request for proposal gis solutions- implementation …

76
REQUEST FOR PROPOSAL GIS SOLUTIONS- IMPLEMENTATION OF CENTRALIZED MAPPING & ANALYSIS SYSTEM THROUGH ArcGIS ENTERPRISE Last date for Submission: 16-06-2021 at 11:00 hrs Bid Opening Date: 16-06-2021 at 2:00 hrs PLANNING & ENGINEERING PESHAWAR ELECTRIC SUPPLY COMPANY (PESCO)

Upload: others

Post on 05-Dec-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR PROPOSAL

GIS SOLUTIONS-

IMPLEMENTATION OF CENTRALIZED MAPPING &

ANALYSIS SYSTEM THROUGH ArcGIS ENTERPRISE

Last date for Submission: 16-06-2021 at 11:00 hrs

Bid Opening Date: 16-06-2021 at 2:00 hrs

PLANNING & ENGINEERING PESHAWAR ELECTRIC SUPPLY COMPANY (PESCO)

2 | P a g e

Table of Contents

1. Definition ................................................................................................................................................ 4

2. About PESCO ......................................................................................................................................... 4

3. Need for Enterprise GIS ......................................................................................................................... 6

4. Project Details ......................................................................................................................................... 7

4.1 Scope of Work .................................................................................................................................. 7

4.2 Deliverables ...................................................................................................................................... 7

4.2.1 Software ....................................................................................................................................... 8

4.2.2 Implementation Services ............................................................................................................ 8

4.2.3 Testing Services .......................................................................................................................... 9

4.2.4 Training ....................................................................................................................................... 9

4.2.5 Data Migration ............................................................................................................................ 9

4.2.6 Managing go-live event .............................................................................................................. 9

4.2.7 Post go-live support .................................................................................................................... 9

4.2.8 Hardware Requirements .......................................................................................................... 10

4.2.9 Network Requirements ............................................................................................................ 10

4.2.10 Project Management ............................................................................................................ 10

4.2.11 Change Management ........................................................................................................... 11

4.2.12 Documentation ..................................................................................................................... 11

4.3 Project Team Structure ................................................................................................................. 12

4.4 Project Timelines .......................................................................................................................... 13

4.5 Project Location ............................................................................................................................ 13

4.6 Roles and Responsibilities ........................................................................................................... 13

4.7 Change Request Management .................................................................................................... 13

4.8 Problems Resolution and Escalation Matrix .............................................................................. 13

5. Bidding Process .................................................................................................................................... 14

6. Procedure for evaluation of bids .......................................................................................................... 14

6.1 Minimum eligibility criteria ......................................................................................................... 14

6.2 Requirements to be fulfilled by Lead Partner ............................................................................. 15

6.3 Requirements to be fulfilled by Other JV Partners (If any) ....................................................... 15

6.4 Requirements to be fulfilled by Vendor/ JV Partners ................................................................ 15

6.5 Evaluation Process ....................................................................................................................... 15

6.6 Technical Bid Evaluation ............................................................................................................. 17

6.7 Financial Bid Evaluation .............................................................................................................. 24

6.8 Final Score ..................................................................................................................................... 24

3 | P a g e

7. Project Terms and conditions .............................................................................................................. 24

7.1 Payment Milestones ..................................................................................................................... 24

7.2 Software supplied .......................................................................................................................... 25

7.3 Implementation Team .................................................................................................................. 25

7.4 Joint Venture ................................................................................................................................. 25

7.5 Right to Alter Quantities and requirements ............................................................................... 26

7.6 No Commitment to Accept Lowest or Any Bid ......................................................................... 26

7.7 Rejection of a bid .......................................................................................................................... 26

7.8 RFP Ownership ............................................................................................................................ 26

7.9 Proposal Ownership ..................................................................................................................... 26

7.10 Confidentiality ............................................................................................................................... 26

7.11 Language of the Bid ..................................................................................................................... 26

7.12 Price Freezing ............................................................................................................................... 27

7.13 Indemnification ............................................................................................................................ 27

7.14 Contract Finalization .................................................................................................................... 27

7.15 Award of contract .......................................................................................................................... 27

7.16 IPR Infringement .......................................................................................................................... 27

7.17 Force Majeure Clause ................................................................................................................... 27

7.18 Liquidated Damages and Penalty Clause ................................................................................... 28

7.19 Order Cancellation ........................................................................................................................ 28

7.20 Resolution of Disputes ................................................................................................................. 28

7.21 Governing Law and Disputes ...................................................................................................... 28

7.22 Corrupt or Fraudulent practices .................................................................................................. 28

7.23 Technical Support ......................................................................................................................... 29

7.24 Maintenance Contract (MC) ........................................................................................................ 29

7.25 Service Level Agreements (SLA) ................................................................................................. 30

APPENDIX A: Instruction to bidders for proposal preparation ............................................................... 31

APPENDIX B: Document Formats ............................................................................................................ 33

APPENDIX C: Business Processes ............................................................................................................ 50

APPENDIX-D GIS MAPS ........................................................................................................................... 63

APPENDIX-E Survey Form ........................................................................................................................ 74

........................................................................................................................................................................ 75

4 | P a g e

1. Definition

In this document, unless there is anything repugnant in the subject or context:

1.1 Vendor means the party which, acting singly or on behalf of a Joint Venture, submits a

proposal in response to this EOI-PQ Document.

1.2 "Authorized Representative" means any representative appointed, from time to time, by

the Vendor, Purchaser or Client.

1.3 Joint Venture: A legal entity formed under the laws of Pakistan to submit a proposal and

participate in subsequent tendering processes in response to this RFP Document. The

Joint Venture shall comprise more than one but not more than four companies: at least

one of the constituent firms must be registered and operating in Pakistan and shall be

referred to hereinafter as the Lead Partner of the Joint Venture.

2. About PESCO

Peshawar Electric Supply Company (hereafter referred to as PESCO), incorporated as a Public Limited

Company on 23rdApril 1998, is responsible for the delivery of electricity to its consumers of all civil

districts of Khyber Pakhtunkhwa spanning service area of 74,521 sq.km. The major objectives of the

company include ensuring uninterrupted and stable power supply to all its customers along with state

of the art customer care as well as establishing and operating reliable electricity distribution networks.

Currently, PESCO has 14,392 active employees, employed in eight circles namely Peshawar, Bannu,

Mardan, Hazara-1, Hazara-II, Swabi, Khyber and Swat and is responsible for distributing electricity to

approximately 3.47 million consumers.

The PESCO headquarter located in Peshawar provides service of power distribution to over 2.6 million

consumers of all districts of Khyber Pukhtunkhwa except newly merged districts of tribal area of

Pakistan. At PESCO, we own and maintain Khyber Pukhtunkhwa’s electricity distribution system via

132, 66, 33KV sub-transmission lines, sub-stations and 11KV & 440V low tension lines with distribution

transformers that deliver electricity to your home or business.

The PESCO GIS System mapped over 33000 Km of High Tension (HT) electric line and 42,000 Km

of low tension (LT) electric line mapping is in progress, similarly more than 1, 00000 distribution

transformers have already been mapped.

For further detail please visit (www.pesco.gov.pk).

5 | P a g e

Figure 1 Jurisdiction of PESCO

6 | P a g e

3. Need for Enterprise GIS

PESCO is looking at streamlining the processes of GIS Survey and Mapping of PESCO Distribution

System and enabling itself to complete the planning & engineering activities at a significant speed.

Towards this end it has decided to deploy and implement an -ArcGIS Enterprise- solution, the complete

system for all geospatial needs to make maps, analyze data, solve problems, and share geospatial data.

Existing PESCO GIS

GIS was introduce in PESCO since 2012-13, where Planning & Engineering Computer Center was

established in PESCO, to modernizing Planning & Engineering function of PESCO. The center were

equipped with state-of-the-art solution for network mapping and load flow analysis etc.

The software(s) involved are:

- ESRI, ArcGIS 10.1 for Desktop

- Mapping feeder layout.

- Provide subsequent input for load flow studies.

- GL, SynerGEE for

- Simulation of existing distribution network for load flow studies.

- Simulation of the proposed distribution network for load flow studies

on the basis of existing analysis results for future planning.

- Simulation of optimal capacitor placement.

GIS Centers have been established at each operation circle and equipped with three latest computer

system and GPS devices were provided to each operation sub division. Existing operation staff (ALM,

MR) were trained and temporary attached with GIS Center to run GIS System on ad hoc basis.

The GIS Centers are mandated for carryout Pole to Pole GIS Survey & mapping, updation of

distribution system compliance with the article 3.3 (i & ii) of distribution license no.07/dl/2002 granted

to PESCO. The centers shall also on the first day of July of every year provide to the National Electric

Power Regulatory Authority (NEPRA) with an updated map showing 11kV distribution system clearly

demarcating the extensions(s) made in the immediately preceding year, bedside providing updated GIS

maps/model of 11kV Feeders required by different section of P&E for different rehabilitation works

on daily basis.

Presently 100% GIS Mapping of HT Line have been completed while LT Line mapping is in progress.

7 | P a g e

4. Project Details

4.1 Scope of Work

This Request for Proposal (RFP) is to deploy and implement -ArcGIS Enterprise- for Centralized GIS

Mapping & Analysis System to standardize and improve the processes at PESCO. Vendor will be

responsible for ensuring all supporting applications are fully integrated and functional with the ArcGIS

Enterprise Deployment. Also the consultant providing a turn-key solution, to include all labor and

support necessary for data conversion/migration, testing integration to existing technology system,

setup, deployment and training. The scope of work is as follows but not limited to:

1. Develop/ Supply, implement and support of centralized GIS Mapping & Analysis solution

of PESCO through -ArcGIS Enterprise- and its integration with other PESCO information

system such as PESCO MIS, MMR, AMI, and PDC etc. The detailed processes and

functional requirements are specified in Appendix C.

2. PESCO will be procuring hardware separately. Supply of hardware is not a part of this RFP.

However, the consultant will provide suitable industry standard hardware, network and

infrastructure recommendation to support transactions/processes as per the business needs

of PESCO. The Hardware recommendation is an important part of the evaluation of this

RFP. This hardware recommendation has to be submitted as per the schedule mentioned in

the section on “Project Timelines”.

3. Migration of Geospatial database, already mapped by PESCO, from ArcGIS to Enterprise

Solution.

4. The system must provide service of online calculation of Technical losses/load flow studies

of 11kv Feeders including LT network and single transformers through enterprise solution

& also using SynerGEE Electric.

5. A centralized PESCO Load Flow studies application through Enterprise GIS Solution also

compatible with SynerGEE Electric Software.

6. Enterprise solution for the generation augmentation/rehabilitation proposal of distribution

system.

7. Report generation as per PESCO requirements.

8. Resolving of queries & observations of PESCO.

9. Capacity building of PESCO staff to ensure sustainability for the entire Project.

4.2 Deliverables

The GIS Enterprise implementation shall include (but is not limited to) the following key

deliverables:

8 | P a g e

4.2.1 Software

Deploy/Supply, install and configure the following systems to facilitate seamless enterprise

wide integration across PESCO.

1. ArcGIS Enterprise.

2. Most suitable DBMS for PESCO such as Enterprise Geodatabase or Microsoft SQL

Server or Oracle or ArcGIS Data Store as per scope of work.

3. Customization of ArcGIS Enterprise as per PESCO requirement.

4. Mobile apps for Geospatial data collection, updation, GIS Field operations as per

PESCO requirement etc.

5. Customization of ArcGIS Enterprise as Centralized Web apps/Web services for all

type of data Geo-visualization, analysis and report generation etc.

6. PESCO Work & Asset Management (WAM) application

7. Integration with existing PESCO system.

4.2.2 Implementation Services

The consultant must develop a comprehensive and detailed approach and strategy for the

implementation of each of the systems mentioned above for including, but not limited to the

following (consultant may propose others, based on their strategy /methodology):

a. Project Scope and Plan b. Overall implementation plan and work plan (in phases) c. Migration plan d. Testing plan e. Training plan f. Cut-over and commissioning plan

Third party customization should be kept to a minimum and as far as possible industry best

practices should be adhered. Wherever absolutely required customization should be done in a

manner that it gives a reasonable assurance of upward compatibility with future versions of the

platform. The development / customization should be as per a defined quality assurance

program throughout the project period. It should be meeting industry standards and quality

control parameters. All the development must meet the requirements for cyber security,

performance, ease of use for operations, administration and management. Typically GIS/IT

recognized or industry standard methodologies should only be used.

9 | P a g e

4.2.3 Testing Services

Conduct testing for the system, application and any customized components. Testing shall

include, but not limited to the following (Consultant may propose others, based on their strategy

/ methodology:

1. Unit Testing 2. Performance / Volume Testing (OEM tools shall not be used for this testing) 3. System Integration Testing (Consultant) 4. User Acceptance Testing (UAT) Facilitation

4.2.4 Training

Functional and technical training to business & GIS staff in operating and using the solution

including database and application software. Consultant should provide training on application

software and other areas to the project team from PESCO. The training duration will be

suggested by the consultant at PESCO H/Q /circle offices premises. The test environment

required for the training has to be set up by the consultant before the training commences. The

consultant should provide detailed training on the solution to officials of PESCO.

4.2.5 Data Migration

Consultant will provide the Geospatial data migration plan and will be responsible for all data

migration already mapped by PESCO GIS Section. Consultant will provide all the data master

formats etc. to ensure proper data migration. PESCO have completed 100% HT Line mapping

while LT Line mapping is in progress.

4.2.6 Managing go-live event

Consultant will provide a detailed list of specific activities for go live event. The project plan

submitted by the vendor must ensure that the activities are completed before the event. Before

the go-live event hardware procurement, purchase and deployment should be completed. All

training programs must be completed before the go live event. The go-live event will be

dependent on the successful UAT sign-off.

4.2.7 Post go-live support

The Consultant will provide handholding and onsite support for one year after go live stage to

resolve all implementation, operational and production issues and provide handholding. All the

documents will also be converted to final release version during this stage. The post go-live

support will address all user level queries, fixing bugs, incorporation of new requirements owing

to legal, statutory and policy changes, changes to configurations, patch updates, upgrades,

database administration, cyber security, etc. For this purpose, the bidder is expected to provide

10 | P a g e

detailed processes to be followed for logging requests, assigning requests to specific individuals,

recording resolution, tracking overall time taken for resolution, etc.

4.2.8 Hardware Requirements

Consultant is required to provide for the detailed configuration of the proposed Development,

Test and Production server environments as per the business and technical requirements. The

recommendations for the hardware should consider the following:

1. The recommended hardware should be industry standard and have high reliability, fault

tolerance, redundancy and high availability

2. The recommended hardware and software should support the requirements for a minimum

period of 5 years post the acceptance of the solution.

4.2.9 Network Requirements

Consultant should provide the details of the network requirements for the proposed solution.

PESCO have offices in each circles. The networking plan and architecture should meet high

availability requirement and high cyber security standards.

4.2.10 Project Management

Consultant should propose a suitable project manager/team with diversified expertise to meet

the requirement of PESCO. The manager/team will do the overall project management

throughout the life cycle of the project to ensure successful completion of the project. Project

management will include the following:

1. Ensure timely delivery of all the deliverable related to solutions as mentioned in this RFP.

2. Suggest the hardware and network requirements

3. Support evaluation of hardware and networking proposals for procurement

4. Oversee delivery and installation of IT infrastructure as per detailed bill of material and

specification of hardware and networking equipment.

5. Oversee network implementation

6. Co-ordinate between various stakeholders and suppliers

7. Manage the total project i.e. solution delivery, customization and implementation,

coordination for site preparation, networking and hardware delivery.

11 | P a g e

8. Participate in all meetings

9. Define and control project scope

10. Monitor risk management aspects and project delays

11. Ensure synchronization of all the activities of the project i.e. development, IT infrastructure

procurement, implementation, training etc.

4.2.11 Change Management

Implementation of new or changed business processes will affect users in PESCO and require

change in the functional processes followed. During implementation, the consultant will help in

creating and maintaining effective communication and change management vital to the

successful adoption of the new or changed processes. The consultant shall ensure change

management to ensure the successful implementation and usage of the new system by the

officials of PESCO. Towards this end the consultant should detail out a plan to ensure change

management focused on proper implementation of new solution.

4.2.12 Documentation

The first set of document is linked to functional, hardware and Cyber security specifications of

the project. The consultants will study the business processes and furnish the following

documents:

1. Project charter 2. AS-IS Document 3. Existing Process mapping / gap analysis document with solution 4. Cyber Security & Control Specifications 5. Hardware and networking plan

The Hardware and Networking plan should be provided as per the stipulated time mentioned

in section xxx on “Project Timelines” within this document so that timelines could be adhered

to in terms of procurement of hardware. The second set of deliverables is linked to realization

of the Business Blue Print. This will include installation and commissioning of the solution

modules, carrying out the customization, and achieving specific developments for PESCO. The

vendor will also furnish at least the following documents (consultant may propose others, based

on solution offerings):

1. Custom development functional specifications document 2. Custom development technical specification document 3. Data migration strategy document 4. All user guides

12 | P a g e

5. Installation procedure document 6. System administration routine maintenance procedure document 7. Any other, as appropriate and identified during the course of the project

All documents should be handed over in three copies, legible, neatly and robustly bound on A-4 size, good quality paper. Soft copies of the document in MS Word format will also be submitted in CDs along with the hard copies. All documents will be in plain English. All statutory, legal requirements shall be met in terms of reporting and process coverage without any additional effort on the part of PESCO officials once the solution has been implemented.

4.3 Project Team Structure

The project organization will comprise of a steering committee, a core project team from PESCO and the consultant team. The bidders will describe the Enterprise GIS Implementation project organization in the bids. It is expected to have a senior functionary heading the project team supported by separate coordinators for various modules of implementation.

4.3.1 Steering Committee

The purpose of the Steering Committee is to meet whenever required to discuss the overall status of the project. Any issues that affect the project from a scope, timing, resource, cost standpoint or that cannot be resolved at the work team level should be discussed and resolved by the Steering Committee. The overall responsibility of this committee is to maintain and set policy and direction for the project. The attendees from the consultant in the steering committee meetings must be officials of senior management (typically Project Director/ Project Manager) who will be able to take decisions on pertinent points. PESCO will subsequently define the members of the steering committee.

4.3.2 PESCO Project Team

PESCO will define a project team comprising of PESCO team to support and facilitate the Consultant in defining and facilitating the business blueprinting and testing.

4.3.3 Consultant Project Solution Implementation Teams

The Consultant should propose a project team for each solution component which will be addressing all the needs of the smooth implementation of the project including but not limited to the following roles:

1. Project Director/Sponsor 2. Program Manager 3. Project Managers 4. Module Leads 5. Functional Consultants 6. Customization Consultants 7. Load Flow Expert 8. GIS Expert 9. Other team members

The consultant will demonstrate understating of best practices related to GIS Software deployments and support. Consultant will provide an organization chart to demonstrate how the project team fits within the larger organization. Also provide details of how and why your company will best serve the needs of PESCO.

13 | P a g e

4.4 Project Timelines

S.NO Milestone Tentative Date

1 Acceptance of the Propsoal and signing of contract.

19th July,2021

2 Start of the project 2nd August,2021

3 Submission of the hardware plan

15th September 2021

4 Completion of Study / Finalization of the AS-IS & To-Be process

Timelines for these milestones would be mutually agreed between PESCO and Consultant during the finalization of the project plan, System Analysis may be vetted by concerned sections of PESCO.

5 Finalization of the Business Process Blueprint

6 Completion of Core Team Training

7 Completion of Development / Integration & Testing

8 Completion of End User Training

9 Go Live – including Master Data Upload/Migration & Hand Holding Period

Within one year of contract award.

10 Support and Maintenance For period of one year

Figure 2 Project Timelines

4.5 Project Location

The project will be executed from Planning & Engineering PESCO Headquarter Peshawar, into all offices of PESCO in Khyber Pakhtunkhwa.

4.6 Roles and Responsibilities

The bidders will have to share a roles and responsibilities matrix identifying clearly the following:

1. Roles and responsibilities of the consultant. 2. Key roles and responsibilities as expected from PESCO and their involvement (full time,

part time, etc.) 3. Roles and responsibilities of various team members within the Consultant (consultant)

Project Team.

4.7 Change Request Management

The methodology to manage changes in scope and schedule during the course of the project must be described clearly in the bid. Consultant will have to ensure that the change requests are adequately handled. Change requests should be handled by Consultant within the scope of the existing project without any additional commercial implications. Changes will be mutually agreed upon between Consultant and PESCO.

4.8 Problems Resolution and Escalation Matrix

In case of any problems and issues during the course of the project there should be a detailed escalation matrix provided to ensure timely resolution of the issues. The escalation matrix should

14 | P a g e

help provide a quick and orderly method of notifying and Consultant that an issue is not being successfully resolved at a lower level. Escalation should take place on an exception basis and only if successful issue resolution cannot be achieved in a reasonable time frame.

1. Either or Consultant can initiate the procedure 2. Initiator should promptly notify the other party that management escalation will be

initiated

5. Bidding Process

Bids will be selected under Quality and Cost Based Selection (QCBS) System and procedures described in this RFP, in accordance with the Public Procurement Regulatory Authority (PPRA) Pakistan Rules which may be downloaded from https://www.ppra.org.pk/. The bidding process will involve following steps along with timelines:

S.No Milestone Tentative Date

1 Issuance of RFP 30th April,2021

2 Last Date for Receiving Clarifications 11th June,2021

3 Submission of Technical and Financial Proposals

11:00 A.M, 16th June,2021

4 Presentation to the Evaluation Committee

14th June,2021

5 Opening of Financial Proposal 2:00 P.M 16th July,2021

6 Contract Finalization 16th August,2021

7 Project Launch and Kickoff Meeting 23rd August,2021

1. To enable you to prepare the proposal, a list of attached document formats have been provided

in Appendix B. 2. Any request for clarification should be initiated in writing, by email, or fax and should be

addressed to the GIS Section, Room No.422 Planning & Engineering H/Q Peshawar as indicated in Appendix A.

3. At any time before the submission of proposals, may, for any reason, whether at its own initiative or in response to a clarification requested by any bidder, modify the Documents by amendment. The clarification on bids or any amendments of the bid will be posted on PESCO website by date mentioned as above. PESCO may at its discretion extend the deadline for the submission of proposals.

6. Procedure for evaluation of bids

6.1 Minimum eligibility criteria

1) The company must have GIS Expert, ArcGIS Enterprise Developer and Load Flow Expert (SynerGEE Electric).

2) The company must have minimum three (03) years of incorporation.

15 | P a g e

3) Minimum average annual turnover of PKR Rs.50 Million or equivalent within the last 3

(three) years

4) Bidder’s net worth for the last 3 years calculated as the difference between total assets and

total liabilities should be positive.

5) The bidder shall have successfully completed more than THREE (03) web based GIS

projects implemented locally or internationally within last Ten (10) years

6) The bidder shall have successfully completed more than ONE (01) GIS projects of similar

nature implemented locally or internationally in utility/ public sector (DISCO/Gas) within

last THREE (03) years

7) A bidder/JV has to have sufficient cash flow equal to Rs. 05 Million

8) A bidder/JV has to have sufficient financial resource, liquid assets, and other financial means

to demonstrate their availability to the amount Rs. Twenty Five (25) Million.

6.2 Requirements to be fulfilled by Lead Partner

(a) Certificate of Company/Firm Registration/Incorporation under the laws of

Pakistan

(b) Valid Income Tax Registration

(c) Valid General Sales Tax Registration (Status should be active with FBR)

(d) Submission of undertaking on legal valid and attested stamp paper that the firm is

not blacklisted by any provincial or federal government department, agency,

organization or autonomous body anywhere in Pakistan

6.3 Requirements to be fulfilled by Other JV Partners (If any)

(a) Certificate of Company/Firm Registration/Incorporation under applicable laws

(b) Valid Tax (es) Registration as applicable and relevant

(c) Submission of legal valid undertaking that the firm is not blacklisted by any

government organization anywhere in the world (if applicable).

6.4 Requirements to be fulfilled by Vendor/ JV Partners

The Vendor must have relevant experience for implementation of the similar project(s). In

case of a JV, this requirement may be fulfilled by any one of the JV partners.

The bid submitted by the consultant will be evaluated as per the following procedure:

1. First level of evaluation will be on the basis of the Technical Bid. 2. Second level of evaluation will be on the basis of the Financial Bid. 3. Third and final evaluation will be the techno-commercial bid based on the combined scores

of the technical and Financial Bids as explained in the subsequent sections

6.5 Evaluation Process

In addition to conditions mentioned in different section of this RFP, The Purchaser will review

all bids submitted to determine whether the bidder is eligible and whether each bid is substantially

responsive using the following criteria.

a. The Bidder meets the criteria as mentioned in this RFP.

16 | P a g e

b. The Technical Bid substantially complete in all aspects and that has provided all the

information outlined in the Bidder’s Response, will be further considered.

The Purchaser will conduct the Technical Evaluation as follows:

a) The Bidder must comply with all mandatory requirements. Non-compliance with any of the

mandatory requirements may result in the rejection of the bid.

b) The bidder must comply with all the requirements mentioned in Technical Requirements

which are mandatory; however the bidder may also propose the additional features.

c) The Bidder is encouraged to offer more additional features. The purchaser will consider these

features only for the successful bidder. It is up to the purchaser to decide whether to make use

of these additional features or not. However the bidder has to ensure that system is working

without any of these features. No. extra cost will be paid for such features.

d) Successful bidder will evaluated as following.

Method of Selection: Quality & Cost Based Selection (QCBS) System

1. Evaluation of Technical Proposals: 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 this RFP.

Each responsive Proposal will be given a technical score (St). A Proposal shall be

rejected at this stage if it fails to achieve the minimum qualifying technical score of

sixty (60).

2. Evaluation of Financial Proposals: Financial proposals of those consultants who

failed to secure minimum qualifying marks in the technical evaluation shall be

returned un-opened. The lowest evaluated Financial Proposal will be given the

maximum financial score (Sf) of 100 points. The financial scores (Sf) of the other

Financial Proposals will be computed as follows:

Value quoted by lowest bidder = A

Value quoted by second lowest bidder = B

Value quoted by third lowest bidder = C; and so on.

Financial scoring of the lowest bidder will be = 100

Financial scoring of the second lowest bidder will be= (A/B)*100 Financial

scoring of the third lowest bidder will be = (A/C)*100; and so on.

3. Award of Contract to Best Evaluated Bid: After Technical and Financial

Evaluation, the contract shall be awarded to the consultant with the best evaluated

bid, that is, the bid with highest accumulative technical and financial score, wherein,

17 | P a g e

proposals will be ranked according to their combined technical (St) and financial (Sf)

scores using the weights (T = 80%, the weight given to the Technical Proposal; F =

20%, the weight given to the Financial Proposal; S = St x T% + Sf x F%. The bidder

achieving the highest combined technical and financial score shall be declared as

winning bidder and shall be awarded the contract.

6.6 Technical Bid Evaluation

Maximum points for Technical Evaluation are 100. In the first stage, technical bids will

be opened. Bidders who score 60 or more in the technical evaluation will be technically

successful. Bidders who fail to gain a score of 60 in technical evaluation will be

disqualified.

Relative Weights given to the different evaluation criteria are shown in the table below:

Each firm must calculate their technical strength (W1-W5) as per attached form.

Weight Evaluation Criteria Weight age Marks

W1 Company Profile 15% 100

W2 Experience 35% 100

W3 Financial Strength 10% 100

W4 Project Team 20% 100

W5 Approach and Methodology 20% 100

The Technical Score, St will then be obtained by the following formula:

St = A1*W1/100+ A2*W2/100 + A3*W3/100 + A4*W4/100 + A5*W5/100

Where, A1, A2, A3, A4 and A5 are the total component scores against Company Profile,

Experience, Financial Strength, Project Team, and Approach & Methodology criteria

respectively.

The technical criteria and their details are given below:

1. COMPANY PROFILE (A1):

Each firm will be evaluated on the basis of three factors after qualify the minimum

eligibility criteria.

Item Score Criteria Documentary Evidence

18 | P a g e

Years of incorporation (A)

33

Number of years of incorporation of the Bid in consideration/

Maximum number of years of incorporation amongst all the Bids

* 33

ATL Certificate, GST & NTN Registration Certificate, Firm Incorporation

Certificate, SECP Certificate.

Quality Compliance (B) 20 ISO 9001-2015 or similar held in the recent past

Relevant International Certification

1. Number of IT

Expert 2. Number of GIS

Expert 3. Number of

Load Flow experts

with the firm (C)

1. 15 2. 12 3. 20 (47)

Number of IT Expert with the firm of the bid in

consideration/Maximum number of IT experts in a firm amongst all

the bids * 15 Number of GIS Expert with the

firm of the bid in consideration/Maximum number of GIS experts in a firm amongst

all the bids * 12 Number of SynerGEE Electric

(Load Flow) Expert with the firm of the bid in

consideration/Maximum number of Load Flow Expert in a firm

amongst all the bids * 20

Salary Account Maintenance Certificate

Issued from Bank

Total A1= (A+B+C) 100

2. EXPERIENCE (A2):

2.1 General Experience:

The bidder shall have minimum three (03) years of practical experience and possess sufficient domain

knowledge, at national/ international levels, in the role of web based enterprise GIS development and

implementation.

2.2 Specific Experience of Similar Size and Nature

The bidder shall have successfully completed more than THREE (03) web based GIS projects

implemented locally or internationally within last TEN (10) years

a) The bidder shall have successfully completed more than one (01) GIS projects implemented

locally or internationally in utility/ public sector (DISCO/Gas) within last THREE (03) years.

b) The bidder shall have successfully completed at least one contract similar to the proposed works,

where the value of the Bidder’s participation exceeds Rs Fifty (50) million. The similarity of

19 | P a g e

the Bidder’s participation shall be based on the physical size, nature of works complexity

methods, technology or other characteristics as described in RFP. In this regard bidder shall

attach necessary documents such as contract agreements and their performance certificates

which show satisfactory performance at least for the period of two years from date of

Commissioning where applicable.

Item Score Criteria Documentary Evidence

Value of Software Development and Implementation Projects in Public Sector in Pakistan and abroad during the last 15 years (D)

40

Total value of software development and implementation projects in public sector in Pakistan and abroad during last 15 years of the bid in consideration/ Maximum value of software development and implementation projects in public sector in Pakistan excluding utility sector during last 15 years amongst all the bids * 100

Completion Certificate for completed projects and signed contract/work-order for on-going projects, mentioning the scope and value of projects.

Value of Software Development and Implementation Projects in Utility sector (E)

40

Total value of software development (GIS Solution) and implementation projects in public (utility sector) in Pakistan of the bid in consideration / Maximum value of software Development (GIS Solution) and implementation projects in utility sector in Pakistan amongst all the bids * 100

Completion Certificate for completed projects and signed contract/work-order for on-going projects, mentioning the scope and value of projects.

Experience of delivering GIS related projects in Public Sector (FD) utility company

20

1-2 projects = 5 Marks 2-4 projects = 10 Marks 5 & above = 20 Marks

Completion Certificate for completed projects and signed contract/work-order for on-going projects, mentioning the scope and value of projects.

Total A2 = (D+E+FD)

100

3. FINANCIAL STRENGTH (A3):

3.1 Financial Status

The bidder should have sound financial status, in order to determine the same it shall provide

its up-to date audited financial statements for last three years. Bidder net worth calculated

as a difference between total assets and total liability must be positive for last three years.

3.2 Average Annual Turnover

The bidder has to have an average annual turnover in the last three years equal to Rs. 50

Million. The Annual Average Turnover of partners, in case of JV, shall be as under:

20 | P a g e

Leading Partner = 60% of AAT

Other Partner(s) = 40% of AAT

3.3 Financial Resources

A bidder/JV has to have sufficient financial resource, liquid assets, unencumbered real

assets, line of credit and other financial means to demonstrate their availability to the amount

Rs. Twenty Five (25) Million according to their latest available audited financial statements.

3.4 Cash Flow

A bidder/JV has to have sufficient cash flow equal to Rs. 05 Million.

3.5 History of non-performing contracts

Non-performance of a contract should not have occurred within the last 3 (three) year prior

to the deadline for bid submission, based on all information on fully settled disputes or

litigation. A fully settled dispute or litigation is one that has been resolved in accordance with

the Dispute Resolution Mechanism under the respective contract, and where all appeal

instances available to the bidder have been exhausted.

3.6 Pending Litigation and arbitration

All pending litigation and arbitration shall in total not represent more than 25% of the

Bidder’s net worth and shall be treated as resolved against the Bidder.

3.7 Black Listing

The Bidder should not have been black listed by any agency for any reasons.

3.8 Post Qualification (Due Diligence)

The Purchaser may require the Bidder with the Lowest Evaluated Bid at its own expense, to

provide the further information on request to substantiate claims and information included

in its bid. This information may be subject to audit any review by the Purchaser and may

involve site / previous client’s visits.

The bidder will be held responsible for fake/wrong/bogus information liable to

disqualification / termination of contract in case it is identified at a later stage during

currency of contract.

Item Score Criteria Documentary Evidence

Current Ratio of the last one year (F)

50 Current Ratio of the bid in consideration / Maximum Current Ratio amongst all the bidder * 60

Audited Financial Statements of the last 01 year

Net Income (Profit) during the last 03 years on an annual basis (G)

50 Net Income (Profit) of the bidder in consideration each year / Maximum

Audited Financial Statements of the last 03 years

21 | P a g e

Net Income (Profit) amongst all the bidders * 40

Total A3 = (F+G) 100

4. PROJECT TEAM (A4):

This section of the evaluation rates the team nominated by the firm to execute the assignment.

Employment contract supported by bank statement/certificate of the last one year in respect of each

employee shall be provided as proof of employment with the bidder, otherwise no score shall be

provided under this category. For this, each CV for the following positions will be evaluated separately

on the basis of education and past experience:

Sr. Position Mandatory Qualification

1 Project Manager 16 years of education in ICT related field

2 System Analyst 16 years of education in ICT related field

3 System Architect 16 years of education in ICT related field

4 Technical Lead 16 years of education in ICT related field

5 Quality Assurance Expert 16 years of education in ICT related field

6 GIS Specialist 16 years of education in GIS related field

7 Spatial Database Administrator 16 years of education in ICT related field

8 GIS Web Developer 16 years of education in ICT/GIS related field

9 Enterprise mobile Application Developer preferably (ArcGIS Enterprise app developer)

16 years of education in ICT/GIS related field

10 SynerGEE Electric/Load Flow Expert B.Sc (Electrical) degree from HEC & PEC recognized university.

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

Each CV submitted by the firm shall be evaluated on three criteria:

Sr.No Criteria Scores

4.1 Educational Qualification (H) 2.5 marks for each resource = 2.5*10 = 25

4.2 Relevant Experience (I) 5 marks for each resource = 5 * 10 = 50

4.3 Time with Firm (J) 2.5 marks for each resource, 2.5 * 10 = 25

Total (H+I+J) 100

Each individual is ranked on:

Sr.No Criteria Weightage

1 Relevant Academic Qualifications 20

Total (H) 20

4.1 EDUCATIONAL QUALIFICATION (H)

22 | P a g e

Relevant Academic Qualification

S. No. Criteria Marks

1 Relevant Degree with at least 14- 16 years of education 1

2 Relevant Degree with at least 17- 18 years of education 2.5

4.2 RELEVANT EXPERIENCE (I)

Relevant experience for each individual is evaluated on three factors:

I. Number of Similar Assignments

1. 1 to 2 projects 0.5 marks 2. 2 to 4 projects 1 mark 3. 4 and above 1.5 marks

II. Value of Largest Similar Assignment

The value of the largest similar assignment listed on the individual’s CV for the past 10 years is compared to the present assignment.

The grading is then done according to the following table:

Value of Largest Similar Assignment (PKR)

Marks

>=200 million 2

>=150 million 1.5

>=100 million 1

>=50 million 0.5

ii. Time Spent in Similar Assignments

Value of Largest Similar Assignment (PKR)

Marks

1 to 5 years 0.5

6 – 8 years 1

9 Years plus 1.5

4.3 TIME SPENT WITH FIRM (J)

One or more than one year(s) of experience of an individual staff spent with the bidding firm, he/she shall be given 03 marks, otherwise 0 marks for less than one year.

A4= (H+I+J)

5. APPROACH & METHODOLOGY (A5):

This section will evaluate the Consultant/firm’s solution to the given problem, i.e. the consultancy assignment. This section, which comprises two sub sections, i.e.

a) Understanding & Innovativeness, b) Methodology will be completed by the domain specialists.

a) Understanding & Innovativeness

23 | P a g e

1. What is the depth of the Consultant’s understanding of the requirements and objectives

of the consultancy assignment?

2. What is the level of identification of potential risks that will affect the execution of the assignment, and what is the quality of the mitigation strategies proposed?

b) Methodology

1. How in-depth is the Statement of Work: does it fully cover the scope of the

assignment and is it sufficiently developed to ensure assignment completion?

2. How developed is the Work Break down Structure (WBS) for the assignment? 3. How suitable is the Work Plan (staffing schedule): is the resource utilization sufficient

and practical?

Item Score

Software Development / Centralized field data collection at high level of accuracy for field to office data management & workflow /analysis/Planning Proposal automation/ Methodology /Customization/Configuration & Implementation Methodology (K)

60

Work Plan & Deliverables Plan (L) 20

Project Management, Quality Assurance, Training & Knowledge Transfer Approaches/report generation (M)

20

Total (K+L+M) 100

A5= (K+L+M)

The grading is then done according to the following table:

5.1 Software Development/Customization/Configuration & Implementation Methodology (K)

Quality Grade Score Excellent A 50

Good B 35

Average C 25

Below Average/Absent D 0

5.2 Work Plan & Deliverables Plan (L)

Quality Grade Score Excellent A 25

Good B 15

Average C 10

Below Average/Absent D 0

24 | P a g e

5.3 Project Management, Quality Assurance, Training & Knowledge Transfer Approaches (M)

Quality Grade Score Excellent A 25

Good B 15

Average C 10

Below Average/Absent D 0

TOTAL TECHNICAL SCORE:

The Technical Score, St will then be obtained using the following formula:

St = A1*W1/100+ A2*W2/100 + A3*W3/100 + A4*W4/100+ A5*W5/100

6.7 Financial Bid Evaluation

Evaluation of Financial Proposals: Financial proposals of those consultants who failed to secure minimum qualifying marks in the technical evaluation shall be returned un-opened. The lowest evaluated Financial Proposal will be given the maximum financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial Proposals will be computed as follows:-

i. Value quoted by lowest bidder = A ii. Value quoted by second lowest bidder = B iii. Value quoted by third lowest bidder = C; and so on.

Financial scoring of the lowest bidder will be = 100 Financial scoring of the second lowest bidder will be= (A/B)*100 Financial scoring of the third lowest bidder will be (Sf) = (A/C)*100; and so on.

6.8 Final Score

Award of Contract to Best Evaluated Bid: After Technical and Financial Evaluation, the contract shall be awarded to the consultant with the best evaluated bid, that is, the bid with highest accumulative technical and financial score, wherein, proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = 80%, the weight given to the Technical Proposal; F = 20%, the weight given to the Financial Proposal; S = St x T% + Sf x F%. The bidder achieving the highest combined technical and financial score shall be declared as winning bidder and shall be awarded the contract.

7. Project Terms and conditions

7.1 Payment Milestones

1. Part A: License fees 100% at the start of the project 2. Part B: Implementation fees as detailed below:

S.No Milestone % of Contract Charges payable

25 | P a g e

1 Finalization of the Business Process Blueprint 10%

2 Deployment of ArcGIS Enterprise & Configuration as per PESCO Requirement

10%

3 Migration of Geospatial data of 11kV Feeders already digitized/mapped by PESCO.

10%

4 Updation/Automation of PESCO P&E Proposal Process

15%

5 Completion of User Acceptance (Web application user i.e. GIS Supervisor and higher ) Testing

20%

6 Completion of End User (GIS Surveyor) Trainings & Go Live

20%

7 Completion of Post Go Live Support and Handholding

15%

Table 3: Payment Milestones

Achievement of milestone will be certified by Chief Engineer (P&E)/Project Director after auditing the deliverables.

Consultant may propose other milestones based on solution offerings.

7.2 Software supplied

Consultant shall guarantee that the software and allied components used to service’s requirements are licensed and legal. All software must be supplied with their original and complete printed documentation.

7.3 Implementation Team

Having selected Enterprise GIS Implementer, among other things, on the basis of an evaluation of proposed key professional staff, PESCO expects the team members named in the proposal will be actually available during the entire duration of the project. PESCO will not consider substitutions during the duration of the project except for reasons of health of key team members.

7.4 Joint Venture

Joint venture should be allowed. In case of a proposal from a Joint Venture, a legally valid and registered Agreement Deed to that effect, signed by all the partners to the Joint Venture shall be submitted with the proposal. The consultant should not subcontract any work as a part of this project after submission of RFP, without prior written consent from PESCO. One partner of the participating Joint Venture shall be designated the Lead Partner. If awarded the contract, the Lead Partner would enter into legal agreement with the Client on behalf of the Joint Venture and would receive instructions and incur liabilities. All partners shall be jointly and severally liable for the execution of the Contract in accordance with the agreed terms and conditions. In case of award of Contract, the Contract Agreement shall be signed by the Lead Partner. All the partners shall be jointly and severally liable for the execution of the project in accordance government rules and regulations. The pre-qualification of a JV does not necessarily prequalify any of its partners individually.

26 | P a g e

7.5 Right to Alter Quantities and requirements

At any time prior to the deadline of submission of RFPs PESCO may for any reason, whether at its own initiative or in response to a clarification requested by bidders, modify the RFP by amendment, which will be placed on PESCO’s website for information of all bidders. All such amendments shall become part of the RFP and same will be notified on PESCOs website. PESCO reserves the rights to alter quantities, revise/modify all or any of the specifications, delete some items specified in this offer, when finalizing its requirements.

7.6 No Commitment to Accept Lowest or Any Bid

PESCO shall be under no obligation to accept the lowest or any other offer received in response to this bid notice and shall be entitled to reject any or all tenders without assigning any reason whatsoever.

7.7 Rejection of a bid

PESCO may at its absolute discretion exclude or reject any proposal that in the reasonable opinion of PESCO contains any false or misleading claims or statements. PESCO has no liability to any person for excluding or rejecting any such proposal.

7.8 RFP Ownership

The RFP and all supporting documentation are the sole property of PESCO and should NOT be redistributed without prior written consent of PESCO. Violation of this would be a breach of trust and may, inter-alia cause the Enterprise GIS Implementers to be irrevocably disqualified. The aforementioned material must be returned to PESCO when submitting the proposal, or upon request. However, Enterprise GIS Implementers can retain one copy for reference.

7.9 Proposal Ownership

All proposals and materials submitted in response to this request shall become the sole and absolute property of PESCO and will not be returned. Selection or rejection of a proposal does not affect this right. The proposal and documentation may be retained, returned or destroyed as PESCO decides.

7.10 Confidentiality

This document contains information confidential and proprietary to PESCO. Additionally, the Solution Implementer will be exposed by virtue of the contracted activities to the internal business information of PESCO. Disclosures of receipt of this RFP or any part of the aforementioned information to parties not directly involved in providing the services requested could result in the disqualification of the Enterprise GIS Implementers, premature termination of the contract, and / or legal action against the Enterprise GIS Implementers for breach of trust. Selected Consultant will have to sign a legal non-disclosure agreement with PESCO before starting the project.

7.11 Language of the Bid

The language of the bid response and any communication with PESCO must be in written English only. Supporting documents provided with the RFP response can be in another language so long as it is accompanied by an attested translation in English, in which case for purposes of evaluation of the bids, the English translation will govern.

27 | P a g e

7.12 Price Freezing

The price finalized shall remain frozen / valid for a minimum period of 01 year from the date of the purchase order.

7.13 Indemnification

Consultant shall indemnify, protect, and save PESCO against all claims, losses, costs, damages, expenses, actions suits, and other proceedings, resulting directly or indirectly from an act or omission of the Enterprise GIS Implementer, its employees or agents in the performance of the services provided by contract, infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in respect of all components provided to fulfill the scope of this project.

7.14 Contract Finalization

1. Prior to the expiration period of proposal validity (120 days as mentioned in Appendix B.1),PESCO will notify the successful Bidder who submitted the highest Final Score in writing by registered letter, email or fax and invite them to finalize the Contract.

2. Contract Finalization normally takes one weeks. The aim is to reach agreement on all points, and finalize the contract.

3. Contract Finalization will commence with a discussion of your technical proposal, the proposed project plan, staffing and any suggestions you may have made. Agreement must then be reached on the final Project Plan, the staffing and bar charts, which will indicate milestones and tasks. Special attention will be paid to optimize the required outputs from the successful Bidder within the available budget and to define clearly the inputs required from PESCO to ensure satisfactory implementation of the Assignment.

4. Having selected the successful bidder as the Consultant, among other things, on the basis of an evaluation of proposed key professional staff, PESCO expects to finalize a contract on the basis of the staff named in the proposal and, prior to contract finalization, will require assurances that this staff will be actually available throughout the project duration except for reasons of health of key professional staff.

5. The Contract Finalization will be concluded with a review of the draft form of Contract. PESCO and the Successful Bidder will finalize the contract to conclude negotiations.

7.15 Award of contract

1. The Contract will be awarded after successful discussions with the successful Bidder. Upon successful completion of the bidding process.

2. The selected Bidder is expected to commence the Assignment on the date specified in the section on Project Timeline.

7.16 IPR Infringement

As part of this project consultant will deliver suitable software. If the use of any such software by/ for PESCO, infringes the intellectual property rights of any third person, Consultant shall be primarily liable to indemnify PESCO to the extent of direct damages against all claims, demands, costs, charges, expenses, award, compensations, etc. arising out of the proceedings initiated by third party for such infringement, subject to the conditions, the claim relates to software provided / used by Consultant under this project.

7.17 Force Majeure Clause

There shall be no liability or responsibility, on the part of both PESCO and the Consultant for consequences arising out of interruption of the business due to acts of

28 | P a g e

Allah, riots, civil commotion, insurrections, wars or any other causes beyond their control or by any strikes or lock outs. Any such interruption due to Force Majeure should be informed by the Consultant to PESCO or vice versa in writing within two days of such event.

7.18 Liquidated Damages and Penalty Clause

The consultant shall complete all activities, milestones and submit all deliverables in accordance with the timelines (proposed by consultant during submission of proposal and finalized after discussion with PESCO post award of contract). Any case of delay or non-delivery of an activity or milestone as per the finalized project plan will be subjected to penalty. In case of delay in the execution of the contract, the PESCO reserves the rights to impose penalty not exceeding 10 % of the total amount of the contract.

7.19 Order Cancellation

PESCO reserves its right to cancel the order in the event of delay. If the progress of work is not to the satisfaction of the PESCO, the work will be awarded to another party at the risk and cost of the bidder. In such an eventuality, if any excess amount is to be paid by PESCO, it will be recovered from the bidder.

7.20 Resolution of Disputes

All disputes and differences of any kind, whatsoever, between the Consultant and PESCO arising out of or in relation to the development, implementation, operation or effect of the Contract, shall be settled amicably by the Steering Committee. If after thirty days from the commencement of such informal negotiations, PESCO and the Consultant are unable to resolve amicably a contract dispute; either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by PESCO and the other to be nominated by the Consultant. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The award of the Arbitrators, and in the event of their not agreeing, the award of the Umpire appointed by them shall be final and binding on the parties. The arbitration proceedings and the venue for arbitration shall be at PESCO Headquarter Peshawar. In case the Consultant would like to exit the project, the same shall be taken up by the Arbitration process.

7.21 Governing Law and Disputes

The Bid and the subsequent Contract with the selected Bidder shall be governed in accordance with the Government laws.

7.22 Corrupt or Fraudulent practices

1. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the selection process or in contract execution; and

2. “Fraudulent practice” means a GIS representation of facts in order to influence a selection process, and includes collusive practice among Bidders (prior to or after submission of proposals) designed to establish prices at artificial non-competitive levels and to deprive the Evaluation Committee of the benefits of free and open competition.

3. PESCO will reject a proposal for award if it determines that the Bidders recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

4. Note: On no account prior to the award of contract, should the Bidders contact or communicate directly with representatives of PESCO GIS team involved in

29 | P a g e

work concerning this Request for Proposal about this Assignment, other than with the identified Contact Officer(s). Failure to comply with the above requirement may result in the disqualification of your organization from this competition.

7.23 Technical Support

The vendor will provide the details of Technical Support of the solution. Based on the requirements and resources required may enter into a contract with the bidder for Annual Technical Support based on mutual agreement of terms and conditions. The support shall include new releases, upgrades, bug fixes, functionality requirements, and patches to cater to changes.

7.24 Maintenance Contract (MC)

1. Maintenance Contract period will be for 1 year since the end of the handholding and onsite support period after which the same may be renewed on mutually agreeable terms and conditions.

2. For this purpose, the bidder is expected to provide the detailed processes to be followed for logging requests, assigning requests to specific individuals, recording resolution, tracking overall time taken for resolution, etc.

3. During the MC the bidder will also provide a Project Manager to co-ordinate all the IT related activities including solution, hardware, networking etc. This person will be responsible for liaising with all the stakeholders for running the solution smoothly.

4. Consultant would provide on-site maintenance for a period of one year since the completion of the handholding and onsite support. The support will address but not be limited to the following:

4.1 All user level queries 4.2 Bug fixes 4.3 Enhancements 4.4 Incorporations of new requirements owing to legal, statutory and

policy changes 4.5 Configuration changes 4.6 Customizations 4.7 Patch updates 4.8 Upgrades 4.9 Database administration 4.10 Cyber Security 4.11 Periodic user trainings e.g. for new employees etc.

5. The maintenance support should be provided on all working days from 8 AM

to 5 PM and should adhere to the SLA requirements. The coverage of maintenance support will be at least across the following though not limited to these only:

5.1 All the modules of the solution including customizations 5.2 All functionalities as mentioned in the RFP or finalized during the

business blueprinting phase 5.3 Version up gradation 5.4 Re-installation of base software and System restoration 5.5 Report creation, modifications 5.6 Workflow changes 5.7 Resolution of reported errors

30 | P a g e

5.8 Data backup and recovery 5.9 Performance tuning and optimization 5.10 Enhancements of existing configurations and functionalities 5.11 Documentation of all the changes

7.25 Service Level Agreements (SLA)

The SLA mentioned below will need to be included in the Contract subsequently. This SLA will be applicable to the post go-live handholding and onsite support and MC. The service type will be defined as per the problem report generated and the metrication will be on delivery of the solution.

Action Threshold Expected Action

Initial

Response

Critical 1 Hour Initial review, category identification, sufficiency of information with the problem report.

Assign to individual for analysis

Respond to initiator that the problem has been assigned

High 4 Hour

Medium 8 Hour

Low 16 Hour

Complete Analysis/ Resolution

Critical 4 Hour Detailed analysis of problem report, root cause analysis, potential risk/impact

Effort estimate for resolution and closing of the problem

High 1 Working Day

Medium 7 Working Days

Low 10 Working Days

Table 4: Service Level Agreement Definition of thresholds

Critical: Show stopper, Application breakdown/ crash. Has serious implications on running the production server, and has affected or may affect greater than 50% of users. High: Serious degradation of application performance, has impacted majority of business processes, risk of significant data loss, affected or may affect around 10-50% of the users. Moderate: Moderate degradation in application performance, no implications on data integrity, had minimal or no impact on day-to-day operations, and has affected or may affect less than 10% of users. Low: Applications are stable and has no impact on day to day workings and has affected or might affect a single user.

31 | P a g e

APPENDIX A: Instruction to bidders for proposal preparation

You are requested to submit the following:

1. Technical Proposal 2. Financial proposal The proposal should be prepared in line with the instructions given in the RFP document. All the

requirements as per the RFP must be met under all circumstances.

Appendix B identifies the various Document Formats which describe the structure in which the various

sections of the bid are to be submitted. The bidder should fill up the tables with information asked for

in each column. Where a separate document is expected, the bidder may attach it in the bid. The

complete bid will comprise of Technical Bid and Financial Bid submitted in sealed packet. The Technical

and Financial Bid would be processed separately. Hence, these bids are to be enclosed in separate sealed

envelopes, clearly indicating their respective headings and then placed in the outer sealed packet.

The offers should be submitted as per format described further down in this section. The complete bid

will comprise of a sealed outer cover containing the following:

1. Cover letter: The bid should be accompanied by a cover letter in the attached format in Appendix B.1

2. Two separate sealed covers clearly marked, “Technical Bid” and “Financial Bid”.

The bid should be addressed to: Chief Engineer (Planning & Engineering), Room no. 422 Headquarter Shami Road Peshawar. Tel: 091-9212648 Fax: 091-9212335 Email: [email protected]

The number of copies of the proposal to be submitted are: Three (03)

The final date and time of proposal submissions are: 16-06-2021, 11:00 AM.

All request for clarification should be addressed to [email protected] A.1 Technical Bid

You are expected to examine all terms and instructions included in the Documents. Failure to provide

the requested information will be at your own risk and may result in rejection of the proposal. Technical

proposal must provide the following information, using, but not limited to, the formats attached in

32 | P a g e

Appendix B.2:

1. A brief description of the Bidder's organization and an outline of recent experience on

assignments of a similar nature. The information you will provide on each assignment should

indicate, inter alia, the profiles of the staff provided, duration, contract amount and firm

involvement.

2. The composition of the proposed staff team, the high-level tasks which would be assigned to

core team members

3. Estimates of total time effort (person x months) to be provided for the services, supported by

charts showing the time proposed (person x months). The total time effort should be broken

down by the modules suggested to be implemented. This should be limited to estimation of

Total time effort only and no financial information should be included here.

4. Your understanding of the processes and the proposed solution. This should include all the

solution components that will be required to ensure coverage of the processes and requirements

as mentioned in Appendix C and D.

TECHNICAL BID MUST NOT INCLUDE ANY FINANCIAL INFORMATION. IF FOUND SO THE BIDDER WILL BE DISQUALIFIED

A.2 Financial Bid

1. The financial proposal should list the costs associated with the Assignment using, but not

limited to, the formats attached.

2. The financial proposal must take into account the tax liability and any other statutory payouts

as per the standard guidelines.

33 | P a g e

APPENDIX B: Document Formats

B.1 Cover Letter

Bid Proposal Reference No. and Date: Bidders Name and Address: Person to Be Contacted: Designation: Telephone No(S): Fax No.: To Chief Engineer Planning & Engineering PESCO H/Q Shami Road Bashir Abad Peshawar Room no.422

Subject: Submission of Technical Bid & Financial Bid “GIS Solution-Implementation of

centralized mapping & analysis System through ArcGIS Enterprise”

Sir, We, the undersigned bidders, having read and examined in detail the specifications and the RFPs of “GIS Solution-Implementation of Centralized GIS Mapping & Analysis System through ArcGIS Enterprise” for PESCO Distribution System and Implementation project do hereby propose to provide services as specified in the RFPs. BID VALIDITY

1. The prices mentioned in our proposal are in accordance with the terms as specified in RFP. The prices and other terms and conditions of this proposal are valid for the period of 120 calendar days from the date of submissions the bids.

2. We do hereby confirm that we are a registered Pakistani firm and that our Bid prices include all taxes such as Income tax, professional tax, sales tax, service tax etc.

3. We do hereby assure that any change in indirect or direct taxes like income tax, surcharge on Income Tax, Professional Tax or sales tax and other Corporate tax would be payable by us, as and when applicable.

UNIT RATES

1. In the case there is an increase/decrease or change in the scope of work under the contract, we have indicated in the relevant schedules, the unit rates for respective services. These should be considered at appropriate time.

2. We declare that all the services/works shall be performed strictly in accordance with processes as mentioned in the RFP.

BID PRICING

1. We further declare that the prices stated in our proposal are in accordance with your Instructions to Bidders included in RFP.

34 | P a g e

2. We declare that our bid prices are for the entire scope of the work as specified in the RFP. These prices have been submitted in the Financial Bid.

3. We declare that the prices will not be subject to escalation for any reason whatsoever within the period of project. A proposal submitted with an adjustable price quotation or conditional proposal may be rejected as non-responsive.

In case you require any additional information/documentary proof for the evaluation of our bid, we agree to furnish the same. This is to further certify that all the information contained in the Bid is to the best of our knowledge and the bids submitted are completely unconditional. We hereby declare that our proposal is made in good faith, without collusion or fraud and the information contained in the proposal is true and correct to the best of knowledge and belief. Thanking you, Yours faithfully, (Signature) Name of Authority Signatory: Designation: Date: Place: Business Address: Signature (In the capacity duly authorized to sign bids For and on behalf of) (Name in block letters) B. Technical Bid Format

(To be submitted in a separate sealed cover marked: consultant at PESCO – Technical Bid)

S.No Line Item Instructions for response

Relevant Experience

1 Details of company expertise / experience

Please attach on separate sheets.

Project Details

2 Bidders understanding of the project. Describe your understanding of the project scope –what can be done and what cannot be done. Separate Document Expected. Please include a compliance sheet as per process definition and detailed requirements in Appendix C & D. This should also include all the major customizations that you think are needed for the coverage of the processes and requirements.

3 Description of the Project Details Describe your methodology in details of the technology, architecture, modules and solutions that would be used. Separate document expected.

35 | P a g e

4 Project Plan Share a project implementation plan with timeline including but not limited to Detail on approach, Important milestones, Resource plan etc.

5 Roles and Responsibilities Matrix List out the Roles and responsibilities of the project team members.

6 Effort Estimation Please use the effort estimation matrix as mentioned in Section XXX. for sharing the details on the effort estimation divided by Modules.

7 Resources and Responsibilities expected from PESCO

Please include the resources and responsibilities as expected from PESCO.

8 Training Plans Describe training programs for core team and end users supported by sample training documents.

9 Documentation Coverage Describe all the relevant system documentation that you will provide supported by sample documentation/manual. This should at least include all the documents as listed in the deliverables section.

10 IT Infrastructure requirement Describe the IT Infrastructure requirements for the project - details of the hardware, software, platform, connectivity requirements, etc.

11 Cyber Security & Controls Plan Detailed description of cyber security and control features that are to be built into solutions.

12 Data Migration, Cut- over and commissioning plan

Please include the details of the go-live plan,master data creation plan, data migration plan, plan to digitize the non- digitized data.

13 Testing Plan Please include details of all the testing that are to be done for the successful implementation of the project.

14 Support Plan Please include the details of the support during the post go-live onsite handholding and support phase and MC separately including but not limited to the time spent, kind of resources deputed etc.

15 Change Management Plan Describe your plan to cover any change management issues being faced during the implementation of the project including workshops to be conducted for the same.

16 Quality Plan Proposed quality plan setting out for controlling quality at different stages of the project and a proposed inspection schedule should be described.

36 | P a g e

17 Problem resolution and escalation Mechanism.

Describe the problem escalation mechanism with the name, designation and contact details as per the details mentioned in Section above.

18 Change Request Management Plan Include the plan to handle any change requests that may be needed during the course of the project including but not limited to details of the process to approve and handle such request.

19 Project Team Details Include the details of the proposed project team. Please include the resumes of the relevant core team members in the attached format provided in Section xxx. The identified consultants will have to be a part of the project throughout the duration of the project unless and otherwise specific permission is taken from PESCO to replace the identified resources.

20 DBMS implementation Plan Proposed the most suitable DBMS requirement for PESCO, whether to use Geodatabase of ArcGIS Enterprise or separate DBMS such Microsoft SQL Server etc.

Table 1 Technical Bid Format

B.2.1 Effort Estimation Format

Use this template to provide effort estimation details for the Implementation part of the project only. Please do not include any efforts related to MC in this matrix.

Module Broad Coverage

Type of Resource

No of Resources Required

Time Required (in days)

Total Effort Required

Table 2 Effort Estimation Format

B.2.2 Format for resume of key project team members

1. Name

2. Proposed Position

3. Education Details

4. Experience Profile

Project 1: Industry Covered: Modules Covered: Organization: Project Description: Role:

Project 2: Industry Covered: Modules Covered: Organization:

37 | P a g e

Project Description: Role:

Table 3 Format for resume of key project team members

*Every team member profile shall be certified by the Team Member and the proposed Project

Director.

B.3 Financial Bid Format

(To be submitted in a separate sealed cover marked: Solution Implementation at PESCO – Financial

Bid)

Name and address of the company Name and designation of the contact person dealing with this proposal

Part A: Software License charges including discounts and applicable taxes for all required users which may increase or decrease as per the final requirements.

Line Item Unit Rate Quantity Total

ArcGIS Enterprise

Discount

Applicable Tax

Table 4 Software License Cost

Part B: Operating System User/Server and Database Server License charges including discounts and applicable taxes for required Users which may increase or decrease as per the final requirements.

Line Item Unit Rate Quantity Total

Server Operating System

User Operating System

Any other software required

Table 5 Supporting Software License Cost

Part C: Professional Fees & Detailed price including taxes etc. as per the schedule mentioned below.

Solution Implementation charges including applicable taxes.

Per Unit Charges by each type of resource (Functional Consultant/ Programmer for Customization/ Project Manager etc.)

Type effort required for each type of resource

Total Amount

Table 6 Implementation Cost

38 | P a g e

Total Cost of the project (including A- Software License Charges, B-Supporting Software License Cost C-Implementation Charges)

Signature Name of the authority Signatory

39 | P a g e

Application Form A-1

General Information

All individual firms and each partner of a Joint Venture applying for RFP are requested to complete the

information in this form. Nationality information is also to be provided for foreign owners or vendors

who are forming part of the Joint Ventures.

40 | P a g e

Application Form A-2

Name of Vendor or Partner of a joint venture

All individual firms and all partners of a joint venture are requested to complete the information in

this form.

JVs Lead Partner

41 | P a g e

42 | P a g e

Similar Experience Application Form A-3

Name of Vendor or partner of a joint venture

On a separate page, using the format of Application Form A-4, each vendor or partner of a Joint Venture is

required to list all contracts of a similar nature and complexity to the contract for which the Vendor wishes

to qualify, undertaken during the last three years. The information is to be summarized, using Application

Form A-4, for each contract completed or under execution by the vendor or JV partners.

43 | P a g e

Application Form A-4

Contracts of Similar Nature and Complexity

Name of Vendor or partner of a joint venture

Use a separate sheet for each contract.

1 Name of Contract

Country

2 Name of Employer

3 Employer Address

4 Nature of works and special features relevant to the contract for which the Vendor

wishes to prequalify……………………………………………

5 Contract Role (Tick One)

(a) Sole Contractor

(b) Sub- Contractor

(c) Partner in a Joint Venture

6 Value of the total contract (in specified currencies) at completion, or at date of award

for current contract…

7 Value in Pak/Rs………………………………………………

8 Date of Award……………………………………………….

9 Date of Completion………………………………………..

10 Contract Duration (Years and Months)

__________Years __________Months

11 Specified Requirements

------------------------------------------------------------------------------------------------ ------------------

------------------------------------------------------------------------------- -----------------------------------

-------------------------------------------------------------- ----------------------------------------------------

--------------------------------------------

44 | P a g e

Application Form A-5

Personnel Capabilities

Name of Vendor

For specific positions essential to contract execution, Vendors should provide the names of candidates

qualified to meet the specified requirements. The data on their experience should be supplied on separate

sheets of CV‟s.

1 Title of Position

Name of Prime Candidate

45 | P a g e

Application Form A-6

Financial Strength

Name of Vendor or Lead Partner of a Joint Venture

Vendors, including Lead Partner of a joint venture, should provide financial information to demonstrate

that they meet the specified requirements. A copy of the audited reports/balance-sheets should be

attached.

Bank Name of bank

Address of bank

Telephone Contact name and title

Fax Telex

All individual firms and Lead Partner of JV are requested to provide information related to annual

turnover.

Annual Turnover

Year Turnover (in Pak Rupees) Turnover in Millions.

1.

2.

3.

Summarize actual assets and liabilities in Pak Rupees for the previous three years, based upon known

commitments, projected assets and liabilities in Pak Rupees.

Financial information in Pak Rs.

Detail of Last three year

1. Total assets

2. Current assets

3. Total liabilities

4. Current liabilities

5. Profits before taxes

6. Profits after taxes

Firms owned by individuals, and partnerships, may submit their audit reports / balance sheets certified

by a registered accountant.

46 | P a g e

Joint Venture Summary

Names of all Partners of a Joint Venture

1.Lead Partner

2.Partner

3.Partner

4.Partner

47 | P a g e

Technical RFP Evaluation Form.

Each Company/ JV must fill the following evaluation forms.

Company Profile Evaluation (W1) Form

Item Score Criteria Documentary Evidence

Years of incorporation (A)

33

Number of years of incorporation of the Bid in consideration/

Maximum number of years of incorporation amongst all the Bids

* 33

ATL Certificate, GST & NTN Registration Certificate, Firm Incorporation

Certificate, SECP Certificate.

Quality Compliance (B) 20 ISO 9001-2015 or similar held in the recent past

Relevant International Certification

1. Number of IT

Expert 2. Number of GIS

Expert 3. Number of

Load Flow experts

with the firm (C)

1. 15 2. 12 3. 20 (47)

Number of IT Expert with the firm of the bid in

consideration/Maximum number of IT experts in a firm amongst all

the bids * 15 Number of GIS Expert with the

firm of the bid in consideration/Maximum number of GIS experts in a firm amongst

all the bids * 12 Number of SynerGEE Electric

(Load Flow) Expert with the firm of the bid in

consideration/Maximum number of Load Flow Expert in a firm

amongst all the bids * 20

Salary Account Maintenance Certificate

Issued from Bank

Total A1= (A+B+C) 100

48 | P a g e

Company Experience Evaluation (W2) Form

Item Score Criteria Documentary Evidence

Value of Software Development and Implementation Projects in Public Sector in Pakistan and abroad during the last 15 years (D)

40

Total value of software development and implementation projects in public sector in Pakistan and abroad during last 15 years of the bid in consideration/ Maximum value of software development and implementation projects in public sector in Pakistan excluding utility sector during last 15 years amongst all the bids * 100

Completion Certificate for completed projects and signed contract/work-order for on-going projects, mentioning the scope and value of projects.

Value of Software Development and Implementation Projects in Utility sector (E)

40

Total value of software development (GIS Solution) and implementation projects in public (utility sector) in Pakistan of the bid in consideration / Maximum value of software Development (GIS Solution) and implementation projects in utility sector in Pakistan amongst all the bids * 100

Completion Certificate for completed projects and signed contract/work-order for on-going projects, mentioning the scope and value of projects.

Experience of delivering GIS related projects in Public Sector (FD) utility company

20

1-2 projects = 5 Marks 2-4 projects = 10 Marks 5 & above = 20 Marks

Completion Certificate for completed projects and signed contract/work-order for on-going projects, mentioning the scope and value of projects.

Total A2 = (D+E+FD)

100

49 | P a g e

Company Financial Strength Evaluation (W3) Form

Item Score Criteria Documentary Evidence

Current Ratio of the last one year (F)

50 Current Ratio of the bid in consideration / Maximum Current Ratio amongst all the bidder * 60

Audited Financial Statements of the last 01 year

Net Income (Profit) during the last 03 years on an annual basis (G)

50 Net Income (Profit) of the bidder in consideration each year / Maximum Net Income (Profit) amongst all the bidders * 40

Audited Financial Statements of the last 03 years

Total A3 = (F+G) 100

50 | P a g e

Company Project Team Evaluation (W4) Form

Sr. Position Mandatory Qualification

1 Project Manager Name 16 years of education in ICT related field

2 System Analyst 16 years of education in ICT related field

3 System Architect 16 years of education in ICT related field

4 Technical Lead 16 years of education in ICT related field

5 Quality Assurance Expert 16 years of education in ICT related field

6 GIS Specialist 16 years of education in GIS related field

7 Spatial Database Administrator 16 years of education in ICT related field

8 GIS Web Developer 16 years of education in ICT/GIS related field

9 Enterprise mobile Application Developer preferably (ArcGIS Enterprise app developer)

16 years of education in ICT/GIS related field

10 SynerGEE Electric/Load Flow Expert B.Sc (Electrical) degree from HEC & PEC recognized university.

Sr.No Criteria Scores

4.1 Educational Qualification (H) 2.5 marks for each resource = 2.5*10 = 25

4.2 Relevant Experience (I) 5 marks for each resource = 5 * 10 = 50

4.3 Time with Firm (J) 2.5 marks for each resource, 2.5 * 10 = 25

Total (H+I+J) 100

Each individual is ranked on:

Sr.No Criteria Weightage

1 Relevant Academic Qualifications 20

Total (H) 20

4.1 EDUCATIONAL QUALIFICATION (H)

Relevant Academic Qualification

S. No. Criteria Marks

1 Relevant Degree with at least 14- 16 years of education 1

2 Relevant Degree with at least 17- 18 years of education 2.5

4.2 RELEVANT EXPERIENCE (I)

Relevant experience for each individual is evaluated on three factors:

III. Number of Similar Assignments

1. 1 to 2 projects 0.5 marks 2. 2 to 4 projects 1 mark

51 | P a g e

3. 4 and above 1.5 marks

IV. Value of Largest Similar Assignment

The value of the largest similar assignment listed on the individual’s CV for the past 10 years is compared to the present assignment.

The grading is then done according to the following table:

Value of Largest Similar Assignment (PKR)

Marks

>=200 million 2

>=150 million 1.5

>=100 million 1

>=50 million 0.5

iii. Time Spent in Similar Assignments

Value of Largest Similar Assignment (PKR)

Marks

1 to 5 years 0.5

6 – 8 years 1

9 Years plus 1.5

4.3 TIME SPENT WITH FIRM (J)

One or more than one year(s) of experience of an individual staff spent with the bidding firm, he/she shall be given 03 marks, otherwise 0 marks for less than one year.

A4= (H+I+J)

52 | P a g e

Company Approach & Methodology Evaluation (W5) Form

APPROACH & METHODOLOGY (A5):

Item Score

Software Development/Customization/Configuration & Implementation Methodology (K)

50

Work Plan & Deliverables Plan (L) 25

Project Management, Quality Assurance, Training & Knowledge Transfer Approaches (M)

25

Total (K+L+M) 100

A5= (K+L+M)

The grading is then done according to the following table:

Software Development/Customization/Configuration & Implementation Methodology (K)

Quality Grade Score Excellent A 50

Good B 35

Average C 25

Below Average/Absent D 0

Work Plan & Deliverables Plan (L)

Quality Grade Score Excellent A 25

Good B 15

Average C 10

Below Average/Absent D 0

Project Management, Quality Assurance, Training & Knowledge Transfer Approaches (M)

Quality Grade Score Excellent A 25

Good B 15

Average C 10

Below Average/Absent D 0

TOTAL TECHNICAL SCORE:

53 | P a g e

The Technical Score, St will then be obtained using the following formula:

St = A1*W1/100+ A2*W2/100 + A3*W3/100 + A4*W4/100+ A5*W5/100

54 | P a g e

APPENDIX C: Business Processes

PESCO intends to deploy an -ArcGIS Enterprise- Solution to enhance its core planning activities of

GIS survey, mapping & analysis, and Geo-visualization processes of PESCO distribution system.

Enterprise GIS solution would cover overall routines works of all P&E sections such as rehabilitation

proposal generation through GIS, records/assets management, online tracking of proposal execution

status. The GIS solution would be integrated with other information system of PESCO such MIS, ERP,

AMI, MMR and PDC etc. The system would also have the provision to integrate with other already

developed systems through APIs & Web Services.

The following broad-level requirements for various functional areas have been identified. The

requirements mentioned are indicative only and actual requirements will be finalized and

detailed as per the business blueprinting exercise.

C.1 Optimizing PESCO GIS Field Operations

GIS field operations in PESCO are about mapping of Distribution System (infrastructure mapping) and

performing routine updation, inspections. However, to get high quality field data, PESCO need an

effective field workflow equipped with high tick survey equipment or data collection apps. Presently, in

PESSCO the daily workflow start with printing data collection forms and maps of the feeder. The field

crews then go on to record the location & attributed data of assets & perform inspections. The field

data then makes its way to the office where data feeding done into Microsoft Access database, through

customized desktop interface. The access database then transcribed to a desktop GIS. Where feeder are

created as point & line data from in ArcGIS built-in Geo-database. This is a typical paper based

workflow with may drawbacks like illegible data form, loss of data both hard & soft, GPS data lost,

timing consuming and very difficult to manage updation of any rehabilitation work.

To improve the workflow, PESCO need online GIS apps to make the workflow paperless and more

efficient. To get there, PESCO require such a solution to use data collection apps for survey &

inspection as well as cloud GIS web apps to manage the data, to replace the paper maps with interactive

mobile apps that have the needed infrastructure data. Where PESCO can utilize mobile data collection

apps as a substitute for messy paper forms. And finally, end the data transcribing for good by using web

apps that are in sync with mobile data collection apps.

The required mobile app data form shall be on prescribed proforma (Survey Log Sheet) provided by

PESCO. The consultant will present demo of data collection/updating procedure for mobile app as per

55 | P a g e

PESCO requirement. The system must provide capability to take photo (Geotagged) of required

installation as per required of PESCO.

The module consist of the following sections.

Configuration of ArcGIS Enterprise to build geo-enabled cross-platform native mobile

app field operation for GIS Survey/updating as per PESCO requirement.

Designing effective work flow for performing routine GIS activities for

updation/inspection.

Tasks management/tracking of GIS Surveyor etc.

C.2 Application Development- ArcGIS Enterprise Solution for Mapping, Analysis and Geo-

visualization

Consultant is required to configure ArcGIS Enterprise to provide web-based centralized application for

spatial & attributed data representation/Geovisualization. It’s must provide a sustainable solution to

update GIS Mapping of PESCO Distribution Network. It provides information regarding installed

assets at HT and LT Distribution Network(s), maintains corresponding reference data (warehouse),

generates multiple reports and offers interfaces to manage feeder along-with user management.

The main objective is to streamline the updating process to be carried out by P&E GIS Team and

PESCO Field Formations through Planning & GIS Cells constituted at Circle, Division and Sub

Division Levels and the staff has been trained likewise. It must integrate with other PESCO information

System such as MIS, AMI, MMR, etc.

The application must be accordance with the geodatabase schema already developed by PESCO with

highest possible level of accuracy.

The required projection system is Universal Transverse Mercator (UTM) for calculation of length,

however the system must provide capability to convert data from one project system to anther as per

PESCO requirement and to resolve UTM Projection zone issues both for GIS and SynerGEE Electric.

The data must be compatible with latest available ESRI ArcGIS, SynerGEE Electric, FDR-ANA

product line.

The module consist of the following sections.

Deployment of ArcGIS Enterprise to provide centralized application for updated Geo-

visualization & load flow studies of distribution System as per PESCO requirements.

Configuration of ArcGIS Enterprise to integrate Automatic Mobile Meter Reading,

AMI, ERP, Inventory Management etc. of Distribution system.

56 | P a g e

Configuration of ArcGIS Enterprise to provide Workflow and Document management

of rehabilitation proposal generation as per P&E requirements.

PESCO Asset Management Application with customized report generation as per

PESCO requirement.

Centralized application for the generation of augmentation/rehabilitation proposal of

distributed system.

Centralized PESCO load flow studies application through Enterprise GIS Solution.

Other required report generation as per PESCO requirements

C.3 Mapping capabilities for the creation of spatial arrangement of 11kV feeders

(Minimum but not limited)

(a) The application shall be capable of mapping by replicating the exiting methods and

procedures on web technologies.

(b) Currently the field survey is being carried out using handheld GPS devices and a survey

sheet form. The application shall provide a user friendly interface for the data entry of

these survey sheet forms into a central database.

(c) The application shall provide a function to upload the GPX files containing geo satellite

coordinates into the central data base for the creation of spatial objects.

(d) The application shall provide basic data validations to ensure smooth joining /

integration between the data entry and GPX file’s information.

(e) The network is modeled by two main layers/themes (point and line) and the application

shall be capable to represent both these shapes on the geographic map.

(f) The preparation process shall be controlled by a formal digital approval process (water

marking).

(g) The electric distribution network elements shall be viewable over a rich and searchable

base map such as Google map.

(h) The application shall provide the progress of surveying and mapping in a graphical as

well as tabular format.

(i) The Application shall be capable of the rehabilitation business process/proposal

generation to produce GIS maps as Appendix D.

(i) Reconductoring of the feeder.

(ii) Bifurcation of the feeder.

(iii) Area planning of different feeders.

57 | P a g e

(iv) Installation of Transformers/Rehabilitation Proposal

(k) The application shall be capable to include new connections / Deposit work

procedures:-

1. New Connection (all categories) includes HT/LT Line & Transformer

2. Shifting of HT/LT Lines

3. Deposit Works

4. Housing Colonies and Plaza

5. Village Electrifications

(l) The application should be capable to generate all related outputs and BOQs

C.4 Updating capabilities for the spatial arrangement of 11kV feeders

The application shall provide capability of data updation/ modification in the attribute data

as well as spatial contents.

The updation/ modification process shall be controlled by a formal digital approval process

(water marking).

C.5 A centralized data repository/database for the power distribution network

A Centralized data repository / database for the power distribution network at PESCO

Head Office shall be maintained.

The application should provide features of easily exportable in the specific formats i.e. to

resolve different UTM Zone conflict; and to facilitate it for Planning, Engineering &

other Technical analysis compatible with the following software:

SynerGEE

FDR-ANA

ArcGIS 10.1/ QGIS

SAP & ORACLE

PQM database

etc.

C.6 User Access control mechanism for viewing and analyzing feeder data.

i. The Viewing and editing functions i.e. user management must be controlled by

different privilege levels of Management like company top management, Circle,

Division, Sub Division etc.

ii. The access control / granting mechanism must be configurable by system

administrator.

iii. The PESCO authorized user at any managerial level shall be able to add/view the

data of feeders to/on the base map grouped by Company/Circle/Division,

Subdivision, Grid Station and Feeder Name/Feeder Code wise.

iv. Multiple feeders shall be displayed with different colors with editable annotation.

58 | P a g e

v. All the equipment shall be displayed with Distribution Network symbology and

labels approved by PESCO.

vi. Authorized user shall be able to identify electric network elements on screen and

display selected number of attributes.

vii. The data along with base map shall be printable in different size of papers, with pre-

defined network symbology and different labels approved/provided by

viii. Authorized users shall be able to generate Feeder- wise Asset details of PESCO

which can be grouped into subdivision level to company level.

C.7 Calculation of technical losses with online display/Geo-visualization.

i. ArcGIS Enterprise must be configure to provide functionality to perform online

technical loss calculations based upon maximum current and balanced load

conditions or as PESCO requirement.

ii. The application shall provide Distribution losses including loss on High Tension

lines (HT, 11kV), Low Tension lines (L.T, 0.415kV) and on service connections. The

Distribution losses are generally segregated into two parts, namely Technical Loss

and non-technical loss i.e. administrative or commercial loss. The consultant will

design application specifically deal with the technical losses.

iii. The software/applciation shall be able to perform calculation of KW loss, Voltage

drop, and percentage loading in each conductor segment.

iv. The software shall be capable of summarizing the distribution network parameters

including KVA and KVAR (installed), kW, Annual Energy Loss (AEL), Percentage

AEL, Maximum Voltage Drop, and Maximum Loading of Distribution Network.

v. The software shall have a configurable warehouse of all the equipment used in power

distribution network.

vi. The application shall facilitate thematic display of various parameters of technical

analysis.

vii. The application shall be able to highlight the distribution network elements

(Transformers/Lines etc.) beyond permissible limits on the map.

viii. The software shall be able to import SynerGEE software analysis results output to

generate thematic maps.

59 | P a g e

ix. The software/application shall be able to print the technical analysis report as per

current practices at PESCO.

x. The Software/application must be capable to generate Hv/Lv proposal online as

per current practices at PESCO.

C.8 Automatic Alerts

i. The application shall be capable of sending automatic alerts to selected users through

emails/sms where applicable. These alters may be on the basis of exceeding numbers

of consumers/voltage drop above the defined threshold value for transformer,

feeders, grid station.

ii. The application alert engine shall be configurable so that the system admin can set

permissible limits on Analysis results for generating automatic alerts.

iii. The application shall keep track of the alerts issued and acknowledged by the users

grouped into different management levels (Company/ Circle/ Division/

Subdivision etc.).

iv. A dashboard shall be designed to provide summary of the total alerts issued and

acknowledged by each users.

v. The alerts shall also have provision of its integration with GSM (if required).

vi. Alters to GIS Surveyor in case of taking duplicate coordinate of existing facility.

vii. Alters on screen for under size conductor on feeders.

C.9 Outputs / Reports

(a) The application shall be able to export / import the spatial data into the following

software’s format to facilitate customized maps & technical Analysis.

(i) SynerGEE

(ii) FDR-ANA

(iii) ArcGIS

(b) The application shall be able to convert geographic data into single line diagram

(SLD) and further export/import into different formats like PDF, CSV, KML,

KMZ, Shapefile on Sub division, division, circle etc, basis as per requirement.

(c) The data along with base map shall be printable in different size of papers along

with PESCO predefined symbology.

(d) The application shall be capable of providing /printing of Asset’s Details

Abstract/maps at feeder level, Sub Station level, Sub Division, Division, Circle or

Company level etc.

60 | P a g e

(e) The Application shall be able to provide/print Weekly, Monthly, Quarterly and

yearly basis progress reports in graphical and tabular formats (Feeder, Substation,

Sub Division, Division, Circle and Company wise)

(f) The Application shall be able to provide / print different types of Progress

Reports such as number of feeders surveyed/updated, mapped, and pending

feeders of (Sub Division, Division, Circle and Company wise).

(g) The application shall be compatible with all type of printers to generate different

reports and lists.

(h) The solution must produce required maps of PESCO as shown in appendix D

but not limited to.

C.10 Future Compatibility with PESCO Consumer's portal with Geo-Mobil application

Existing enterprise solution must be able to interlink with consumer's web portal and Geo-

mobile apps is a step forward towards establishing responsive service cell for the consumers of ,

to ensuring high-quality service.

This android/ios based mobile Geo application allows consumers to register their complaints

with Geotagging facility. These complaints (i.e. damage transformers, accidents, direct hooks)

are automatically forwarded to the concerned SDO/S.E/C.E office for appropriate remedial

actions. Citizens can upload picture/video/audio files in support of their complaints to ensure

proper action.

This app also enables the PESCO to communicate directly with the consumer to make routine

and emergency announcements. Public polling is also featured to collect the concerns and

preferences of the citizens in real-time.

Where Geotagging is a way of storing location data with your photos, allowing you to place your

photos on an exact location on a map. It stores the position’s latitude and longitude as two

numbers.

(a) All licenses of customized Software, 3rd party software & Database shall be on the name

of PESCO and licensing schemes should be clearly mentioned in the financials. All

recurring costs should be pointed out precisely.

(b) Comprehensive Backup and cyber Security plan shall be provided for software and

applications.

(c) Updates / patches shall be provided during the course of Project and two year after

implementation as per PESCO needs.

(d) Restoration procedures shall be provided in case of Force Majeure circumstances.

(e) Comprehensive disaster recovery plan must be submitted.

(f) Compliance of implementation schedule and Service Level Agreements (SLAs) shall be

strictly followed as per GCC Clauses.

61 | P a g e

(g) The consultant must describe recommended implementation plan and timeline.

(h) The consultant must describe testing and training plans, to include deliverables,

timeframes and PESCO resource requirements.

(i) The consultant must describe approach to fit gap analysis to meet PESCO

requirements and avoid customizations.

(j) Describe deliverables to be provided, to include documentation and acceptance

criteria.

(k) Provide documentation regarding all configurations and any material related to the

overall project.

(l) The consultant must identify issues and challenges PESCO should anticipate and

indicate how theay are resolved using your system services.

C.11 Cyber Security

The proposed solution should be built on Cyber security strategy that is based on best practices

and industry standards. A clear defense-in-depth approach must be adopted that provides cyber

security controls at every level (user, application, network and facilities). Adherence to these

cyber security principles is a must to ensure that the proposed solution provides confidentiality,

integrity, and availability of data. The Security system must cover Pakistan National Security

requirements (especially defense point of view).

C.12 Other Requirements

1. Preferably, no change should be made to the existing process of PESCO.

2. There should be a provision to develop custom reports as per the requirements freeze during

the business blueprinting phase.

3. Each request for development of custom report should be documented in a pre -defined format.

4. It is expected that certain custom reports needs to be developed if the standard reports available

in the Enterprise GIS Solution do not meet PESCO’s specific requirements.

5. The bidder should endeavor to have minimal use of third party bolt-on applications. This should

be done if the functionalities covered by such applications are not available in the core solution.

6. The bidder should also train PESCO Core Team members such as GIS Specialist, Web

Developer, Programmer, database administrator, on Enterprise GIS solution and custom

modules, so that PESCO can take up the additional development as and when required.

7. There should be a provision to develop dynamic Dashboards based on the business

requirements identified during the business blueprinting.

8. The consultant must provide complete source code with documentation of the project

development to PESCO.

62 | P a g e

9. Resolving Start/End issued after bifurcation of existing feeder and its energization from other

grid station.

PESCO has a right to modify the scope of services or ask for additional services at any

time during the contract period upon mutual agreement between the consultant and

purchaser.

63 | P a g e

APPENDIX-D GIS MAPS

1. GIS MAP OF 11KV FEEDER (EXITING, REMAINING, PROPOSED)

2. GIS MAP OF DISTRIBUTION TRANSFORMER

3. GIS MAP OF 11KV FEEDERS FROM 132KV GRIDSTATION

4. GIS MAP SHOWING AREA PLANNING OF 11KV FEEDER

65 | P a g e

66 | P a g e

67 | P a g e

68 | P a g e

69 | P a g e

70 | P a g e

71 | P a g e

72 | P a g e

73 | P a g e

74 | P a g e

APPENDIX-E Survey Form

75 | P a g e

Class HeightEnd

TypeR Y B Type Size Phase Use Status Mounting Manufctr Model

Serial

Number

Year of

Manufctr.

Dedicated

Consumer

Name

GIS ID Location

0 1 d d m m y y 0 0 1 HT LT #SDE/

DDE% KVA/R

# Pole Class = PCO , PCS , S , TS, Pannel,Jumper; % Type = Primary Pole (PP), Secondary Pole (SP), Transformer Pole (TR), Feeder (FR), Plateform (PF)

Group Date GPS WP Circuits

Data Table Form For HTSubstation :

Feeder Name & Code

Inspectors Name &Cell#

S/ E

Survey Point Number Pole Conductor Equipment

Remarks

Sub Division Name

Division Name & Code

76 | P a g e

Pole

Phase R Y BNeutr

alType SIZE

Pole

Class

Pole

HeightRS RL SC LC SI LI PB AG ST

0 1 d d m m y y 0 0 1

POLE CLASS = STEEL STRUCTURE (S) PC ORDINARY (PCO) PC SPUN (PCS) RAIL STEEL (RS)

S/ E

Survey Point Number

Group Date GPS WP

Inspectors Name

Conductor Consumer TypeRemarks

Data Table for LT

Substation :

Feeder Name & Code

Sub Division Name