Adam Smith International
Request for Proposal (RFP) for a firm To Design and Conduct Surveys to gauge stakeholder perceptions of Trade Facilitation, Anti-smuggling and Taxpayer Facilitation
182 views
Posted date 22nd July, 2025 Last date to apply 4th August, 2025
Category Research
Position 1


Text, letter

Description automatically generated with medium confidence

 

 Request for Proposal (RFP) for a firm ‘To Design & Conduct Surveys to gauge stakeholder perceptions of Trade Facilitation, Anti smuggling and Taxpayer Facilitation’  

 

Proposal Submission Deadline: 17.00pm PKT, 4th August 2025

RFP Details

  1.  

Name of the Assignment is:  Request for Proposal (RFP) for a firm ‘To Design & Conduct Surveys to gauge stakeholder perceptions of Trade Facilitation, Anti-smuggling and Taxpayer Facilitation’   

  1.  

The method of selection is Quality and Cost Based Selection (QCBS) Method 

  1.  

Financial Proposal to be submitted together with Technical Proposal: Yes

  1.  

Proposals must be submitted no later than the following date and time:  17.00 PKT, 04.08.2025

  1.  

Expected date for commencement of services:  August 2025

  1.  

Clarifications and queries should be directed to: [email protected]

  1.  

Pre bid meeting: No

  1.  

Firms may prepare joint bids, or bid as a consortium with one lead firm: No

  1.  

Amounts payable to the Firm under the contract to be subject to local taxation, stamp duty and service charges, if applicable: Yes

  1.  

The firm must submit (i) the Technical Proposal, and (ii) the Financial Proposal. 

Soft copies to be sent to: [email protected]

 

1.           Brief overview 

Revenue Mobilisation, Investment and Trade (REMIT) programme is a 39 month (2019- 2025) technical assistance programme funded by the Foreign, Commonwealth & Development Office (FCDO), United Kingdom to support Pakistan in implementing strategic reforms in the realm of economic development, trade, investment and revenue mobilisation. The key outcomes under the programme will be contributing towards strengthening the macroeconomic stability and improving conditions for high and sustained growth, mutual prosperity, job creation and poverty reduction in Pakistan. More specifically, the REMIT programme aims at supporting the Government of Pakistan in the following areas:

  1. Enhance revenue mobilisation capabilities and help raise the tax/GDP ratio by increasing the number of taxpayers. 

  2. Address the investment climate constraints faced by local and international businesses and support Pakistan in moving towards being one of the top reformer countries to do business in creating ease for businesses.

  3. Facilitate trade and drive competitiveness by reducing barriers to trade and reducing Pakistan’s trade deficit by helping increase exports. 

  4. Modernise formulation and implementation of macroeconomic policy to avoid future financial crises.

As part of its Revenue Mobilisation workstream, REMIT has been working in close collaboration with the Federal Board of Revenue (FBR) to facilitate taxpayer compliance and boost tax revenue generation. One of the key elements of this partnership involves providing the FBR with data-driven insights that could assist in data-centered policy development and implementation. 


2.           Task Background

Federal Board of Revenue (FBR) has recently commissioned comprehensive surveys to assess and evaluate public and stakeholder perceptions regarding trade facilitation enabled in the wake of faceless assessment and examination at ports, anti-smuggling and taxpayer facilitation in the wake of intervention targeted at improving taxpayer journeys. Accoordingly, REMIT is seeking a firm to design and conduct three separate survey studies assessing stakeholders'perceptions regarding trade facilitation, anti- smuggling measures, and taxpayer facilitation.  The idea is to gather data on perception and experience related tax/custom procedures/processes and will be centered around transparency of import procedures, taxpayer facilitation, effectiveness of trade facilitation measures being undertaken and the perceptions regarding the efforts against smuggling. By capturing candid feedback from key stakeholders and the public, this exercise will identify systemic bottlenecks, inform policy decisions, and guide the trajectory of reforms for FBR.  

    3.   Objectives of the Assignment

The broader objectives of the assignment are as follows: 

  • Measure perceptions of transparency in customs and import processes at ports of entry.

  • Evaluate the effectiveness and ease of trade facilitation at entry points.

  • Gauge public and stakeholder awareness and perception of anti-smuggling measures, including through market surveys.

  • Gauge public perception regarding taxpayer journey over simplified returns

  • Suggest recommendations to improve the accessibility of taxpayer facing systems of FBR

  • Identify areas of concern or perceived corruption or inefficiencies.

4.           Scope of Work

  1. Survey Design and Methodology

  • Develop survey instruments (questionnaires, interview guides) tailored to each target group in close consultation with FBR team and REMIT experts.

  • Choose appropriate methodologies (quantitative, qualitative, or mixed)

  • Define nationwide sampling strategy and sample size for each group and get it approved by the concerned working group/focal person of FBR


2. Data Collection

  • Conduct face-to-face, online, or phone surveys as appropriate

  • Carry out focus group discussions or key informant interviews for qualitative data collection. 

  • Ensure quality control and ethical standards in data collection


3. Data Analysis and Reporting

  • Analyze data using appropriate statistical or thematic analysis tools

  • Apply descriptive statistics and inferential techniques to identify trends.

  • Draft interim reports with visual dashboards (charts, heatmaps) for FBR’s review.

  • Present findings through charts, graphs, narrative summaries and presentations including an end of project detailed report.

  • Compare perception data against actual performance indicators (where possible)


4. Recommendations and Presentation

  • Provide actionable recommendations based on survey findings, including using these findings for designing a strategic communication plan. 

  • Present results to FBR and key stakeholders in the workshop.

6.           Functional Requirements

Timeline 

Prospective firms must submit a timeline in the response showing the time required to deliver the products and/or services. The firm is expected to deliver the following within a three-month timeframe. 

Pakistan License, Clearance and Approvals

The prospective vendors will include in the timeline any time needed to obtain any licenses, clearances, and/or approvals required under local legal requirements to produce or deliver the products and/or services described in the Scope of Work.

Qualifications and Experience

The firms should have demonstrated experience in the following.  

  • The firm should have a minimum of 10 years of experience in the carrying out national level surveys in Pakistan. The leadership staff and management staff must have relevant experience and qualifications to deliver the contract, with a special focus on experienced enumerators with proficiency in English and local languages, and experienced questionnaire and data management specialists and data analysts with excellent report writing skills.

  • The firm should have the ability to understand the requirements and scope of nationwide surveys and shall provide excellent customer service throughout the duration of the contract. Previous work with the BHC will be an added value. 

  • The firm, in its technical proposal, should be able to demonstrate the capacity and skillset for carrying out this work and also demonstrate the ability /previous experience to manage data ethically and responsibly.

  • Previous work with government and development agencies will be an added advantage. Some key core competencies, which should be demonstrated in the proposal, required for the firm are:

  • Organization and collaboration- Ability to work well in collaborative environments with the ability to plan for and execute effectively, including the ability to communicate with and work in collaboration with relevant government ministries, whenever required.

  • Documents and translations: Ability to prepare work-plan documents with checks for data quality, according to agreed upon data management protocols and ensure timely high quality data collection. Demonstrated ability to ensure the safekeeping of all project data, including but not limited to transportation, storage, communication, and analysis.

  • Logistics, Administration & Ethics: Ability to mobilise survey staff and ensure availability of resources, including transportation and other requirements. Ability to handle any emergencies if they arise, actively participate in regular meetings with the REMIT and FBR team with active consulting on plan / methodology / timeframe. etc. Ensure data management, confidentiality and security and seek No Objective Certificates from administration wherever needed.

  • Ability to hire domain experts specific to the project meant to quality assure the survey design and delivery through technical domain knowledge


Instructions to Bidders

A single stage two envelop bidding process shall be followed. Bidders should examine all Instructions, Terms and Conditions as given in the RFP. Failure to furnish information required in the RFP or submission of Bids not substantially responsive or viable in every respect will be at the Bidder’s risk and may result in rejection of the bids. Bidders should strictly submit the Bid as specified in the RFP, failing which the bids will be held as non-responsive and will be rejected. 

Bids shall compromise a single package containing two folders: 

  1. Technical Proposal  

  2. Financial Proposal 

Bidders should send soft copies of the Technical and Financial Proposal to the following address: 

Soft copies to be sent to: [email protected]

Proposal Weightings 

  1. Technical Proposal 

 

Evaluation

Weighting

Timelines

Bidders should outline milestones and timelines as per scope of work listed above.

20%

Experience/ credibility

Firm’s capacity to deliver through evidence of past performance and quality and relevance of past work and references. 

Bidders should include Contact information for no less than three references from projects similar in size, application, and scope and a brief description of their implementation (including location and year). ASI reserves the right to request and check additional references.

Bidders should include in this section: 

·       Full legal name and address of the company

·       Corporate and tax registration documents

·       Year business was started or established

·       Full name of the legal representative (president or managing director) of the company

·       Name of any individuals or entities that own 50% of more of the company


 30%

Approach and Methodology 

ASI will assess the quality of the Response (proposal) based on the prospective firms’ approach to the assignment and the technical strength of the proposal. Approach and methodology should include the following: 

  • Methodology with clear implementation plan/strategy against each aspect of the ToRs.

  • Mechanisms to ensure sustainability and continuity until PRMI’s full implementation.

  • A very brief staffing and human resource mobilisation plan

30%




  1. Financial Proposal 

 

Evaluation

Weighting

Financial Proposal

ASI expects the price to be cost effective and reasonable as per current market rates. The financial proposal will comprise the following: 

  • The financial proposal should be submitted with a breakdown of costs.

  • The price quoted will be fixed for the entire contract. All prices are to be quoted in GBP £ and must clearly state all applicable taxes to be included in the quoted price. REMIT will not allow any compensation to the approved bidders for variation in the rate of exchange against the dollar or any other currency. All offers in this respect should be firm and final.

The quoted price must include all taxes, installation/integration services, and the costs of delivery/implementation in the required locations. 

20%

Prospective firms must be legally registered under the laws of the country in which they are organized and possess all licenses, permits, and government approvals necessary for the performance of the work.


  1. Proposal Terms

1.1    Prospective Firms’ Understanding of the Solicitation

Prospective contractors are responsible for understanding the solicitation in its entirety and each of its elements and should make inquiries to ASI as necessary to ensure such understanding. ASI reserves the right to disqualify any prospective vendor that it determines, at its sole discretion, does not understand the solicitation or any of its elements. Such disqualification shall be at no fault, cost, or liability whatsoever to ASI.

      1.2 Information from ASI

All information provided by ASI in this solicitation is subject to change at any time. ASI makes no certification as to the accuracy of any item and is not responsible or liable for any use of or reliance on the information or for any claims asserted therefrom.

 1.3 Communication

All communications related to the RFP must be in writing to the above-mentioned point of contact. 

1.3.1.Formal Communications shall include, but are not limited to the following:

  • Questions concerning this solicitation must be submitted in writing to the contact person mentioned above. 

  • Errors and omissions in this solicitation, as well as enhancements. Prospective firms should notify ASI of any discrepancies, errors, or omissions that may exist within this solicitation. Prospective vendors should recommend to ASI any enhancements to the work described in the solicitation which might be in ASI’ best interests.

  • Inquiries about technical interpretations must be directly asked from the contact person (Alexander Haris)

1.3.2.   Addenda: ASI will make a good-faith effort to provide a written response to the questions or requests for clarifications in the form of written responses or addenda in accordance with the Schedule of Events.

1.3.3.   Posting Online: Copy of this solicitation, will be available online at:  www.BrightSpyre.com.


   1.4.  Non-Disclosure Agreement 

ASI reserves the right to require the prospective firms to enter into a non-disclosure agreement.

   1.5.  No Collusion

Collusion is strictly prohibited. Collusion is defined as an agreement or compact, written or oral, between two or more parties with the goal of limiting fair and open competition by deceiving, misleading, or defrauding a third party.

   1.6.  Companies Owned or Controlled by Government

The prospective vendor must disclose in writing with its Response if a government, its agents, or agencies, have an ownership or managerial interest in the company. Failure to disclose government ownership of managerial interest in the company will result in the prospective contractor’s offer being removed from consideration.

   1.7.  Subcontracting

The prospective contractor must disclose in writing with its Response any subcontracting that will take place under an award. Failure to disclose subcontracting relationships will result in the prospective contractor’s offer being removed from consideration (if permitted by the solicitation).

   1.8. Costs

The solicitation does not obligate ASI to pay for any costs, of any kind whatsoever, which may be incurred by a prospective contractor/vendor or third parties, in connection with the Response.

   1.9. Intellectual Property

Prospective vendors may not use any intellectual property of ASI including, but not limited to, all logos, trademarks, or trade names of ASI, at any time without the prior written approval of ASI.

 1.10 Prospective Contractors Response 

       All accepted Responses shall become the property of ASI and will not be returned.

1.11 Partial Awarding 

ASI reserves the right to accept all or part of the Response when awarding a contract.

 1.12 No Liability 

ASI reserves the right to accept or reject any Response or to stop the procurement process at any time, without assigning any reason or liability. ASI shall not be liable to any prospective contractor, person, or entity for any losses, expenses, costs, claims, or damages of any kind.


Apply By:

Instructions to Bidders

A single stage two envelop bidding process shall be followed. Bidders should examine all Instructions, Terms and Conditions as given in the RFP. Failure to furnish information required in the RFP or submission of Bids not substantially responsive or viable in every respect will be at the Bidder’s risk and may result in rejection of the bids. Bidders should strictly submit the Bid as specified in the RFP, failing which the bids will be held as non-responsive and will be rejected. 

Bids shall compromise a single package containing two folders: 

  1. Technical Proposal  

  2. Financial Proposal 

Bidders should send soft copies of the Technical and Financial Proposal to the following address: 

Soft copies to be sent to: [email protected]


Proposal Submission Deadline: 17.00pm PKT, 4th August 2025

 

Related
Ongoing Recruitment- STTA Junior National: Research Manager

Position: Ongoing Recruitment- STTA Junior National: Research Associate....

Ongoing Recruitment- STTA Junior National: Research Manager

TA Title: Operational Review of Clinic on Wheels (And Field Hospitals) And Development of Deploym....

Ongoing Recruitment- STTA Junior National: Research Manager

TA Title: Revision of Punjab Infectious Disease Act 2020 Program Overview....

Ongoing Recruitment- STTA Junior National: Research Manager

TA Title: Technical Assistance For Conducting Simulation Exercise For Public Health Emergencies I....

Search