (20 marks)• Comparable Projects elsewhere, <strong>including</strong> current status, feedback, project start/enddate• Samples <strong>of</strong> earlier work• UT Administration References for case studies presented (contact names & Tel no)Section D: Miscellaneous (15 minutes)• Clarifications if any• Questions & answersNOTE:• The presentations are expected <strong>to</strong> be concise and <strong>to</strong>uch upon all the above sections& sub sections in the format and slide titles mentioned above. The presentation timeshould <strong>not</strong> exceed 45 min <strong>including</strong> Q&A.The UT Administration may seek oral clarifications from the bidders. The primary function <strong>of</strong>clarifications in the evaluation process is <strong>to</strong> clarify ambiguities and uncertainties arising out<strong>of</strong> the examination <strong>of</strong> the bid documents. Oral clarifications provide the opportunity <strong>to</strong> stateits requirements clearly and for the bidder <strong>to</strong> more clearly state its proposal. The UTAdministration may seek inputs from their pr<strong>of</strong>essional, technical experts in the evaluationprocessf. Following will be the technical evaluation Scheme.i. Each Technical Bid will be assessed for technical score on a scale <strong>of</strong>1(minimum) <strong>to</strong> 100(maximum) pointsii. Only the bidders, who score a <strong>to</strong>tal Technical score <strong>of</strong> 70 (Seventy) or more, willqualify for the opening <strong>of</strong> their commercial bids54


Implementing Agency for Centrally Sponsored NLRMP SchemeEVALUATION OF COMMERCIAL BIDSa. The Commercial Bids <strong>of</strong> only the technically qualified bidders will be opened forevaluationb. The bidder with lowest Total Cost (TC) will be awarded 100% score (L1)NEGOTIATIONS, AGREEMENT FINALIZATION AND AWARDThe UT Administration reserves the right <strong>to</strong> negotiate with the bidder whose proposalhas been ranked Best value bidder on the basis <strong>of</strong> Technical and Commercial Evaluation.A contract will be awarded <strong>to</strong> the responsible and responsive bidder whose proposalconforms <strong>to</strong> the RFP and in the opinion <strong>of</strong> the Administration represents the best value <strong>to</strong>the proposed project.AWARD OF CONTRACTAWARD CRITERIAThe bidder with the Lowest Total Cost will be designated as Best Value Bidder.UT ADMINISTRATION RESERVES THE RIGHT TO ACCEPT ANY PROPOSAL ANDTO REJECT ANY OR ALL PROPOSALSThe UT Administration reserves the right <strong>to</strong> accept or reject any proposal, and <strong>to</strong> annul thetendering process and reject all proposals at any time prior <strong>to</strong> award <strong>of</strong> agreement,without thereby incurring any liability <strong>to</strong> the affected bidder or bidders or anyobligation <strong>to</strong> inform the affected bidder or bidders <strong>of</strong> the grounds.NOTIFICATION OF AWARDPrior <strong>to</strong> the expiration <strong>of</strong> the validity period, the UT Administration will <strong>not</strong>ify the successfulbidder in writing or by fax or email, <strong>to</strong> be confirmed in writing by letter, that his proposal hasbeen accepted. The <strong>not</strong>ification <strong>of</strong> award will constitute the formation <strong>of</strong> the agreement.Upon the successful bidder's furnishing <strong>of</strong> performance guarantee, the UT Administrationwill promptly <strong>not</strong>ify each unsuccessful bidder and return their Bid Security.SIGNING OF AGREEMENTAt the same time as the UT Administration <strong>not</strong>ifies the successful bidder that itsproposal has been accepted, the UT Administration shall enter in<strong>to</strong> a separate agreement,incorporating all agreements (<strong>to</strong> be discussed and agreed upon separately) between theUT Administration and the successful bidder. The Model agreement (Draft Agreement) isprovided in Annexure V.The UT Administration shall have the right <strong>to</strong> annul the award in case there is a delay <strong>of</strong>more than 15 days in signing <strong>of</strong> agreement, for reasons attri<strong>but</strong>able <strong>to</strong> the successfulbidder.55


Implementing Agency for Centrally Sponsored NLRMP SchemePERFORMANCE GUARANTEEa. The successful bidder shall at his own expense deposit with the UT Administration,within 15 days <strong>of</strong> the date <strong>of</strong> <strong>not</strong>ice <strong>of</strong> award <strong>of</strong> the agreement or prior <strong>to</strong> signing <strong>of</strong> theagreement whichever is earlier an unconditional and irrevocable Performance Guarantee(PG) by way <strong>of</strong> Demand Draft or Bank Guarantee from a nationalized bank acceptable <strong>to</strong>the UT Administration, in the format prescribed in Annexure IV, payable on demand, forthe due performance and fulfillment <strong>of</strong> the agreement by the bidder. Amount <strong>of</strong>performance Guarantee would be at the rate <strong>of</strong> 5% <strong>of</strong> the estimated contract value.Estimated Contract value= 287.79 sq km.* Rate per sq. km. Total area <strong>of</strong> Dadra & NagarHaveli is 491sq.kms. out <strong>of</strong> this 203.21sq.km area covers under Reserve Forest.The Bidder should demarcate the boundary <strong>of</strong> Reserve Forest/ Wilde Life Sanctuary alsowhile doing the survey).b. The Performance Guarantee (PG) will be for an amount <strong>of</strong> 5% <strong>of</strong> the contract value, valid for the entire term <strong>of</strong> agreement, which shall be submitted by Survey Agencyupon signing the Agreement. All incidental charges whatsoever such as premium,commission etc, with respect <strong>to</strong> the performance guarantee shall be borne by the bidder.The performance guarantee shall be valid till acceptance <strong>of</strong> the deliverables <strong>of</strong> theProject or 120 days after the expiry <strong>of</strong> the contract, whichever is later. Theperformance guarantee may be discharged/ returned by the UT Administration upon beingsatisfied that there has been due performance <strong>of</strong> the obligations <strong>of</strong> the bidder underthe agreement. However, no interest shall be payable on the performance guarantee.c. In the event <strong>of</strong> the bidder being unable <strong>to</strong> service the agreement for reasons <strong>of</strong> poorquality <strong>of</strong> resources, business loss or going out <strong>of</strong> business, regula<strong>to</strong>ry restrictions,concerns <strong>of</strong> national security, or any other reason which is <strong>not</strong> concerned with theterms <strong>of</strong> the contract, the UT administration would invoke the Performance Guarantee.Notwithstanding and without prejudice <strong>to</strong> any rights whatsoever <strong>of</strong> the UT Administration,under the agreement in the matter, the proceeds <strong>of</strong> the Performance Guaranteeshall be payable <strong>to</strong> the UT Administration as compensation for any loss resulting from thebidder’s failure <strong>to</strong> perform/ comply with its obligations under the agreement. The UTAdministration shall <strong>not</strong>ify the bidder in writing <strong>of</strong> the exercise <strong>of</strong> its right <strong>to</strong> receivesuch compensation indicating the obligation(s) for which the bidder is in default and thebidder will have <strong>to</strong> pay it within 14 days <strong>of</strong> the <strong>not</strong>ice date. The UT administration’sdecision in this respect will be final.d. The UT Administration shall also be entitled <strong>to</strong> make recoveries from the bidder’sbills, performance guarantee, or from any other amount due <strong>to</strong> him, an equivalent value<strong>of</strong> any payment made <strong>to</strong> him due <strong>to</strong> inadvertence, error, collusion, misconstruction ormisstatement.e. In case the project is delayed beyond the project schedule as mentioned in this RFP, forreasons attri<strong>but</strong>able <strong>to</strong> the implementing Agency, the performance guarantee shall be56


Implementing Agency for Centrally Sponsored NLRMP Schemeaccordingly extended by the Bidder for the duration equivalent <strong>to</strong> the delays caused in theprojectf. It is the responsibility <strong>of</strong> the bidder <strong>to</strong> keep alive the performance guarantee andextend it if necessary till the completion <strong>of</strong> the agreement periodFAILURE TO AGREE WITH THE TERMS & CONDITIONS OF THE RFPFailure <strong>of</strong> the successful bidder <strong>to</strong> agree with the Terms & Conditions <strong>of</strong> the RFP shallconstitute sufficient grounds for the annulment <strong>of</strong> the award, in which event, the UTAdministration may award the agreement <strong>to</strong> the next best value bidder or call for newproposalsIMPLEMENTATION SCHEDULE GUIDELINESIn case there is a delay <strong>of</strong> more than 10 days at any miles<strong>to</strong>ne, mentioned in the detailedplan, the UT administration reserves the right <strong>to</strong> terminate the contract and bidder wouldforfeit the performance guarantee. In such a case, the UT administration reserves the right<strong>to</strong> make alternate arrangements for executing the project.Ground Survey MethodologyS. No. Miles<strong>to</strong>ne Time for Completion01 Micro Pilot Project (01 Patelad as nominated by the UT T0+ 4 weeksAdministration02 (a) Establishment <strong>of</strong> Ground Control Network* T0 + 02 Weeks(b) Trial demonstration <strong>of</strong> system s<strong>of</strong>tware forcomputerization <strong>of</strong> land records (viewing and administration modules)03 Ground Survey/ Creation <strong>of</strong> <strong>Land</strong> Survey T0 + 05 WeeksSpatial Database and all other deliverables3.1 Patelad 2 T0 + 08 weeks3.2 (a) Patelad 3 T0 + 11 weeks(b) Completion <strong>of</strong> system s<strong>of</strong>tware for computerization <strong>of</strong> land records<strong>including</strong> data entry, validation and acceptance <strong>of</strong> the s<strong>of</strong>tware T0 + 09Weeks3.3 Patelad 4 <strong>to</strong> Patelad 11 T0 + 20 weeks3.4 Silvassa Municipal Area T0+24 Weeks04 Execution <strong>of</strong> the project, downloading <strong>of</strong> the data, T0+32 Weeks57


Implementing Agency for Centrally Sponsored NLRMP Schemetraining, formal functioning <strong>of</strong> the project and finalacceptance by the department*Note: T0 is the date <strong>of</strong> detailed work order. The entire project shall be completed within aperiod <strong>of</strong> Seven months from the date <strong>of</strong> issue <strong>of</strong> work order.PAYMENT TERMSThis project will involve the payment for the contract based on the successfulcompletion <strong>of</strong> miles<strong>to</strong>ne as mentioned below:a. 5% <strong>of</strong> the contract value can be considered as mobilization advance against aPerformance Bank Guarantee for the same amount. The performance bank guarantee willbe initially valid for a period <strong>of</strong> 18 months. Bank guarantee if given will be discharged andthe mobilization advance will be adjusted against the payment for first invoiceb. The subsequent payments shall be based on the following guidelines:SNo. Miles<strong>to</strong>ne Payment %1 Mobilization Advance (Against Performance 5% <strong>of</strong> estimated contract valueBank Guarantee <strong>of</strong> equal amount validfor 18 months)2 (a) Establishment <strong>of</strong> Ground Control Network*(b) Trial demonstration <strong>of</strong> system s<strong>of</strong>tware for computerization <strong>of</strong> land records(viewing and administration modules)10% <strong>of</strong> estimated contract value3. Patelad 2 5% <strong>of</strong> estimated contract value4. (a) Patelad 3 10% <strong>of</strong> estimated contract value(b) Completion <strong>of</strong> system s<strong>of</strong>tware for computerization <strong>of</strong> land records <strong>including</strong> dataentry, validation and acceptance <strong>of</strong> the s<strong>of</strong>tware5. Patelad 4 5% <strong>of</strong> estimated contract value6. Patelad 5 5% <strong>of</strong> estimated contract value7. Patelad 6 5% <strong>of</strong> estimated contract value8. Patelad 7 5% <strong>of</strong> estimated contract value9. Patelad 8 5% <strong>of</strong> estimated contract value10. Patelad 9 5% <strong>of</strong> estimated contract value11. Patelad 10 5% <strong>of</strong> estimated contract value12. Patelad 11 5% <strong>of</strong> estimated contract value58


Implementing Agency for Centrally Sponsored NLRMP Scheme13. SMC (Silvassa Municipal Area) 5% <strong>of</strong> estimated contract value10% <strong>of</strong> the estimated contract value will be paid on submission <strong>of</strong> the completeproject documents, proprietary information and any other project relatedinformation collected during the course <strong>of</strong> the project duration. The final 15%amount will be given after acceptance <strong>of</strong> all the final deliverables and project sign<strong>of</strong>f by the UT Administration. All payments are subject <strong>to</strong> correct submission <strong>of</strong> billsin original.Acceptance means after submission <strong>of</strong> report and after the Bidder has madepresentation <strong>to</strong> the committee, the Administration will issue letter <strong>of</strong> acceptancealong with comments/suggestions on the report.Above payments shall be made after deduction <strong>of</strong> income tax at source,whichever may be applicable, by the Acts prevailing at the time <strong>of</strong> makingpayment. Payment <strong>of</strong> all other tax and levies would be the responsibility <strong>of</strong> thebidder.All payments <strong>to</strong> the agencies would be made in Indian Rupees only. Thepayment shall be made after the successful completion <strong>of</strong> the activity andsuccessful submission <strong>of</strong> the deliverablesc. The minimum gap between two successive invoices will be 04 weeksPENALTY CLAUSEBidder should submit his own detailed time schedule with measurablemiles<strong>to</strong>nes and such schedules should be practicable, reasonable and balanced.At the time <strong>of</strong> presentation and the bidder would come <strong>to</strong> a mutually agreeabletime schedule, which will be the finalized schedule <strong>to</strong> form part <strong>of</strong> the agreement.Any delay in implementation at any miles<strong>to</strong>ne mentioned in the plan, willattract a penalty <strong>of</strong> 0.5% <strong>of</strong> the contract value for every 7 days delay, subject<strong>to</strong> a maximum <strong>of</strong> 5% <strong>of</strong> the contract value. Maximum delay permitted will be 60days beyond which the agreement is liable <strong>to</strong> be terminated and performanceguarantee will be forfeited. In such case, the UT Administration reserves theright <strong>to</strong> make necessary alternate arrangements <strong>to</strong> complete the project at the cost<strong>to</strong> the account <strong>of</strong> the successful bidder.Further, any interim delays in project implementation must be made good by thebidder by the time <strong>of</strong> the payment miles<strong>to</strong>ne for the completion <strong>of</strong> the 8 th Patelad.It is <strong>of</strong> utmost importance that the project implementation needs <strong>to</strong> be as perschedule The purpose <strong>of</strong> this is <strong>to</strong> ensure all necessary formalities for projectcompletion and closure are completed as planned and bidder will <strong>not</strong> deliver/complete a large part <strong>of</strong> the work only at the end stage, as this would hindersmooth project completion and sign-<strong>of</strong>f.3. DETAILED SUBMITTAL REQUIRE MENTSProposals must be direct, concise and complete. All information <strong>not</strong> directly relevant <strong>to</strong> thisRFP should be omitted. The UT Administration will evaluate bidder’s proposal based onits clarity and the directness <strong>of</strong> its response <strong>to</strong> the requirements <strong>of</strong> the project asoutlined in this RFP.59


Implementing Agency for Centrally Sponsored NLRMP SchemeDOCUMENTS COMPRISING THE BIDDERS' PROPOSALa. Proposal submitted by the bidder shall comprise the following:i. Proposal covering letter (covering letter) is set forth in Annexure I(1)ii.iii.iv.Pre-qualification proposal in the format as specified in Annexure I(4)Technical proposal in the format as specified below and in Annexure I(5)Any other information that is required <strong>to</strong> be submitted in the proposal process.The bidders must submit technical proposal both in hardcopy and s<strong>of</strong>tcopy format properlylabeledb. Bidder shall submit with its proposal, inter alia, the following attachments:i. A board resolution (in case <strong>of</strong> a consortium bid, the Prime Bidder's Board <strong>of</strong>Direc<strong>to</strong>rs) authorizing the Bidder/ Prime Bidder <strong>to</strong> sign/ execute the proposal as a bindingdocument and also <strong>to</strong> execute all relevant agreements forming part <strong>of</strong> RFP.ii. A certified true copy <strong>of</strong> the consortium agreement between the Prime Bidder and allthe other members <strong>of</strong> the consortium, describing the respective roles and responsibilities<strong>of</strong> all the members throughout the project in meeting the overall scope and requirements <strong>of</strong>the proposed project.Bidders shall furnish the required information on their technical and commercialstrengths in the enclosed formats only. Any deviations in format may make the bidliable for rejection. The bid shall be attached with the covering letter as specified inAnnexure I and shall be enclosed in the main envelope, which has the Bid Security,Pre-qualification bid, Technical bid and Commercial bid Envelopes. Proposals <strong>not</strong>submitted with this covering letter shall be liable for rejection.VENUE & DEADLINE FOR SUBMISSION OF PROPOSALSi. Proposals, in their complete form in all respects as specified in the RFP, mustbe submitted at the venue <strong>of</strong> the bid opening:Conference Hall, Secretariat66 KV Road, Amli,Silvassa-396230,UT <strong>of</strong> Dadra and Nagar Haveliii. Last Date & Time <strong>of</strong> submission: 19 th August 2013 14:00Hrs (on line)LATE BIDSBids received after the due date and the specified time (<strong>including</strong> the extendedperiod if any) for any reason whatsoever, shall <strong>not</strong> be entertained.PREQUALIFICATION BID60


Implementing Agency for Centrally Sponsored NLRMP SchemePre-qualification bid will be used for assessing the bidders on the basis <strong>of</strong> pre-qualificationcriteria laid down in this RFP. Therefore the bidders are required <strong>to</strong> submit this bid inspecified format furnishing all the required information and supporting documents. A bidmay be rejected at pre-qualification stage itself and <strong>not</strong> considered for technical evaluationif it fails <strong>to</strong> satisfy the pre-qualification criteria specified in this RFP.TECHNICAL PROPOSALa. The technical proposal should address all the areas/ sections as specified in theTechnical Evaluation Criteria (given in Annexure II) and contain a detailed description <strong>of</strong>how the bidder will provide the required services outlined in this RFP. It should articulate indetail, as <strong>to</strong> how the bidder’s Technical Solution meets the requirements specified in theRFP. The technical proposal must <strong>not</strong> contain any pricing information. In submittingadditional information, please mark it as “supplementary” <strong>to</strong> the required response. If thebidder wishes <strong>to</strong> propose additional services (or enhanced levels <strong>of</strong> services) beyondthe scope <strong>of</strong> this RFP, the proposal must include a description <strong>of</strong> such services as aseparate and distinct attachment <strong>to</strong> the proposal.b. The technical proposal should address the following:i. Overview <strong>of</strong> the proposed solution that meets the requirements specified inthe RFPii. Detailed Technical Description <strong>including</strong> the complete specifications <strong>of</strong> theequipment proposed <strong>to</strong> be used namely, the digital cameras, the DGPS, Ground Controlequipment, hardware and pho<strong>to</strong>grammetric s<strong>of</strong>tware used for processing and printing theimagery, quality control systems and s<strong>to</strong>rageiii. How the proposed methodology addresses accuracy, quality control, securityand availability, performance and manageability requirements <strong>of</strong> the project.iv. Operational environment like, quality control, pho<strong>to</strong> processing, reporting.Project planning, scheduling, equipment & resource deployment, qualityassurance plan for the ground survey, <strong>including</strong> the s<strong>of</strong>tware, hardware andinformation system for implementing the project and submitting required deliverables– in s<strong>of</strong>t and hard copies.v. Approach & Methodology for project implementation <strong>including</strong> the project planvi.vii.viii.Detailed Project plan.Project team structure, size, capability and deployment plan (TotalStaffing plan <strong>including</strong> numbers)Pr<strong>of</strong>iles <strong>of</strong> resources proposed for the project (<strong>to</strong> be provided in the formatincluded in Annexure I. The bidder shall provide an undertaking, on aseparate letter on company letter head signed by the authorized signa<strong>to</strong>ry,in the technical bid that all the pr<strong>of</strong>iles <strong>of</strong> the proposed resources are61


Implementing Agency for Centrally Sponsored NLRMP Schemecomplete and accurate. In addition, each pr<strong>of</strong>ile shall be signed by theresource (<strong>of</strong> whom the pr<strong>of</strong>ile is submitted) and the authorizedsigna<strong>to</strong>ry. If the signature <strong>of</strong> the resource couldn’t be obtained, theauthorized signa<strong>to</strong>ry, in each pr<strong>of</strong>ile shall mention and certify that he hasobtained the consent <strong>of</strong> the respective employee on the accuracy andcompleteness <strong>of</strong> qualifications and experience specified in the pr<strong>of</strong>ile.ix.Details <strong>of</strong> consortium partnersx. Project Management, reporting and review methodologyxi.xii.xiii.Risk Management approach and planKey Deliverables (along with sample deliverables, where possible)Bidder’s experience, <strong>to</strong> be provided in the format specified in Annexure Iin all the project related areas as highlighted in Bid evaluation criteria.The technical proposal shall also contain bidder’s plan <strong>to</strong> address the keychallenges anticipated during the execution <strong>of</strong> the project. Any deviationsbetween technical and commercial proposals shall make the proposal as beingunresponsive and may lead <strong>to</strong> disqualification <strong>of</strong> the proposal. U.T Administrationreserves the right <strong>to</strong> take appropriate action in this regard.d. The Administration is also open <strong>to</strong> any suggestions that the bidder may want <strong>to</strong>render with respect <strong>to</strong> the approach adopted for the assignment in the light <strong>of</strong> theirexpertise or experience from similar assignments. However, this should <strong>not</strong> lead <strong>to</strong> thesubmission date being missed or extended.e. Manpower deployment plan and resources <strong>to</strong> be dedicated <strong>to</strong> the projectBidder must provide the following information:i. A specific description <strong>of</strong> the prior experience and expertise <strong>of</strong> theresources in the organization that enable the organization <strong>to</strong> provide highquality, industry-standards based Survey Services (Ground Survey)ii.Resumes <strong>of</strong> manager(s) responsible for the management <strong>of</strong> this project,high lighting pertinent experience.iii. Resumes <strong>of</strong> bidder personnel who would be directly assigned <strong>to</strong> provideservices pertaining <strong>to</strong> this agreement and the specific function each individual wouldperform;iii.All the resumes <strong>of</strong> the proposed team should be given in the formatprovided in Annexure If. Consortium Member Statement The Bidder shall provide the following information inrespect <strong>of</strong> the consortium members that the bidder will engage <strong>to</strong> provide any <strong>of</strong> the62


Implementing Agency for Centrally Sponsored NLRMP Schemeservices required under this RFP. For each proposed consortium member, bidder shallprovide the following:i. Brief description <strong>of</strong> nature <strong>of</strong> products/services <strong>to</strong> be provide d by consortiummemberii.iii.iv.Head and branch <strong>of</strong>fices (if responsible for work under this agreement)(provide street and mailing addresses, phone, fax and email).Date, form and state <strong>of</strong> incorporation.Agreement administra<strong>to</strong>r (name, business address, fax, phone and emailaddress <strong>of</strong> individual responsible for administering any agreement that mightresult from this RFP).v. Company principals (name, title and business address).vi.Current or prior successful partnerships with proposed consortium member<strong>including</strong> UT Administration reference (contact name, phone number, dateswhen services were performed).COMMERCIAL PROPOSALa. Unless expressly indicated, bidder shall <strong>not</strong> include any technical informationregarding the services in the commercial proposal. Additional information may besubmitted <strong>to</strong> accompany the proposal. In submitting additional information,please mark it as supplemental <strong>to</strong> the required response. Prices shall bequoted entirely in Indian Rupees and must be arrived at after <strong>including</strong> allexpenses, rates, and taxes.b. The commercial proposal must be detailed and summarized by completingthe pricing requirements which are contained in Annexure I <strong>of</strong> this RFP. Thecommercial proposal shall be uploaded through the e-tendering website(www.dnh.nprocure.com) only.c. The price quoted is inclusive <strong>of</strong> all applicable taxes and the complete scope <strong>of</strong>work <strong>of</strong> the RFP i.e. Digitization <strong>of</strong> old <strong>Records</strong>, Setting up <strong>of</strong> Modern Record Rooms, Digitization <strong>of</strong> maps, Integration <strong>of</strong> Textual with spatial data, survey / resurvey andupdating <strong>of</strong> Mamlatdar and Survey & Settlement <strong>Records</strong>, complete integrateds<strong>of</strong>tware system, data digitization, validation, verification and implementationMAPS, PHOTOGRAPHS AND INTELLECTUAL PROPERTY RIGHTSThe maps, pho<strong>to</strong>graphs, processed maps and intellectual property rights <strong>of</strong> all theartefacts developed under this project shall be the exclusive property <strong>of</strong> the administration.Bidders should submit a declaration <strong>to</strong> this affect.63


Implementing Agency for Centrally Sponsored NLRMP SchemeTOTAL RESPONSIBILITYBidder (Prime bidder in case <strong>of</strong> a consortium) should issue a statement undertaking <strong>to</strong>talresponsibility for the complete project, which shall <strong>not</strong> include any conditional statementsSIGNATUREThe covering letter must be signed with the bidder’s name and by a representative <strong>of</strong>the bidder, who is authorized <strong>to</strong> commit the bidder <strong>to</strong> agreement obligations. Allobligations committed by such signa<strong>to</strong>ries must be fulfilled.BID SUBMISSIONIn addition <strong>to</strong> the online submission, bid documents (prequalification and technicalproposals) are <strong>to</strong> be submitted at the venue and on the day <strong>of</strong> the bid opening asmentioned in the document. The prequalification and technical proposals are <strong>to</strong> besubmitted in hard copy (2 copies) in separate sealed envelopes. These envelopescan be enclosed <strong>to</strong>gether in a bigger envelope. The administration will <strong>not</strong> acceptdelivery <strong>of</strong> proposal in any manner other than that specified in this RFP. Proposaldelivered in any other manner shall be treated as defective, invalid and rejected.EMD and the tender fee should be submitted as part <strong>of</strong> the Bid Securityand the Pre- Qualification Envelope respectively.The supporting documents for the technical bid have <strong>to</strong> be submitted in hard copyalong with the technical proposal.b. Submission <strong>of</strong> bids shall be in accordance with the instructions given below:Envelope 1: Bid Security The envelope containing the Bid Security shall be sealedand superscribed “Bid Security – <strong>Modernization</strong> <strong>of</strong> <strong>Land</strong> <strong>Records</strong> <strong>including</strong> <strong>but</strong><strong>not</strong> <strong>limited</strong> <strong>to</strong> Digitization <strong>of</strong> old <strong>Records</strong>, Setting up <strong>of</strong> Modern RecordRooms ,Digitization <strong>of</strong> maps, Integration <strong>of</strong> Textual with spatial data, survey /resurvey and updating <strong>of</strong> Mamlatdar and Survey & Settlement <strong>Records</strong>,complete integrated s<strong>of</strong>tware system, data digitization, validation, verificationand implementation”. The scanned copy <strong>of</strong> the bid security instrument (DD/BG)should be uploaded on the e-tendering website.Envelope 2 : Prequalification Proposal The Prequalification Proposal shall beprepare d in accordance with the requirements specified in this volume and inthe format prescribed in Annexure I <strong>of</strong> this RFP.This pre-qualification proposal should be submitted on non-rewritable CD forma<strong>to</strong>nly and also uploaded on the e-tendering website. The words “Pre-qualificationProposal” shall be written in indelible ink on the CD. The CD shall be put in theenvelope along with the hard copy <strong>of</strong> the proposal which shall be sealed andsuper scribed “Pre-qualification proposal- <strong>Modernization</strong> <strong>of</strong> <strong>Land</strong> <strong>Records</strong><strong>including</strong> <strong>but</strong> <strong>not</strong> <strong>limited</strong> <strong>to</strong> Digitization <strong>of</strong> old <strong>Records</strong>, Setting up <strong>of</strong> ModernRecord Rooms ,Digitization <strong>of</strong> maps, Integration <strong>of</strong> Textual with spatial data,64


Implementing Agency for Centrally Sponsored NLRMP Schemesurvey / resurvey and updating <strong>of</strong> Mamlatdar and Survey & Settlement<strong>Records</strong>, complete integrated s<strong>of</strong>tware system, data digitization, validation,verification and implementation" on the <strong>to</strong>p right hand. The agencies shallsubmit the tender fee in this envelope. The scanned copy <strong>of</strong> the tender feeinstrument (Demand draft) and the documents required for prequalification shall beuploaded on the e-tendering website.Envelope 3 : Technical Proposal The Technical Proposal shall be prepared inaccordance with the requirements specified in this RFP and in the formatprescribed in Annexure I <strong>of</strong> this RFP.The Technical Bid should be submitted on non-rewritable CD format only. Thewords “Technical Proposal” shall be written in indelible ink on the CD. The CDshall be put in the envelope along with the hard copy <strong>of</strong> the proposal whichshall be sealed and super scribed “Technical Proposal- <strong>Modernization</strong> <strong>of</strong> <strong>Land</strong><strong>Records</strong> <strong>including</strong> <strong>but</strong> <strong>not</strong> <strong>limited</strong> <strong>to</strong> Digitization <strong>of</strong> old <strong>Records</strong>, Setting up <strong>of</strong>Modern Record Rooms ,Digitization <strong>of</strong> maps, Integration <strong>of</strong> Textual withspatial data, survey / resurvey and updating <strong>of</strong> Mamlatdar and Survey &Settlement <strong>Records</strong>, complete integrated s<strong>of</strong>tware system, data digitization,validation, verification and implementation" on the <strong>to</strong>p right hand corner.This envelope should <strong>not</strong> contain the Commercial Proposal, in either explicit orimplicit form, in which case the bid will be rejected.All the above 3 envelopes along with the proposal letter should be put in envelope 4which shall be properly sealed. The outside <strong>of</strong> this envelope must clearly indicatethe name <strong>of</strong> the project " <strong>Modernization</strong> <strong>of</strong> <strong>Land</strong> <strong>Records</strong> <strong>including</strong> <strong>but</strong> <strong>not</strong> <strong>limited</strong><strong>to</strong> Digitization <strong>of</strong> old <strong>Records</strong>, Setting up <strong>of</strong> Modern Record Rooms ,Digitization <strong>of</strong>maps, Integration <strong>of</strong> Textual with spatial data, survey / resurvey and updating <strong>of</strong>Mamlatdar and Survey & Settlement <strong>Records</strong>, complete integrated s<strong>of</strong>tware system,data digitization, validation, verification and implementation".Note: 1.The outer and inner envelopes mentioned above shall indicate the name andaddress <strong>of</strong> the bidder (prime bidder, in case <strong>of</strong> consortium).2. Failure <strong>to</strong> mention the address on the outside <strong>of</strong> the envelope could cause aproposal <strong>to</strong> be misdirected or <strong>to</strong> be received at the required destination after thedeadlinePERIOD OF VALIDITY OF PROPOSALSThe proposals shall be valid for a period <strong>of</strong> 180 (one hundred and eighty) days from thedate <strong>of</strong> opening <strong>of</strong> the proposals. A proposal valid for a shorter period may be rejected asnon-responsive. On completion <strong>of</strong> the validity period, unless the bidder withdrawshis proposal in writing, it will be deemed <strong>to</strong> be valid until such time that the bidderformally(in writing) withdraws his proposal. b. In exceptional circumstances, at itsdiscretion, the UT administration may solicit the bidder's consent for an extension <strong>of</strong> thevalidity period. The request and the responses there<strong>to</strong> shall be made in writing (or by faxor email).65


Implementing Agency for Centrally Sponsored NLRMP SchemeAMENDMENT OF RFPAt any time prior <strong>to</strong> the deadline for submission <strong>of</strong> proposals, for any reason, TheUT administration may modify the RFP by amendment <strong>not</strong>ified in writing or by fax oremail <strong>to</strong> all bidders who have received this RFP and such amendment shall be bindingon them. , The UT Administration at its discretion, may extend the deadline for thesubmission <strong>of</strong> proposalsLANGUAGE OF PROPOSALSThe proposal and all correspondence and documents shall be written in English. Allproposals and accompanying documentation will become the property <strong>of</strong> the UTadministration and will <strong>not</strong> be returned.PRICESa. The bidder shall quote the price as per specified format fixed for the entire project on asingle responsibility basis. In case <strong>of</strong> a consortium, the prime bidder <strong>of</strong> thesuccessful consortium shall be solely held responsible for the discharging all theresponsibilities during the period <strong>of</strong> agreement.The UT administration reserves the right <strong>to</strong> procure the components/services listed inthis RFP in whole or in part.No adjustment <strong>of</strong> the agreement price shall be made on account <strong>of</strong> any variations incosts <strong>of</strong> labour and materials or any other cost component <strong>including</strong> taxes affectingthe <strong>to</strong>tal cost in fulfilling the obligations under the Agreement. The Agreement priceshall be the only payment, payable by the UT administration <strong>to</strong> the successful bidderfor completion <strong>of</strong> the obligations by the successful bidder under the Agreement,subject <strong>to</strong> the terms <strong>of</strong> payment specified in the agreement The price would beinclusive <strong>of</strong> all applicable taxes, duties, charges and levies, unless specifiedotherwiseb. The prices, once <strong>of</strong>fered, must remain fixed and must <strong>not</strong> be subject <strong>to</strong> escalation forany reason whatsoever within the period <strong>of</strong> agreement. A proposal submitted with anadjustable price quotation or conditional proposal may be rejected as non-responsivec. Any increase in rates <strong>of</strong> taxes will be <strong>to</strong> the account <strong>of</strong> bidderd. In cases where the geographical area, varies in quantum from what is specified inthe RFP, then a debit or credit payment variation <strong>to</strong> the contract value shall be effected <strong>to</strong>the tune <strong>of</strong> the product <strong>of</strong> the difference in geographic area and the derived perSq.Km.unit price.CORRECTION OF ERRORSa. Bidders are advised <strong>to</strong> exercise adequate care in quoting the prices. Noexcuse for corrections in the quoted price will be entertained after the proposalsare opened. All corrections, if any, should be initialled by the person signing theproposal form before submission, failing which the figures for such items may <strong>not</strong> beconsidered66


Implementing Agency for Centrally Sponsored NLRMP Schemeb. Arithmetic errors in proposals will be corrected as follows:In case <strong>of</strong> discrepancy between the amounts mentioned in figures and inwords, 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 <strong>to</strong> rise, in which case the proposal price shallgovern. If there is a discrepancy between the unit price and the <strong>to</strong>tal price that is obtainedby multiplying the unit price and quantity, the unit price shall prevail and the <strong>to</strong>tal priceshall be corrected.NON-CONFORMING PROPOSALSA proposal may be construed as a non-conforming proposal and ineligible if:a. If it does <strong>not</strong> comply with the requirements <strong>of</strong> this RFP. Failure <strong>to</strong> comply withthe technical requirements, and acknowledgment <strong>of</strong> receipt <strong>of</strong> amendments, arecommon causes for holding proposals non-conforming.b. If a proposal appears <strong>to</strong> be “canned” presentations <strong>of</strong> promotional materials that do <strong>not</strong>follow the format requested in this RFP or do <strong>not</strong> appear <strong>to</strong> address the particularrequirements <strong>of</strong> the proposed project any such bidders may also be disqualified.DISQUALIFICATIONThe proposal is liable <strong>to</strong> be disqualified in the following cases or in case bidderfails <strong>to</strong> meet the bidding requirements as indicated in this RFP:i. Proposal <strong>not</strong> submitted in accordance with the procedure and formats prescribedin this document or treated as non-conforming proposal.ii. During validity <strong>of</strong> the proposal, or its extended period, if any, the bidder increaseshis quoted prices.iii. The bidder qualifies the proposal with his own conditions.iv. Proposal is received in incomplete form.v. Proposal is received after due date and time.vi. Proposal is <strong>not</strong> accompanied by all the requisite documentsvii. If Bidder provides quotation only for a part <strong>of</strong> the project.viii. Information submitted in technical proposal is found <strong>to</strong> be misrepresented,incorrect or false , accidentally, unwittingly or otherwise, at any time during theprocessing <strong>of</strong> the agreement (no matter at what stage ) or during the tenure <strong>of</strong>the agreement <strong>including</strong> the extension period if any.ix. Commercial proposal is enclosed with the same envelope as technical proposalx. Bidder tries <strong>to</strong> influence the proposal evaluation process by unlawful /corrupt / fraudulent means at any point <strong>of</strong> time during the bid process67


Implementing Agency for Centrally Sponsored NLRMP Schemexi. In case any one party submits multiple proposals under one methodologyor if common interests are found in two or more bidders, the bidders arelikely <strong>to</strong> be disqualified, unless additional proposals/bidders are withdrawn upon<strong>not</strong>ice immediatelyxii. Bidder fails <strong>to</strong> deposit the Performance Guarantee (PG) or fails <strong>to</strong> enterin<strong>to</strong> an Agreement within 15 working days <strong>of</strong> the date <strong>of</strong> <strong>not</strong>ice <strong>of</strong> award <strong>of</strong>agreement or within such extended period, as may be specified by the UTadministrationxiii. Bidders may specifically <strong>not</strong>e that while evaluating the proposals, if itcomes <strong>to</strong> the UT administration’s knowledge expressly or implied, that somebidders may have colluded in any manner whatsoever or otherwise joined t<strong>of</strong>orm an alliance resulting in delaying the processing <strong>of</strong> proposal the n thebidders so involved are liable <strong>to</strong> be disqualified for this agreement as well asfor a further period <strong>of</strong> three years from participation in any <strong>of</strong> the tendersfloated by the UT administration.MODIFICATION AND WITHDRAWAL OF PROPOSALSNo proposal may be withdrawn in the interval between the deadline for submission<strong>of</strong> proposals and the expiration <strong>of</strong> the validity period specified by the bidder on the proposalform.CONFLICT OF INTERESTBidder shall furnish an affirmative statement as <strong>to</strong> the existence <strong>of</strong>, absence <strong>of</strong>, orpotential for conflict <strong>of</strong> interest on the part <strong>of</strong> the bidder or any prospectiveconsortium member due <strong>to</strong> prior, current, or proposed agreements, engagements, oraffiliations with the UT administration. Additionally, such disclosure shall address any andall potential elements (time frame for service delivery, resource, financial or other) thatwould adversely impact the ability <strong>of</strong> the bidder <strong>to</strong> complete the requirements as given inthe RFPACKNOWLEDGEMENT OF UNDERSTANDING OF TERMSBy submitting a proposal, each bidder shall be deemed <strong>to</strong> acknowledge that it hascarefully read all sections <strong>of</strong> this RFP, <strong>including</strong> all forms, schedules and annexure here<strong>to</strong>,and has fully informed itself as <strong>to</strong> all existing conditions and limitations.CONDITIONSThe following terms are applicable <strong>to</strong> this RFP and the bidder’s proposal:i. Any work product, whether acceptable or unacceptable, developed under an agreementawarded as a result <strong>of</strong> this RFP shall be the sole property <strong>of</strong> the UT administrationunless stated otherwise in the definitive Agreement.68


Implementing Agency for Centrally Sponsored NLRMP Schemeii. Timing and sequence <strong>of</strong> events resulting from this RFP shall ultimately be determined bythe UT administrationiii. No oral conversations or agreements with any <strong>of</strong>ficial, agent, or employee <strong>of</strong> shall affec<strong>to</strong>r modify any terms <strong>of</strong> this RFP, and any alleged oral agreement or shall affect ormodify any terms <strong>of</strong> this RFP, and any alleged oral agreement or <strong>of</strong> the UTadministration shall be superseded by the definitive Agreement that results from thisRFP process, oral communications by the UT administration <strong>to</strong> bidders shall <strong>not</strong> beconsidered binding on the UT administration, nor shall any written materials provided byany person other than the UT administrationiv. Proposals are subject <strong>to</strong> rejection if they limit or modify any <strong>of</strong> the terms and conditionsor specifications <strong>of</strong> this RFPv. By responding, the bidder shall be deemed <strong>to</strong> have represented and warranted: that itsproposal is <strong>not</strong> made in connection with any competing bidder submitting a separateresponse <strong>to</strong> this RFP, and is in all respects fair and without collusion or fraud; and that noemployee or <strong>of</strong>ficial <strong>of</strong> the UT administration participated directly or indirectly in thebidder’s proposal preparationvi. Neither the bidder nor any <strong>of</strong> bidder’s representatives shall have any claimswhatsoever against the UT administration or any <strong>of</strong> its respective <strong>of</strong>ficials, agents, oremployees arising out <strong>of</strong> or relating <strong>to</strong> this RFP or these procedures (other thanthose arising under a definitive Agreement with the bidder in accordance with the termsthere<strong>of</strong>)vii. Until the agreement is awarded and during the currency <strong>of</strong> the agreement,bidders shall <strong>not</strong>, directly or indirectly, solicit any employee <strong>to</strong> leave or any other <strong>of</strong>ficialsinvolved in this RFP process <strong>of</strong> the UT administration in order <strong>to</strong> accept employment withthe bidder its affiliates, actual or prospective consortium members, or any person acting inconcert with the bidder, without prior written approval <strong>of</strong> the UT administrationviii. No advance payment, except mobilization advance, will be madeix. The bidder should suggest the specifications <strong>of</strong> the required hardwarex. The s<strong>of</strong>tware <strong>including</strong> the source code will be the property <strong>of</strong> the department and thedeveloper can<strong>not</strong> reuse the same without written permission <strong>of</strong> the UT Administrationxi. During the warranty period <strong>of</strong> one year, the s<strong>of</strong>tware should be maintained by thedeveloperxii. During the said warranty period, the developer should have <strong>to</strong> make all the requiredchanges in the s<strong>of</strong>tware, content and interfacexiii. After warranty period, the developer will hand over the latest source code <strong>to</strong> thedepartment69


Implementing Agency for Centrally Sponsored NLRMP Schemexiv. The <strong>of</strong>fer must contain all the applicable taxes, installation and commissioning chargexv. Only on installation <strong>of</strong> the S<strong>of</strong>tware and satisfac<strong>to</strong>ry completion <strong>of</strong> the project andexpiry <strong>of</strong> the Warranty/Guarantee period, the amount <strong>of</strong> Security Deposit/Earnest moneywill be refunded.1.Bid Cover Letter[Date]To,Survey and Settlement OfficerRevenue Department,Opposite Mamlatdar Office,Dadra & Nagar Haveli,Silvassa , U.T – 396230Dear Sir/ Ma’amAnnexure I: Bid FormatsRef: Request for Proposal – “<strong>Modernization</strong> <strong>of</strong> <strong>Land</strong> <strong>Records</strong> <strong>including</strong> <strong>but</strong> <strong>not</strong><strong>limited</strong> <strong>to</strong> Digitization <strong>of</strong> old <strong>Records</strong>, Setting up <strong>of</strong> Modern Record Rooms,Digitization <strong>of</strong> maps, Integration <strong>of</strong> Textual with spatial data, survey / resurvey andupdating <strong>of</strong> Mamlatdar and Survey & Settlement <strong>Records</strong>, complete integrateds<strong>of</strong>tware system, data digitization, validation, verification and implementation”Having examined the RFP, the receipt <strong>of</strong> which is hereby duly acknowledged, we,the undersigned, <strong>of</strong>fer <strong>to</strong> provide the pr<strong>of</strong>essional services as required and outlined in theRFP for this project <strong>of</strong> UT <strong>of</strong> Dadra and Nagar Haveli, and <strong>to</strong> meet such requirements andprovide such services as set out in the RFP.We attach here<strong>to</strong> the technical response as required by the RFP, which constitutesour proposal.We undertake, if our proposal is accepted, <strong>to</strong> adhere <strong>to</strong> the implementation plan putforward in RFP or such adjusted plan as may subsequently be mutually agreedbetween us and or its appointed representatives.If our proposal is accepted, we will obtain a Performance Guarantee in the format given inthe RFP document issued by a nationalized/ scheduled commercial bank in India, fora sum <strong>of</strong> 5% <strong>of</strong> the contract value for the due performance <strong>of</strong> the agreement.We agree for unconditional acceptance <strong>of</strong> all the terms and conditions set out in theRFP document and also agree <strong>to</strong> abide by this tender response for a period <strong>of</strong> 180 daysfrom the date fixed for bid opening and it shall remain binding upon us with full force andvirtue, until within this period a formal Agreement is prepared and executed, thistender response, <strong>to</strong>gether with your written acceptance there<strong>of</strong> in your <strong>not</strong>ification <strong>of</strong>award, shall constitute a binding agreement between us and the UT Administration.70


Implementing Agency for Centrally Sponsored NLRMP SchemeWe confirm that the information contained in this proposal or any part there<strong>of</strong>, <strong>including</strong> itsexhibits, schedules and other documents and instruments delivered or <strong>to</strong> be delivered <strong>to</strong>the UT Administration is true, accurate, and complete. This proposal includes allinformation necessary <strong>to</strong> ensure that the statements therein do <strong>not</strong> in whole or inpart as <strong>to</strong> any material fact. We agree that you are <strong>not</strong> bound <strong>to</strong> accept any tenderresponse you may receive. We also agree that you reserve the right in absolute sense<strong>to</strong> reject all or any <strong>of</strong> the products/services specified in the tender response. It ishereby confirmed that I/We are entitled <strong>to</strong> act on behalf <strong>of</strong> our company/ corporation/ firm/organization and empowered <strong>to</strong> sign this document as well as such other documents,which may be required in this connection.Details <strong>of</strong> Consortium Members:1.Name <strong>of</strong> lead Consortium member2.Names <strong>of</strong> other members <strong>of</strong> consortium.3. Tasks <strong>to</strong> be performed by each member.Name <strong>of</strong> ConsortiumMemberTask <strong>to</strong> be Performed byMemberTotalMemberPerson-MonthsDated this Day <strong>of</strong> 2013(Signature)(In the capacity <strong>of</strong>)(Name)Duly authorized <strong>to</strong> sign the Tender Response for and on behalf <strong>of</strong>:(Name and Address <strong>of</strong> Company)Seal/Stamp <strong>of</strong> bidderWitness Signature:Witness Name:71


Implementing Agency for Centrally Sponsored NLRMP SchemeWitness Address:72


Implementing Agency for Centrally Sponsored NLRMP SchemeCERTIFICATE AS TO AUTHORISED SIGNATORIESI,,……………………………, the Company Secretary <strong>of</strong> …….…………………, certifythat……………………………………………………………… who signed the above Bid isauthorized <strong>to</strong> do so and bind the company by authority <strong>of</strong> its board/ governing body.Date:Signature:(Company Seal)(Name)2. Format For Power Of At<strong>to</strong>rney For Signing Of Proposal(On Rs. 100 Stamp paper duly attested by Notary Public)POWER OF ATTORNEYKnow all men by these presents, We ________________________ (name and address <strong>of</strong>the registered <strong>of</strong>fice) do hereby constitute, appoint and authorize Mr./ Ms._______________ (name and residential address) who is presently employed with usand holding the position <strong>of</strong> _ as our at<strong>to</strong>rney, <strong>to</strong> do in our name and on our behalf, all suchacts, deeds and things necessary in connection with or incidental for the project(hereinafter referred <strong>to</strong> as the UT Administration) situated at, <strong>including</strong> signing andsubmission <strong>of</strong> all documents and providing information/responses <strong>to</strong> the UT Administrationin all matters in connection with our Proposal.We hereby declare that all acts, deeds and things done by our said at<strong>to</strong>rney pursuant <strong>to</strong>this Power <strong>of</strong> At<strong>to</strong>rney shall always be deemed <strong>to</strong> have been ratified by us and done by us.Dated this the Day <strong>of</strong> 2013For(Name, Designation and Address)Accepted___________________Signature)(Name, Title and Address <strong>of</strong> the At<strong>to</strong>rney)Date: __________Note :1.To be executed by the Lead Member in case <strong>of</strong> a Consortium.2.The mode <strong>of</strong> execution <strong>of</strong> the Power <strong>of</strong> At<strong>to</strong>rney should be in accordance withthe procedure, if any, laid down by the applicable law and the charter documents <strong>of</strong>the executant(s) and when it is so required the same should be under common seal73


Implementing Agency for Centrally Sponsored NLRMP Schemeaffixed in accordance with the required procedure3.Also, wherever required, the Bidder should submit for verification the extract <strong>of</strong> thecharter documents and documents such as a resolution/power <strong>of</strong> at<strong>to</strong>rney in favour <strong>of</strong> thePerson executing this Power <strong>of</strong> At<strong>to</strong>rney for the delegation <strong>of</strong> power hereunder on behalf<strong>of</strong> the Bidder.4. A certified copy <strong>of</strong> the appropriate resolution/ document conveying authority <strong>to</strong> theperson signing this Power <strong>of</strong> At<strong>to</strong>rney shall be enclosed in lieu <strong>of</strong> the Power <strong>of</strong> At<strong>to</strong>rney.3. Format for Power Of At<strong>to</strong>rney For Lead Member <strong>of</strong> the Consortium(On Rs. 100 Stamp paper duly attested by Notary Public)POWER OF ATTORNEYWhereas, the Survey and Settlement Officer, UT <strong>of</strong> Dadra and Nagar Haveli (“The UTAdministration”) has invited proposals from qualified Applicants for taking“<strong>Modernization</strong> <strong>of</strong> <strong>Land</strong> <strong>Records</strong> <strong>including</strong> <strong>but</strong> <strong>not</strong> <strong>limited</strong> <strong>to</strong> Digitization <strong>of</strong> old<strong>Records</strong>, Setting up <strong>of</strong> Modern Record Rooms ,Digitization <strong>of</strong> maps, Integration <strong>of</strong>Textual with spatial data, survey / resurvey and updating <strong>of</strong> Mamlatdar and Survey &Settlement <strong>Records</strong>, complete integrated s<strong>of</strong>tware system, data digitization,validation, verification and implementation".Whereas, ____________, ____________ and ____________ (collectively the“Consortium”) being Members <strong>of</strong> the Consortium are interested in bidding for the Project inaccordance with the terms and conditions <strong>of</strong> the Request for Proposal and otherconnected documents in respect <strong>of</strong> the Project, and Whereas, it is necessary forthe Members <strong>of</strong> the Consortium <strong>to</strong> designate one <strong>of</strong> them as the Lead Member withall necessary power and authority <strong>to</strong> do for and on behalf <strong>of</strong> the Consortium, all acts,deeds and things as may be necessary in connection with the Consortium’ s bid forthe Project and its execution.NOW THEREFORE KNOW ALL MEN BY THESE PRESENTSWe, ____________ having our registered <strong>of</strong>fice at ____________, M/s. ____________,having our registered <strong>of</strong>fice at ____________, and M/s. ____________, having ourregistered <strong>of</strong>fice at ____________, [the respective names and addresses <strong>of</strong> the registered<strong>of</strong>fice] (hereinafter collectively referred <strong>to</strong> as the “Principals”) do hereby irrevocablydesignate, nominate constitute, appoint and authorize M/s ____________, having itsregistered <strong>of</strong>fice at _____________, being one <strong>of</strong> the Members <strong>of</strong> the Consortium,as the Lead Member and true and lawful at<strong>to</strong>rney <strong>of</strong> the Consortium (hereinafter referred<strong>to</strong> as the “At<strong>to</strong>rney”) and hereby irrevocably authorize the At<strong>to</strong>rney (with power <strong>to</strong> subdelegate) <strong>to</strong> conduct all business for and on behalf <strong>of</strong> the Consortium and any one<strong>of</strong> us during the bidding process and, in the e vent the Consortium is awarded theContract, during the execution <strong>of</strong> the Project, and in this regard, <strong>to</strong> do on our behalf and onbehalf <strong>of</strong> the Consortium, all or any <strong>of</strong> such acts, deeds or things as are necessary orrequired or incidental <strong>to</strong> the submission <strong>of</strong> its bid for the Project, <strong>including</strong> <strong>but</strong> <strong>not</strong><strong>limited</strong> <strong>to</strong> signing and submission <strong>of</strong> all applications, bids and other documents and74


Implementing Agency for Centrally Sponsored NLRMP Schemewritings, participate in bidders’ and other conferences, respond <strong>to</strong> queries, submitinformation/ documents, sign and execute contracts and undertakings consequent <strong>to</strong>acceptance <strong>of</strong> the bid <strong>of</strong> the Consortium and generally <strong>to</strong> represent the Consortiumin all its dealings with the Authority, and/ or any other Government Survey Agency orany person, in all matters in connection with or relating <strong>to</strong> or arising out <strong>of</strong> theConsortium’s bid for the Project and/ or upon award there<strong>of</strong> till the ContractAgreement is entered in<strong>to</strong> with the Authority.AND hereby agree <strong>to</strong> ratify and confirm and do hereby ratify and confirm all acts,deeds and things lawfully done or caused <strong>to</strong> be done by our said At<strong>to</strong>rney pursuant<strong>to</strong> and in exercise <strong>of</strong> the powers conferred by this Power <strong>of</strong> At<strong>to</strong>rney and that all acts,deeds and things done by our said At<strong>to</strong>rney in exercise <strong>of</strong> the powers herebyconferred shall and shall always be deemed <strong>to</strong> have been done by us/ Consortium.IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVEEXECUTED THISPOWER OF ATTORNEY ON THIS ________ DAY OF ________ 2013.For ____________(Name & Title)For ____________(Name & Title)For ____________(Name & Title)Witnesses:1.2.(Executants)(To be executed by all the Members <strong>of</strong> the Consortium)Notes:• The mode <strong>of</strong> execution <strong>of</strong> the Power <strong>of</strong> At<strong>to</strong>rney should be in accordance withthe procedure, if any, laid down by the applicable law and the charter documents <strong>of</strong>the executant(s) and when it is so required, the same should be under common sealaffixed in accordance with the required procedure.• Also, wherever required, the Applicant should submit for verification the extract <strong>of</strong> thecharter documents and documents such as a resolution/ power <strong>of</strong> at<strong>to</strong>rney in favour <strong>of</strong> the75


Implementing Agency for Centrally Sponsored NLRMP Schemeperson executing this Power <strong>of</strong> At<strong>to</strong>rney for the delegation <strong>of</strong> power hereunder on behalf<strong>of</strong> the Applicant.• For a Power <strong>of</strong> At<strong>to</strong>rney executed and issued overseas, the document will also have<strong>to</strong> be legalised by the Indian Embassy and <strong>not</strong>arised in the jurisdiction where thePower <strong>of</strong> At<strong>to</strong>rney is being issued.4. Prequalification Bid FormatsI. General InformationS.No. Particulars Details <strong>to</strong> be FurnishedIDetails <strong>of</strong> the Bidder (Prime Bidder in case <strong>of</strong> ConsortiumNameAddressTelephoneE -mailFaxWebsiteDetails <strong>of</strong> Authorized personNameAddressTelephoneEmailIIIn case <strong>of</strong> Consortium : Details <strong>of</strong> the First member <strong>of</strong> the Consortium.NameAddressTelephoneE-mailFaxWebsiteDetails <strong>of</strong> Authorized personNameAddressTelephoneEmailIIIIn case <strong>of</strong> Consortium: Details <strong>of</strong> the second member <strong>of</strong> the ConsortiumName76


Implementing Agency for Centrally Sponsored NLRMP SchemeAddressTelephoneE-mailFaxWebsiteDetails <strong>of</strong> Authorized personNameAddressTelephoneEmailSNo.Name <strong>of</strong>Bidder (PrimeBidder ormemberCompany incase <strong>of</strong>consortium)Status <strong>of</strong> thecompany(Public Ltd./Private Ltd.)Whether Primebidder ormember (incase <strong>of</strong>consortium)Details <strong>of</strong>incorporation <strong>of</strong>CompanyDateROC Ref.#Details <strong>of</strong>Commencement<strong>of</strong> BusinessDateROCRef. #1.2.3.III. Financial Details <strong>of</strong> Bidder (Prime Bidder in case <strong>of</strong> consortium)SNo.Name <strong>of</strong> Bidder(Prime Bidder in case<strong>of</strong> consortium)Turnover <strong>of</strong> the CompanyTurnover <strong>of</strong> the CompanyNet Worth <strong>of</strong> Company as on31st March 20101.FY2009-10FY 2010-11FY2011-12IV. Financial Details <strong>of</strong> Bidder (member in case <strong>of</strong> consortium)S.No. Name <strong>of</strong> Bidder Turnover <strong>of</strong> the CompanyFY 2009-10 FY 2010-11 FY 2011-121.2.V. Details <strong>of</strong> Specific Responsibilities (applicable in case <strong>of</strong> Consortium only)77


Implementing Agency for Centrally Sponsored NLRMP SchemeS.No.1.2.Name <strong>of</strong> Prime Bidder ormember CompanySpecific responsibilities <strong>of</strong> each member(<strong>including</strong> Prime Bidder) in the scope <strong>of</strong>implementation <strong>of</strong> project5. Technical Bid FormatsI. Format for citing relevant past projectsS.No Items Details/ Guidelines Attachment Ref. No.(if any)General Information1. Cus<strong>to</strong>mer Name/GovernmentDepartment2. Name <strong>of</strong> the ContactPerson and Contactdetails for the projectBrief description <strong>of</strong> scope <strong>of</strong> projectSize <strong>of</strong> the project3. Agreement Value <strong>of</strong>the project (in Lakh)Provide particulars on agreementvalue assigned <strong>to</strong> each major phaseand miles<strong>to</strong>ne4. Capital Expenditureinvolved (by the govt./UT Administration)5. Total Geographicalarea ( Sq. Km)6. Total cost <strong>of</strong> theservices provided (bythe Bidder)7. Total Cost <strong>of</strong> services(provided by thePartners, if any)8. Please provide copies<strong>of</strong> Work Order orCertificate <strong>of</strong>Completion forcompleted projects78


Implementing Agency for Centrally Sponsored NLRMP SchemeProject Detailsfrom Authorized<strong>of</strong>ficials in theGovernmentDepartments/ UTAdministration1. Name <strong>of</strong> the project2. Start Date/End Date3. Current Status (workin progress,completed)4. Agreement Tenure5. No. <strong>of</strong> locations6. Man-month effortinvolved7. Type <strong>of</strong> project Provide scope <strong>of</strong> the project, highlightKey Result Areas expected andachieved8. Methodology adopted& core Components9. Tools deployed.modeling, design,project management,10. List <strong>of</strong> Risks identified& how they wereaddressedDescribe the methodology in detailcovering overall project. Integration <strong>of</strong>various kinds <strong>of</strong> hardware, s<strong>of</strong>tware/solution components covered byproject scope.Give names <strong>of</strong> the <strong>to</strong>ols employed andprovide highlights regarding theefficacy <strong>of</strong> the <strong>to</strong>olsProvide Top five risks identified, theimpact <strong>of</strong> the risks, proactive plansput in place, how the risks werecontainedif they had occurredII. Format for UT Administration ReferencesS.No. Detail Project 1 Project 2 Project 31. Name <strong>of</strong> Cus<strong>to</strong>mer Organisation2. Country3. Government/Non Government79


Implementing Agency for Centrally Sponsored NLRMP Scheme4. Contract Particulars4.1 Name4.2 Designation4.3 E-mail4.4 Phone4.5 Fax4.6 Mailing AddressIII. Approach Paper On Methodology And Work Plan For Performing the Assignment1. Write up on Methodology <strong>to</strong> carry out this assignment. The Write up should cover, in detail, how theBidder would carry out the assignment. The methodology for each head <strong>of</strong> the proposed Terms <strong>of</strong>Reference must be described2. Define various miles<strong>to</strong>nes for the project and specify time frame <strong>to</strong> complete each miles<strong>to</strong>ne. Alsospecify contents <strong>of</strong> reports at each stage <strong>of</strong> the project.IV. Composition <strong>of</strong> Team Personnel, And Task(S) Of Each Team MemberTechnical / Managerial StaffSr.No.Name <strong>of</strong>theMemberProposedPositionName <strong>of</strong>the FirmEmploymentStatus(regular / parttime / othersEducationQualificationNo. <strong>of</strong> YearsrelevantexperienceSupport StaffSr. No.Name <strong>of</strong>theMemberProposedPositionName <strong>of</strong>the FirmEmploymentStatus(regular / parttime / othersEducationQualificationNo. <strong>of</strong>YearsrelevantexperienceNote: The proposed position should have the area <strong>of</strong> their work ground survey, s<strong>of</strong>twarepersonnel clearly mentionedV. Time Schedule for Pr<strong>of</strong>essional PersonnelPlease provide PERT chart <strong>of</strong> the work schedule. Provide Completion dates <strong>of</strong> various miles<strong>to</strong>nes.Also provide staffing schedule, which should mention, detail schedule <strong>of</strong> each member <strong>of</strong> theproposed team, assignment which would be carried out by them, timeframe during which they will worketc.80


Months (in the form <strong>of</strong> a Bar Chart)Sr.No.Name <strong>of</strong>theMemberPositionReports Due/Activities1 2 3 4 5 6 7 Number <strong>of</strong> Person -Month1. Sub<strong>to</strong>tal <strong>of</strong> (1)2. Sub<strong>to</strong>tal <strong>of</strong> (2)3. Sub<strong>to</strong>tal <strong>of</strong> (3)Grand Total <strong>of</strong> Person - MonthsFull-time:Part-time:Reports Due:Activities Duration:Signature:(Authorized Representative)Full Name:Title:VI. Activity / Work ScheduleMonth wise Program (in form <strong>of</strong> Bar Chart)[1st, 2nd, etc. are weeks from the start <strong>of</strong> assignment]Sr.No.Item <strong>of</strong>Activity1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Number <strong>of</strong>Person -Month1


Implementing Agency for Centrally Sponsored NLRMP Scheme1. Sub<strong>to</strong>tal <strong>of</strong>(1)2. Sub<strong>to</strong>tal <strong>of</strong>(2)3. Sub<strong>to</strong>tal <strong>of</strong>(3)Grand Total <strong>of</strong> Person - MonthsNote: The number <strong>of</strong> weeks is just a tentative list and can be extrapolated as required.82


II. Format for Project Team members’ resumeS.No. ItemDetails1. Name2. Specify role <strong>to</strong> be played in the project &whether ‘prime’ or ‘alternate’3. Current job title4. Experience in yrs. (Provide details regarding name <strong>of</strong> organizations worked for,Designation, responsibilities, tenure etc.)5. Name <strong>of</strong>OrganisationFrom To Designation/Responsibilities6.7.8. Number <strong>of</strong> years with the CurrentOrganization9. Current job responsibilities10. Summary <strong>of</strong> pr<strong>of</strong>essional / domainExperience11. Skill sets12. Highlights <strong>of</strong> assignments handled13. Educational Background, Training /Certification <strong>including</strong> institutions, % <strong>of</strong>marks, specialization areas etc.14. Degree (<strong>including</strong>subjects)Year <strong>of</strong> Award <strong>of</strong>DegreeUniversity% <strong>of</strong> marks15.I, the undersigned, certify that <strong>to</strong> the best <strong>of</strong> my knowledge and belief, this CV correctlydescribes qualifications and experience mentioned above and proposed staff member is apermanent employee <strong>of</strong> our organization. I understand that any willful misstatement describedherein may lead <strong>to</strong> my disqualification or dismissal, if engaged.Signature <strong>of</strong> Staff MemberDate:Signature <strong>of</strong> Authorized Signa<strong>to</strong>ryDate:Company Seal:1


Implementing Agency for Centrally Sponsored NLRMP SchemeAnnexure II. Technical Evaluation CriteriaOrganizational Back Ground 20Years in ETS/GPS Survey 6 3 years=02 marksNo <strong>of</strong> s<strong>of</strong>tware projects involving landuse (mutations/ data entry/ databaseetc) carried out8Turnover from ETS/GPS Survey 6Organizational Past Experience 15Similar projects executed in the past 7Similar projects executed in thecountry6Work samples from past experience 2Personnel 15No. <strong>of</strong> Qualified Surveyor and Totalno. <strong>of</strong> Permanent employeesLevel and qualification <strong>of</strong> personnelproposed for the projectNo. <strong>of</strong> Project Team members who areconversant/ well versed with Gujaratilanguage762Technical Approach & Methodology 25Proposed Methodology 8Proposed Project Plan 8Proposed QC/QA processes 6Proposed standards 3Equipment Used 10DGPS/ETS ( Specifications andQuantity)5S<strong>of</strong>tware 3Hardware 2Experience in Digitization <strong>of</strong> old<strong>Records</strong> and Digitization <strong>of</strong> maps6Setting up <strong>of</strong> Modern Record Rooms 4Integration <strong>of</strong> Textual with spatial 584


Implementing Agency for Centrally Sponsored NLRMP SchemedataTotal Scores 100TECHNICAL SCORING AND QUALIFICATION85


Implementing Agency for Centrally Sponsored NLRMP SchemeAnnexure III: Request for ClarificationBidders requiring specific points <strong>of</strong> clarification may communicate with the Survey andSettlement Officer during the specified period using the following format.BIDDER’S REQUEST FOR CLARIFICATIONName <strong>of</strong> Organizationsubmitting requestName & position <strong>of</strong> personsubmitting requestFull formal address <strong>of</strong> theorganization <strong>including</strong>phone, fax and emailTel:Fax:Email:S. No. Bidding DocumentReference(s)(section number/page)1.2.Content <strong>of</strong> RFP requiringClarificationPoints <strong>of</strong> clarificationRequired86


Implementing Agency for Centrally Sponsored NLRMP SchemeAnnexure IV: Performance Guarantee[Date]ToSurvey and Settlement Officer,Revenue Department, Opp. Mamlatdar Office,U.T <strong>of</strong> Dadra and Nagar HaveliSilvassa-396230Dear Sir/ Ma’m,Ref: Request for Proposal (RFP):Sub: PERFORMANCE GUARANTEEWHEREASM/s. (name <strong>of</strong> bidder), a company registered under the Companies Act, 1956, having its registered<strong>of</strong>fice at (address <strong>of</strong> the bidder), (hereinafter referred <strong>to</strong> as “our constituent”, which expression, unlessexcluded or repugnant <strong>to</strong> the context or meaning there<strong>of</strong>, includes its successors and assignees),agreed <strong>to</strong> enter in<strong>to</strong> an agreement dated …….. (Herein after, referred <strong>to</strong> as “Agreement”) with youSurvey and Settlement Officer, Administration <strong>of</strong> UT <strong>of</strong> Dadra and Nagar Haveli for the design andexecution <strong>of</strong> the project. We are aware <strong>of</strong> the fact that as per the terms <strong>of</strong> the agreement, M/s. (name <strong>of</strong>bidder) is required <strong>to</strong> furnish an unconditional and irrevocable bank guarantee in your favor for anamount INR ……………………….., and guarantee the due performance by our constituent as per theagreement and do hereby agree and undertake <strong>to</strong> pay the amount due and payable under this bankguarantee, as security against breach / default <strong>of</strong> the said agreement by our constituent. Inconsideration <strong>of</strong> the fact that our constituent is our valued cus<strong>to</strong>mer and the fact that he has enteredin<strong>to</strong> the said agreement with you, we, (name and address <strong>of</strong> the bank), have agreed <strong>to</strong> issue thisPerformance Guarantee.Therefore, we (name and address <strong>of</strong> the bank) hereby unconditionally and irrevocably guarantee youas under:In the event <strong>of</strong> our constituent committing any breach/default <strong>of</strong> the said agreement, and which has <strong>not</strong>been rectified by him, we hereby agree <strong>to</strong> pay you forthwith on demand such sum/s <strong>not</strong> exceeding thesum <strong>of</strong> INR……………………..(…………………………………) without any demur.Notwithstanding anything <strong>to</strong> the contrary, as contained in the said agreement, we agree that yourdecision as <strong>to</strong> whether our constituent has made any such default(s) / breach(es), as aforesaid and theamount or amounts <strong>to</strong> which you are entitled by reasons there<strong>of</strong>, subject <strong>to</strong> the terms and conditions <strong>of</strong>the said agreement, will be binding on us and we shall <strong>not</strong> be entitled <strong>to</strong> ask you <strong>to</strong> establish your claimor claims under this Performance Guarantee, <strong>but</strong> will pay the same forthwith on your demand withoutany protest or demur.This Performance Guarantee shall continue and hold good till the completion <strong>of</strong> the period <strong>of</strong> theproject, "Project name", subject <strong>to</strong> the terms and conditions in the said Agreement.We bind ourselves <strong>to</strong> pay the above said amount at any point <strong>of</strong> time commencing from the date <strong>of</strong> thesaid Agreement until the completion <strong>of</strong> the Project for the <strong>to</strong>tal solution as per said Agreement.87


Implementing Agency for Centrally Sponsored NLRMP SchemeWe further agree that the termination <strong>of</strong> the said agreement, for reasons solely attri<strong>but</strong>able <strong>to</strong> ourconstituent, virtually empowers you <strong>to</strong> demand for the payment <strong>of</strong> the above said amount under thisguarantee and we would honor the same without demur.We hereby expressly waive all our rights <strong>to</strong> pursue legal remedies against U.T Administration..We the guaran<strong>to</strong>r, as primary obligor and <strong>not</strong> merely surety or guaran<strong>to</strong>r <strong>of</strong> collection, do herebyirrevocably and unconditionally give our guarantee and undertake <strong>to</strong> pay any amount you may claim (byone or more claims) up <strong>to</strong> <strong>but</strong> <strong>not</strong> exceeding the amount mentioned aforesaid during the period fromand <strong>including</strong> the date <strong>of</strong> issue <strong>of</strong> this guarantee through the period.We specifically confirm that no pro<strong>of</strong> <strong>of</strong> any amount due <strong>to</strong> you under the agreement is required <strong>to</strong> beprovided <strong>to</strong> us in connection with any demand by you for payment under this guarantee other than yourwritten demand.Any <strong>not</strong>ice by way <strong>of</strong> demand or otherwise hereunder may be sent by special courier, telex, fax,registered post or other electronic media <strong>to</strong> our address, as aforesaid and if sent by post, it shall bedeemed <strong>to</strong> have been provided <strong>to</strong> us after the expiry <strong>of</strong> 48 hours from the time it is posted. If it isnecessary <strong>to</strong> extend this guarantee on account <strong>of</strong> any reason whatsoever, we undertake <strong>to</strong> extend theperiod <strong>of</strong> this guarantee on the request <strong>of</strong> our constituent upon intimation <strong>to</strong> you.This Performance Guarantee shall <strong>not</strong> be affected by any change in the constitution <strong>of</strong> our constituentnor shall it be affected by any change in our constitution or by any amalgamation or absorption there<strong>of</strong>or therewith or reconstruction or winding up, <strong>but</strong> will ensure <strong>to</strong> your benefit and be available <strong>to</strong> and beenforceable by you during the period from and <strong>including</strong> the date <strong>of</strong> issue <strong>of</strong> this guarantee through theperiod.Notwithstanding anything contained hereinabove, our liability under this Performance Guarantee isrestricted <strong>to</strong> INR…………………(Rupees……………………………) and shall continue <strong>to</strong> exist, subject<strong>to</strong> the terms and conditions contained herein, unless a written claim is lodged on us on or before theaforesaid date <strong>of</strong> expiry <strong>of</strong> this guarantee.We hereby confirm that we have the power/s <strong>to</strong> issue this Guarantee in your favor under theMemorandum and Articles <strong>of</strong> Association/ Constitution <strong>of</strong> our bank and the undersigned is/are therecipient <strong>of</strong> authority by express delegation <strong>of</strong> power/s and has/have full power/s <strong>to</strong> execute thisguarantee under the Power <strong>of</strong> At<strong>to</strong>rney issued by the bank in your favor.We further agree that the exercise <strong>of</strong> any <strong>of</strong> your rights against our constituent <strong>to</strong> enforce or forbear <strong>to</strong>enforce or any other indulgence or facility, extended <strong>to</strong> our constituent <strong>to</strong> carry out the contractualobligations as per the said Agreement, would <strong>not</strong> release our liability under this guarantee and that yourright against us shall remain in full force and effect, <strong>not</strong>withstanding any arrangement that may beentered in<strong>to</strong> between you and our constituent, during the entire currency <strong>of</strong> this guarantee.Notwithstanding anything contained herein:Our liability under this Performance Guarantee shall <strong>not</strong> exceed INR…………………(Rupees……………………………);This Performance Guarantee shall be valid only up <strong>to</strong> the completion <strong>of</strong> the period <strong>of</strong> project for theTotal Solution as per agreement; andWe are liable <strong>to</strong> pay the guaranteed amount or part there<strong>of</strong> under this Performance Guarantee only andonly if we receive a written claim or demand on or before …. (Date) (or as extended by U.TAdministration.)Any payment made hereunder shall be free and clear <strong>of</strong> and without deduction for or on account <strong>of</strong>taxes, levies, imports, charges, duties, fees, deductions or withholding <strong>of</strong> any nature imposts.This Performance Guarantee must be returned <strong>to</strong> the bank upon its expiry. If the bank does <strong>not</strong> receivethe Performance Guarantee within the above-mentioned period, subject <strong>to</strong> the terms and conditionscontained herein, it shall be deemed <strong>to</strong> be au<strong>to</strong>matically cancelled.This guarantee shall be governed by and construed in accordance with the Indian Laws and we herebysubmit <strong>to</strong> the exclusive jurisdiction <strong>of</strong> courts <strong>of</strong> Justice in India for the purpose <strong>of</strong> any suit or action or88


Implementing Agency for Centrally Sponsored NLRMP Schemeother proceedings arising out <strong>of</strong> this guarantee or the subject matter here<strong>of</strong> brought by you may <strong>not</strong> beenforced in or by such count.Dated ……………………. this ……….. Day………….Year.Yours faithfully,For and on behalf <strong>of</strong> the …………… Bank,(Signature)Designation(Address <strong>of</strong> the Bank)Note:This guarantee will attract stamp duty as a security bond.A duly certified copy <strong>of</strong> the requisite authority conferred on the <strong>of</strong>ficial/s <strong>to</strong> execute the guarantee onbehalf <strong>of</strong> the bank should be annexed <strong>to</strong> this guarantee for verification and retention there<strong>of</strong> asdocumentary evidence.89


Implementing Agency for Centrally Sponsored NLRMP SchemeAnnexure V: Draft AgreementThis AGREEMENT is made on the --Day <strong>of</strong> --- 2011, between Survey and Settlement Officer ,astatu<strong>to</strong>ry body <strong>of</strong> the UT Administration <strong>of</strong> Dadra and Nagar Haveli and having its <strong>of</strong>fice at Survey& Settlement Officer, Revenue Department, Opp. Mamlatdar Office, U.T Silvassa - 396230, on the onepart (hereinafter called the UT Administration, which expression shall unless repugnant <strong>to</strong> the context,include its successors and assignees)AndM/s. ------------., a company incorporated under the Indian Companies Act, 1956 with its corporate <strong>of</strong>ficeat ---------------------, India (hereinafter called the Bidder, which expression shall unless repugnant <strong>to</strong> thecontext, include its successors and assignees).This Agreement consists <strong>of</strong> this signature page and the following attachments that are incorporated in<strong>to</strong>and form part <strong>of</strong> this Agreement by this reference:RFP Issued by the UT Administration – Annexure IProceedings <strong>of</strong> the Pre-bid Meeting held on --------- – Annexure IITechnical bid during bidding process and Inception Report submitted by the Bidder ------- – AnnexureIIIWHEREAS,A. The UT Administration has requested the Bidder <strong>to</strong> undertake "Digitization <strong>of</strong> old <strong>Records</strong>,Setting up <strong>of</strong> Modern Record Rooms ,Digitization <strong>of</strong> maps, Integration <strong>of</strong> Textual withspatial data, survey / resurvey and updating <strong>of</strong> Mamlatdar and Survey & Settlement<strong>Records</strong>, complete integrated s<strong>of</strong>tware system, data digitization, validation, verification andimplementation"(hereinafter called the Services) necessary for UT <strong>of</strong> Dadra and Nagar Haveli,B. The Bidder has agreed <strong>to</strong> provide the Services on the terms and conditions set forth in thisAgreement.NOW THEREFORE the parties here<strong>to</strong> hereby agree as follows:1. ServicesThe Bidder shall perform the Services under this Agreement in accordance with the Scope <strong>of</strong> Workmentioned in the RFP as attached in Annexure I here<strong>to</strong> and as agreed in the Technical bid andInception Report as attached in Annexure III. The Bidder shall consider all the suggestions made byU.T ADMINISTRATION or its representatives during each stage <strong>of</strong> the project. The Bidder will berequired <strong>to</strong> address all such suggestions / queries as long as there is no major deviation from thedetailed Scope <strong>of</strong> Work mentioned in the RFP as per Annexure - I.The Bidder would follow a methodology <strong>to</strong> carry out the proposed project. The methodology should besuch 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 <strong>to</strong> attri<strong>but</strong>able reasons <strong>to</strong> theBidder or if any additional work relevant <strong>to</strong> the project (which is within the Scope <strong>of</strong> Work) is required <strong>to</strong>be carried out for preparation <strong>of</strong> reports <strong>of</strong> high pr<strong>of</strong>essional quality (as agreed in the Scope <strong>of</strong> Work -Annexure – I and in the Inception Report – Annexure III submitted by the Bidder) acceptable <strong>to</strong> theapproving authorities shall be carried out without any additional compensation.1.1. Commencement DateThe Bidder shall commence the Services as soon as possible <strong>but</strong> <strong>not</strong> later than 15 days after the UTAdministration has given <strong>not</strong>ice <strong>to</strong> proceed with the Services (Letter <strong>of</strong> Intent).1.2. Additional WorkIf, in the opinion <strong>of</strong> the UT Administration, it is necessary <strong>to</strong> carry out any work outside <strong>to</strong> the Scope <strong>of</strong>Work for the purposes <strong>of</strong> the Project in addition <strong>to</strong> the Services, the Bidder shall carry out suchadditional work with the prior authorization <strong>of</strong> the UT Administration. The charges for the personnel90


Implementing Agency for Centrally Sponsored NLRMP Schemerequired for such additional work would be as per the area <strong>of</strong> the surveyed area quoted by the bidderand mentioned in Section 4.1.In case there is any dispute about determining whether any work proposed is within or outside theScope <strong>of</strong> Work mentioned in the RFP – (Annexure I), the decision <strong>of</strong> UT Administration shall be finaland binding on the Bidder.1.3. Other DocumentsRFP document <strong>including</strong> any amendments made <strong>to</strong> it at the bidding stage, Bidder’s bid <strong>of</strong>ferdocuments, Scope <strong>of</strong> Work, Inception Report shall form part <strong>of</strong> the Agreement.2. Personnel2.1. Personnela. The Services shall be carried out by the personnel specified in Inception Report Annexure III here<strong>of</strong>(hereinafter called the “Personnel”) for the respective periods <strong>of</strong> time indicated therein. The Bidder may,with the prior approval <strong>of</strong> the UT Administration, make minor adjustments in such periods as may beappropriate <strong>to</strong> ensure the efficient performance <strong>of</strong> the Services, provided that such adjustments will <strong>not</strong>cause payments made under the Agreement <strong>to</strong> exceed the cost estimates referred <strong>to</strong> in Section 4.1.b. Except as the UT Administration may otherwise agree, no changes shall be made in the Personnel. Iffor any reason beyond the reasonable control <strong>of</strong> the Bidder it becomes necessary <strong>to</strong> replace any <strong>of</strong> thePerson/ Personnel. The Bidder shall forthwith provide a replacement, such person <strong>of</strong> replacement shallbe equivalent or better qualified and experienced and who is found eligible and acceptable by the UTAdministration. TheBidder should take prior approval from UT Administration in case <strong>of</strong> such replacement.c. If, any time during the project, it is found that the Person or Personnel, as mentioned in Annexure -III, are <strong>not</strong> performing the task, which they were <strong>to</strong> perform, instead some other person/s are performingor if the Bidder replaces any person without knowledge <strong>of</strong> the UT Administration, in such case the UTAdministration may accept such a person, if such a person is found <strong>of</strong> equal or more caliber. However,such a replacement would <strong>not</strong> be binding on the UT Administration and the UT Administration reservesthe right <strong>to</strong> cancel the Agreement with a prior <strong>not</strong>ice and after providing an opportunity <strong>of</strong> being heard <strong>to</strong>the Bidder.d. In the event that any person specified in Annexure-III is found by the UT Administration <strong>to</strong> beincompetent in discharging his assigned duties, the UT Administration may request the Bidder t<strong>of</strong>orthwith provide a replacement by a person with qualifications and experience acceptable <strong>to</strong> the UTAdministration. The decision <strong>of</strong> the UT Administration in this regard shall be final and binding on theBidder. The replacement must be done within 7 days from the date <strong>of</strong> intimation by the UTAdministration.2.2. Project ManagerThe Bidder shall appoint a resident Project Manager, acceptable <strong>to</strong> the UT Administration, who shall beresponsible for day <strong>to</strong> day operations and liaison between the Bidder and the UT Administration.3. Undertakings <strong>of</strong> The Bidder3.1. General Standard <strong>of</strong> Performance by the BidderThe Bidder shall carry out the Services with due diligence and efficiency, and shall exercise such skilland care in the performance <strong>of</strong> the services as is consistent with recognized pr<strong>of</strong>essional standards.The Bidder shall act at all times so as <strong>to</strong> protect the interests <strong>of</strong> the UT Administration.3.2. <strong>Records</strong>During the subsistence <strong>of</strong> this Agreement and two years from the date <strong>of</strong> completion <strong>of</strong> the project, theBidder shall permit the duly authorized representative <strong>of</strong> the UT Administration, (after reasonableadvance <strong>not</strong>ice is served on the Bidder), from time <strong>to</strong> time <strong>to</strong> inspect its records relating <strong>to</strong> the Servicesand <strong>to</strong> make copies there<strong>of</strong> and shall permit the UT Administration or any person authorized by the UTAdministration, from time <strong>to</strong> time, <strong>to</strong> audit such records during and after the services.3.3. Information91


Implementing Agency for Centrally Sponsored NLRMP SchemeThe Bidder shall furnish the UT Administration such information relating <strong>to</strong> the Services and the Projectas the UT Administration may from time <strong>to</strong> time reasonably request.3.4. AssignmentsThe rights and liabilities <strong>of</strong> the Bidder shall <strong>not</strong> be assigned or transferred by the Bidder, without theconsent in writing <strong>of</strong> the UT Administration <strong>to</strong> any other persons, firm or organization. The UTAdministration may allow such assignment at his discretion. However, such assignment shall <strong>not</strong> relievethe Bidder from any obligation, duty or responsibility under the Agreement. Any assignment as abovewithout prior written approval <strong>of</strong> the UT Administration shall render the agreement void. The UTAdministration may transfer its rights and obligations <strong>to</strong> any other person, firm or organization only withthe consent <strong>of</strong> the Bidder. If it is found that the Bidder has assigned particular work <strong>to</strong> some otherAgency, without approval and <strong>not</strong>ice <strong>of</strong> the UT Administration, the UT Administration reserves the right<strong>to</strong> reject any such work carried out. If the UT Administration accepts any such work, the estimate madeby the UT Administration in such case attri<strong>but</strong>able <strong>to</strong> the amount <strong>of</strong> work done shall be final and bindingon the Bidder. In the event that any such Third Party Agency is found by the UT Administration <strong>to</strong> beincompetent <strong>to</strong> discharge his assigned duties; the UT Administration may request the Bidder forthwithEither <strong>to</strong> provide a replacement with qualifications and experience acceptable <strong>to</strong> the UTAdministration orTo resume the performance <strong>of</strong> the Services itself.The decision <strong>of</strong> the UT Administration in this regard shall be final and binding on the Bidder.3.5. Confidentialitya. Except with the prior written consent <strong>of</strong> the UT Administration, the Bidder or the Personnel shall <strong>not</strong>at any time communicate <strong>to</strong> any person or entity any confidential information disclosed <strong>to</strong> them for thepurposes <strong>of</strong> the Services, nor shall the Bidder or the Personnel make public or inform any one, directlyor indirectly, any such information received by them or any recommendations formulated in the course<strong>of</strong> or as a result <strong>of</strong> the Services. Confidential Information for the purposes <strong>of</strong> this clause means all theinformation that has been marked as “Confidential” at the time <strong>of</strong> disclosure.b. The UT Administration agrees with the Bidder that all information <strong>including</strong> the information relating <strong>to</strong>the Bidder’s trade secrets, know-how/technical data, research, products, strategies, internalprocedures, employees and business opportunities and other proprietary information <strong>of</strong> the Bidder asdescribed specifically as “Confidential Information” belongs <strong>to</strong> the Bidder and shall <strong>not</strong> disclose ordivulge such confidential information <strong>to</strong> any third parties or make use or allow others <strong>to</strong> make usethere<strong>of</strong>. These clauses, (a) and (b), shall survive the termination <strong>of</strong> this Agreement. However, thereports submitted by the Bidder <strong>to</strong> the UT Administration shall become property <strong>of</strong> the UTAdministration and the UT Administration is free <strong>to</strong> use any / all information mentioned in the report,procedures specified in the report, suggestions / conclusions made in the report and any such otherinformation based on the report.3.6. Prohibition on Conflicting ActivitiesThe Bidder shall ensure that no member <strong>of</strong> the Personnel assigned <strong>to</strong> the Agreement shall engage,directly or indirectly, during the subsistence <strong>of</strong> this Agreement either in his name or in the name <strong>of</strong> hisclose relative or through the Bidder, in any other business or pr<strong>of</strong>essional activities which is likely <strong>to</strong> bein conflict or impact with the performance <strong>of</strong> his duties or assignment.3.7. Independent Contrac<strong>to</strong>rNothing contained herein shall be construed as establishing or creating between the UT Administrationand the Bidder the relationship <strong>of</strong> UT Administration and Contrac<strong>to</strong>r, it being unders<strong>to</strong>od that theposition <strong>of</strong> the Bidder and <strong>of</strong> anyone else performing the Services is that <strong>of</strong> an Independent Contrac<strong>to</strong>r.3.8. InsuranceThe Bidder shall at its cost take out and maintain adequate pr<strong>of</strong>essional liability insurance as well asadequate insurance against third party liability and loss <strong>of</strong> or damage <strong>to</strong> equipment/person/property92


Implementing Agency for Centrally Sponsored NLRMP Schemeacquired in whole or in part with funds provided by the UT Administration. The UT Administrationundertakes no responsibility in respect <strong>of</strong> any damage <strong>to</strong> person/property/equipment during the course<strong>of</strong> implementation <strong>of</strong> project.3.9. Notice <strong>of</strong> DelayThe Bidder shall execute the work as per the time schedule prescribed in the Inception Report. In theevent <strong>of</strong> any expected delay the Bidder shall inform the UT Administration well in advance along withreasons for the delay. The Bidder may request for an appropriate extension <strong>of</strong> time for completion <strong>of</strong>the Services. However, the UT Administration reserves the right <strong>to</strong> grant any such extension and thedecision <strong>of</strong> the UT Administration in this regard shall be final and binding on the Bidder4. Cost and Payment terms4.1. CostThe cost <strong>to</strong> carry out the project is: ------- (Rupees ---------- only) per square kilometer inclusive <strong>of</strong>Service Tax.The <strong>to</strong>tal cost <strong>to</strong> carry out ----------- as per the RFP <strong>of</strong> the project is coming <strong>to</strong> Rs. --------- (Rupees ------------only) inclusive <strong>of</strong> Service Tax.The above <strong>to</strong>tal cost will be considered <strong>to</strong> assess the performance guarantee, cost for setting upcontrol network and mobilization advance if any.The cost quoted are per square kilometer basis and inclusive <strong>of</strong> all taxes and duties for the Scope <strong>of</strong>Work as agreed and mentioned in Annexure I <strong>including</strong> all other expenses for personnel services, visits,transport charges, cost <strong>of</strong> collecting required data, etc. and all the necessary services, materials,stationary, computer services, typing, printing, pho<strong>to</strong>copying etc. <strong>to</strong> fulfill the requirement <strong>of</strong> the scope.No changes <strong>to</strong> the cost shall be allowed on any account except for changes in any taxes/duties.SNo. Miles<strong>to</strong>ne Payment %1 Mobilization Advance (Against Performance 5% <strong>of</strong> estimated contract valueBank Guarantee <strong>of</strong> equal amount validfor 18 months)2 (a) Establishment <strong>of</strong> Ground Control Network*(b) Trial demonstration <strong>of</strong> system s<strong>of</strong>tware for computerization <strong>of</strong> land records(viewing and administration modules)10% <strong>of</strong> estimated contract value3. Patelad 2 5% <strong>of</strong> estimated contract value4. (a) Patelad 3 10% <strong>of</strong> estimated contract value(b) Completion <strong>of</strong> system s<strong>of</strong>tware for computerization <strong>of</strong> land records <strong>including</strong> data entry,validation and acceptance <strong>of</strong> the s<strong>of</strong>tware5. Patelad 4 5% <strong>of</strong> estimated contract value6. Patelad 5 5% <strong>of</strong> estimated contract value7. Patelad 6 5% <strong>of</strong> estimated contract value8. Patelad 7 5% <strong>of</strong> estimated contract value9. Patelad 8 5% <strong>of</strong> estimated contract value10. Patelad 9 5% <strong>of</strong> estimated contract value93


Implementing Agency for Centrally Sponsored NLRMP Scheme11. Patelad 10 5% <strong>of</strong> estimated contract value12. Patelad 11 5% <strong>of</strong> estimated contract value13. Silvassa Municipal Area 5% <strong>of</strong> estimated contract value10% <strong>of</strong> the estimated contract value will be paid on submission <strong>of</strong> the complete projectdocuments, proprietary information and any other project related information collected duringthe course <strong>of</strong> the project duration. The final 15% amount will be given after acceptance <strong>of</strong> all thefinal deliverables and project sign <strong>of</strong>f by the UT Administration. All payments are subject <strong>to</strong>correct submission <strong>of</strong> bills in original.Acceptance means after submission <strong>of</strong> report and after the Bidder has made presentation <strong>to</strong> thecommittee, the Administration will issue letter <strong>of</strong> acceptance along with comments/suggestionson the report.Above payments shall be made after deduction <strong>of</strong> income tax at source, whichever may beapplicable, by the Acts prevailing at the time <strong>of</strong> making payment. Payment <strong>of</strong> all other taxand levies would be the responsibility <strong>of</strong> the Bidder.All payments <strong>to</strong> the agencies would be made in Indian Rupees only. The payment shallbe made after the successful completion <strong>of</strong> the activity and successful submission <strong>of</strong> thedeliverablesc. The minimum gap between two successive invoices will be 04 weeksPENALTY CLAUSEAny delay in implementation at any miles<strong>to</strong>ne mentioned in the plan, will attract apenalty <strong>of</strong> 0.5% <strong>of</strong> the contract value for every 7 days, subject <strong>to</strong> a maximum <strong>of</strong> 5%.Maximum delay permitted will be 60 days beyond which the agreement is liable <strong>to</strong> beterminated and bidder performance guarantee will be forfeited. In such case, the UTAdministration reserves the right <strong>to</strong> make necessary alternate arrangements <strong>to</strong> complete theproject.Further any interim delays in project implementation must be made good by the bidder by thetime <strong>of</strong> the payment miles<strong>to</strong>ne for the completion <strong>of</strong> the 8 th Patelad.It is <strong>of</strong> utmost importance that the project implementation needs <strong>to</strong> be as per schedule Thepurpose <strong>of</strong> this is <strong>to</strong> ensure all necessary formalities for project completion and closure arecompleted as planned and bidder will <strong>not</strong> deliver/ complete a large part <strong>of</strong> the work only atthe end stage, as this would hinder smooth project completion and sign-<strong>of</strong>f.4.2. In case, the UT Administration is <strong>not</strong> able <strong>to</strong> communicate the acceptance <strong>of</strong> report within 30 days<strong>of</strong> submission <strong>of</strong> the report, the UT Administration will release 50 % <strong>of</strong> the payment due at particularstage <strong>of</strong> project. The balance 50% <strong>of</strong> the payment will be released upon acceptance <strong>of</strong> the report by theUT Administration.If the report submitted by the Bidder is <strong>not</strong> acceptable <strong>to</strong> the UT Administration, reasons for such nonacceptanceshould be recorded in writing; the UT Administration shall <strong>not</strong> release the payment due <strong>to</strong>the Bidder. In such case, the payment will be released <strong>to</strong> the Bidder only after it re-submits the reportand the report is accepted by the UT Administration.5. ReportsThe Bidder has <strong>to</strong> submit the reports as mentioned in the RFP.6. Time schedule for submission <strong>of</strong> reportsThe <strong>to</strong>tal time frame for carrying out the assignment would be 32 weeks from start i.e. 15 days from thedate <strong>of</strong> issue <strong>of</strong> Letter <strong>of</strong> Intent. The details <strong>of</strong> work plan, timeframe for each stage <strong>of</strong> project is put up atAnnexure III – Inception Report. During the course <strong>of</strong> action for providing feedback and comments, thetimelines consumed by the UT Administration will <strong>not</strong> be taken in<strong>to</strong> account for calculating thescheduled timelines by the Bidder.94


Implementing Agency for Centrally Sponsored NLRMP Scheme7. Liquidated Damages for late submissionThe Bidder should submit his own detailed time schedule with measurable miles<strong>to</strong>nes and suchschedules should be practicable, reasonable and balanced.Any delay in implementation will attract a penalty <strong>of</strong> 0.5% <strong>of</strong> the Agreement value for every 7 days,subject <strong>to</strong> a maximum <strong>of</strong> 5%.Maximum delay permitted will be 60 days, beyond which the agreement is liable <strong>to</strong> be terminated andthe Bidder performance guarantee will be forfeited.In such case, U.T Administration reserves the right <strong>to</strong> make necessary alternate arrangements <strong>to</strong>complete the project.8. Termination <strong>of</strong> the Agreement8.1. The UT Administration reserves the right <strong>to</strong> cancel the Agreement at any time if it is <strong>not</strong> satisfiedwith the services <strong>of</strong> the Bidder or there is breach <strong>of</strong> any <strong>of</strong> the condition <strong>of</strong> this Agreement by thebidder, provided a period <strong>of</strong> 30 days has lapsed from the date <strong>of</strong> serving <strong>not</strong>ice on the Bidder requiringit <strong>to</strong> remedy the breach and if the breach has continued up <strong>to</strong> the date <strong>of</strong> the action. In this event, thework done till then by the Bidder shall be taken over by the UT Administration. The UT Administrationreserves the right <strong>to</strong> appoint a new Bidder and hand over <strong>to</strong> him all the documents <strong>to</strong> complete theassignment. The Bidder in such case, upon termination, the UT Administration may also imposeliquidated damages, up <strong>to</strong> maximum <strong>of</strong> 5% <strong>of</strong> the Agreement value. The Bidder shall be required <strong>to</strong> payany such liquidated damages <strong>to</strong> UT Administration within 30 days <strong>of</strong> termination date.8.2. The UT Administration reserves the right <strong>to</strong> cancel the Agreement by giving 30 days <strong>not</strong>ice, subject<strong>to</strong> payment <strong>of</strong> the fees for the actual work done by the bidder for the project up <strong>to</strong> the date <strong>of</strong> the <strong>not</strong>icecancellation <strong>of</strong> the Agreement as per Section 8.5.8.3. The bidder reserves the right <strong>to</strong> terminate the Agreement immediately upon situations arising due<strong>to</strong> non-compliance <strong>of</strong> the stipulations <strong>of</strong> this Agreement by the UT Administration. The termination<strong>not</strong>ice shall be held valid only if it is preceded by a corresponding non-compliance <strong>not</strong>ice issued at least30 days prior <strong>to</strong> the date <strong>of</strong> the termination <strong>not</strong>ice and if the non-compliance has continued up <strong>to</strong> thedate <strong>of</strong> the termination <strong>not</strong>ice. The UT Administration shall be liable <strong>to</strong> pay the bidder fees for the actualwork done by the bidder for the project up <strong>to</strong> the date <strong>of</strong> cancellation <strong>of</strong> the Agreement as per Section8.5.8.4. The parties also reserve a right <strong>to</strong> terminate this Agreement in the event any voluntary insolvencypetition/ IP petition is filed by either party, or if any proceedings are instituted against either party,property or assets under any bankruptcy, insolvency, receivership, deb<strong>to</strong>rs relief, winding uprehabilitation, or similar statue or any effective resolution is passed for the winding up <strong>of</strong> that party or forany remedy under any such statute.8.5. The payment <strong>of</strong> the fees will be determined based on the actual work carried out and accepted bythe UT Administration, in terms <strong>of</strong> area <strong>of</strong> land surveyed as specified in Section 4.1. In case <strong>of</strong> failure <strong>to</strong>decide the compensation, Arbitra<strong>to</strong>r as per the terms <strong>of</strong> the Agreement shall be appointed <strong>to</strong> decide thecompensation.9. Performance obligationsThe Bidder shall have <strong>to</strong> be responsible for the soundness <strong>of</strong> services rendered. In the event <strong>of</strong> anydeficiency in these services, the Bidder shall promptly redo/ remedy without any additional cost <strong>to</strong> theUT Administration and carry out such modifications and /or rectification as may be required.10. Compliance with labor laws, statutes, rules and regulations <strong>of</strong> Government / local authorityThe bidder shall comply with all the labor laws and other laws, statutes and rules & regulations <strong>of</strong>Central and State Governments or Local authorities that may be applicable from time <strong>to</strong> time in respect<strong>of</strong> any personnel deployed or engaged by the Bidder or their sub contrac<strong>to</strong>r either directly or indirectly.With respect <strong>to</strong> their employees or assignees, the Bidder shall be solely responsible for strictly followingall labor laws, industrial laws, fac<strong>to</strong>ries act, minimum wages act and other such laws which areapplicable from time <strong>to</strong> time, <strong>including</strong> <strong>but</strong> <strong>not</strong> <strong>limited</strong> <strong>to</strong> the modification, amendments or additionswhich are made <strong>to</strong> these laws during the period <strong>of</strong> Agreement.95


Implementing Agency for Centrally Sponsored NLRMP SchemeThe Bidder will also be responsible for the various levies <strong>of</strong> State/Central Governments and/or anyStatu<strong>to</strong>ry Body. The Bidder shall have <strong>to</strong>, at their expense, comply with labor laws and keep the UTAdministration indemnified in respect there<strong>of</strong>. Agency shall be fully responsible for all matters arisingout <strong>of</strong> the performance <strong>of</strong> the Agreement and shall comply, at their own expenses, with all laws / acts /enactment / orders / regulations / statu<strong>to</strong>ry obligations, whatsoever <strong>of</strong> the Government <strong>of</strong> India / StateGovernment, Local Self Government or any Statu<strong>to</strong>ry Authority.11. Period <strong>of</strong> AgreementThe agreement <strong>to</strong> be entered in<strong>to</strong> between the UT Administration and the Bidder shall be valid from thedate <strong>of</strong> signing the Agreement or 15 days from issuance from LOI, whichever is earlier till final approval<strong>of</strong> the UT administration is received.12. LiabilityIn no event shall either party be liable for any direct, indirect, incidental, spatial, consequential, relianceor cover damages, <strong>including</strong>, <strong>but</strong> <strong>not</strong> <strong>limited</strong> <strong>to</strong>, loss <strong>of</strong> pr<strong>of</strong>its, revenue, data or use, incurred by theother party. In no event, however, shall the <strong>to</strong>tal liability <strong>of</strong> the Bidder under this Agreement exceed theamount <strong>of</strong> fee received by the Bidder from the UT Administration. However this clause will <strong>not</strong> preventthe UT Administration from levying the liquidated damages as per Clause 7 and 8.1.13. NoticesAny <strong>not</strong>ice or request required or permitted <strong>to</strong> be given or made under this Agreement <strong>to</strong> either partyshall be in writing. Such <strong>not</strong>ice or request shall be deemed <strong>to</strong> have been duly given or made when itshall be delivered by hand, mail or fax <strong>to</strong> the party <strong>to</strong> which it is required or permitted <strong>to</strong> be given ormade at such party’s Head Office or Registered Office or Corporate Office or branch <strong>of</strong>fice addresses.14. ArbitrationIn the event <strong>of</strong> any dispute or difference at any time arising between the parties relating <strong>to</strong> theconstruction, meaning or effect <strong>of</strong> this agreement or any other clause or any content <strong>of</strong> the rights andliabilities <strong>of</strong> the parties or other matters specified herein or with reference <strong>to</strong> anything arising out <strong>of</strong> orincidental <strong>to</strong> this agreement or otherwise in relation <strong>to</strong> the terms, whether during the continuance <strong>of</strong> thisagreement or thereafter, such disputes or differences shall be endeavored <strong>to</strong> be solved by mutualnegotiations. If, however, such negotiations are anfractuous, these shall be decided by arbitration <strong>of</strong>two Arbitra<strong>to</strong>rs, one<strong>to</strong> be appointed by each party <strong>to</strong> the dispute or difference and <strong>to</strong> an Umpire <strong>to</strong> be appointed byArbitra<strong>to</strong>rs in writing before taking upon them the burden <strong>of</strong> arbitration. Such a reference shall bedeemed <strong>to</strong> be a submission <strong>to</strong> arbitration under the provisions <strong>of</strong> the Arbitration and Conciliation Act,1996 and <strong>of</strong> any modification or re-enactment there<strong>of</strong>. The venue <strong>of</strong> arbitration shall be Silvassa only,the expense <strong>of</strong> the arbitration shall be paid as may be determined by the Arbitra<strong>to</strong>rs.15. JurisdictionAll questions, disputes or differences arising under out <strong>of</strong> or in connection with the Agreement shall besubject <strong>to</strong> the exclusive jurisdiction <strong>of</strong> the court under whose jurisdiction the place from which theagreement has executed i.e. Silvassa.16. Force Majeure16.1. Force Majeure means such <strong>of</strong> the following fac<strong>to</strong>rs which substantially affect the performance <strong>of</strong>the Agreement, such as: natural phenomena, <strong>including</strong> <strong>but</strong> <strong>not</strong> <strong>limited</strong> <strong>to</strong> floods, droughts, earthquakesand epidemics; acts <strong>of</strong> any Government, domestic or foreign, <strong>including</strong> <strong>but</strong> <strong>not</strong> <strong>limited</strong> <strong>to</strong> war, declaredor undeclared, quarantines, embargoes; Illegal strikes and legal lockouts in respect <strong>of</strong> the UTAdministration’s / the Bidder’s scope <strong>of</strong> work provided, either party shall within fifteen (15) days from theoccurrence <strong>of</strong> such a cause <strong>not</strong>ify the other in writing <strong>of</strong> such causes.16.2. The Bidder or the UT Administration shall <strong>not</strong> be liable for delays in performing their obligationsresulting from any Force Majeure cause as referred <strong>to</strong> and/or defined above.16.3. However, if such an event lasts for a period <strong>of</strong> 180 days or more then either party shall have anoption <strong>to</strong> terminate this Agreement forthwith without any liability after intimating the other party <strong>of</strong> thesame. The Bidder shall however be entitled <strong>to</strong> receive payments for all the services rendered by it96


Implementing Agency for Centrally Sponsored NLRMP Schemeunder this Agreement prior <strong>to</strong> termination <strong>of</strong> Agreement. The payment shall be determined as perSection 8.5.17. Cus<strong>to</strong>dy <strong>of</strong> Drawing/ reports/data etcOriginal Drawings/Maps/Atlas/Data/Charts/Pho<strong>to</strong>copies <strong>of</strong> classified documents such as <strong>to</strong>po sheetsetc., and all other documents received from the UT Administration, shall remain in the cus<strong>to</strong>dy <strong>of</strong> theBidder during the period <strong>of</strong> assignment only and shall be used exclusively for this job and shall <strong>not</strong> bemade use <strong>of</strong> for any other purpose. These shall be carefully preserved by the Bidder till the completion<strong>of</strong> the job and shall be handed over <strong>to</strong> the UT Administration on preparation <strong>of</strong> final report or ontermination <strong>of</strong> the Agreement.18. IndemnityThe Bidder shall indemnify the UT Administration and every members, <strong>of</strong>ficers and employees <strong>of</strong> theUT Administration, against all actions, proceedings, claims, demands, costs and expenses whatsoeverarising out <strong>of</strong> or, in connection with various matters and against all actions, proceedings, claims,demands, costs and expenses whatsoever arising out <strong>of</strong> any negligent act or omission or failure by theBidder in the performance <strong>of</strong> the Bidder obligation under this Agreement.19. General clauses19.1. Entire Agreement & AmendmentsThis Agreement constitutes the entire agreement between the parties with respect <strong>to</strong> the subject matterhere<strong>of</strong> and supersedes all prior written, oral or implied understandings between them on that subjectmatter. This Agreement may be amended, modified or supplemented only by the Authorizedrepresentatives <strong>of</strong> the parties in writing executed on behalf <strong>of</strong> both parties here<strong>to</strong>.19.2. Exclusive AgreementThe UT Administration at any time is free <strong>to</strong> engage other competent bidder in the interest <strong>of</strong> the projectfor any inconclusive arbitration.The Bidder can take up such similar business in any other state or location without in any way affectingthe services agreed <strong>to</strong> be <strong>of</strong>fered by it under this Agreement and subject <strong>to</strong> clause3.7. However, theBidder shall express written information from the UT Administration under such circumstances.19.3. SeverabilityIn the event that any provision or any portion <strong>of</strong> any provision <strong>of</strong> this Agreement shall be held invalid,illegal or unenforceable under applicable law, the remainder <strong>of</strong> this Agreement shall remain valid andenforceable in accordance with its terms.19.4. SurvivalThe clauses <strong>of</strong> this Agreement, which by their very nature ought <strong>to</strong> survive termination <strong>of</strong> thisAgreement, shall so survive.IN WITNESS WHEREOF, the parties here<strong>to</strong> have caused this Agreement <strong>to</strong> be duly executed. Eachparty warrants and represents that its respective signa<strong>to</strong>ries whose signatures appear below have beenand are on the date <strong>of</strong> signature duly authorized <strong>to</strong> execute this Agreement.Authorised Signa<strong>to</strong>ryOn behalf <strong>of</strong> the UT AdministrationBidderIn witness <strong>of</strong>Authorised Signa<strong>to</strong>ryOn behalf <strong>of</strong> theIn witness <strong>of</strong>1. _________________________ 1. _______________________2. _________________________ 2. _______________________3. _________________________ 3. _______________________97

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!