Download as pdf or txt
Download as pdf or txt
You are on page 1of 39

GWADAR SAFE CITY PROJECT – IT SECTION

Science & Information Technology Department

PROJECT MANAGEMENT
UNIT (PMU)
REQUEST FOR PROPOSAL
(RFP) DOCUMENT GWADAR SAFE CITY

GOVERNMENT OF
FOR HIRING OF

CONSULTANCY SERVICES

FOR
BALOCHISTAN

“GWADAR SAFE CITY


PROJECTIT SECTION”

Deputy Project Director (IT)


PHONE # 081-9203539
Fax # 081-9203538

1
Contents
1.0 INTRODUCTION ......................................................................................................................................... 2
2.0 OBJECTIVES OF THE PROJECT .............................................................................................................. 2
3.0 BRIEF OBJECTIVES OF THE CONSULTANCY SERVICES ................................................................. 4
4.0 SCOPE OF WORKS / TERMS OF REFERENCE (TORS) OF PROPOSED CONSULTANCY ........ 4
I. TASK-I: INCEPTION / DESIGN REPORT ......................................................................................................... 4
II. TASK-II: BIDDING DOCUMENTS ITS EVALUATION AND VETTING OF THE PROJECT LLDS . 5
III. TASK-III: LEGAL SERVICES AND CONTRACT AGREEMENTS............................................................. 5
IV. TASK-III: THIRD PARTY MONITORING / VALIDATION AND ASSISTANCE TO PMU.................. 6

5.0 REQUEST FOR PROPOSAL ....................................................................................................................10


6.0 VALIDITY OF THE PROPOSAL / BID .................................................................................................12
7.0 BRIEF DESCRIPTION OF THE SELECTION PROCESS ....................................................................12
8.0 BID SECURITY...........................................................................................................................................12
9.0 INSTRUCTIONS TO THE PROSPECTIVE BIDDERS ........................................................................12
10.0 SPECIAL TERMS & CONDITIONS OF CONTRACT ........................................................................15
11.0 EVALUATION CRITERIA: ....................................................................................................................16
1. BIDDERS ELIGIBILITY ASSESSMENT: ......................................................................................................... 16
2. TECHNICAL BID EVALUATION CRITERIA ....................................................................................................... 18
3. EVALUATION OF FINANCIAL PROPOSALS / BIDS ...................................................................................... 21
COMMENCEMENT OF ASSIGNMENT...................................................................................................................... 21
12.0 AWARD OF THE CONTRACT & UPLOADING OF EVALUATION REPORT ............................21
13.0 PERFORMANCE SECURITY: ...............................................................................................................22
14.0 SUBMISSION OF BIDS ..........................................................................................................................22
15.0 OPENING OF BIDS .................................................................................................................................22
16.0 TERMS AND CONDITIONS OF THE PROCUREMENT PROCESS AND CONTRACT
AGREEMENT ........................................................................................................................................................22
17.0 APPENDICES ...........................................................................................................................................25
TECHNICAL FORM 1 ..................................................................................................................................................... 25
TECHNICAL FORM 2 ..................................................................................................................................................... 26
TORS FORM 3: ............................................................................................................................................................... 27
FINANCIAL FORM 1 ....................................................................................................................................................... 28
FINANCIAL FORM 2 (I).................................................................................................................................................. 29
FINANCIAL FORM 2 (II) .................................................................................................................................................. 1
EXPERIENCE RECORD FORM 4 (I) ........................................................................................................................... 2
EXPERIENCE RECORD FORM 4 (II).......................................................................................................................... 4
METHODOLOGY AND WORK PLAN FORM 5 ......................................................................................................... 6
PERSONNEL CAPABILITIES FORM 6 (I)................................................................................................................... 7
C.V: FORM 6 (II)............................................................................................................................................................... 8
FINANCIAL STATUS FORM 7 ....................................................................................................................................... 9
Request for Proposal
Consultancy Services for Gwadar Safe City Project IT Section

1.0 Introduction
The China-Pakistan Economic Corridor (CPEC) is an ongoing development
mega project, which aims to connect Gwadar Port from Southwestern Pakistan
to China’s Northwestern region of Xinjiang, via a network of highways, railway
and pipelines to generate business and enhance quality of life of the public.
Gwadar Master Plan is being revised/updated to develop Gwadar as a Smart
and Safe Port City. In order to develop a safe and secure investor-friendly
environment, the need of an efficient and effective technology in safety and
security is crucial.
The emergence of smart technology is driving the creation of safer cities
throughout the world now. Vast communication and sensor networks across
cities enable law enforcement and other government agencies related to citizen
safety to gather greater quantities of data; interpret them and respond timely
and effectively. Greater interoperability allows technologies and networks to be
linked and advanced analytics provide organizations with the data for making
strong and effective decisions. These measures have paved the way to evaluate
threat perception and security requirements in order to combat and reduce
the crime rates.
The Government has embarked upon a plan to enhance public security and
welfare in the city of Gwadar through modern technological uses. This in turn
will mean, deploying networked security systems across several entities in the
city to optimize the necessary response from detection to action by the law
enforcing agencies. Government needs to make Gwadar a strong city in terms
of economy, level of safety and security threat, availability of internet protocol,
susceptibility to natural disasters, improved coordinated and cooperation
among the agencies / organizations etc.,

2.0 Objectives of the Project


The objectives for this project are to ensure the following:
a) Protecting the city of Gwadar from terrorism is the cornerstone of the
project;
b) Preventing the unauthorized acquisition, importation, movement, or use
weapons and toxic materials;

2
c) Minimizing threats and vulnerability to the important infrastructure,
key resource, top leadership, and major events, from terrorist attacks
and other hazards;
d) Automatically alert respond force, in time to take measures regarding
malicious activities, events or actions that impact citizens’ safety;
e) Conduct forensic searches for specific objects, colors, activities and
human attributes across millions of indexed video clips and retrieve
results in minutes;
f) Proactively predict events and vulnerabilities based on number of
information captured &analyzed from various entry / exit points in the
city;
g) Bring different fragmented security systems under one umbrella, with
integrated solutions that strengthen protection, while substantially
mitigating the rising cost and complexity of security;
h) Control access to information and applications dynamically using rules-
based identity management;
i) Make critical business data available to relevant users, irrespective of
their location, to enable continuous delivery of vital services to citizens,
even in the event of an outrage.
j) Provide decision makers with a real-time, holistic view of the city’s
operations and resources, helping public agencies coordinate emergency
response efforts and arrange resources in hours instead of days.
k) As there will be a host of services that would be launched including
video surveillance, laying of OFC, establishing a command and control
centers, a lot employment opportunities will be created directly during
installation and operations phases, while sustaining employments for
operations, maintenance and upgrades to continue.
l) Indirectly, as the city’s security perception improves, it is envisaged that
investment in the small and medium enterprise sector will also increase.
This in turn will affect the property valuations, which will also
contribute towards improved economic activity, as businesses shall
require more office space.
m) Once the security measures are in place through the safe city project,
the probability to integrate the systems and in turn create a broad Safer
City project.
n) It is envisaged that system’s network infrastructure (OFC and/or
Wireless) may be expanded to include the government offices, utilities
and other relevant departments, in the existing phase or the next one, to
provide network infrastructure that is mandatory for e-Governance.

3
o) It is envisaged that once the system is in place, it will provide the
provincial government with useful information. Various departments of
the government will be able to publish relevant information on the web
portal, which may be easily accessed by the general public.
p) The network will also enable the government departments to converge
on one portal for the exchange of information.
q) The Command, Control, Communication, Computer and Intelligence
(C4I) Center at the network’s nerve epicenter aggregates all raw inputs,
where the system’s software extracts the required information coming
from several inputs. The collated raw data includes security data,
threats, sensors input, IVS, human intelligence feeds, which is
translated into useful intelligence used to take informed decisions.

3.0 Brief Objectives Of The Consultancy Services


I. The objective of the Consultancy Services is to review the feasibility
study, prepare Detailed Engineering & Networking Designs of the IT
component of the project items such as OFC, Wireless, LTE, Data
Centre, Switching and Routing, Power backup, Video surveillance
CCTV, Video Analytics and Software, Construction of Control Centers
and its Equipment Installation, RFID /ITS/GIS, Boats Tracking and
Walky-talky systems and Project Management.
II. To prepare Tender / Bidding Documents and their Technical and
Financial Evaluations of the Project. The consultant will also have to
examine and vet the Project Low level designs to be submitted by the
Contractor, with additional reviews as many as required.
III. To provide services Legal matters and preparation of Contract
/Agreements.
IV. Third Party Monitoring (TPM), Construction Supervision of the whole
project and provide consultancy and assistance to PMU Gwadar Safe
City Project for implementation of the Project.

4.0 Scope Of Works / Terms Of Reference (Tors) Of Proposed


Consultancy
i. Task-I: Inception / Design Report
a) Task-I will cover review of the technical survey, preliminary designs,
Scope and BOQs of the IT Components of the project items in order
to make them more comprehensive and practicable. Mostly the items
includes OFC, Wireless, LTE, Data Centre, Switching and Routing,
Power backup, Video surveillance, Facial recognition software &

4
equipment, CCTVs, Video Analytics and Software, Command Control
Communication Centre Intelligence (C4I) Construction & Equipment
Installation, RFID/ ITS/ GIS, Boats Tracking & Walky-talky systems,
Project Management Systems etc.
b) Planning and designing of civil components including control room
and offices.
c) The Technical reports with designs will also include: the details of
additional field investigation / surveys / studies required for
engineering and networking designs and detailed work programme
for the study and any other finding / recommendation for review and
appraisal of the Client.
d) The Consultant will finish this work in the first three months of the
assignment.

ii. Task-II: Bidding Documents its Evaluationand Vetting of the


Project Design
a) Preparation of Tender / Bidding Documents (RFPs, BOQs,
Specifications) for the Gwadar Safe City – IT Digital Surveillance
Component of the Project only, in line with the standard public sector
practices such as BPP Rules 2014 and relevant laws, rules etc.,
b) Technical and Financial Evaluation of the Bids as per criteria and
requirements defined in the RFPs/ BOQs.
c) To examine and vet one or more Project design/ Low level designs
(LLDs) to be submitted by the responsive Bidders / Contractors, with
additional reviews as many as required, before award of the contract.

iii. Task-III: Legal Services and Contract Agreements


a) Review, draft and negotiate Contracts / Agreements, Request for
Proposals, Expression of Interests as and when required by the
Government;
b) Review, draft and negotiate memorandums of understanding, patent
agreements with various national and international entities,
whenever required by the Government;
c) Advise on all potential corporate, regulatory and other legal issues of
public sector organization;
d) Advise on individual labor and employment matters;
e) Review personal, fiscal, and other policies as well as corporate by-
laws;
f) Attend PMU and different Committees meetings as necessary;

5
g) Advise on Government grant and contract issues;
h) Advise on response to subpoenas, court orders and request for
information from third parties;
i) Defend lawsuits, or any other claims, and conduct litigation as
necessary;
j) Attendance and participation at meetings about and/or with entities
having legal business with the Firm, when required by the
Government;
k) Other legal services as needed.

iv. Task-III: Third Party Monitoring / Validation and assistance to PMU


a) The Consultants shall assume full responsibility for the contract
management, Third Party Monitoring and construction supervision of
civil works, networking, equipment installations, software
development, electro-mechanical works etc., for the purpose of the
contract.
b) The Consultant shall provide the complete integration solution of all
IT components to be installed and guide the Contractor for its virtual
completion on ground.
c) Provide fair and quality assistance to the PMU of the Gwadar Safe
City Project – IT, for smooth and effective implementation,
construction and establishment of the safe city project.
d) The Consultant shall also undertake to commissioning, validate and
test the functioning of the installed networking / equipment as per
BOQs, Specifications etc., before payments to the contractor.
e) To assist PMU in the project inspection, completion and clearance
phase, before closure of the project.
f) The Consultants shall also perform all the duties and functions
required for them under the Conditions of Contract to be signed.

Detail Terms Of Reference (ToRs) of TPM & Construction Supervision

1) TPM of sites of exit/entry gates of GwadarCity, be constructed along


with check-post booths on each lane; construction of small complex of
rooms with kitchen and toilet for the site offices and installation of IT
equipment.
2) TPM ofselectedsites where cameras (Laser, ANPR, thermal, Static
zooming and PTZ) are to be installed.

6
3) Sight Area Test (SAT) to determine optimum functioning of the cameras
at desired location, along with confirmation of Power Redundancy in
power back options like Solar, UPS to maintain power supply in camera
surveillance during grid power failure.
4) TPM topographic survey, geotechnical investigation and end-to-end
solution for Tier III/3 Datacenter or any other advance one andstate of
the art C4I.
5) The Project Management Consultant will also prepare a detailed study
report; complete design and configuration details of Tier III integrated
Data Center and C41. The details of works to be carried out by the
Project Management Consultant are as follows:
i. Civil: Shall oversee Civil, Structural, Architecture, Water Supply,
Water Treatment, Sewage disposal, soil and environment
investigation, landscaping, etc. for the Data Center. The design
specifications should be based on Tier III guidelines and should
comply TIA / EIA and ISO Standards.
ii. Electrical: Shall oversee Electrical Distribution, Panels, Cabling,
Switchgears, Transformers, UPS, lighting, DG Set, Controls,
Earthing, etc., for the entire Data Center. Power calculation using
Tier III methodology should be done to ensure sufficient power
availability. Grounding of entire Data Center and individual
equipment’s shall be part of electrical design.
iii. Mechanical: Shall oversee HVAC (heating, ventilation & air
conditioning, Precision Air Conditioning for DC & Comfort Air
Conditioning for Office Area), pumps, filters, piping, ducts, insulation
system, etc. for the Data Center Air flow using Hot – Cold aisle
approach should be part of design. HVAC output to BMS should be
compliant with Open platform approach and should be compatible
with BACNet (Building Automation & Network Control) / Modbus
over IP Standards.
iv. Interiors: Shall oversee Interior for Data Center, Competency Center
and associated buildings (Wall paint/ Office Space/ Furniture/ file
storage cabinets/ Manager’s room, etc.)
v. Building Management System: Shall ensure, through contractor,
Building Management and Control system for Data Center. BMS
should be able to integrate all physical and electronic systems in
Data Center over an IP platform. A Mediator platform should be
incorporated to ensure the information flow between various devices
and systems.
vi. Security: Shall oversee Access Control System, Surveillance System,
Attendance System, building security, etc., for the entire Data
Center. All systems and sub-systems for security shall be designed
for IP platform integration.
vii. Fire Detection & Suppression System: Shall oversee fire detection,
suppression and alarm system for the Data Center.
viii. Office Space and Amenities: Shall oversee office space and
amenities with complete data, voice & electrical wiring and
associated requirements.

7
ix. Hardware & Networking: Shall oversee LAN, Internet Connectivity
and other data & voice connectivity, drawing specifications of IT
hardware, networking devices, security devices, Server Racks,
Network Racks, etc. required for the Data Center.
x. Network Operations Centre (NOC): Shall oversee the Network
Operations Centre (NOC) and check the specifications for all the
hardware & software components required for it.
xi. Disaster Recovery (DR): Shall oversee the Backup control room.
xii. Site Supervision: Shall supervise during the construction and
commissioning of the Data Center and DR site. Shall be responsible
for monitoring the activities with respect to timelines as per the pert
chart prepared for the activities. Shall also carry out the audit to
ensure that all activities and components have been carried out as
per the specifications.
xiii. Data Centre Compliance: Shall supervise the Data Center design
tier 3 and should comply to TIA-942 (Telecommunications
Infrastructure Standard for Data Centers) standard. The individual
components like LAN Cabling, Electrical Wiring, etc. should be as per
the international standards.
xiv. Best Practices: Shall frame best practices for the day-to-day working
of Data Centre Projects & its associated infrastructure.
6) TPM of Data Center design includes specifications of the servers, video
recorders, RAID controllers and memory, Air Conditioning, Networking,
UPS and other standard which is related at Data Center in the backup
Control Center where all video streams may also be recorded for backup
purposes.
7) TPM of Designing and suggestion of Staff requirements for the Backup
Control Center and Data Center along with their Job Descriptions and
qualifications
8) Preparation of Projects Plan and Time Schedule and assistance to PMU
for speedy, transparent and quality implementation of the project.
9) Supervision and advise on system to integrate with the Excise
Department's Motor Vehicle Registration database, NADRA and others if
any.
10) TPM of Entry-Exit Gates regarding RFID sensors/readers also, which
may read RFID tags on moving vehicle screens at a speed of 45 mph
from a distance of 10 meters.
11) TPMof RFID readers which are required to be placed at important
crossings in the city, with standard specifications and Data be
communicated Fiber Optic network, Wireless etc.,
12) TPM of Mobile X-Ray Scanner with Back-scattered scanning technology,
in which the humans are removed from the vehicles before scanning.
This should be capable of primarily detecting metallic and plastic

8
weapon's with a secondary objective of detecting common smuggled
consumer items
13) TPM of Video Analytics software, which can detect suspicious behavior,
the Line Wire Technology (which detects changes in dimensions of
vehicles). Software should be able to trigger alarms for suspicious events
such as vehicles parked for long durations at sensitive areas, suicide-
vests, Motion Detection, Hooded or damaged Camera Detection etc.
14) TPM of Object Tracking (Shape-based detection) of specified target
vehicle so that it is automatically tracked all along its route as it moves
from one camera to another with carry-over/hand-over.
15) TPMof GIS system with satellite imagery of Gwadar along with layers of
roads, rail track, water bodies, and prominent Government buildings,
which will be integrated in Control Center.
16) TPMof GPS based Vehicle tracking and Fleet management system
integrated with the Control Center on LTE network/ infrastructure
(using Cellular LTE services like Mobile Operators) rather than renting
services from private sector. System would not be satellite based, and
hence its coverage would be only within the city limits where the LTE
signal coverage is available. In the Control Center, the position of all
vehicles be shown on the satellite imagery and GIS.
17) TPM of Detail interior Building plans of a second Backup view-only
Control Center at the building at Science & IT Department which will
also act as Disaster Recovery Site (DRS). This should include number of
LED’s Video Walls, providing easy drag and drop icons representing
cameras. This should be capable of viewing not only the CCTV streams
but also the Fleet Management/Tracking System and the Satellite
imagery. Where applicable, the specifications above should be applied to
Backup Center as well.
18) TPM of viewing all Cable based Media News Channels, local and foreign
in Backup Control Center along with a War Room (Conference
Roomfrom where the main video screens may be seen through glass
walls). Whereas in this phase, the project does not entail a DRS at a
remote location, at least 100 km away, specs for networking the Control
Center with the DRS
19) TPM of Backup wireless Network solution (in case of failure of the
primary fiber optic network), for ensuring project network connectivity
24/7. Supervision should include the specifications, the locations of
towers, frequency spectrum, wireless receivers and transmitters located
with the cameras, etc.
20) TPM of Call Center to be run in three shifts. Call center have Caller ID
facilities showing not only the number but also the name and if

9
applicable, address of the caller (as registered with the phone company).
All calls should be digitally recorded. Operators should use a
Commercial of the Shelf (COTS) Call Center software for entering any
remarks about the call. Call Center should also have facility for
receiving SMS messages from public, and for sending Robot SMS
messages.
21) TPM of Primary and Backup Control Center, which will be, linked with
Police, Rescue and Ambulance services through LTE, Fiber and Wireless
Telecommunication.
22) TPM of Backup Control Center where should ensure that sufficient
space is available for placing wireless equipment and antennae, and that
the backup video wireless frequencies do not interfere with the audio
wireless frequency of Police.
23) TPM of Mobile Command Center equipment, Specifications of vehicle in
which the Mobile Command Center will be developed
24) TPM of Vehicle data terminals and dashboards for mobile police
vehicles, with camera, wireless, remote view, GPS, 3G/LTE, Maps,
Biometric readers, RFID Readers, Tracking and integration with C4I and
Secondary control room.
25) TPM of Fiber optic digging, filling, installation, restoration and
equipment use for connectivity of fiber in Gwadar City/ GSC Project and
verification of work done for payments.
26) TPM of LTE based network covering entire Gwadar City for connectivity
of components, verification of towers, spectrum/ frequency, signal
strength etc.
27) TPM on Integration, quality assurance and user acceptance test of all
Firmware, System and customize Software’s such as Biometric, GIS,
Fleet Management System, Video Analytics, RFID, Call Center, VSM etc.
28) TPM and Participation in factory testing of electronic equipment.
29) Construction Supervision of Contractor's works at CCTV sites,
C4I/Data center and Entry/Exit Check posts.

30) Witness Testing and Commissioning of CCTV system and all


Components of the project installation at site.

Note: Please fill attached Form 3 on Scope of Works and TORs


against above Tasks.

5.0 Request For Proposal


The Project Management Unit (PMU) of Gwadar Safe City Project request

10
the Proposals for hiring the consultancy services for Gwadar Safe City
Project – IT Section.The project is envisaged to be completed in 18 to
24 months, the services of Consultancy shall be intact till the
finalization of PC-IV / completion of the Project.
PROPOSAL CONTENTS
Proposals submitted against RFP should provide clear, concise
information that satisfies the requirements of this RFP. The bidder, in
its proposal, shall, as a minimum, include the following:
6.1 Experience:
The bidder should describe its practical experience, including names,
addresses, contact persons and telephone numbers of at least three
clients, preferably including clients similar to the Company. Experience
should include the following categories:
a) General Experience of the bidder including experience in the areas of
Surveillance (Safe City solution) for Government and Commercial
clients.
b) Expertise in legal services of firm regarding employment law, general
litigation, arbitration, dispute resolution, mediation and advisor in the
area of Information and Communication Technologies law etc.;
c) Experience advising non-profit organizations and public sector
organizations;
d) Experience advising clients conducting similar programs and
government-funded services.
6.2 Organization Status, Size, Structure and Areas of Practice:
The bidder should provide a detailed profile of the its firm including
certified copies of all necessary documents such as certificate of
incorporation, registration, NTN or an equivalent document for proof of
legal status, details of organization size, structure office(s) location and
branches along with number of employees and areas of practice.
6.3 Qualifications of Team Members:
The bidder must include in the proposal:
a) Professional and educational background of the proposed team lead and
core members dedicated to this assignment (For associates a minimum
of five years of experience is required);
b) Overall supervision to be exercised;
c) Previous experience of each individual of the proposed team lead and
core members with respect to the required experience listed above,
description of other work, educational qualification and bar
memberships local and international (if any);

11
6.4 RFP Document – its availability
RFP document can be downloaded from the Website of the Balochistan
Public Procurement Regulatory Authority (B-PPRA) www.bppra.gob.pk
6.5 Bidding document Fee
The Tender/bidding document fee of Rs.2000/- in Government Account
C-38 others, C-3870 others on the name of Deputy Project Director – IT,
Gwadar Safe City Project, the bank slip is mandatory to attach with
tender documents at the time of submission of bids.

6.0 Validity of the Proposal / Bid


The Proposal shall be valid up to 90 days as per BPPRA rule -30

7.0 Brief description of the Selection Process


The Bidders will send their Proposals in Single Stage – Two Envelope
Procedure. The PMU has adopted Quality and Cost Based Selection
Method (QCBS) as per B-PPRA Rule 69 (4) of 2014. In selection
process two separate sealed envelopes (Technical and Financial Bids)
are required to be submitted for evaluation. The 80% of the marks are
reserved for technicaland 20% for financial proposals.

8.0 Bid Security


All bidders are required to submit 2% earnest money in the form of a
bank guarantee or Bank draft/pay order. The Earnest Money should be
furnished by a reputable bank in favor of DGIT / Deputy Project
Director IT, Gwadar Safe City Project and shall be valid for a period of
three (3) months. The bank guarantee / pay order for earnest money
will be returned to the responsive bidders on signing of the contract with
the successful bidder and the earnest money of technically non-
responsive bidder will be returned within 30 days. Bidders submitting a
proposal without acceptable earnest money shall be disqualified.

9.0 Instructions To The Prospective Bidders


a. Detailed description of the objectives, scope of services, deliverables and
other requirements relating to this project are specified in this RFP.
b. The Bidder shall submit its Proposal in the form and manner specified
in the RFP. The Technical Bid shall be submitted in line with the
respective form at TECHNICAL FORM-1 and 2and the Financial Bid
shall be submitted in the form at FINANCIAL FORM-1 and 2(i) & (ii).
(Attached bellow)

12
Upon selection, the Bidder shall be required to enter into an agreement
with the Client in the form specified as sample agreement in the
document. However, some clauses may be modified on mutually agree-
able terms but decision of Project Management Unit of Gwadar Safe City
will be final in any suggested amendments.
c. Bidder may request a clarification on the RFP documents up to the
number of days before the proposal submission date. Any request for
clarification must be sent in writing, or by standard electronic means to
the Client’s address indicated in the Data
Sheet. The Client will respond in writing, or by standard electronic
means, and will send written copies of the response (including an
explanation of the query but without identifying the source of inquiry) to
all Bidders.
d. At any time before the submission of Proposals, the Client may amend
the RFP by issuing an addendum in writing, or by standard electronic
means. The addendum shall be sent to all bidders and will be binding
on them. The Bidders shall acknowledge receipt of all amendments. To
give Bidder reasonable time in which to take an amendment into
account in their Proposals the Client may, if the amendment is
substantial, extend the deadline for the submission of Proposals.
e. The original proposals (Technical and Financial) shall contain no
interlineations or overwriting, except as necessary to correct errors
made by the Bidder themselves. The person who signed the proposal
must initial such corrections.
f. An authorized representative of the Bidder shall initial all pages of the
original Technical and Financial Proposals. The authorization shall be in
the form of a written power of attorney accompanying the Proposal or in
any other form demonstrating that the representative has been dully
authorized to sign. The signed Technical and Financial Proposals shall
be marked “ORIGINAL”.
g. The Technical Proposal shall be marked “ORIGINAL” or “COPY” as
appropriate. The Technical Proposals shall be sent to the addresses
referred to in the datasheet and in the number of copies indicated in the
Data Sheet. All required copies of the Technical Proposal are to be made
from the original. If there are discrepancies between the original and the
copies of the Technical Proposal, the original governs.
h. The original and all copies of the Technical Proposal shall be placed in a
sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the
original Financial Proposal shall be placed in a sealed envelope clearly
marked “FINANCIAL PROPOSAL” and clearly mentioning the name of
the assignment, and with a warning “DO NOT OPEN WITH THE
TECHNICAL PROPOSAL.” The envelopes containing the Technical and

13
Financial Proposals shall be placed into an outer envelope and sealed.
This outer envelope shall bear the submission address and be clearly
marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE APPOINTED
OFFICIAL”. The Client shall not be responsible for misplacement, losing
or premature opening if the outer envelope is not sealed and/or marked
as stipulated. Such an occurrence may be the case for Proposal
rejection. If the Financial Proposal is not submitted in a separate sealed
envelope duly marked as indicated above, this will constitute grounds
for declaring the Proposal non-responsive.
i. The Proposals must be sent to the address/addresses indicated in the
Data Sheet and received by the Client no later than the time and the
date indicated, or any extension to this date in accordance with rules.
Any proposal received by the Client after the deadline for submission
shall be returned unopened.
j. From the time the Proposals are opened to the time the Contract is
awarded, the Bidder should not contact the Client on any matter related
to its Technical and/or Financial Proposal. Any effort by Bidder to
influence the Client in the examination, evaluation, ranking of
Proposals, and recommendation for award of Contract may result in the
rejection of the Bidder Proposal.
k. The evaluation committee shall evaluate the Technical Proposals on the
basis of their responsiveness to the Terms of Reference, applying the
evaluation criteria, sub criteria, and point system specified in the RFP.
Each responsive Proposal will be given a technical score. A Proposal
shall be rejected at this stage if it does not respond to important aspects
of the RFP, and particularly the Terms of Reference or if it fails to
achieve the minimum technical score indicated in the Data Sheet.
l. After the technical evaluation is completed, the Client may inform the
Bidders who have submitted proposals that the technical scores
obtained by their Technical Proposals, and shall notify those Bidder
whose Proposals did not meet the minimum qualifying mark or were
considered non-responsive to the RFP and TOR, that their Financial
Proposals will be returned unopened after completing the selection
process.
m. Financial Proposals shall be opened publicly in the presence of the
qualified bidders or their representatives who choose to attend. The
name of the Bidders, and their technical scores shall be read aloud. The
Financial Proposal of the Bidder who met the minimum qualifying mark
will then be inspected to confirm that they have remained sealed and
unopened. These Financial Proposals shall then be opened, and the
total prices read aloud and recorded.
n. All documents, reports, designs, and all deliverables prepared by the

14
Legal Consultant shall become and remain the property of the procuring
Client; any restrictions on the future use of these documents by the
Legal Consultant shall be specified in the conditions of the contract.
o. Bidders should note the Proposal Due Date (PDD), for submission of
proposals. Except as specifically provided in this RFP, no supplementary
material will be entertained by the Client and that evaluation will be
carried out only on the basis of Documents received by the closing time
of Proposal Due Date. Bidders will ordinarily not be asked to provide
additional material information or documents subsequent to the date of
submission, and unsolicited material if submitted will be summarily
rejected. For avoidance of any doubt, the Client reserves the right to
seek clarifications. Bidder shall not submit any document after PDD
except in response to any clarification sought by PMU and in response
to clarifications no change shall be made.

10.0 Special Terms & Conditions of Contract

a. The Project Management Unit,GSC invites sealed bids containing One


Original Technical and Financial Proposal and two copies of technical
& financial proposals from all interested Bidders for this RFP of hiring of
the legal consultancy services.
b. The Bidder must quote for the complete scope of work as per TORs. The
bid offering partial scope of work shall be rejected as non-responsive.

c. The Technical Proposal should contain all the bid items/solutions


without quoting the price and must list firm’s clientele, details of past
project, items specification etc.
d. The client will not be responsible for any costs or expenses incurred by
bidders in connection with the preparation or delivery of bids.
e. Bidders shall submit bids, which comply with the biddingdocuments,
Alternative bids will not be considered.
f. Conditional tenders/bids will not be acceptable.
g. Every page of the original proposal documents should be signed and
stamped by the bidder and proposal to be submitted in bind form.
h. Any firm, which furnishes wrong information, will be liable for legal
proceeding. Any contract awarded in such case when find out, will be
cancelled.
i. The bidder/lead should not be blacklisted by any of itsclients. The
bidder must submit an affidavit to this affect.
j. Payment Schedule shall be based on the deliverables and will be detailed

15
at the time of the contract.
k. Acceptance Criteria: Bidding is allowed to all Bidders that meet the
eligibility criteria and minimum qualification criteria relating to
previous experience, delivery capability, firms standing, etc., as stated
in the RFP.
l. Evaluation criteria are given for the selection of the Consultancy
Services.
m. Financial Proposal to be submitted together with Technical Proposal.
n. The Consultant has to submit documentary evidence (sufficient &
acceptable) to the client and subject to approval of the client, which will
deem to have the final say on this subject.
o. Proposals shall be submitted in English language.
p. Amounts payable by the Client to the Consultant hired under the contract
would be subject to local taxation.
q. Income Tax shall be deducted from each payment made to the
Consultant as per Income Tax Rules and Regulations prescribed by
Government of Pakistan.
r. Each party shall be liable for its own taxes. The prices quoted by
the Consultant in its financial proposal will be considered inclusive of all
applicable taxes.
s. The Consultant is to state local cost in the national currency only.
t. The Consultant must submit the original and three copies of the Proposals.

11.0 Evaluation Criteria:


1. Bidders Eligibility Assessment:
Initial evaluation of the Technical proposals shall be carried-out by the
PROCUREMENT COMMITTEE, as per the requirements of the eligibility criteria laid
down under Eligibility Criteria for Bidders” in the following manner:

Bidder Bidder
Bidder 1
2 3
Bidders Eligibility Factor Requirement
YES / YES / YES /
NO NO NO
Registration with Income Please attach valid copy of NTN
Tax
Registration with BRA Please attachvalid copy of BRA
Certificate

16
Registration with SECP Valid copy of SECP / Registrar of
firms/ Registered Company in
Pakistan for Bidder including all JV
Partners
Registration with PEC Valid copy of PEC Registered
(Pakistan Engineering Consultant(Note: In case of foreign
Council) firm participating directly in the
project must provide affidavit to
submit the valid registration of PEC
before the time of award)
Relevant Experience Two (2) No. of similar nature of
work having relevant Safe City /
SecuritySurveillance experience or IT
components comprising of LTE,
CCTV, Data Centre, Intelligence
gathering system, Radio/Wireless,
GIS, Flat Command system, vehicle
recognition and control system,
Video Analytics, Facial recognition
etc. of the Safe City Project.
Proof of consultation & Design in
shape of contract copy or customer
certificate is required
JV Agreement Company must provide certified
copies / Notary attested of contract
(Standard forms of Joint / PO / Experience Letters. The
Venture / Consortium bidder in case of JV must have duly
Agreements) registered agreement (For foreign
firms as per PEC bylaws).

Financial Capacity Bidder must provide Bank Certificate


of Company’s Bank Account /
Financial Audit certifying average
annual turn-over of PKR.100 Million
For the past five (5) years (must
attach)
Non-Blacklisting Declaration of Non-blacklisting on
Non-Judicial Stamp paper by the
Bidder(s)
Local presence Bidder must undertake to open a
representation office in Gwadar. In
case of JV all partners must have

17
offices operational in Pakistan. Proof
required.

i. Firm must score “YES” in all requirements of the eligibility criteria


to be categorized as Eligible. “NO” to any requirement of the
eligibility criteria, by any bidder shall render the Firm as
Ineligible.
ii. Subsequent upon said assessment, Bidders shall be categorized
as:
a. Eligible Bidders
b. Ineligible Bidders

Return of Financial Proposals from Ineligible Bidders: Proposals


from Ineligible Bidders shall be declared “Non-Responsive”,
consequently shall NOT be accepted for any further evaluation:
iii. Their Financial Proposals shall be returned without being
opened.
iv. Their Bid security shall be released upon their written
request.

2. Technical Bid Evaluation Criteria

Selection of the successful bidder shall be based on the Quality andCost


Based Selection Method (QCBS)which means, the firm which attains
the highest combined weighted technical (80%) and financial (20%) score
according to the criteria as mentioned below/ in bidding documents.
i. The responsive Bids, where the technical score shall not be less
than 70% out of 100 Marks.
ii. Financial bid shall not be opened of the non-responsive firms.

(A) Experience and past performance.50 Marks


Security (i) TheBidder must have experience in the 15
Surveillance / consultancyof Safe city solution in
Safe city anyCity-wide single project in any
Projects major city of the world, preferably
Pakistanfor min of 800 cameras,ANPR,
GIS, NOC, Data Center, vehicle
recognition and control system, Video
Analytics etc (must provide copy of
contract / PO)
(ii) The Bidder at least must have 15
experience of providing support
services / consultancy in any Security
surveillance project in any major city of

18
theworld, preferably Pakistanfor
minimum of designing of 100 sites
includingfiber optic layouts,
Radio/Wireless, civil works, poles
design, power distribution, Network
switching etc. (must provide copy of
contract /PO)

General (III) 20
Experience
OFC Metro Network/ citywide 06
of lead
bidder in Enterprise Wireless 03
Country Datacenter/ Control room 05
Geographic Information System 04
Telemetry & SCADA (supervisory control 02
and data acquisition)
(Attach copies of relevant supporting documents (Work Order /
Satisfactory Completion Certificate) for sub-categories I, ii and III above)

(B) Proposed Scope of Work 25Marks


i. Technical Approach and Methodology 04 Marks
 Please explain your understanding of the assignment as 02
outlined in the Scope of work /TORs
 The technical approach, and the methodology you would 02
adopt for implementing the tasks to deliver the expected
output(s)
ii. Project Management Standards 07 Marks
 Monitoring & Evaluation Tools 02
 Reporting Mechanism 02
 Financial Management Methodology 02
 PMU Support Mechanism Methodology 01
iii. 06 Marks
Profile of 3 Key Personnel Consultants in Safe City for minimum of 20
Years Experience Each(to be verified from the customer directly) (2
Marks Each)
iv. Work Plan 04 Marks
 Please outline the plan for the implementation of the main 02

19
activities/tasks of the assignment
 Their content and duration, phasing and interrelations, 02
milestones (including interim approvals by the Client if
required)
v. 04 Marks
Certification standards ISO 9001 and ISO 27001, 2 for each

The proposed work plan should be consistent with the technical


approach and methodology, showing your understanding of the TOR and
ability to translate them into a feasible working plan.

(C) Key Personnel’s (Please mention details of this section at attached Form 5)
MAX 15Marks
Qualification &Experience
 Project Manager – IT/ ICT Expert 02

 C4I / Data Centre / Network Specialist 02

 MIS / Data Base / Software Specialist 02

 GIS Specialist 02

 Civil Engineer Specialist. 02

 Legal / Contract Services Expert 02

 Fiber Optic / Wireless Experts 02

 LTE Expert/ Satellite Expert 01


Minimum required qualification for above experts is graduation and
certifications / training certificate in there specialized field
 Graduation or equivalent: (0.5)
 Masters / MPhil or equivalent: (0.5) Mark
 PhDor equivalent: (0.5) Mark
 Performed similar required Job for 5 years min, (0.5) Marks.
Must produce evidence of it.
(Please provide names of above experts at attached Form 6(i) and their
respective CVs along with qualification and experience documents at attached
Form 6(ii)
(D) Financial (Documentary evidence of financial position, audited accounts of
last five years). Max 10 Marks
 Minimum average annual turnover of last 5 years, each shall be
Rs.100 million (05 Marks)
 Additional 02 Marks would be given for every Rs.50 million
increases in the average turnover, up to a maximum of 05 Marks.

20
Note: It is mandatory to obtain at least 70% score in each Evaluation
Category (A, B and C above). Firms overall obtaining70% Marks out of
100score of technical will be considered responsive.

3. Evaluation of Financial Proposals / Bids

i. Financial Proposals of the technically Responsive Proposals shall be


publicly opened in the next meeting and Financial Comparative
Statement / Evaluation Report of the “Responsive Proposals” will be
prepared and uploaded on the BPPRA website.

ii. Cost Score formula.

Lowest quoted Total Cost / Firms cost under consideration x 20 =


Firm Financial Score

iii. Combined and Final Evaluation


Proposals will finally be ranked according to their combined Technical
Score (TS) and Financial Score (FS) as follows:
Total Score (S) = TS + FS
Commencement Of Assignment
The Selected Bidders shall commence the Services within 7 (seven) days
of the date of the Agreement or such other date as may be mutually
agreed.

12.0 Award of the Contract & Uploading of Evaluation Report


After Technical and Financial Evaluation of the Bids, both the Technical
& the Financial Evaluation Reports shall be combined; this Report shall
be called the “Evaluation Report”. The Evaluation Report must clearly
state justification for acceptance of lowest evaluated Bid/s, and
reason/s for non-acceptance of all other Bids. Consequently, lowest
financial Bidder among the “Eligible and Responsive Bidders” shall be
recommended for the Award of Contract by thePROCUREMENT
COMMITTEE. The Procuring Agency shall upload this Bid Evaluation
Report at the website of Balochistan Public Procurement Regulatory
Authority under the relevant TSE number, at-least ten days prior to the
award of Contract. Copy of the same shall be provided to bidders upon
their request.

21
All the Financial bids will only be acceptable in currency of
Pakistan Rupees only. The bid price must include all kind of
governmental Taxes etc.

13.0 Performance Security:


The successful bidder will have to furnish a performance security,
equivalent to ten (10%) percent of the contract amount in the form of
pay order or demand draft or bank guarantee or performance bond
issued by insurance company of at least AA rating, before the award of
the contract. The validity of performance security shall extend at least
ninety (90) days beyond the date of completion of contract (Two years
completion time after the contract award) or subject to final acceptance
by the Procuring Agency.

14.0 Submission Of Bids


Sealed technical proposals must reach to the office of Project Director
GSC latest by 16thJanuary, 2019 till 01:00 PM through courier or may
be dropped in the office of the:
Deputy Project Director / Director General Information
Technology
PMU Gwadar Safe City Project
Block # 14, Room # 1 first floor, Civil Secretariat, Quetta.
Ph. No. 081-9203537, 081-9203539
Email: dg.it@balochistan.gov.pk, ittraining@balochistan.gov.pk

15.0 Opening Of Bids


All bids must be submitted to the office of the Director General
Information Technology Balochistan, Block#14, First Floor, Civil
Secretariat Quetta, on or before 01:00 PM on16thJanuary 2018. The
bids will be publicly opened on the same day in the office of DGIT /
Deputy Project Director-IT, at 01:45 PMin presence of bidders who wish
to attend bid opening for official confirmation of the participating
bidders

16.0 Terms and Conditions of the Procurement Process and


Contract Agreement
The procurement process is strictly followed as per Balochistan Public
Procurement Rules 2014. The Standard form of Contract for
Consultancy Services as designed by the Pakistan Engineering Council
will be adopted at the time of Contract by mutual consensus and

22
agreement of all the parties. The draft is available on PEC website
(www.pec.org.pk).

23
APPENDIX

APPLICATION FORMS

24
17.0 Appendices
Technical Form 1

Technical Proposal Submission Form

[Location, Date]

To: [Name and address of Client] We undertake, if our Proposal is


accepted, to initiate the Third Party
Dear Sir:
Monitoring and Legal Consultancy Services
related to the assignment not later than the
We, the undersigned, offer to provide the Third Party Monitoring and
date indicated in the schedule.
Legal Consultancy Services for [Insert title of assignment] in accordance with
your Request for Proposal dated [Insert Date] and our Proposal. We are hereby
submitting our Proposal, which includes this Technical Proposal, and a
Financial Proposal sealed under a separate envelope.

We are submitting our Proposal in association with: [Insert a list with full
name and address of each associated Third Party Monitoring and Legal
Consultancy Services]

We hereby declare that all the information and statements made in this
Proposal are true and accept that any misinterpretation contained in it may
lead to our disqualification.

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

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

25
Technical Form 2

Third Party Monitoring and Legal Consultancy Services Firm

[Provide here a brief (two pages) description of the background and organization of your
firm/entity and each associate for this assignment.]

26
TORs Form 3:

Comments and Suggestions on the Scope of work / TORs

[Present and justify here any modifications or improvement to the Scope of


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

27
Financial Form 1

Financial Forms
Financial Proposal Submission Form

[Location, Date]

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the Project Management


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

Our Financial Proposal shall be binding upon us subject to the


modifications resulting from Contract negotiations, up to expiration of the
validity period of the Proposal.

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

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:
Financial Form 2 (i)

Financial Capacity of the Bidder

S. No. Annual Revenue (PKR)


Financial Year

1.

2.

3.

Certificate from the Statutory Auditor #

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

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

(Signature, name and designation of the authorized signatory)

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

Note: Please do not attach any printed Annual Financial Statement.


Financial Form 2 (ii)

Summary of Costs

Costs
Item
In Pak Rupees.

Total Costs of Financial


Proposal

Indicate the total costs, inclusive of all taxes, to be paid by the Procuring Agency.
Experience Record Form 4 (i)

Experience Record

(i) Details of Projects of Similar Nature completedover the last 10


years

Assignment name: Approx. value of the Project (in Rs.):

Country: Duration of assignment (months):


Location within country:

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

Project Parameters: Scope

Address: Approx. value of the services provided by


your firm under the contract (in Rs.):

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


associated Consultants:
Completion date (month/year):

Name of associated Consultants, if any: Name and email addresses of senior


professional staff of your firm involved and
functions performed (indicate most
significant profiles such as Project Manager
/Coordinator, Team Leader):

Narrative description of Project:

2
Description of actual services provided by your staff within the assignment:

Firm’s Name:

3
Experience Record Form 4 (ii)

Experience Record
(ii) Details of Projects of Similar Nature In-hand

Assignment name: Approx. value of the Project (in Rs.):

Country: Duration of assignment (months):


Location within country:

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

Project Parameters: Scope:

Address: Approx. value of the services provided by


your firm under the contract (in Rs.):

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


associated Consultants:
Completion date (month/year):

Name of associated Consultants, if any: Name and email addresses of senior


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

Narrative description of Project:

4
Description of actual services provided by your staff within the assignment:

Firm’s Name:

5
Methodology and Work plan Form 5

Technical Approach, Methodology and Work plan

(Please provide details comprehensively as required above in the Technical Bid


Evaluation Criteria)

6
Personnel Capabilities Form 6 (i)

Personnel Capabilities

Firm should provide the names of qualified personnel to meet the specified
requirements asstated in Section (B) of Evaluation Criteria.

Total Years with


Sr. Title of Experience firm Registrations
Name Qualification
No Position for relevant (permanent (If any)
position or Contract)

7
C.V: Form 6 (ii)

Personnel Capabilities

The data regarding experience of the personnel mentioned in Section B of


Evaluation Criteria should be supplied separately using the Form below.
Curriculum Vitae (CV) for Proposed Experts

1. Proposed Position:
2. Name of Firm:
3. Name of Staff:
4. Profession:
5. Date of Birth:
6. Years with the Firm (Permanent or Contract):
7. Nationality:
8. Membership in Professional Societies:
9. Education / Qualification:
10. Employment Record / Projects completed:
11. Languages:
Speaking Reading Writing
12. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, these
bio-data correctly describe my qualifications, my experience and myself.

_________________ Date: ____________


Signature of Staff Member Day/Month/Year
Or:
__________________________
Authorized official from the firm

8
Financial Status Form 7

Financial Status: Please attach audited accounts of last three years

A. Banker’s Information:

Sr. Name & Address of Contact name and Telephone, Fax &
Nr Bank title E- Mail Address

You might also like