RFP - Development of Aid Effectiveness Digital Dashboard
RFP - Development of Aid Effectiveness Digital Dashboard
When preparing your offer, please be guided by the RFP Instructions and Data. Please note
that offers must be submitted using Annex 2: Offer Submission Form and Annex 3 Technical
and Financial Offer, by the method and by the date and time indicated in Section 2. It is your
responsibility to ensure that your offer is submitted on or before the deadline. Offers
received after the submission deadline, for whatever reason, will not be considered for
evaluation.
Any Bid submitted will be regarded as an offer by the Bidder and does not constitute or imply
the acceptance of the Bid by UNDP. UNDP is under no obligation to award a contract to any
Bidder as a result of this RFP.
UNDP reserves the right to cancel the procurement process at any stage without any liability
of any kind for UNDP, upon notice to the proposers or publication of cancellation notice on
UNDP website.
Deadline for Deadline is indicated in the online portal.
the If any doubt exists as to the time zone in which the quotation should be submitted, refer to
Submission http://www.timeanddate.com/worldclock/.
of Proposal
Method of Quotations must be submitted as follows:
Submission
NextGenERP supplier portal following this link:
http://supplier.nextgenerp.partneragencies.org/ using the profile you may have in the
portal.
Follow the instructions in the user guide to search for the tender using Negotiation ID.
In case you have never registered before, you can register a profile using the registration link
shared via the procurement notice and following the instructions in guides available in UNDP
website: https://www.undp.org/procurement/business/resources-for-bidders. Do not create
a new profile if you already have one. Use the forgotten password feature in case you do not
remember the password or the username from previous registration.
Do not create a new profile if you already have one. Use the forgotten password feature in
case you do not remember the password or the username from previous registration.
File Format: All attachments must be in PDF format unless otherwise instructed by
UNDP.
File names must be in Latin alphabet/keyboard and clearly indicate the content of the
document to facilitated review.
All files must be free of viruses and not corrupted.
It is recommended that the entire Proposal be consolidated into as few attachments as
possible.
The proposer should receive an email acknowledging receipt of the proposal by the system.
Cost of UNDP shall not be responsible for any costs associated with a Supplier’s preparation and
preparation submission of a Proposal, regardless of the outcome or the manner of conducting the
of Proposal selection process.
Supplier All prospective suppliers must read the United Nations Supplier Code of Conduct and
Code of acknowledge that it provides the minimum standards expected of suppliers to the UN. The
Conduct, Code of Conduct, which includes principles on labour, human rights, environment and
Fraud, ethical conduct may be found at: https://www.un.org/Depts/ptd/about-us/un-supplier-code-
Corruption, conduct
Moreover, UNDP strictly enforces a policy of zero tolerance on proscribed practices, including
fraud, corruption, collusion, unethical or unprofessional practices, and obstruction of UNDP
vendors and requires all proposers/vendors to observe the highest standard of ethics during
the procurement process and contract implementation. UNDP’s Anti-Fraud Policy can be
found at
http://www.undp.org/content/undp/en/home/operations/accountability/audit/office_of_au
dit_andinvestigation.html#anti
Gifts and Proposers/vendors shall not offer gifts or hospitality of any kind to UNDP staff members
Hospitality including recreational trips to sporting or cultural events, theme parks or offers of holidays,
transportation, or invitations to extravagant lunches, dinners or similar. In pursuance of this
policy, UNDP: (a) Shall reject a bid if it determines that the selected bidder has engaged in any
corrupt or fraudulent practices in competing for the contract in question; (b) Shall declare a
vendor ineligible, either indefinitely or for a stated period, to be awarded a contract if at any
time it determines that the vendor has engaged in any corrupt or fraudulent practices in
competing for, or in executing a UNDP contract.
Conflict of UNDP requires every prospective Supplier to avoid and prevent conflicts of interest, by
Interest disclosing to UNDP if you, or any of your affiliates or personnel, were involved in the
preparation of the requirements, design, specifications, cost estimates, and other information
used in this RFP. Proposers shall strictly avoid conflicts with other assignments or their own
interests, and act without consideration for future work. Proposers found to have a conflict of
interest shall be disqualified.
Proposers must disclose in their Bid their knowledge of the following: a) If the owners, part-
owners, officers, directors, controlling shareholders, of the bidding entity or key personnel
who are family members of UNDP staff involved in the procurement functions and/or the
Government of the country or any Implementing Partner receiving goods and/or services
under this RFP.
The eligibility of Proposers that are wholly or partly owned by the Government shall be
subject to UNDP’s further evaluation and review of various factors such as being registered,
operated and managed as an independent business entity, the extent of Government
ownership/share, receipt of subsidies, mandate and access to information in relation to this
RFP, among others. Conditions that may lead to undue advantage against other Proposers
may result in the eventual rejection of the Bid.
Eligibility A vendor who will be engaged by UNDP may not be suspended, debarred, or otherwise
identified as ineligible by any UN Organization or the World Bank Group or any other
international Organization. Vendors are therefore required to disclose to UNDP whether they
are subject to any sanction or temporary suspension imposed by these organizations. Failure
to do so may result in termination of any contract or PO subsequently issued to the vendor by
UNDP.
It is the Bidder’s responsibility to ensure that its employees, joint venture members, sub-
contractors, service providers, suppliers and/or their employees meet the eligibility
requirements as established by UNDP.
Proposers must have the legal capacity to enter a binding contract with UNDP and to deliver
in the country, or through an authorized representative.
Other more specific eligibility requirements are included in Section 2.1 RFP Specific
Instructions, if applicable.
Currency of Quotations shall be quoted in in the currency indicated in the portal.
Proposal
Joint If the Bidder is a group of legal entities that will form or have formed a Joint Venture (JV),
Venture, Consortium or Association for the Bid, they shall confirm in their Bid that : (i) they have
Consortium designated one party to act as a lead entity, duly vested with authority to legally bind the
or members of the JV, Consortium or Association jointly and severally, which shall be evidenced
Association by a duly notarized Agreement among the legal entities, and submitted with the Bid; and (ii) if
they are awarded the contract, the contract shall be entered into, by and between UNDP and
the designated lead entity, who shall be acting for and on behalf of all the member entities
comprising the joint venture, Consortium or Association.
Refer to Clauses 19 – 24 under Solicitation policy for details on the applicable provisions on
Joint Ventures, Consortium or Association.
Only one The Bidder (including the Lead Entity on behalf of the individual members of any Joint Venture,
Proposal Consortium or Association) shall submit only one Bid, either in its own name or, if a joint
venture, Consortium or Association, as the lead entity of such Joint Venture, Consortium or
Association.
Proposals submitted by two (2) or more Proposers shall all be rejected if they are found to have
any of the following:
a) they have at least one controlling partner, director or shareholder in common; or b) any one
of them receive or have received any direct or indirect subsidy from the other/s; or
b) they have the same legal representative for purposes of this RFP; or
c) they have a relationship with each other, directly or through common third parties, that puts
them in a position to have access to information about, or influence on the Bid of, another
Bidder regarding this RFP process;
d) they are subcontractors to each other’s Bid, or a subcontractor to one Bid also submits
another Bid under its name as lead Bidder; or
e) some key personnel proposed to be in the team of one Bidder participates in more than
one Bid received for this RFP process. This condition relating to the personnel, does not apply
to subcontractors being included in more than one Bid.
Price No price variation due to escalation, inflation, fluctuation in exchange rates, or any other
variation market factors shall be accepted at any time during the validity of the Proposal after the
Proposal has been received.
Alternative If permitted, an alternative offer/proposal may be submitted only if a conforming offer to the
Offers RFP requirements is submitted. Where the conditions for its acceptance are met, or
justifications are clearly established, UNDP reserves the right to award a contract based on an
alternative offer. If multiple/alternative offers are being submitted, they must be clearly
marked as “Main Proposal” and “Alternative Proposal”
Contact Must be submitted directly in the portal using the messaging functionality.
Person for Any delay in UNDP’s response shall be not used as a reason for extending the deadline for
corresponde submission, unless UNDP determines that such an extension is necessary and communicates a
nce, new deadline to the Proposers.
notifications
Right not to UNDP is not bound to accept any Proposal, nor award a contract or Purchase Order
accept any
Proposal
Right to At the time of award of Contract or Purchase Order, UNDP reserves the right to vary (increase
vary or decrease) the quantity of services and/or goods, by up to a maximum twenty-five per cent
requirement (25% ) of the total offer, without any change in the unit price or other terms and conditions.
at time of
award
Publication UNDP will publish the contract awards valued at USD 100,000 and more on the websites of
of Contract the CO and the corporate UNDP Web site.
Award
Policies and This RFP is conducted in accordance with UNDP Programme and Operations Policies and
procedures Procedures
UNGM Any Contract resulting from this RFP exercise will be subject to the supplier being registered at
registration the appropriate level on the United Nations Global Marketplace (UNGM) website at
www.ungm.org.
The Bidder may still submit a Proposal even if not registered with the UNGM, however, if the
Bidder is selected for Contract award, the Bidder must register on the UNGM prior to contract
signature.
SECTION 2.1: RFP SPECIFIC INSTRUCTIONS
General Any Purchase Order or contract that will be issued as a result of this RFP shall be subject
Conditions of to the General Conditions of Contract
Contract Select the applicable GTC:
☒ General Terms and Conditions for de minimis contracts (services only, less
than $50,000)
Applicable Terms and Conditions and other provisions are available at
UNDP/How-we-buy
Special ☒ Cancellation of PO/Contract if the delivery/completion is delayed by 30 Days
Conditions of ☐ Others [pls. specify]
Contract
Duties and taxes Article II, Section 7, of the Convention on the Privileges and Immunities provides, inter
alia, that the United Nations, including UNDP as a subsidiary organ of the General
Assembly of the United Nations, is exempt from all direct taxes, except charges for
public utility services, and is exempt from customs restrictions, duties, and charges of a
similar nature in respect of articles imported or exported for its official use. All
Proposals shall be submitted net of any direct taxes and any other taxes and duties,
unless otherwise specified below:
All prices must:
☐ be inclusive of VAT and other applicable indirect taxes
☒ be exclusive of VAT and other applicable indirect taxes
[according to project and applicable country agreement]
Language of English
Proposal Including documentation including catalogues, instructions and operating manuals.
Partial Offers ☒ Not permitted
☐ Permitted Insert conditions for partial quotes and ensure that the requirements are
properly listed in lots to allow partial quotes
Instructions for Proposals must be submitted directly in the online system.
proposal
Allowable manner of submitting proposals Buyers to select any one option from below
submission
and select the template in Quantum accordingly:
A) Two envelops (sealed financial proposal) The Financial Proposal shall be
submitted directly in the system only in the “Commercial section” of the
requirements and/or line items/deliverables. Non-compliance with this
instruction may result in rejection of the proposal received.
File Format: PDF, jpeg
File names must be clearly indicative of the file content and uploaded in the
relevant section as instructed in the system.
File names must be in English or in the language specified in this document as
the bid language.
All files must be free of viruses and not corrupted.
The proposer should receive an email acknowledging receipt of the proposal
by the system.
Documents to be Proposers shall include the following documents in their Proposal:
submitted ☒ Annex 2: Proposal Submission Form duly completed and signed.
☒ Annex 3 & Annex 4: Technical and Financial Offer duly completed and signed and in
accordance with the instructions provided for proposal submission.
☒ Company Profile.
☒ Registration certificate (Certificate of Registration/SECP Registration)
☒ Tax Registration certificate (NTN/STRN)
☒ Three Copies of the relevant contracts (with value 8 million PKR or 28,000 USD for
International firms) performed from last three years, plus client’s contact details who
may be contacted for further information on those contracts.
☒ List and value of ongoing Projects with UNDP and other national/multi-national
organization with contact details of clients and current completion ratio of each ongoing
project.
☒ Audited Financial Reports of last three years (2020-21, 2021-22, 2022-23) which must
demonstrate the minimum average annual turnover of 20 Million Rupees.
☒ Statement of satisfactory Performance (Certificates) from the top three clients in
terms of Contract value in similar field.
☒ Completed and signed CVs for the proposed key Personnel.
☐ Other Click or tap here to enter text.
Proposal validity Proposals shall remain valid for 120 days from the deadline for the Submission of
period Proposal.
Payment Terms ☐ 100% within 30 days after receipt of goods, works and/or services and submission of
payment documentation.
☒Other As per payment schedule, upon approval of deliverables
Conditions for ☐ Passing Inspection [specify method, if possible] Complete Installation
Release of ☐ Passing all Testing [specify standard, if possible]
Payment ☐ Completion of Training on Operation and Maintenance [specify no. of trainees, and
location of training, if possible
☒ Written Acceptance of Goods, Services and Works, based on full compliance with RFP
requirements.
☐ Others [pls. specify]
Clarifications Requests for clarification from proposers will not be accepted any later than 3 days
before the submission deadline. Responses to request for clarification will be
communicated through messaging tab in Quantum online system.
Evaluation ☐ The Contract or Purchase Order will be awarded to the lowest price substantially
method compliant offer.
☒ RFP-Combined Weighting of Technical (70%) and Financial (30 %) Proposals, with
minimum cut-off passing score of 70 %
☐ Other Click or tap here to enter text.
Evaluation ☒Full compliance with all requirements as specified in Annex 1
criteria ☒Full acceptance of the General Conditions of Contract
☐Others Click or tap here to enter text.
Type of Contract ☐ Purchase Order
to be awarded ☒ Contract Face Sheet (Goods and-or Services) (this template is also utilised for Long-
Term Agreement) and if an LTA will be signed, specify the document that will trigger the
call-off. E.g., PO, etc.)
Context of the Request for Proposal – Development of Aid Effectiveness Digital Dashboard
Requirement
Duty Station / The firm/organization can be based anywhere across Pakistan. However, the
Place of work firm/organization would need to deploy team members in Islamabad to be placed at the
EAD, with data analysis capacities (Data Analyst/Statistician), for data collection and
coordination with EAD and UNDP Country Office. The location of the Team leader can be
flexible; however, he/she, along with dashboard developer, will be expected to travel
frequently to Islamabad for coordination, presentations, and meetings with key
stakeholders.
Project Reforms and Innovation in Govt. for High Performance
Engagement RFP-through competitive process
Modality
Period of The entire assignment must be completed seven months. 7 Months (Aug 2024 – Feb 2025)
assignment/ser
vices
UNDP will not provide office space for this assignment.
Justification The Government of Pakistan (GoP) sees institutional reform through the modernization of
and the public sector as one of the pillars of the country’s development and growth framework.
Background It has also highlighted the use of ‘digital’ technology as one of its key thematic areas, in line
with its commitment towards transparency, accountability, openness, and good
governance. Evidence from UNDP’s National Human Development Report 2023/24 “Doing
Digital for Development” points that leveraging digital transformation may be Pakistan’s
fastest route to human development. The Report finds that although digitalization is already
being undertaken in Pakistan’s public sector institutions, it remains highly uneven, and for
meaningful adoption to take place, the public sector must commit itself to comprehensive
digitalization. Specifically in the public sector development planning, project management,
and financing domains, data collection and data reporting systems are fragmented between,
and within, government ministries and departments, creating data inconsistences along
with an absence of credible reporting and analyses capacities. Creating a cohesive, accurate,
and accessible digital data and project monitoring ecosystem can address this challenge and
create a pathway for the Government of Pakistan to increase transparency and development
financing and aid effectiveness for development partners, financial institutions, as well as
the public. It can remove distortions in public service delivery, improve the quality and
coordination of development, economic and financial policymaking, and correctly measure
the impact of development lending, assistance, and spending to guide future investments.
For example, in the past, the Government of Pakistan employed the use of the Development
Assistance Database (DAD). The application was an aid management solution promoting
good governance and public accountability and transparency. It was an automated
information management system which was designed to improve efficiency and
coordination of donor activities in the country, and to track and analyze aid flows. The
system served as the main database and data collection and reporting system for the donor
and NGO community, offering effective access to aid data. The DAD provided project-level
information on commitments, disbursements, and expenditures by donor, implementer,
sector, and geographic location. This information was accessible to everyone. However, DAD
was eventually let of off due to issues with its application (for example, donors not
contributing data to it regularly, etc.).
Now UNDP is trying to address some of these issues, through its project on Reforms and
Innovation (R&I), which focuses on institutional strengthening and evidence-based
policymaking to revitalize core governance institutions and streamline the role of the state.
Under the R&I project, the Foreign, Commonwealth and Development Office (FCDO) funded
National Governance Programme (NGP) launched in 2024, with the aim to work at the core
of the government and strengthen the key governance institutions at the national level. Key
objectives of the programme include strengthening the capacity of federal institutions for
improving coordination between the federal and provincial levels as well as between
ministries for socio-economic development of Pakistan. This will include assessment of data
sources, information systems and dashboard development for improved inter-
governmental coordination leading to enhanced institutional effectiveness and efficient
service delivery.
In this context, the Economic Affairs Division (EAD), Ministry of Economic Affairs, has
requested UNDP to support it for creating a Development Aid Effectiveness Digital
Dashboard. EAD has the prime responsibility of mobilizing foreign funding for the
development of the economy, within the legal and policy framework, in an efficient and
effective manner. It is responsible for the recording, reporting, and payment of external
public debt, including authorization of remittances for all external debt service, compilation,
accounting, and analysis of economic assistance from foreign governments and
organizations. This involves constant review of aid utilizations vis-à-vis annual budget
estimates/allocation of project assistance, and considers important points such as (but not
limited to):
The rate of disbursement of project assistance and the bottlenecks where these
exist.
Monitoring of loan and grant utilization, covering both delays in the effectiveness of
agreements and delays in disbursements.
Monitoring of both on-budget and off budget development lending.
This mandate is highly technical and involves managing government external debt with the
objective of meeting the government resource requirements, while maintaining debt at a
sustainable level. This involves large volumes of highly sensitive data being generated, the
management of which poses a challenge due to a fragmented data ecosystem with multiple
stakeholders, within EAD, as well as externally (federal and provincial executing agencies,
etc.) This creates a slow process of data validation and recording and reduces avenues for
quick analytical outputs that are critical for timely and effective decision-making. EAD
requires a holistic Development Aid Effectiveness Digital Dashboard that monitors the
progress of projects, and records and presents data on lending and project assistance
financial flows, both on-budget and off-budget, in an easy-to-access manner, while ensuring
that the data is: instantaneously received; accurate; timely; verified; authentic; easy to use;
and interlinked with live data feed-ins from the databases of key stakeholders such as the
federal and provincial executing agencies (other public sector enterprises may also be linked
with the database).
An administrative dashboard.
A search function sensitive to keywords and criteria.
An easy-to-navigate live database filtered by time-period, category, donor,
and geography to ensure availability of time-series, cross-sectional, and
pooled (paneled) data.
A color-coded results presentation of the inflows and outflows data
according to the relevant filter.
A visualization tool embedded within the dashboard to visually present the
data in the form of charts, graphs, etc. for data analysis, planning, and
projections by the end-user.
Collect and feed into the Dashboard information of all international development
donors on-budget and off-budget programs, including analysis of sector-wide
coverage of international development programs against the priorities of the GoP,
as collected and held by EAD.
Identify policy and information gaps on development program and in collaboration
with EAD and key stakeholders collect data from respective partners.
In close coordination with EAD and other line departments, the firm/organization
will carry out the systemic synchronization and integration of the Dashboard in the
Ministry.
The firm/organization will deliver a high-level dry-run live presentation of the tool
and ecosystem to EAD and UNDP senior management for review and feedback.
Implementation Schedule
indicating breakdown and ☒ Required
timing of activities/sub- ☐ Not Required
activities
Names and curriculum
vitae of individuals who ☒ Required
will be involved in ☐ Not Required
completing the services
Criteria for Contract ☒ Highest Combined Score (based on the 70% technical offer and
Award 30% price weight distribution)
☒ Full acceptance of the UNDP Contract General Terms and
Conditions (GTC). This is a mandatory criterion and cannot be
deleted regardless of the nature of services required. Non-
acceptance of the GTC may be grounds for the rejection of the
Request for Proposal.
Evaluation Criteria is
Converted into The Technical Request for Proposal (70%)
Requirement Section In ☒ Expertise of the Firm 30%
Quantum and is Included ☒ Methodology, Its Appropriateness to the Condition and Timeliness
in this Document Only For of the Implementation Plan 50 %
Reference. ☒ Management Structure and Qualification of Key Personnel 20 %
Financial Request for Proposal (30%)
Criteria for the To be computed as a ratio of the Request for Proposal’s offer to the
Assessment of Request lowest price among the Request for Proposals received by UNDP.
for Proposal
UNDP will award the ☒ One and only one Service Provider
contract to: ☐ One or more Service Providers, depending on the following factors:
[Clarify fully how and why will this be achieved. Please do not choose
this option without indicating the parameters for awarding to multiple
Service Providers]
Annexes to this RFP1 ☒ Form for Submission of Request for Proposal (Annex 2)
☒ Detailed TOR [optional if this form has been accomplished
comprehensively]
☒ Others3 Financial Proposal Template
☒ Others2 Technical Proposal Template
Please use the “Messages” features in Quantum to request for
Other Information [pls. queries. Any delay in UNDP’s response shall not be used as a reason
specify] for extending the deadline for submission, unless UNDP determines
that such extension is necessary and communicates a new deadline
to the proposers.
1 Where the information is available in the web, a URL for the information may simply be provided.
2 A more detailed Terms of Reference in addition to the contents of this RFP may be attached hereto.
ANNEX 2: PROPOSAL SUBMISSION FORM
Proposers are requested to complete this form, including the Company Profile and Bidder’s Declaration, sign it
and return it as part of their Proposal along with Annex 3: Technical and Financial Offer. The Bidder shall fill in
this form in accordance with the instructions indicated. No alterations to its format shall be permitted and no
substitutions shall be accepted.
Name of Bidder: Click or tap here to enter text.
Company Profile
Item Description Detail
Legal name of bidder or Lead Click or tap here to enter text.
entity for JVs
Bidder’s Declaration
Yes No
☐ ☐ Requirements and Terms and Conditions: I/We have read and fully understand the RFP,
including the RFP Information and Data, Schedule of Requirements, the General Conditions of
Contract and any Special Conditions of Contract. I/we confirm that the Bidder agrees to be
bound by them.
☐ ☐ I/We confirm that the Bidder has the necessary capacity, capability and necessary licenses to
fully meet or exceed the Requirements and will be available to deliver throughout the relevant
Contract period.
☐ ☐ Ethics: In submitting this Quote I/we warrant that the bidder: has not entered into any
improper, illegal, collusive or anti-competitive arrangements with any Competitor; has not
directly or indirectly approached any representative of the Buyer (other than the Point of
Contact) to lobby or solicit information in relation to the RFP ;has not attempted to influence,
or provide any form of personal inducement, reward or benefit to any representative of the
Buyer.
☐ ☐ I/We confirm to undertake not to engage in proscribed practices, , or any other unethical
practice, with the UN or any other party, and to conduct business in a manner that averts any
financial, operational, reputational or other undue risk to the UN and we have read the United
Nations Supplier Code of Conduct :https://www.un.org/Depts/ptd/about-us/un-supplier-code-
conduct and acknowledge that it provides the minimum standards expected of suppliers to the
UN.
☐ ☐ Conflict of interest: I/We warrant that the bidder has no actual, potential or perceived Conflict
of Interest in submitting this Quote or entering a Contract to deliver the Requirements. Where
a Conflict of Interest arises during the RFP process the bidder will report it immediately to the
Procuring Organisation’s Point of Contact.
☐ ☐ Prohibitions, Sanctions: l/We hereby declare that our firm, ultimate beneficial owners, its
affiliates or subsidiaries or employees, including any JV/Consortium members or
subcontractors or suppliers for any part of the contract is not under procurement prohibition
by the United Nations, including but not limited to prohibitions derived from the Compendium
of United Nations Security Council Sanctions Lists and have not been suspended, debarred,
sanctioned or otherwise identified as ineligible by any UN Organization or the World Bank
Group or any other international Organization.
Yes No
☐ ☐ Bankruptcy: l/We have not declared bankruptcy, are not involved in bankruptcy or receivership
proceedings, and there is no judgment or pending legal action against them that could impair
their operations in the foreseeable future.
☐ ☐ Offer Validity Period: I/We confirm that this Quote, including the price, remains open for
acceptance for the Offer Validity.
☐ ☐ I/We understand and recognize that you are not bound to accept any Proposal you receive, and
we certify that the goods offered in our Proposal are new and unused.
☐ ☐ By signing this declaration, the signatory below represents, warrants and agrees that he/she
has been authorised by the Organization/s to make this declaration on its/their behalf.
Signature:
Name: Click or tap here to enter text.
Title: Click or tap here to enter text.
Date: Click or tap to enter a date.
ANNEX 3: TECHNICAL OFFER -
Proposers are requested to complete this form, sign it and return it as part of their Proposal along with Annex
2 Proposal Submission Form. The Bidder shall fill in this form in accordance with the instructions indicated. No
alterations to its format shall be permitted and no substitutions shall be accepted.
Name of Bidder: Click or tap here to enter text.
Technical Offer
Provide the following:
- a brief description of your qualification, capacity and expertise that is relevant to the Terms of
Reference.
- a brief methodology, approach and implementation plan;
- team composition and CVs of key personnel
ANNEX 4: FINANCIAL OFFER
Hiring of Firm to Develop Aid Effectiveness Digital Dashboard; UNDP-RFP-2024-219
The Financial Proposal shall be submitted directly in the system only in the “Commercial section” of the
requirements and/or line items/deliverables. Non-compliance with this instruction may result in rejection of
the proposal received.
Provide a lump sum for the provision of the services stated in the Terms of Reference your technical offer. The
lump sum should include all costs of preparing and delivering the Services. All daily rates shall be based on an
eight-hour working day.
Total 100%
Breakdown of Fees
No. of Total Period of Per unit
Personnel/ Engagement Cost Total Cost
Description of Activity Events UOM (Days) (PKR) (PKR) Remarks
I. Personnel Services (All staff
required for this project)
1. Team Leader 1 Person 13 The key
personnel will
2. Digital Data Dashboard 1 Person 20
be engaged to
Developer
3. Data Analyst 3 Person 30 execute the
project.
Sub Total
III. Other Related Costs
This covers
the minimum
cost of the
overhead
which may be
necessary
1. Travel, Communication & owing to the
Misc. Cost (If any Please Justify nature of the
in remarks Column) 1 lumpsum assignment.
Sub Total
Sales Tax (If Any)
TOTAL COST-PKR
I, the undersigned, certify that I am duly authorized to sign this Proposal and bind the company below in event
that the Proposal is accepted.
Exact name and address of company Authorized Signature:
Company NameClick or tap here to enter text.
Date: Click or tap here to enter text.
Address: Click or tap here to enter text.