You are on page 1of 20

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

Request for Proposal (RFP)


For

Independent Programmatic and Financial Monitoring of


Refugee Affected and Hosting Areas Programme (RAHA)
FATA
United Nations Development Programme

Submitted By: Arslan Khalid (1484496) MPM-1B, SZABIST


Islamabad Campus

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

Date: 22 August 2013


Dear Sir/Madam,
Subject: RFP- Independent Programmatic and Financial
Monitoring of Refugee Affected and Hosting Areas
Programme (RAHA) FATA
You are requested to submit a proposal for the independent
Programmatic and Financial Monitoring of Refugee Affected and
Hosting Areas Programme (RAHA) FATA as per enclosed Terms of
Reference (ToRs).
To enable you to submit a proposal, attached are:
i.
ii.
iii.
iv.

Instructions to Offerors ....... ....(Annex l)


Terms of Reference (ToRs) ...............(Annex II)
Proposal Submission Form ...(Annex III)
Price Schedule .................... .(Annex-IV)

Your offer, comprising of a technical and a financial proposal, in separate sealed


envelopes, should reach the following address no later than 16th July, 2015.
UNDP Registry, Quotation/Bids/Proposals
United Nations Development Programme
Serena Business Complex, 2' Floor, Khayaban e Suharwardy,
Islamabad, Pakistan
A pre-bid meeting will be held in UNDP office at Serena Business Complex,
6th Floor, Khayaban-e-Suharwardy, Islamabad on 4th July 2015. The
prospective bidders who wish to attend should send the email to
arslan@undp.org before 2nd July 2015 in order to provide security
clearance.
If
you
request
additional
information,
please
write
to
procurement@undp.org the team will provide necessary information
within due date. However, any delay in providing such information will not
be considered a reason for extending the submission date of your proposal.
All/any query regarding the submission of the Proposal may be sent prior to
the deadline at the e-mail/address mentioned above.
We look forward to receiving your proposal from eligible/duly
registered/qualified firms/organizations as detailed under the Annexes I,
II, III, &IV
Yours sincerely,
Arslan Khalid
2

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

Annex I
Instructions to Offerors
A. Introduction
1. General:
Funded under the Government of Japan assistance, the RAHA programme is
being implemented in 3 tehsils of Khyber Agency and 3 UCs of Peshawar. The
programme's expected results include:
Outcome 1: Improved livelihoods and local economies of the communities adjacent to
the Peshawar- Torkham expressway.
Outcome 2: Restoration of social services and community infrastructures to meet
the needs of the communities and provide access to basic services
Outcome 3: Greater social cohesion and empowerment through community
development
Outcome 4: Institutional support to the FATA Secretariat, the Agencies and relevant
government departments for leading the social cohesion interventions
Purpose of RFP Requirement:
As per UNDP rules, regulations and policies, UNDP is committed to ensure the
highest level of transparency. It is in this context that UNDP is seeking to contract
the services of qualified firms to:
1.

2.

3.

4.
5.

Conduct periodic programmatic monitoring of project activities to verify the


quantity and quality of each intervention (CPI, major infrastructure, social
mobilization and trainings, etc) through direct observation, review of project
reports and beneficiary interviews;
Assess the relevance, effectiveness, efficiency and sustainability and impact of
each sampled intervention based on a pre-agreed criteria and through direct
observation, review of project reports and beneficiary interviews;
Conduct financial review of the project records relating to key business
processes (procurement, recruitment including payroll, disbursements, budget
management, logistics and reporting), assess their compliance vis-a-vis
UNDP policies and procedures (PCO and MM Manual) and triangulate them
at the Provincial and Regional Project Offices as well as the community level.
Conduct financial review of CPIs and check their allocation against budget
availability at UC level to ensure that there is no over / under spending.
Conduct field visits to the projects at village/union council level to ensure
transparent financial disbursements and impartiality as per PCOM and
contribution agreement.

2. Cost of proposal:

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

The Offeror shall bear all costs associated with the preparation and submission of
the Proposal. UNDP will in no case be responsible or liable for those costs, regardless
of the conduct or outcome of the solicitation.
3.

Contents of solicitation documents

Proposals must offer services for the total requirement. Proposals offering only part of
the requirement will be rejected. The Offeror is expected to examine all
corresponding instructions, forms, terms and specifications contained in the
Solicitation Documents. Failure to comply with these requirements will be at the
Offeror's risk and may effect the evaluation of the Proposal.
4.

Clarification of solicitation documents

A prospective Offeror requiring any clarification of the Solicitation Documents may


notify UNDP in writing at the mailing address or fax number indicated in the RFP.
UNDP will respond in writing to any request for clarification of the Solicitation
Documents received one week prior to the deadline for the submission of
Proposals. Written copies of all responses (including an explanation of the query but
without identifying the source of the inquiry) will be sent to all prospective
Offerors that have received the Solicitation Documents.
5.

Amendments of solicitation documents

At any time prior to the deadline for submission of Proposals, UNDP may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective Offeror, modify the Solicitation Documents by amendment.
All prospective Offerors that have received the Solicitation Documents will be
notified in writing of all amendments to the Solicitation Documents.
In order to afford prospective Offerors reasonable time in which to take the
amendments into account in preparing their offers, UNDP may, at its discretion,
extend the deadline for the submission of Proposals.

6.

Preparation of Proposals

Language of the Proposal


The Proposals prepared by the Offeror and all correspondence and documents
relating to the Proposal exchanged by the Offeror and UNDP shall be written in the
English language.
Documents comprising the proposal
The proposal shall compromise the following components:
6.1 Proposal Submission Form
4

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

This is the operational and technical part of the proposal, including documentation
to demonstrate that the Offeror meets all the requirements. The Offeror shall
structure the operational and technical part of its Proposal as follows:
6.1.1 Management Plan
This section should describe the organizational unit(s) which will be responsible for
the contract, and the general management approach towards a project of this
kind. The Offeror should comment on and document its experience in similar
projects and identify the person(s) representing the Offeror in any future dealing
with UNDP.
6.1.2. Resource plan
This should fully explain the Offeror's resources in terms of personnel and
facilities necessary for the performance of this requirement. It should describe the
Offeror's current capabilities/facilities and any plans for their expansion.
6.1.3. Proposed methodology
This section should demonstrate the Offeror's responsiveness to the specification
by identifying the specific components proposed, addressing the requirements, as
specified, point by point; providing a detailed design, techniques/methodologies to
be used and demonstrate how the proposed methodology meets or exceeds the
specifications.
The operational and technical part of the Proposal should not contain any
pricing information whatsoever on the services offered. Pricing information shall be
separated and only contained in the appropriate Price Schedules.
It is mandatory that the Offeror's Proposal numbering system corresponds with
the numbering system used in the body of this RFP. All references to descriptive
material and brochures should be included in the appropriate response
paragraph, though material/documents themselves may be provided as annexes
to the Proposal/response.
Information which the Offeror considers proprietary, if any, should be clearly
marked "proprietary" next to the relevant part of the text and it will then be
treated as such accordingly.
6.2. Price schedule
Completed in accordance with clasuses 8 and 9
6.2.1. Proposal prices

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

The Offeror shall indicate on an appropriate Price Schedule, an example of which


is contained in these Solicitation Documents, the prices of the services it
proposes to supply under the contract.
6.2.2. Proposal currencies
All prices shall be quoted in Pak rupees. The Bidder shall indicate on the
appropriate price schedule form the Unit prices (where applicable) and total
bid price of the services and goods it proposes to supply under the RFP.
6.3. Period of validity of proposals
Proposals shall remain valid for one hundred and twenty (120) days after the date of
Proposal submission prescribed by UNDP, pursuant to the deadline clause. A
Proposal valid for a shorter period may be rejected by UNDP on the grounds that it
is nonresponsive.
In exceptional circumstances, UNDP entity may solicit the Offeror's consent to an
extension of the period of validity. The request and the responses thereto shall be
made in writing. An Offeror granting the request will not be required nor permitted to
modify its Proposal.
6.4. Format and signing of proposals
The Offeror shall prepare two copies of the Proposal, clearly marking each "Original
Proposal" and "Copy of Proposal" as appropriate. In the event of any discrepancy
between them, the original shall govern.
The two copies of the Proposal shall be typed or written in indelible ink and shall be
signed by the Offeror or a person or persons duly authorized to bind the Offeror to the
contract. The latter authorization shall be indicated by written power-of-attorney
accompanying the Proposal.
A Proposal shall contain no interlineations, erasures, or overwriting except, as
necessary to correct errors made by the Offeror, in which case such corrections shall be
initialed by the person or persons signing the Proposal.
7.

Payment
UNDP shall effect payments to the Contractor after acceptance by UNDP of the
invoices submitted by the contractor, upon achievement of the corresponding
milestones.

8.

Submission of Proposals
8.1. Sealing and marking of Proposals

The Offeror shall seal the Proposal in one outer and two inner envelopes, as detailed
below.
6

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

The outer envelope shall be:


Marked with "RFP- independent Programmatic and Financial Monitoring of
Refugee Affected and Hosting Areas Programme (RAHA) FATA
Addressed to:

UNDP Registry, Quotations/bids/Proposals


United Nations Development Programme
Serena Business Complex, 2nd Floor, Khayaban e Suharwardy,
Islamabad, Pakistan

Both inner envelopes shall indicate the name and address of the Offeror. The first inner
envelope shall contain the information specified in Clause 7 (Proposal form) above,
with the copies duly marked "Original" and "Copy". The second inner envelope shall
include the price schedule duly identified as such.
Note: if the inner envelopes are not sealed and marked as per the instructions in this
clause, UNDP will not assume responsibility for the Proposal's misplacement or premature
opening.
9.

Deadline for submission of proposals

3. Proposals must be received by UNDP at the address specified under Clause 8


(Sealing and marking of Proposals) no later than 16th July, 2015.
UNDP may, at its own discretion extend this deadline for the submission of Proposals
by amending the solicitation documents in accordance with Clause 6 (Amendments
of Solicitation Documents), in which case all rights and obligations of UNDP and
Offerors previously subject to the deadline will thereafter be subject to the
extended deadline.

10. Late

Proposals

Any Proposal received by UNDP after the deadline for submission of


proposals, pursuant to clause for the submission of proposals, will be rejected.
11. Modification

and withdrawal of Proposals

The Offeror may withdraw his/her Proposal after the Proposal's submission,
provided that written notice of the withdrawal is received by UNDP prior to
the deadline prescribed for submission of Proposals.
The Offeror's withdrawal notice shall be prepared, sealed, marked, and dispatched
in accordance with the provisions of clause Deadline for Submission of Proposals.
The withdrawal notice may also be sent by telex or fax but will be followed by a
signed confirmation copy.
No Proposal may be modified subsequent to the deadline for submission of
proposals.
7

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

No Proposal may be withdrawn in the Interval between the deadline for submission
of proposals and the expiration of the period of proposal validity specified by the
Offeror on the Proposal Submission Form.
12.

Opening and Evaluation of Proposals

12.1. Opening of proposals


The procuring entity will open the Proposals in the presence of a Committee
formed by the Country Office of UNDP, which is headed by the UNDP Operations
Unit.
12.2. Clarification of proposals
To assist in the examination, evaluation and comparison of Proposals, the
Purchaser may at his/her discretion, ask the Offeror for clarification of his/her
Proposal. The request for clarification and the response shall be in writing and no
change in price or substance of the Proposal shall be sought, offered or permitted.
12.3. Preliminary examination
The Purchaser will examine the Proposals to determine whether they are
complete, whether any computational errors have been made, whether the
documents have been properly signed, and whether the Proposals are generally
in order.
Arithmetical errors will be rectified on the following basis: if there is a
discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total
price shall be corrected. If the Offeror does not accept the correction of errors,
his/her Proposal will be rejected. If there is a discrepancy between words and
figures the amount in words will prevail.
Prior to the detailed evaluation, the Purchaser will determine the
substantial responsiveness of each Proposal to the Request for Proposals (RFP).
For purposes of these Clauses, a substantially responsive Proposal is one which
conforms to all the terms and conditions of the RFP without material
deviations. The Purchaser's determination of a Proposal's responsiveness is
based on the contents of the Proposal itself without recourse to extrinsic
evidence.
A Proposal determined as not substantially responsive will be rejected by
the Purchaser and may not subsequently be made responsive by the Offeror by
correction of the non-conformity.
12.4. Evaluation and comparison of proposals
A two-stage procedure is utilized in evaluating the proposals, with evaluation of
the technical proposal being completed prior to any price proposal being
opened and compared. The price proposal of the Proposals will be opened only
8

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

for submissions that passed the minimum technical score of 70% of the
obtainable score of 700 points in the evaluation of the technical proposals.
The technical proposal is evaluated on the basis of its responsiveness to the Term
of Reference (TOR).
In the Second Stage, the price proposal of all contractors, who have attained
minimum 70% score in the technical evaluation, will be compared. The contract
will be awarded to the Contractor offering the best value for money. The
contractor scoring the highest on the technical and financial proposals
combined will be awarded the contract.
The maximum obtainable financial score shall be 300 points and the formula
to calculate the weighted score shall be as follows:
Financial proposal score (s) = Lowest price among the proposals x
300 Price of the proposal being evaluated
Total score of the contractor = Technical Score+ Financial Score
of proposal validity, UNDP will award the contract to the qualified Offeror
whose Proposal after being evaluated is considered to be the most responsive to
the needs of the org

Technical Evaluation Criteria


Summary of
Technical
Proposal Forms

1.

2.
3.

Expertise of
Firm
Proposed
Work plan
and
Approach
Personnel

Company/Other Entity
Score
Weight

Points
Obtainable

35%

245

35%

245

30%
Total

210
700

Evaluation forms for technical proposals follow on the next two pages.
The obtainable number of points specified for each evaluation criterion
indicates the relative significance or weight of the item in the overall
evaluation process. The Technical Proposal Evaluation Forms are:
9

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

Form 1: Expertise of Firm / Organization Submitting Proposal


Form 2: Proposed Work Plan and
Approach Form 3: Personnel
Note: The score weights and points obtainable in the evaluation sheet
are tentative and should be changed depending on the need or major
attributes of technical proposal.

Technical Proposal
Evaluation Form 1

Points
obtainable

Company / Other Entity


A

Expertise of firm / organization submitting proposal


1.1 Reputation of Organization
At least 5 years of experience in
related activities Duration of
affiliation of core staff with the
organization
1.2 General Organizational Capability
which is likely to affect
implementation
-Firm/Organization is registered with
some
public entity for last 3 years
Get its accounts audited from a
reputable firm
(last three years audit reports are
available
- Firm/organization has
previously
handled/completed projects of
value greater than 50,000$
within 6 months duration

10

25

30
30

30

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

1.3 Relevance of:


-Specialized Knowledge in
monitoring and auditing
-Experience on Similar Programme /
Projects
-Minimum 5 years experience on
Projects in the Region
-Work for UNDP/ major multilateral/
or bilateral programme
Total
Technical Proposal
Evaluation Form 2

40
40
25
25

245
Points
Obtainable

Company / Other Entity


A

Proposed Work Plan and Approach

2.1

Plan covers all locations and all


activities

60

2.2 Implementation methodology for


programmatic monitoring covers
the specific objectives

75

2.3 Implementation methodology


covers the specific objectives of
financial monitoring
2.4 Reporting plan is
aligned with key
results/deliverables

70

Total Part 2
Technical Proposal
Evaluation Form 3

40

245
Points
Obtainable

Personnel
3.1 Staff suitability for the project as per
the proposed staffing structure
11

80

Company / Other Entity


A

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

3.2 Professional experience in the area of


specialization

60

3.3 Experience/ Knowledge of


personnel in FATA region

50

3.4 Concern staff is fluent in Pashto

20

Total Part 3

12

210

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

NOTE: CVs OF ALL PERSONNEL SHOULD BE ATTACHED WITH THE


PROPOSAL
13.Award of Contract
13.1. Award criteria, award of contract
UNDP reserves the right to accept or reject any Proposal, and to annul
the solicitation process and reject all Proposals at any time prior to
award of contract, without thereby incurring any liability to the affected
Offeror or any obligation to inform the affected Offeror or Offerors of
the grounds for the Purchaser's action
Prior to expiration of the period anization and activity concerned.
13.2. Purchaser's right to vary requirements at time of award
The Purchaser reserves the right at the time of award of contract to vary
the quantity of services and goods specified in the RFP without any change
in price or other terms and conditions.
13.3. Signing of the contract
Within 30 days of receipt of the contract the successful Offeror shall
sign and date the contract and return it to the Purchaser.

13

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

Annex Il
Terms of Reference (ToRs)
Independent Programmatic and Financial Monitoring of
Refugee Affected and Hosting Areas Programme (RAHA)
FATA
Background
The presence of 3 million Afghan Refugees over the last 30 years in Pakistan
has wrought social, economic and environmental consequences. In order to
compensate for the said consequences and to promote regional stability, a
five-year initiative "Refugee Affected and Hosting Areas" (RAHA) has been
initiated as a One UN programme partnering with the Government of Pakistan,
International Donors and implementing partners. After the large scale
repatriation since 2002 around 1.7 million Afghans still remain in Pakistan,
and the programme aims to ensure their peaceful co-existence with the
local communities in Pakistan until the situation in Afghanistan becomes
conducive for their return. RAHA is a component of the Disaster Risk
Management Joint Programme with an overall objective to improve
livelihoods, rehabilitate the environment and enhance social cohesion
within communities of refugee-affected and hosting areas.
Funded under the Government of Japan Assistance, the RAHA
programme is being implemented in 3 Tehsils of Khyber Agency and 3 UCs
of Peshawar. The programme's expected results include:
Outcome 1: Improved livelihoods and local economies of the communities
adjacent to the Peshawar- Torkham expressway.
Outcome 2: Restoration of social services and community infrastructures
to meet the needs of the communities and provide access to basic services
Outcome 3: Greater social cohesion and empowerment through
community development
Outcome 4: Institutional support to the FATA Secretariat, the Agencies and
relevant government departments for leading the social cohesion
interventions
Implementation of the Refugee Affected and Hosting Areas Programme
RAHA as a One UN programme strongly believes in a bottom up
participatory approach. The biggest success of the project is the ownership
and contribution of the Government of Pakistan as well as the target
communities. The project has so far been successful in achieving a
balanced mix of both Government and community partnership which has
helped in policy advocacy as well as ensured effective implementation at the
grassroots level. The national implementing partners in the programme are
as follows:
Ministry of Economic Affairs and Statistics, Government of
Pakistan
Ministry of States and Frontier Regions (SAFRON), Government of
Pakistan
Planning and Development Departments of FATA
Concerned Government Line departments at the
agency levels Agency Administration
Civil Society Organizations

14

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

The Participating UN Agencies are UNDP, WHO, UNESCO,


UNHABITAT, FAO and UNHCR. UNDP is the administrative agent for
RAHA while UNHCR is the convening agent
The concerned programme will be implemented in 3 tehsils of Khyber
Agency to the North of Peshawar Torkham Expressway and 3 union councils
of KPK. As its ultimate impact, it will ensure, with documentation, a
predictable and safe stay for the Afghans in Pakistan, and substantially
improve the standard of living of over 1 million Pakistanis who have in the
past, or are still, hosting Afghans. Current assignment is related to the activities
being implemented in Khyber Agency and Peshawar only.
Programme Structure
An agency PMU based in Peshawar, under the supervision of FATA
Planning and Development Department manages the project. All payments
for the project are approved and processed at the PMU. The PMU is
empowered by project staff through which project is being implemented. All
interactions with the communities are done through staff based at the PMU.
Assignment Objectives
As per UNDP rules, regulations and policies, UNDP is committed to ensure
the highest level of transparency. It is in this context that UNDP is seeking
to contract the services of qualified firms to:
1.

2.

3.

4.

5.

Conduct periodic programmatic monitoring of project activities to


verify the quantity and quality of each intervention (CPI, major
infrastructure, trainings, etc) through direct observation, review of
project reports and beneficiary interviews;
Assess the relevance, effectiveness, efficiency and sustainability and
impact of each sampled intervention based on a pre-agreed criteria and
through direct observation, review of project reports and beneficiary
interviews;
Conduct financial review of the project records relating to key business
processes (procurement, recruitment including payroll, disbursements,
budget management, logistics and reporting), assess their compliance
vis-a-vis UNDP policies and procedures (PCO and NIM Manual) and
triangulate them at the Provincial and Regional Project Offices as well
as the community level.
Conduct financial review of CPIs and check their allocation against
budget availability at UC level to ensure that there is no over / under
spending.
Conduct field visits to the projects at village/union council level to
ensure transparent financial disbursements and impartiality as
per PCOM and contribution agreement.

The following Specific Objectives shall be met.


15

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

Periodic Field Based Monitoring of Programme Activities


The firm shall develop questionnaires in consultation with UNDP for
monitoring of RAHA interventions for programmatic assurance.
The questionnaires shall measure the level of achievement of expected
results and satisfaction of the beneficiary communities.
For each RAHA intervention, a minimum of 5 different beneficiaries shall be
interviewed every month.
A random sampling based methodology shall be adopted to identify project
sites to be visited. It shall be ensured that all project districts are covered.
Implementation is currently in progress in Khyber Agency and a few tehsils
of Peshawar. A detail of locations is as under:
Khyber agency
1. Jam rud(a rea to the north of Peshawar Torkham Expressway)
2. Landikotal (area to the north of Peshawar Torkham
Expressway)
3. Mullagory (area to the north of Peshawar Torkham
Expressway
Peshawar
1.
2.
3.

Malakand Dher
University Town
Sufaid Dheri

Based on the random sampling methodology, 15 project interventions


shall be visited every month.
A quantitative and qualitative report for each selected intervention shall be
shared with UNDP every month
If cases of financial embezzlement or corruption are identified, they shall be
immediately reported to UNDP for remedial measures.
Sample based spot checks of compliance of UNDP processes
The firm shall verify adherence to UNDP procedures (NIM Manual and the
Project Cycle & Operations Manual).
The level of sampling must be appropriate to the nature of the
verification and its corresponding objectives and scope. The spot checks
should sample up to 5 transactions per key process (procurement,
recruitment including payroll, disbursements, budget management,
logistics and reporting) at the Provincial and Regional Office levels. Within
these, the key relevant processes will be identified and the spot check team
will bring any transaction identified with a problem to the attention of
Programme Manager/Provincial Project Manager. Should the problem be
substantiated by the Programme Manager, then an additional 5 transactions
16

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

in the same process will be sampled. If one or more of these extra 5


transactions reveals any further problem, the verification team will not
pursue sampling but will refer to the UNDP designated official.
The purpose of this exercise would be to ensure compliance of the following:

Ensuring proper documentation is being maintained for all project


activities including Community Physical Infrastructure Projects
Petty Cash Management is being done according to procedures.
Vehicle Management.
DSA Payments in accordance to policy.
Procurement Guidelines are being followed.

Deliverables/Key Results Expected


In order for UNDP Pakistan to be in a position of ensuring effective
monitoring of the country office recovery intervention, the contracted firm
will deliver on the following results;
Within two weeks of contract signature, the firm selected for the
assignment is required to deliver the contract implementation plan,
including
spot
check
and
survey
methodology
and
instruments/questionnaires and which would need to be approved by
UNDP designated official before start of field work).

Monthly qualitative and quantitative analytical reports clustered by


programmatic observations (sub clustered by intervention type and
geographical area) and financial and compliance observations (sub
clustered by business process and office) shall be prepared and shared
with UNDP. The reports will contain both aggregated and individual
information in order to support the analysis.

The selected firm is to provide a Final consolidated report within one


month from the ending of the contract, outlining the approach and
methodology used during the review; detailed analysis of trends and
recurring challenges, identify key issues in project implementation
and recommend appropriate actions.

The selected firm shall meet on a regular basis with the implementing
partners and UNDP (and stakeholders, if necessary) to discuss
issues, findings and other information addressed in the monthly and
quarterly reports. Firm shall share the ground work and evidences for
all the serious observations.

Proposed Staffing Structure for the assignment


Social Development Expert
17

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

Community Physical Infrastructure (CPI) Expert


Financial Expert
Field Coordinator

1
1

Field Monitoring Surveyors ( Male)

Field Monitoring Surveyors (Female)


Duration
6 months after the award of contract, with possibility of extension
Project Intervention Logic
Overall Objective: Support the GoP's pro poor development efforts to
bring the poor communities in KP into mainstream of development by
improving access to, and reducing existing inequalities in resources,
income and livelihood opportunities
Specific Objectives: Enhanced capacities of government, community
institutions and vulnerable groups through improved public services and
policies with pertinent attention to DRR while ensuring the social
cohesion within communities of refugee/IDP affected and hosting areas
Expected Results
1 Improved Livelihoods and local economies
2 Restoration of social services and public infrastructure
3 Greater social cohesion and empowerment through community
development
4 Institutional Support to the FATA Secretariat and the Agencies for
leading the social
cohesion
Outputs
interventions
Output 1.1. Improved household income through
diversified livelihood opportunities.
Output 12. Improvement in agricultural sector through
enhancement of crop, vegetable and livestock production and
marketing along with rehabilitation of
local irrigation systems and networks and smaller community
infrastructure schemes.
Output 1.3 Rehabilitation/construction of essential infrastructure
Output 1.4 Community physical infrastructure repaired or
constructed
Output 2.1 Educational delivery system from primary to secondary
level improved
& educational infrastructure from primary to secondary level
rehabilitated Output 2.2. Health delivery systems improved
Output 2.3 increased community access to safe drinking water
and improved sanitation
Output 3.1. Communities mobilized and empowered to promote
social cohesion
18

Annex III
PROPOSAL SUBMISSION FORM
Dear Sir / Madam,
Having examined the Solicitation Documents, the receipt of which is
hereby duly acknowledged, we, the undersigned, offer to provide
services independent Programmatic and Financial Monitoring of Refugee
Affected and Hosting Areas Programme (RAHA) FATA for the sum as may be
ascertained in accordance with the Price Schedule attached herewith and
made part of this Proposal.
We undertake, if our Proposal is accepted, to commence and complete
delivery of all services specified in the contract within the time frame
stipulated.
We agree to abide by this Proposal for a period of 120 days from the date
fixed for opening of Proposals in the Invitation for Proposal, and it shall
remain binding upon us and may be accepted at any time before the
expiration of that period.
We understand that you are not bound to accept any Proposal you may
receive.
Dated this day /month

of year

B. Signature

(In the capacity of)

Duly authorized to sign Proposal for and on behalf of

19

Submitted By: Arslan Khalid (1484496) MPM 1-B SZABIST Islamabad Campus

Annex V
PRICE SCHEDULE
Note: The bidder must use the below format while submitting the financial proposal,
The Contractor is asked to prepare the Price Schedule as a separate
envelope from the rest of the RFP response as indicated in Section D
paragraph 14 (b) of the Instruction to Offerors.
All prices/rates quoted must be exclusive of all taxes, since the UNDP is
exempt from taxes as detailed in Section II, Clause 18.'
The Price Schedule must provide a detailed cost breakdown. Provide
separate figures for each functional grouping or category.
The format shown should be used in preparing the price schedule. The
format includes specific expenditures, which may or may not be required
or applicable but are indicated to serve as examples.
In addition to the hard copy, if possible please also provide the information on CD.
Note: The successful bidder will provide the undertaking regarding
the Copy right of music / sound track confirming transferring the
rights to UNDP.

Price Schedule:
Request for Proposals for Services
Description of Activity/Item
1.

Consultancy Fee

Travel

Communications/postage

Reproduction and Reports

Misc/stationery

Others

Number of Staff

Monthly
Rate

* Please add additional costs (if any) according to your proposed plan.
* Please incorporate any other related cost w.r.t. team members and
also provide justification

20

Total
Amount

You might also like