[go: up one dir, main page]

0% found this document useful (0 votes)
55 views51 pages

RFP Undp-Rfp-2025-122

The UNDP is inviting proposals for a project aimed at providing green-digital skills training to 4,000 youth in Pakistan, as outlined in RFP Reference No. UNDP-RFP-2025-122 issued on April 17, 2025. Proposers must adhere to the guidelines and requirements specified in the RFP, including the submission of various forms and documentation to demonstrate eligibility and qualifications. Proposals must be submitted through the designated online portal by the specified deadline, and all communications regarding clarifications should be conducted through the system.

Uploaded by

ovdynamics
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
55 views51 pages

RFP Undp-Rfp-2025-122

The UNDP is inviting proposals for a project aimed at providing green-digital skills training to 4,000 youth in Pakistan, as outlined in RFP Reference No. UNDP-RFP-2025-122 issued on April 17, 2025. Proposers must adhere to the guidelines and requirements specified in the RFP, including the submission of various forms and documentation to demonstrate eligibility and qualifications. Proposals must be submitted through the designated online portal by the specified deadline, and all communications regarding clarifications should be conducted through the system.

Uploaded by

ovdynamics
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 51

REQUEST FOR PROPOSAL (RFP)

Engagement of Firm/Institute/Organization for green-digital skills training for 4,000 youth


in Pakistan

RFP Reference No.: UNDP-RFP-2025-122

Country: Pakistan

Issued on: 17 April 2025

SECTION 1: LETTER OF INVITATION


United Nations Development Programme, hereinafter referred to as UNDP hereby invites prospective
proposers to submit a proposal in accordance with the General Conditions of Contract and the Terms
of Reference as set out in this Request for Proposal (RFP).
To enable you to submit a proposal, please read the following attached documents carefully.

Section 1: This Letter of Invitation


Section 2: Instruction to Proposers
Section 3: Data Sheet
Section 4: Evaluation Criteria
Section 5: Terms of Reference
Section 6: Conditions of Contract and Contract Forms
Section 7: Proposal Forms
· Form A: Proposal Confirmation
· Form B: Checklist
· Form C: Technical Proposal Submission
· Form D: Proposer Information
· Form E: Joint Venture/Consortium/Association Information
· Form F: Eligibility and Qualification
· Form G: Format for Technical Proposal
· Form H: Format for CV of proposed key personnel
· Form I: Statement of Exclusivity and Availability
· Form J: Financial Proposal Submission
· Form K: Format for Financial Proposal
· Form L: Proposal Security

If you are interested in submitting a proposal in response to this RFP, please prepare your proposal in
accordance with the requirements and procedure as set out in this RFP and submit it by the deadline
for submission of proposals set out in Section 3: Data Sheet.

Should you be interested to submit a proposal, please log in to the online portal and subscribe to this
tender following the instructions in the system user guide. Should you require further clarifications,
kindly communicate through the system as indicated in Section 3: Data Sheet.

Please indicate whether you intend to submit a bid by creating a draft response without submitting
directly in the system. This will enable the system to send notifications in case of amendments of the
tender requirements. Should you require further clarifications, kindly communicate using the
messaging functionality in the system. Offers must be submitted directly in the system following this

1
HLCM-PN/UNDP RFP, May 2023
link: http://supplier.quantum.partneragencies.org/ using the profile you may have in the portal. 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 the 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.

We look forward to receiving your proposal.

UNDP Country Office Pakistan

2
HLCM-PN/UNDP RFP, May 2023
SECTION 2: INSTRUCTIONS TO PROPOSERS

GENERAL
1. Scope Proposers are invited to submit a proposal for the services specified in Section 5: Terms
of Reference, in accordance with this Request for Proposal (RFP). A summary of the
scope of the proposal is included in Section 3: Data Sheet.
Proposers shall adhere to all the requirements of this RFP, including any amendment
made in writing by UNDP. This RFP is conducted in accordance with Policies and
Procedures of UNDP which can be accessed at UNDP Programme and Operations
Policies and Procedures/Procurement.
As part of the bid, it is desired that the Bidder registers at the United Nations Global
Marketplace (UNGM) website (www.ungm.org). The Bidder may still submit a bid 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.
2. Interpretation of Any proposal submitted will be regarded as an offer by the proposer and does not
the RFP constitute or imply the acceptance of the proposal by UNDP. UNDP is under no
obligation to award a contract to any proposer as a result of this RFP.
3. Supplier Code of All proposers must read the United Nations Supplier Code of Conduct and acknowledge
Conduct, Fraud, that it provides the minimum standards expected of suppliers to the UN. The Code of
Corruption, Gifts Conduct, which includes principles on labour, human rights, environment and ethical
and Hospitality conduct may be found at: https://www.un.org/Depts/ptd/about-us/un-supplier-
code-conduct
Moreover, suppliers should note that certain provisions of the Code of Conduct will be
binding on the supplier in the event that the supplier is awarded a contract, pursuant to
the terms and conditions of any such contract.
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 bidders/vendors observe the highest standard of ethics
during the procurement process and contract implementation. UNDP’s Anti-Fraud
Policy can be found here.
Bidders/vendors shall not offer gifts or hospitality of any kind to UNDP staff members
including recreational trips to sporting or cultural events, theme parks or offers of
holidays, transportation, or invitations to extravagant lunches or dinners.
In pursuance of this policy, UNDP:
(a) Shall reject a proposal if it determines that the selected proposer has engaged in
any corrupt or fraudulent practices in competing for the contract in question;
(b) Further to the UNDP’s vendor sanctions policy, 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.
4. Eligible Proposers shall have the legal capacity to enter into a binding contract with UNDP.
proposers
A proposer, and all parties constituting the proposer, may have the nationality of any
country with the exception of the nationalities, if any, listed in Section 3: Data Sheet. A
proposer shall be deemed to have the nationality of a country if the proposer is a citizen
or is constituted, incorporated, or registered and operates in conformity with the
provisions of the laws of that country.
All proposers found to have a conflict of interest shall be disqualified. Proposers may be
considered to have a conflict of interest if they are or have been associated in the past,
with a firm or any of its affiliates that have been engaged by UNDP to provide consulting

3
HLCM-PN/UNDP RFP, May 2023
services for the preparation of the design, specifications, Terms of Reference, cost
analysis/estimation and other documents to be used for the procurement of the services
required in the present procurement process; were involved in the preparation and/or
design of the programme/project related to the services requested under this RFP; or are
found to be in conflict for any other reason, as may be established by, or at the discretion of
UNDP and/or are found to be in conflict for any other reason, as may be established by,
or at the discretion of UNDP.
In the event of any uncertainty in the interpretation of a potential conflict of interest,
Bidders must disclose to UNDP, and seek UNDP’s confirmation on whether or not such a
conflict exists.
Similarly, the Bidders must disclose in their proposal their knowledge of the following:
a) If the owners, part-owners, officers, directors, controlling shareholders, of the
bidding entity or key personnel are family members of UNDP staff involved in
the procurement functions and/or the Government of the country or any
Implementing Partner receiving services under this RFP; and
b) All other circumstances that could potentially lead to actual or perceived
conflict of interest, collusion or unfair competition practices.
Failure to disclose such an information may result in the rejection of the proposal
or proposals affected by the non-disclosure.
The eligibility of Bidders 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 Bidders may result in the eventual rejection of the Proposal.
Proposers shall not be eligible to submit a proposal if at the time of proposal
submission:
 is included in the Ineligibility List, hosted by UNGM, that aggregates information
disclosed by Agencies, Funds or Programs of the UN System;
 is included in the Consolidated United Nations Security Council Sanctions List ,
including the UN Security Council Resolution 1267/1989 list;
 is included in the World Bank Corporate Procurement Listing of Non-Responsible
Vendors and World Bank Listing of Ineligible Firms and Individuals.
5. Proprietary The RFP documents and any Terms of Reference or information issued or furnished by
information UNDP are issued solely for the purpose of enabling a proposal to be completed and may
not be used for any other purpose. The RFP documents and any additional information
provided to proposers shall remain the property of UNDP. All documents which may
form part of the proposal will become the property of UNDP, who will not be required
to return them to your firm.
6. Publicity During the RFP process, a proposer is not permitted to create any publicity in
connection with the RFP.

SOLICITATION DOCUMENTS
7. Clarification of Proposers may request clarifications on any of the RFP documents no later than the
solicitation date indicated in Section 3: Data Sheet. Any request for clarification must be sent in
documents writing in the manner indicated in Section 3: Data Sheet. Explanations or interpretations
provided by personnel other than the named contact person will not be considered
binding or official.
UNDP will provide the responses to clarifications through the method specified in

4
HLCM-PN/UNDP RFP, May 2023
Section 3: Data Sheet.
UNDP shall endeavour to provide responses to clarifications in an expeditious manner,
but any delay in such response shall not cause an obligation on the part of UNDP to
extend the submission date of the proposals, unless UNDP deems that such an
extension is justified and necessary.
8. Amendment of At any time prior to the deadline for proposal submission, UNDP may for any reason,
solicitation such as in response to a clarification requested by a proposer, modify the RFP in the
documents form of an amendment to the RFP. Amendments will be made available to all
prospective proposers.
If the amendment is substantial, UNDP may extend the deadline for submission of
proposals to give the proposers reasonable time to incorporate the amendment into
their proposal.

PREPARATION OF PROPOSALS
9. Cost of The proposer shall bear all costs related to the preparation and/or submission of the
preparation of proposal, regardless of whether its proposal is selected or not. UNDP shall not be
proposal responsible or liable for those costs, regardless of the conduct or outcome of the
procurement process.
10. Language The proposal, as well as any and all related correspondence exchanged by the proposer
and UNDP, shall be written in the language(s) specified in Section 3: Data Sheet.
11. Documents The proposer shall furnish documentary evidence of its status as an eligible and
establishing qualified vendor, using the forms provided in Section 7 and providing the documents
eligibility and required in those forms. In order to award a contract to a proposer, its qualifications
qualifications of must be documented to UNDP’s satisfaction.
the proposer
11.a Documents The proposal bid shall comprise of the following documents and related forms which
comprising the details are provided in Section 3: Data Sheet:
proposal
c) Documents Establishing the Eligibility and Qualifications of the Bidder;
d) Technical Proposal;
e) Financial Proposal;
f) Proposal Security, if required by DS;
g) Any attachments and/or appendices to the Proposal.
12. Technical The proposer is required to submit a technical proposal using the forms provided in
proposal format Section 7 and taking into consideration the requirements in the RFP.
and content
The technical proposal shall not include any price or financial information. A technical
proposal containing material financial information may be declared non-responsive.
13. Financial The financial proposal shall be prepared using the form provided in Section 7 and taking into
proposal consideration the requirements in the RFP. It shall list all major cost components associated
with the services, and the detailed breakdown of such costs.
Any output and activities described in the technical proposal but not priced in the financial
proposal, shall be assumed to be included in the prices of other activities or items as well as
in the final total price.
Prices and other financial information must not be disclosed in any other place except in the
financial proposal.
14. Currencies All prices shall be quoted in the currency or currencies indicated in Section 3: Data
Sheet. Where proposals are quoted in different currencies, for the purposes of
comparison of all proposals:
 UNDP will convert the currency quoted in the proposal into the UNDP preferred
currency, in accordance with the UN Operational Rate of Exchange.

5
HLCM-PN/UNDP RFP, May 2023
 In the event that UNDP selects a proposal for award that is quoted in a currency
different from the preferred currency in Section 3: Data Sheet, UNDP shall reserve
the right to award the contract in the currency of UNDP’s preference, using the
conversion method specified above.
15. 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, 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 in Section 3: Data Sheet
16. Proposal validity Proposals shall remain valid for the period specified in Section 3: Data Sheet,
period commencing on the deadline for submission of proposals. A proposal valid for a shorter
period may be rejected by UNDP and rendered non-responsive.
During the proposal validity period, the proposer shall maintain its original proposal
without any change, including the availability of the key personnel, the proposed rates
and the total price.
In exceptional circumstances, prior to the expiration of the proposal validity period,
UNDP may request proposers to extend the period of validity of their proposals. The
request and the responses shall be made in writing and shall be considered integral to
the proposal.
If the proposer agrees to extend the validity of its proposal, it shall be done without any
change to the original proposal but will be required to extend the validity of the
proposal security, if required, for the period of the extension, and in compliance with
Article 17 (Proposal security) in all respects.
The proposer has the right to refuse to extend the validity of its proposal without
forfeiting the proposal security, if required, in which case, the proposal shall not be
further evaluated.
17. Proposal A proposal security, if required by Section 3: Data Sheet, shall be provided in the
security amount and form indicated in the Section 3: Data Sheet. The proposal security shall be
valid for a minimum of thirty (30) days after the final date of validity of the proposal.
The proposal security shall be included along with the proposal. If a proposal security is
required by the RFP but is not found in the proposal, the offer shall be rejected.
If the proposal security amount, or its validity period, is found to be less than is required
by UNDP, UNDP shall reject the proposal.
In the event an electronic submission is allowed in Section 3: Data Sheet, proposers
shall include a copy of the proposal security in their proposal and the original of the
proposal security must be sent via courier or hand delivery as per the instructions in
Section 3: Data Sheet.
Unsuccessful proposers’ proposal securities will be discharged/returned as promptly as
possible but no later than thirty (30) days after the expiration of the period of proposal
validity prescribed by UNDP pursuant to Article 16 (Proposal Validity Period).
The Proposal security may be forfeited by UNDP, and the proposal rejected, in the event
of any, or combination, of the following conditions:
 If the proposer withdraws its offer during the period of the proposal validity
specified in Section 3: Data Sheet, or;
 In the event the successful Proposer fails:
o to sign the contract after UNDP has issued an award; or

6
HLCM-PN/UNDP RFP, May 2023
o to furnish the performance security, insurances, or other documents
that UNDP may require as a condition precedent to the effectivity of
the contract that may be awarded to the proposer.
18. Joint Venture, If the proposer is a group of legal entities that will form or have formed a Joint Venture
Consortium or (JV), Consortium or Association for the proposal, each such legal entity will confirm in
Association their joint proposal that:
 they have designated one party to act as a lead entity, duly vested with
authority to legally bind the members of the JV, Consortium or Association
jointly and severally, and this will be evidenced by a duly notarised agreement
among the legal entities, which will be submitted along with the proposal; and
 if they are awarded the contract, the contract shall be entered into by and
between UNDP and the designated lead entity, who will be acting for and on
behalf of all the member entities comprising the joint venture.
After the deadline for submission of proposal, the lead entity identified to represent the
JV, Consortium or Association shall not be altered without the prior written consent of
UNDP.
If a JV, Consortium or Association’s proposal is the proposal selected for award, UNDP
will award the contract to the joint venture, in the name of its designated lead entity.
The lead entity will sign the contract for and on behalf of all other member entities.
The lead entity and the member entities of the JV, Consortium or Association shall abide
by the provisions of Article 19 (Only one Proposal) herein in respect of submitting only
one proposal.
The description of the organization of the JV, Consortium or Association must clearly
define the expected role of each of the entities in the joint venture in delivering the
requirements of the RFP, both in the proposal and the JV, Consortium or Association
Agreement. All entities that comprise the JV, Consortium or Association shall be subject
to the eligibility and qualification assessment by UNDP.
A JV, Consortium or Association, in presenting its track record and experience, should
clearly differentiate between:
 Those that were undertaken together by the JV, Consortium or Association;
and
 Those that were undertaken by the individual entities of the JV, Consortium or
Association.
Previous contracts completed by individual experts working privately but who are
permanently or were temporarily associated with any of the member firms cannot be
claimed as the experience of the JV, Consortium or Association or those of its members,
but should only be claimed by the individual experts themselves in their presentation of
their individual credentials.
JV, Consortium or Associations are encouraged for high value, multi-sectoral
requirements when the spectrum of expertise and resources required may not be
available within one firm.
19. Only one The proposer (including the individual members of any Joint Venture) shall submit only
proposal one proposal, either in its own name or as part of a Joint Venture.
Proposals submitted by two (2) or more proposers shall all be rejected if they are found
to have any of the following:
 they have at least one controlling partner, director or shareholder in common;
or
 any one of them receive or have received any direct or indirect subsidy from
the other/s; or

7
HLCM-PN/UNDP RFP, May 2023
 they have the same legal representative for purposes of this RFP; or
 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 proposal of another proposer regarding this RFP process;
 they are subcontractors to each other’s proposal, or a subcontractor to one
proposal also submits another proposal under its name as lead proposer; or
some key personnel proposed to be in the team of one proposer participates in
more than one proposal received for this RFP process. This condition relating to
the personnel, does not apply to subcontractors being included in more than
one proposal.
20. Alternative Unless otherwise specified in Section 3: Data Sheet, alternative proposals shall not be
proposals considered. If submission of alternative proposals is allowed in Section 3: Data Sheet, a
proposer may submit an alternative proposal, but only if it also submits a proposal
conforming to the RFP requirements. 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 proposal.
If multiple/alternative proposals are being submitted, proposer must create an alternate
response directly in the system and upload all attachments relevant to the alternate
proposal separately together with the alternate response.
21. Pre-proposal When appropriate, a pre-proposal conference will be conducted at the date, time and
conference location and according to any instructions specified in Section 3: Data Sheet.
If it is stated in Section 3: Data Sheet that the pre-proposal conference is mandatory, a
Proposer which does not attend the pre-proposal conference shall become ineligible to
submit a proposal under this RFP.
If it is stated in Section 3: Data Sheet that the pre-proposal conference is not mandatory,
non-attendance shall not result in disqualification of an interested proposer.
UNDP will not issue any formal answers to questions from proposers regarding the RFP
or proposal process during the pre-proposal conference. All questions shall be submitted
in accordance with Article 38 (Clarification of Proposals).
The pre-proposal conference shall be conducted for the purpose of providing background
information only. Without limiting Article 24 (Proposers responsibility) proposers shall
not rely upon any information, statement or representation made at the pre-proposal
conference unless that information, statement or representation is confirmed by UNDP
in writing.
Minutes of the pre-proposal conference will be disseminated as specified in Section 3:
Data Sheet. No verbal statement made during the conference shall modify the terms and
conditions of the RFP, unless specifically incorporated in the minutes of the proposer’s
conference or issued/posted as an amendment to RFP.
22. Site inspection When appropriate, a site inspection will be conducted at the date, time and location
and according to any instructions specified in Section 3: Data Sheet.
If it is stated in Section 3: Data Sheet that the site inspection is mandatory, a proposer
which does not attend the site inspection shall become ineligible to submit a proposal
under this RFP.
If it is stated in Section 3: Data Sheet that the site inspection is not mandatory, non-
attendance, shall not result in disqualification of an interested proposer.
Proposers participating in a site inspection shall be responsible for making and obtaining
any visa arrangements that may be required for the proposers to participate in a site
inspection.

8
HLCM-PN/UNDP RFP, May 2023
Prior to attending a site inspection, proposers shall execute an indemnity and a waiver
releasing UNDP in respect of any liability that may arise from:
(i) loss of or damage to any real or personal property;
(ii) personal injury, disease or illness to, or death of, any person;
(iii) financial loss or expense, arising out of the carrying out of that site
inspection; and
(iv) transportation by UNDP to the site (if provided) as a result of any
accidents or malicious acts by third parties.
UNDP will not issue any formal answers to questions from proposers regarding the RFP
or solicitation process during a site inspection. All questions shall be submitted in
accordance with Article 7 (Clarification of solicitation documents).
A site inspection will be conducted for the purpose of providing background information
only. Without limiting Article 24 (Proposers Responsibility), proposers shall not rely upon
any information, statement or representation made at a site inspection unless that
information, statement or representation is confirmed by UNDP in writing.
23. Errors or Proposers shall immediately notify UNDP in writing of any ambiguities, errors, omissions,
omissions discrepancies, inconsistencies or other faults in any part of the RFP, with full details of
those ambiguities, errors, omissions, discrepancies, inconsistencies or other faults.
Proposers shall not benefit from such ambiguities, errors, omissions, discrepancies,
inconsistencies or other faults.
24. Proposers Proposers shall be responsible for informing themselves in preparing their proposal. In
responsibility to this regard, proposers shall ensure that they:
inform
 examine and fully inform themselves in relation to all aspects of the RFP, including
themselves
the Contract and all other documents included or referred to in this RFP;
 review the RFP to ensure that they have a complete copy of all documents;
 obtain and examine all other information relevant to the project and the scope of
the requirements available on reasonable enquiry;
 verify all relevant representations, statements and information, including those
contained or referred to in the RFP or made orally during any clarification meeting
or site Inspection or any discussion with UNDP, its employees or agents;
 attend any pre-proposal conference if it is mandatory under this RFP;
 fully inform and satisfy themselves as to requirements of any relevant authorities
and laws that apply, or may in the future apply, to the supply of the services; and
 form their own assessment of the nature and extent of the services required as
included in Section 5: Terms of Reference and properly account for all requirements
in their proposal.
Proposers acknowledge that UNDP, its directors, employees and agents make no
representations or warranties (express or implied) as to the accuracy, currency or
completeness of this RFP or any other information provided to the proposers.
25. No material The proposer shall inform UNDP of any change(s) of circumstances arising during the
change(s) in RFP process, including but not limited to:
circumstances
 a change affecting any declaration, accreditation, license or approval;
 major re-organisational changes, company re-structuring, a take-over, buy-out
or similar event(s) affecting the operation and/or financing of the proposer or
its major sub-contractors;
 a change to any information on which UNDP may rely in assessing proposals.

9
HLCM-PN/UNDP RFP, May 2023
SUBMISSION AND OPENING OF PROPOSALS
26. Instruction for The proposer shall submit a complete proposal in the format and comprising the
proposal documents and forms in accordance with requirements in Section 3: Data Sheet. The
submission proposal shall be delivered according to the method specified in Section 3: Data Sheet.
The proposal shall be submitted? by the proposer or person(s) duly authorized to
commit the proposer. The authorization shall be communicated through a document
evidencing such authorization issued by the legal representative of the proposing entity,
or, if requested, a Power of Attorney, accompanying the proposal.
Proposers must be aware that the mere act of submission of a proposal, in and of itself,
implies that the proposer fully accepts the UNDP General Conditions of Contract.

26A. Online 1.1 Electronic submission through online portal shall be governed as follows:
submission
Electronic files that form part of the proposal must be in accordance with the
format and requirements indicated in DS;
The Technical Proposal and the Financial Proposal files MUST BE COMPLETELY
SEPARATE and each of them must be uploaded individually and clearly
labelled.
The Financial Proposal file must be uploaded separately only in the
commercial section of the RFP in the system.
Documents which are required to be in original form (e.g. Bid Security, etc.)
must be sent via courier or hand delivery as per the instructions in DS.
Detailed instructions on how to submit, modify or cancel a bid in the online portal are
provided in the system Bidder User Guide made available in the procurement notice site and
in the portal.
27. Deadline for Complete proposals must be received by UNDP in the manner, and no later than the date
Proposal and time, specified in Section 3: Data Sheet. If any doubt exists as to the time zone in
submission which the Proposal should be submitted, refer to
http://www.timeanddate.com/worldclock/. It shall be the sole responsibility of the
proposers to ensure that their proposal is received by the closing date and time. UNDP
shall accept no responsibility for proposals that arrive late due to any technical issues and
shall only recognise the actual date and time that the proposal was received by UNDP.
UNDP may, at its discretion, extend this deadline for the submission of proposals by
amending the solicitation documents in accordance with Article 8 (Amendment of
solicitation documents). In this case, all rights and obligations of UNDP and proposers
subject to the previous deadline will thereafter be subject to the new deadline as
extended.
28. Withdrawal, A proposer may withdraw or modify its proposal after it has been submitted at any time
substitution and prior to the deadline for submission directly in the system following the instructions
modification of provided in the user guide.
proposals
However, after the deadline for proposal submission, the proposals shall remain valid and
open for acceptance by UNDP for the entire proposal validity period, as may be extended.

29. Storage of Proposals received are kept confidential and unopened in the system as part security
proposals protocols built in the system until the proposal opening date stated in Section 3: Data
Sheet.
30. Proposal There is no mandatory public bid opening for RFPs however UNDP may at its discretion sent a
opening public bid opening report from the system only to suppliers who successfully submitted a

10
HLCM-PN/UNDP RFP, May 2023
proposal. The report will include only the names of the companies but not the financial
proposal.
31. Late proposals Any proposal received by UNDP after the deadline for submission of proposals will be
destroyed unless the proposer requests that it be returned and assumes the
responsibility and expenses for the re-possession of the returned proposal documents.
In exceptional circumstances, late proposals may be accepted if it is determined that
the submission was sent in ample time prior to the proposal closing and the delay could
not be reasonably foreseen by the proposer or were due to force majeure.

EVALUATION OF PROPOSALS
32. Confidentiality Information relating to the examination, evaluation, and comparison of proposals, and
the recommendation of contract award, shall not be disclosed to proposers or any other
persons not officially concerned with such process, even after publication of the contract
award.
Any effort by a proposer or anyone on behalf of the proposer to influence UNDP in the
examination, evaluation and comparison of the proposals or contract award decisions
may, at UNDP’s decision, result in the rejection of its proposal and may subsequently be
subject to the application of prevailing UNDP’s vendor sanctions procedures.
33. Evaluation of UNDP shall evaluate a proposal using only the methodologies and criteria defined in this
proposals RFP. No other criteria or methodology shall be permitted.
UNDP shall conduct the evaluation solely on the basis of the submitted technical and
financial proposals.
Evaluation of proposals shall be undertaken in the following steps:
a) Preliminary examination
b) Evaluation of minimum eligibility and qualification (if pre-qualification is not
done)
c) Evaluation of technical proposals
d) Evaluation of financial proposals.
34. Preliminary UNDP shall examine the proposals to determine whether they are complete with respect
examination to minimum documentary requirements, whether the documents have been properly
signed, and whether the proposals are generally in order, among other indicators that
may be used at this stage. UNDP reserves the right to reject any proposal at this stage.
35. Evaluation of Eligibility and qualification of the proposer will be evaluated against the minimum
eligibility and eligibility and qualification requirements specified in Section 4: Evaluation Criteria and
qualification in Article 4 (Eligible proposers).
In general terms, vendors that meet the following criteria may be considered qualified:
a) They are not included in the UN Security Council 1267/1989 Committee's list of
terrorists and terrorist financiers, and in UNDP’s ineligible vendors’ list;
b) They have a good financial standing and have access to adequate financial
resources to perform the contract and all existing commercial commitments,
c) They have the necessary similar experience, technical expertise, production
capacity, quality certifications, quality assurance procedures and other resources
applicable to the supply of goods and/or services required;
d) They are able to comply fully with the UNDP General Terms and Conditions of
Contract;
e) They do not have a consistent history of court/arbitral award decisions against
the Bidder; and
f) They have a record of timely and satisfactory performance with their clients.

11
HLCM-PN/UNDP RFP, May 2023
36. Evaluation of The evaluation team shall review and evaluate the technical proposals on the basis of
technical and their responsiveness to the Terms of Reference and other RFP documents, applying the
financial evaluation criteria, sub-criteria, and point system specified in Section 4: Evaluation
proposals Criteria. A proposal shall be rendered non-responsive at the technical evaluation stage if
it fails to achieve the minimum technical score indicated in Section 3: Data Sheet. When
necessary, and if stated in the Data Sheet, UNDP may invite technically responsive
proposers for a presentation related to their technical proposals. The conditions for the
presentation shall be provided in the proposal document where required.
When necessary, and if stated in the Section 3: Data Sheet, UNDP may invite technically
responsive bidders for a presentation related to their technical Proposals. The conditions
for the presentation shall be provided in the bid document where required.
In the second stage, only the financial proposals of those proposers who achieve the
minimum technical score will be opened for evaluation.
The evaluation method that applies for this RFP shall be as indicated in Section 3: Data
Sheet, which may be either of two (2) possible methods, as follows: (a) the lowest priced
method which selects the lowest evaluated financial proposal of the technically
responsive Proposers; or (b) the combined scoring method which will be based on a
combination of the technical and financial score.
When the Data Sheet specifies a combined scoring method, the formula for the rating of
the proposals will be as follows:

Rating the Technical Proposal (TP):

TP Rating = (Total Score Obtained by the Offer / Max. Obtainable Score for TP) x 100

Rating the Financial Proposal (FP):

FP Rating = (Lowest Priced Offer / Price of the Offer Being Reviewed) x 100

Total Combined Score:

Combined Score = (TP Rating) x (Weight of TP, e.g. 70%) + (FP Rating) x (Weight of FP,
e.g., 30%)

37. Post- UNDP reserves the right to undertake a post-qualification assessment, aimed at
qualification/Du determining, to its satisfaction, the validity of the information provided by the proposer.
e Diligence Such exercise shall be fully documented and may include, but need not be limited to, all
or any combination of the following:
a) Verification of accuracy, correctness and authenticity of information provided
by the proposer;
b) Validation of extent of compliance to the RFP requirements and evaluation
criteria based on what has so far been found by the evaluation team;
c) Inquiry and reference checking with Government entities with jurisdiction on
the proposer, or with previous clients, or any other entity that may have done
business with the proposer;
d) Inquiry and reference checking with previous clients on the performance on
on-going or completed contracts, including physical inspections of previous
works, as deemed necessary;
e) Physical inspection of the proposer’s offices, branches or other places where
business transpires, with or without notice to the proposer;
f) Other means that UNDP may deem appropriate, at any stage within the
selection process, prior to awarding the contract.

12
HLCM-PN/UNDP RFP, May 2023
38. Clarification of UNDP may request clarification or further information in writing from the proposers at
proposals any time during the evaluation process. The proposers’ responses shall not contain any
changes regarding the substance or price of the proposal, except to confirm the
correction of arithmetic errors discovered by UNDP in the evaluation of the proposals, in
accordance with Instructions to Proposers Article 23 (Errors or omissions).
UNDP may use such information in interpreting and evaluating the relevant proposal but
is under no obligation to take it into account.
Any unsolicited clarification submitted by a proposer in respect to its proposal which is
not a response to a request by UNDP, shall not be considered during the review and
evaluation of the proposals.
39. Responsiveness UNDP’s determination of a proposal’s responsiveness is to be based on the contents of
of proposal the proposal itself. A substantially responsive proposal is one that conforms to all the
terms, conditions, TOR and other requirements of the RFP without material deviation,
reservation, or omission. A material deviation, reservation, or omission is one that:
a) affects in any substantial way the scope, quality, or performance of the services
specified in the contract; or
b) limits in any substantial way, inconsistent with the solicitation documents,
UNDP’s rights or the proposer’s obligations under the contract; or
c) if rectified would unfairly affect the competitive position of other proposers
presenting substantially responsive proposals.
If a proposal is not substantially responsive, it shall be rejected by UNDP and may not
subsequently be made responsive by the proposer by correction of the material
deviation, reservation, or omission.
40. Nonconformity, Provided that a proposal is substantially responsive, UNDP may waive any non-
reparable errors conformities or omissions in the proposal that, in the opinion of UNDP, do not constitute
and omission a material deviation. These are a matter of form and not of substance and can be
corrected or waived without being prejudicial to other proposers.
Provided that a proposal is substantially responsive UNDP may request the proposer to
submit the necessary information or documentation, within a reasonable period, to
rectify nonmaterial nonconformities or omissions in the proposal related to
documentation requirements. Such omission shall not be related to any aspect of the
price of the proposal. Failure of the proposer to comply with the request may result in
the rejection of its proposal.
For financial proposals that have been opened, UNDP shall check and correct arithmetical
errors as follows:
a) if there is a discrepancy between the unit price and the line-item total that is
obtained by multiplying the unit price by the quantity, the unit price shall
prevail and the line item total shall be corrected, unless in the opinion of UNDP
there is an obvious misplacement of the decimal point in the unit price; in
which case, the line item total as quoted shall govern and the unit price shall
be corrected;
b) if there is an error in a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail, and the total shall be corrected; and
c) if there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error,
in which case the amount in figures shall prevail.
If the proposer does not accept the correction of errors, its proposal shall be rejected,
and its proposal security may be forfeited.

13
HLCM-PN/UNDP RFP, May 2023
41. Right to accept UNDP reserves the right to accept or reject any proposals, and to annul the proposal
any proposal process and reject all proposals at any time prior to contract award, without thereby
and to reject incurring any liability to the affected proposer or proposers or any obligation to inform the
any or all affected proposer or proposers of the grounds for UNDP’s action. UNDP shall not be
proposals obliged to award the contract to the lowest priced offer.

AWARD OF CONTRACT
42. Award criteria Prior to expiration of the proposal validity, UNDP shall award the Contract to the qualified
proposer based on the award criteria indicated in Section 3: Data Sheet.
43. Right to vary At the time the Contract is awarded, UNDP reserves the right to increase or decrease the
requirement at quantity of services originally specified by up to a maximum twenty-five per cent (25%)
time of award of the total offer, without any change in the unit price or other terms and conditions and
the solicitation document.
44. Notification of Prior to the expiration of the period of proposal validity, UNDP will notify the successful
award proposer in writing by email, fax or post, that its proposal has been accepted. Please note
that the proposer, if not already registered at the appropriate level in UNGM, will be
required to complete the vendor registration process on the UNGM prior to the signature
and finalization of the contract.
45. Debriefing In the event that a proposer is unsuccessful, the proposer may request a debriefing from
UNDP. The purpose of the debriefing is to discuss the strengths and weaknesses of the
proposer’s submission, in order to assist the proposer in improving its future proposals
for UNDP procurement opportunities. The content of other proposals and how they
compare to the proposer’s submission shall not be discussed.
46. Publication of UNDP will publish the contract award on UNDP Procurement Notices website
contract award https://procurement-notices.undp.org/view_awards.cfm which is linked to the
United Nations Global Marketplace, with the RFP Reference number, the information
of the awarded proposer’s company name, contract amount or LTA and the date of the
contract.
47. Contract Within fifteen (15) days from the date of receipt of the Contract, the successful Bidder shall
Signature sign and date the Contract and return it to UNDP. Failure to do so may constitute sufficient
grounds for the annulment of the award, and forfeiture of the Bid Security, if any, and on
which event, UNDP may award the Contract to the Second highest rated or call for new Bids.
48. Contract Type The types of Contract to be signed and the applicable UNDP Contract General Terms and
and General Conditions, as specified in Data Sheet, can be accessed at
Terms and http://www.undp.org/content/undp/en/home/procurement/business/how-we-buy.html
Conditions
49. Performance The successful Proposer, if so specified in Section 3: Data Sheet shall furnish a
security Performance Security in the amount and form specified herein:
https://popp.undp.org/_layouts/15/WopiFrame.aspx?sourcedoc=/UNDP_POPP_DOCUMENT
_LIBRARY/Public/PSU_Solicitation_Performance%20Guarantee%20Form.docx&action=defau
lt, within the specified number of days after receipt of the Contract from UNDP. Banks
issuing performance securities must be acceptable to the UNDP comptroller, i.e. banks
certified by the central bank of the country to operate as a commercial bank. The
Performance Security form is available here. UNDP shall promptly discharge the proposal
securities of the unsuccessful proposers pursuant to Article 17 (Proposal security).
Failure of the successful proposer to submit the above-mentioned Performance Security
or sign the Contract shall constitute sufficient grounds for the annulment of the award
and forfeiture of the proposal security. In that event UNDP may award the contract to
the next lowest ranked proposer.

14
HLCM-PN/UNDP RFP, May 2023
50. Bank guarantee Except when the interests of UNDP so require, it is UNDP’s standard practice not to
for advance make advance payment(s) (i.e., payments without having received any outputs). If an
payment advance payment is allowed as per Section 3: Data Sheet, and if specified there, the
proposer shall submit a Bank Guarantee in the full amount of the advance payment
using this bank guarantee form available at :
https://popp.undp.org/_layouts/15/WopiFrame.aspx?sourcedoc=/UNDP_POPP_DOCUMENT
_LIBRARY/Public/PSU_Contract%20Management%20Payment%20and%20Taxes_Advanced%
20Payment%20Guarantee%20Form.docx&action=default. Banks issuing bank guarantees
must be acceptable to the UNDP comptroller, i.e. banks certified by the central bank of
the country to operate as a commercial bank.
51. Liquidated If specified in Section 3: Data Sheet, UNDP shall apply Liquidated Damages for the
Damages damages and/or risks caused to UNDP resulting from the Contractor’s delays or breach of
its obligations as per the Contract. The payment or deduction of such liquidated damages
shall not relieve the Contractor from any of its other obligations or liabilities pursuant to
any current contract or purchase order.
52. Proposal protest Any proposer that believes to have been unjustly treated in connection with this proposal
process or any contract that may be awarded as a result of such proposal process may
submit a complaint to UNDP.
The following link provides further details regarding UNDP vendor protest procedures:
http://www.undp.org/content/undp/en/home/procurement/business/protest-and-
sanctions.html
53. Other Provisions
In the event that the Bidder offers a lower price to the host Government (e.g. General Services
Administration (GSA) of the federal government of the United States of America) for similar
goods and/or services, UNDP shall be entitled to the same lower price. The UNDP General
Terms and Conditions shall have precedence.
UNDP is entitled to receive the same pricing offered by the same Contractor in contracts with
the United Nations and/or its Agencies. The UNDP General Terms and Conditions shall have
precedence.
The United Nations has established restrictions on employment of (former) UN staff who
have been involved in the procurement process as per bulletin ST/SGB/2006/15
http://www.un.org/en/ga/search/view_doc.asp?symbol=ST/SGB/2006/15&referer

15
HLCM-PN/UNDP RFP, May 2023
SECTION 3: DATA SHEET (DS)
The following specific data shall complement, supplement or amend the provisions in Section 2: Instructions to
Proposers. In case there is a conflict, the provisions herein shall prevail over those in Section 2: Instructions to
Proposers.
Ref.
Article in Specific Instructions / Requirements
Section 2
1. Scope The reference number of this Request for Proposal (RFP) is Engagement of
Firm/Institute/Organization for green-digital skills training for 4,000 youth in
Pakistan
UNDP seeks the services of a firm to train 4000 youth (2500 to be trained in-person,
1,500 through gamification). The breakdown of total trainees for the three training
courses are given in the tables below. All these trainings will span over a period of
3 weeks (15 days) each, which also includes 3 days of practical classes.

The practicum sessions will be utilized to practice theoretical concepts using the
latest equipment that conforms to the modern industrial standards in the region.
The trainees undertaking the gamification mode will not participate in-person in the
practicums, rather they will follow simulation exercises built within their digital
training mobile application. In addition to simulation exercises, the application will
also offer quizzes and real-time progress dashboard of each candidate to incentivize
accelerated learning.
Further described in Section 5 of this RFP.
2. Eligible proposers Proposers from all countries are eligible to participate in this proposal process.
3. Clarification of Any request for clarification of solicitation documents must be sent directly I the
solicitation system through message functionality.
documents
ATTENTION: PROPOSALS (OR ANY PART OF IT) SHALL NOT BE SUBMITTED IN THE
ABOVE MANNER
Deadline for submitting requests for clarifications / questions:
One week prior to the deadline specified in the Quantum
supplemental information to the RFP and responses / clarifications to queries will
be posted directly in the system.
4. Language All proposals, information, documents and correspondence exchanged between
UNDP and the proposers in relation to this solicitation process shall be in English
5. Partial proposals Submitting proposals for parts or sub-parts of the TOR is:
Not allowed
6. Currencies Prices shall be quoted only in the currency indicated in the system.
USD for International bidders and PKR for National bidders

16
HLCM-PN/UNDP RFP, May 2023
Ref.
Article in Specific Instructions / Requirements
Section 2
7. 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 shall:
Be exclusive of VAT and other applicable indirect taxes.
8. Proposal validity 120 days
period
9. Proposal security Required in the amount of [PKR 1,000,000] (or equivalent amount in USD 3,570
for International Firms)
The proposal security will be in the same currency as stipulated in Article
14:(Currencies).
Acceptable forms of proposal security
☒Certified cheque (CDR)
☒ Bank Guarantee
10. Alternative Shall not be considered.
proposals
11. Pre-proposal Will be conducted
conference
Time and time zone: 11:30 AM Pakistan Standard Time
Date : 24 April 2025
Venue : MS Teams (Online)
https://teams.microsoft.com/l/meetup-
join/19%3ameeting_NDNjMTdkYmQtMjE0ZC00MWI3LWI0ODMtZDk4YWE0OTVk
MDdi%40thread.v2/0?context=%7b%22Tid%22%3a%22b3e5db5e-2944-4837-
99f5-7488ace54319%22%2c%22Oid%22%3a%22d09b9bd3-5962-4048-8005-
0d79237a77dd%22%7d

Meeting ID: 380 507 056 238 9


Passcode: i7GQ6aX7

The focal point for the arrangement is:


E-mail: pakistan.procurement.info@undp.org
The pre-proposal conference is:
☐ mandatory
☒ not mandatory
Minutes of the pre-proposal conference will be disseminated directly in the system.
12. Site inspection A site inspection will not be held.

17
HLCM-PN/UNDP RFP, May 2023
Ref.
Article in Specific Instructions / Requirements
Section 2
13. Instructions for Proposals must be submitted directly in the online system.
proposal
Allowable manner of submitting proposals:
submission
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
 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.
 Documents which are required in original (e.g. Proposal Security) should be
sent to the below address with a PDF copy submitted as part of the electronic
submission: UNDP-RFP-2025-122 UNDP Registry, Quotation/Bids/Proposals
United Nations Development Programme, Serena Business Complex, 2nd
Floor, Khayaban e Suharwardy, Islamabad, Pakistan Tel: 051-8355636
Fax:051-2600254-5
 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.
14. Deadline for Deadline for proposal submission is indicated in the portal. In case of discrepancies
proposal between the deadline in the system and deadline indicated elsewhere, the one in
submission the system prevails.

15. Proposal Opening Public proposal opening will NOT be held.

16. Evaluation of Evaluation will be based on:


technical and
☒ Combined scoring method using a distribution of 70%-30% Technical proposal -
financial proposals
financial proposal.
☐ Other Click or tap here to enter text.
The maximum number of technical points is detailed in Section 4: Evaluation
Criteria
To be substantially compliant, Proposers must obtain a minimum threshold of 70%
of maximum points from technical evaluation.
17. Right to vary The maximum percentage by which quantities may be increased or decreased is
requirement at 25%
time of award
18. Contract award to UNDP will award a contract to:
one or more
One Bidder Only
proposer

19. Type of contract to Professional Services


be awarded

18
HLCM-PN/UNDP RFP, May 2023
Ref.
Article in Specific Instructions / Requirements
Section 2
http://www.undp.org/content/undp/en/home/procurement/business/how-we-
buy.html
See Section 6: for sample contract.
20. Expected date for 01 June 2025
commencement of
contract
21. Conditions of General Terms and Conditions for Goods and Services Contract
contract to apply
See Section 6.
22. Performance Required in the amount of [10% of contract value]
Security
The performance security shall be submitted within 30 days after receipt of the
contract.
 The performance security will be in the same currency as stipulated in Article
14 (Currencies).
 The Performance Security shall be in the form of a Bank Guarantee as set
out in Section 6.
23.. Advance payment Not Allowed
24. Liquidated Will be imposed as follows:
damages
Percentage of contract price per week of delay: 2.31% up to a maximum of 10% of
the Contract value, after which UNDP may terminate the contract.
25. Other information JV is allowed to meet the financial requirement such as Annual Turnover and
related to the RFP contractual obligations as exclusively mentioned in Section-4 Evaluation Criteria

19
HLCM-PN/UNDP RFP, May 2023
SECTION 4: EVALUATION CRITERIA
Preliminary Examination Criteria
All criteria will be evaluated on a Pass/Fail basis and checked during Preliminary Examination.
Criteria Documents to establish compliance
Completeness of the Proposal: All documents requested in Section 2: Instruction to
Proposals will be examined to determine whether they are Proposers have been provided and are complete.
complete and submitted in accordance with RFP
requirements. Please ensure to submit the documents as
below:
• Appropriate signatures.
• Technical and Financial Proposals submitted separately.
Proposer accepts. General Conditions of Contract as Form C: Technical Proposal Submission
specified in Section 6.
Proposal Validity of 120 Days Form C
Proposal Security with compliant validity period Scanned copy of Certified instrument and Original
to be courier)

Minimum Eligibility and Qualification Criteria


Minimum eligibility and qualification criteria will be evaluated on a Pass/Fail basis.
If the Proposal is submitted as a Joint Venture, Consortium or Association, each member should meet the
minimum criteria, unless otherwise specified.
Eligibility Criteria Documents to establish compliance
Proposer is a legally registered entity, and all relevant Form D: Proposer Information
information is provided. Sole Proprietors are not eligible to
apply.
Proposer is Tax Registered Entity and updated with its tax Form D: Proposer Information
payment obligations
Vendor is not suspended, nor otherwise identified as Form C: Technical Proposal Submission
ineligible by any UN Organization, the World Bank Group or
any other International Organisation in accordance with
Section 2 Article 4.
No conflicts of interest in accordance with Section 2 Article Form C: Technical Proposal Submission
4.
The Proposer has not declared bankruptcy, in not involved Form C: Technical Proposal Submission
in bankruptcy or receivership proceedings, and there is no
judgment or pending legal action against the vendor that
could impair its operations in the foreseeable future

Qualification Criteria Documents to establish compliance


History of non-performing contracts: Non-performance of Form F: Eligibility and Qualification
a contract did not occur as a result of contractor default
within the last 3 years1.
Litigation History: No consistent history of court/arbitral Form F: Eligibility and Qualification
award decisions against the Proposer for the last 3 years.
Previous Experience:
Minimum 5 years of relevant experience in evaluating Form F: Eligibility and Qualification
projects related to governance at multiple levels of
government.
(Share contracts as evidence)
3 contracts including TORs of similar nature and Form F: Eligibility and Qualification
complexity cumulative value of 56 million PKR or USD
200,000 implemented over the last five years. Please share
copies of 3 contracts as evidence.

20
HLCM-PN/UNDP RFP, May 2023
(For JV/Consortium/Association, all Parties cumulatively
should meet requirement).
Financial Standing:
Liquidity: the ratio Average current assets / Current Copy of Public audited financial statements for the
liabilities over the last three years must be equal or last three years. / Form F: Eligibility and
greater than 1. Proposers must include in their Proposal Qualification
audited balance sheets cover the last three years. (2021 -
2022,2022-2023, 2023-2024)
(For JV/Consortium/Association, all Parties separately
should meet requirement).
Turnover: Proposers should have average annual turnover Copy of public audited financial statements for the
of minimum PKR 70 million or USD 250,000 for the last last three years (Should be issued by the registered
three years. chartered firms-ICAP i.e., Institute of Chartered
(For JV/Consortium/Association, all Parties cumulatively Accountants of Pakistan for Pakistani Chartered
should meet requirement). Firms). Form F: Eligibility and Qualification

Technical Evaluation Criteria

Summary Weight Points Obtainable (Total 700)


Proven expertise of firm/organization in the 30% 210
relevant area

Proposed methodology, approach, and 40% 280


implementation plan
Management structure and key Personnel 30% 210
Total 700

Form 1 Technical Proposal Evaluation Points


obtainable

Expertise of the Firm/Organization


Minimum 5 years of proven relevant experience conducting training sessions for
youth especially women (in-person or/and online).
5 Years or above experience = 30 Marks
Experience of women-focused trainings = 10 Marks
1.1 Experience with multilateral, bilateral, UN agencies, or to Government 60
institutions = (10 marks for each contract) Max 20 Marks
Maximum Marks = 60

At least Three (03) contracts of conducting training programmes for youth on


digital skills, entrepreneurship, or green jobs.
1.2 Bidders to provide copies of those Contracts/Assignments as evidence. 60
(20 Marks for each contract)

General Organizational Capability which is likely to affect implementation


Size of the firm (national / international footprint) Marks = 15 (Max marks, if offices
70
1.3 at venue cities)
Number of staff (permanent / consultants) Marks = 15 (Max marks, if strength is
above 50)

21
HLCM-PN/UNDP RFP, May 2023
Evidence of Financial controls (ERP system in place) Marks = 10
Evidence of Linkages (demonstrated partnerships with universities, IT sector,
startup ecosystem, or other relevant stakeholders) Marks = 30
(Maximum 70 Marks)
Organizational Commitment to Sustainability
• Organization is compliant with ISO 14001 or ISO 14064 or equivalent = marks 5
• Organization is a member of the UN Global Compact = marks 5
• Organization demonstrates significant commitment to sustainability through
1.4 20
some other means (For example internal company policy documents on gender
and women empowerment, renewable energies or membership of trade
institutions promoting such issues) = 10 marks
(Please provide documents or accessible link to document)
Total Section-1 210

Points
Form 2 Technical Proposal Evaluation Obtainable

Proposed Methodology, Approach and Implementation Plan


Have the important aspects of the task been addressed in sufficient detail with a 140
well-defined methodology? Does the proposal correspond to the Terms of
Reference?
Criteria includes but not limited to:
2.1
Courses for EV, AutoCAD, and Agri Tech have been outlined in sufficient detail
Outreach and youth mobilization strategy
Project implementation plan (partnerships, venues, events)
Innovative suggestions / Value-additions to the TORs
Work plan: Clarity of presentation & sequencing of activity are logical, timely and 60
technically realistic. Does it promise efficient implementation of the proposed tasks
2.3
and demonstrates flexibility to adapt to local context?
e.g.: Proposed work plan
Project Monitoring: Has the bidder indicated a monitoring plan to effectively 40
monitor the project activities and reflected the resources / services to carry out
2.4
monitoring?
e.g., Monitoring strategy
40
Field deployment plan- deployment of resources- mobilization of staff and
2.5
training logistics, mobilization of trainers and practical equipment arrangement.

Total of Section-2 280

Form 3 Technical Proposal Evaluation Points


Obtainable

Management Structure and Key Personnel

Project Manager (50 marks)


The Project Manager should have 06 years’ demonstrated experience leading
3.1
training and consulting assignment pertinent to digital/IT skills development,
project management experience coordinating diverse technical teams (IT, 50
software, digital technologies) and ensuring results-based management.
Experience: (40 marks max)
4 to 5 years (20 marks)

22
HLCM-PN/UNDP RFP, May 2023
5 to 6 years (30 marks)
6 years and above (40 marks)
Qualification (10 marks max)
The Project Manager should have a Master’s degree in Computer Science,
Software Engineering, Project Management, or any other related field
3.2 Software Engineer (40 marks) 40
The Software Engineer will be responsible for overseeing the development of the
app. Should have 05 years of demonstrated experience in software / app
development
Experience: (35 marks max)
4 to 5 years (30 marks)
5 years and above (35 marks)
Qualification (5 marks max)
The Software Engineer should have a Master’s degree in Computer Science,
Software Engineering, Project Management, or any other related field
3.3 Trainers (30 marks) in relevant (above listed technical – digital skills training) areas
who will be responsible for designing, delivering, and implementing the relevant
(digital skills area) training plan. NOTE: 6 trainers in total required for designing 30
and delivering digital skills training under 3 (different technical) areas, for both in-
person and online trainings. One trainer can be assigned two or more digital skills
training programme, however this has to be mentioned clearly in the technical
proposal
Experience: (24 marks max)
3 years of experience working in above listed digital skills technical areas-
technologies and tools
2 to 3 years’ experience (3 marks per CV)
3 years and above (4 marks per CV)
Education (06 marks max)
Bachelor’s degree in Data Analytics, Electrical Engineering, Computer Science,
Software Engineering or any other related discipline (1 marks per CV)

3.4 Training Coordinators (30 marks) who will be responsible for providing support in
overall coordination and management of the project, will also maintain liaison
with the academic partners. NOTE: 03 Training Coordinators are required for 03 30
cities.
Experience (24 marks max)
Three (03) years’ experience in similar role and managing similar IT, digital skills
training and placement projects or assignments.
2 to 3 years (6 marks per CV)
3 years and above (8 marks per CV)
Education: (6 marks max)
Bachelor’s degree in Business Administration/Studies, Computer Science,
Marketing, Project Management or another related field (2 marks per CV)
3.4 Communications Manager (30 marks) who will be responsible for overseeing all
the communications related to the project including visibility, outreach, social
media, press release, events, etc. 30
Experience (25 marks max)
Five (05) years’ experience in similar role and managing communications for a
firm
4 to 5 years (20 marks)
5 years and above (25 marks)
Education: (05 marks max)
Bachelor’s degree in Business Administration/Studies, Communications,
Marketing, Project Management or another related field

23
HLCM-PN/UNDP RFP, May 2023
3.5 M&E Officer (30 marks) who will be responsible for monitoring and reporting on
the activities undertaken.
30
Experience: (20 marks max)

Five (05) years of experience in project management and monitoring activities


including using remote and online monitoring tools.

3 to 4 years (12 marks)


4 to 5 years (16 marks)
5 years and above (20 marks)

Education: (10 marks max)


Master’s degree in Development Studies, Business Management, Project
Management, Research or/and other related discipline.
Total 210

24
HLCM-PN/UNDP RFP, May 2023
SECTION 5: TERMS OF REFERENCE
Context of the Engagement of Firm/Institute/Organization for green-digital skills training for 4,000
Requirement youth in Pakistan
Duty Station / Place of The RFP is open to both national and international firms. However, due to the nature of the
work assignment, any selected international firm will be required to operate anywhere across the world
however they will have to deploy the necessary key experts to various major cities in Pakistan
throughout the duration of the contract.
Project Stabilization and Development Inclusive Development Programme
Engagement Modality RFP-CPS
Period of The entire assignment must be completed within Ten (10) months after issuance of the
assignment/services purchase order/signing of the contract.

a. Background Information

UNDP’s Stabilization and Development Inclusive Development Programme (SIDP) aims to create economic
empowerment opportunities through provision of market-based skills and access to meaningful
employment in Pakistan. Previously UNDP had been supporting the government and people of Pakistan in
promoting economic growth opportunities through its two flagship initiatives, the Stablization and
Development Programme (SDP) and Youth Empowerment Programme (YEP) . Since their inception in 2015
and 2018, respectively, these two programmes have supported 1.2 million people in Pakistan by providing
them livelihood opportunities, access to basic services and by contributing towards creating a safe and
peaceful social environment through social inclusion and engagement.

UNDP’s SIDP is working with British Council as a technical partner for the implementation of Pakistan Youth
Leadership Initiative (PYLI). The Pakistan Youth Leadership Initiative envisions to empower youth with
digital, climate change and global citizenship education. At the same time, it aims to develop a networking
aptitude and community mobilization potential among the trainees for the on-ground climate action, unlike
other traditional skills development initiatives. Through a green-digital skills training, the program will
cultivate a generation of environmentally conscious and digitally adept leaders. Following areas are selected
for the green-digital/ technological skills training:
a. Computer-aided Design (CAD) tools for sustainable product design and circular economy
principles (3 weeks, including 3 days course practicum)
b. Training on Electric Vehicle (EV) technology, EV charging infrastructure and maintenance (3
weeks, including 3 days course practicum)
c. The use of precision agriculture software and GPS technology for efficient farming practices (3
weeks, including 3 days course practicum)
The areas selected for skills training lie at the intersection of digitization and green industrialization, a twin
transition that will shape the future of sustainable development across the globe, particularly affecting the
developing world . The above skills are also forecasted to be in demand in increasing numbers in the coming
decade and seem to serve as levers of intervention for international development agencies in Pakistan
recently. Pakistan is currently considered underprepared for the transition; both in terms of the skills as it
doesn’t indicate many high-technology sectors in the economic structure nor many high-skill jobs.
In addition to the in-person trainings in the selected cities, a gamification mode of skills training will be
introduced for engaging participants from all over Pakistan. At the end of the training completion, this mode
of training delivery will be compared with the in-person subjects on a range KAP indicators . The evidence
engendered as a result will be one of its kind in measuring the efficacy of low-cost technological solution
for digital skills training.
The prospective service provider will also collaborate with academic institutions for trainings delivery and
knowledge partnerships. Various universities offer unique research potential and prospects for partnerships
in their specific domains including remote sensing technologies and GIS applications, renewable energy

25
HLCM-PN/UNDP RFP, May 2023
technologies, circular economy initiatives, precision agriculture technologies and environmental
conservation, etc. The collaborations will also constitute seeking candidates/ ambassadors for the program
and where applicable, training venues from these academic institutions.
Considering the complexity of skills ecosystem, the stakeholder engagement strategy will take off from
relatively developed regions within the country. These regions will have a relatively better potential for
synergies and higher adequacy for skills application. The in-person trainings will be implemented in three
cities: Peshawar, Rawalpindi and Karachi.

b. Scope of Work

UNDP seeks the services of a firm to train 4000 youth (2500 to be trained in-person, 1,500 through
gamification). The breakdown of total trainees for the three training courses are given in the tables below.
All these trainings will span over a period of 3 weeks (15 days) each, which also includes 3 days of practical
classes.

Total Training Mode


S.No. Technical Area youth to In-
be trained person Gamification

Computer-aided Design (CAD) tools for


1 sustainable product design and circular economy 1,400 900 500
principles
Training on Electric Vehicle (EV) technology, EV
2. charging infrastructure and maintenance 1,300 800 500

The use of precision agriculture software and GPS


3. technology for efficient farming practices 1,300 800 500

Total 4,000 2,500 1,500

The practicum sessions will be utilized to practice theoretical concepts using the latest equipment that
conforms to the modern industrial standards in the region. The trainees undertaking the gamification mode
will not participate in-person in the practicums, rather they will follow simulation exercises built within their
digital training mobile application. In addition to simulation exercises, the application will also offer quizzes
and real-time progress dashboard of each candidate to incentivize accelerated learning.

Practicum Equipment Details


The service provider will arrange (on rental basis) the equipment and information technology required for
the practical sessions. The quantity of equipment will be according to the batch size for each course keeping
in view there is an opportunity for each candidate to gain a hands-on experience with the equipment: tools,
technology, and machinery. A detailed plan of the practical sessions alongside the equipment required for
each course will be submitted by the service provider as part of the curriculum design. Following are a few
guidelines for the practicum equipment – however, they will be finalized in consultation with the selected
service provider and as per the approved curriculum design:
1. Computer-aided Design (CAD) tools for sustainable product design and circular economy principles:
a. 3D Printers, Fused Deposition Modeling (FDM) or Selective Laser Sintering (SLS) for prototyping the
sustainable product designs.
b. Filament Making Machine for demonstrating plastics/plastic bottles recycling.
c. Module on sustainability and modern practices in sustainable product designs

2. Training on Electric Vehicle (EV) technology, EV charging infrastructure and maintenance:


a. Battery management system module
b. Motor drive system module

26
HLCM-PN/UNDP RFP, May 2023
c. Control system module
d. Power steering system module
e. Vehicle electric system module
2. The use of precision agriculture software and GPS technology for efficient farming practices:
a. Farm Management Software (free, to be used during the training sessions)

Note:
 The software for CAD / Precision Agriculture trainings are to be proposed by the bidder
 There is no requirement for the specific type of products to be produced in CAD trainings, these are to be
proposed by the bidder and approved by UNDP. However, the focus should be on sustainability and ‘green’
products.

Gamification Application Guidelines

Android- and IOS-based learning app is to be developed for the trainings. The learning modules and the
course content will be like what will be offered in person and online via regular pedagogical means but will
be interfaced in interactive formats. The app will use a combination of formats: written content, images,
audios, videos, and interactivities, to drive learner participation and to improve learning experience. Simple
game elements like multiple levels and progress bars will be incorporated, acting as motivators for the
learners.
The completion of each course module will be followed by short quizzes. For practicum, the course
participant will enter a simulator exercise in which he/she will pick and choose different components, tools
and machines and perform necessary integrations to achieve the desired results.
In particular, the service provider will be responsible for carrying out the following activities:
1. Identify a large pool of young talent between the age of 15 and 35 through an expansive and rigorous
social and print media outreach and marketing campaign to attract the best talent with high potential to
complete the training and incorporate the skills in their career pursuits.
2. Reach out to academic institutions and universities to seek training venues and the candidates from
pertinent fields of study or areas of interest.
3. Among the young people identified as part of point 1 above, select and shortlist the most appropriate
young people that have a high chance of success in the training and employment/self-employment phases
as indicated by their qualifications, previous experience and aptitude gauged using a highly qualitative
selection criteria with approval from UNDP. At least 25% of the total trainees should be from rural districts,
and at least 50% of the total trainees should be females.
4. At least one event to be conducted in each city (either launch event or closing ceremony – to be decided
in consultation with UNDP) to host partners, donors, private sector, government and ecosystem
stakeholders for visibility of the project, including a media plan.
1. 5. Develop state-of-the-art course material based on current market trends and proven demand
from employers with high degree of relevance to practical application in the industry in
coordination with and approval of UNDP. The training curriculum should reflect in-depth research
on the course content and pedagogical tools to ensure high level of learning outcomes for the
trainees and will be an integral part of the technical proposal. The course should have an
appropriate balance of classroom-based coursework assignments and hands-on practical
exercises, preparing trainees for work in the real world. The curriculum for the practical classes will
be an important component of overall training curriculum. In-person and online trainings
should be of 3 weeks duration (15 days), which includes 3 days of practical sessions.
2. Arrange the equipment at the training venues, in adequate quantity for group-based
exercises (solar panels, electric vehicle, 3d printers + filament). Provision of pens,
notepads, and refreshments for all trainees to be provided.
3. Develop a user-friendly mobile application (Android as well as IOS version) for the
gamified skills training; the application will use the standardized curriculum, however, in
interactive formats such as infographics, videos, flip cards etc. The app will also have a

27
HLCM-PN/UNDP RFP, May 2023
built-in simulator for practicing the theoretical concepts. The app features will need to be
finalized with approval from UNDP.
4. Develop and administer a baseline and endline survey on all the trainee groups on a range
of knowledge, attitudes, and abilities indicators relevant to course participants, and report
the efficacy of different training modes.
5. Ensure all trainings are delivered on time and in excellent quality with parameters already
set for high standards during the planning phase agreed with UNDP. Special attention
should be given to the training of female trainees.
6. Carry out effective monitoring and evaluation of the training Programme based on key
performance indicators (KPIs) set in the proposal and finalized at the outset of the training
Programme and suggest improvements for future training programmes based on
challenges faced during the trainings.
7. The certificates of special recognition all trainees will need to be awarded at the successful
completion of the course.
8. The trainings will be given in the following fields as expected by UNDP:
a. Computer-aided Design (CAD) tools for sustainable product design and circular
economy principles (3 weeks, including 3 days course practicum)
b. Training on Electric Vehicle (EV) technology, EV charging infrastructure and
maintenance (3 weeks, including 3 days course practicum)
c. The use of precision agriculture software and GIS technology for efficient
farming practices (3 weeks, including 3 days course practicum)

c. Deliverables and Schedules

Sr. Deliverables/ Outputs % Payment Timeline


No

1 Inception Report containing detailed workplan including strategy 10% 1 month after
for outreach and communications, M&E, trainee identification signing of contract
and shortlisting, app development, university partnerships, and
realistic timelines, reviewed and approved by UNDP

2 Finalization of Curriculum as specified in the TORs and


acceptance by UNDP: 15% Within 1 month
1. Computer-aided Design (CAD) tools for sustainable after the
product design and circular economy principles, finalization of
2. Electric Vehicle (EV) technology, EV charging Inception phase
infrastructure and maintenance
3. Precision agriculture software and GPS technology for
efficient farming practices
3 Development & Launch of Mobile App for gamification trainings. 15% 2 months after
App content as specified in TORs and approved by UNDP finalization of
Deliverable 2

4 Submission & approval of training report of 1,000 youth with 2 months after
evidence including attendance sheets, list of candidates (names, 20% finalization of
CNICs, contact numbers, addresses, ages, employment status), Deliverable 3
photographs, course material, feedback by trainees, lessons
learned and recommendations.
5 Submission & approval of training report of 1,500 youth with 20% 3 months after
evidence including attendance sheets, list of candidates (names, finalization of
CNICs, contact numbers, addresses, ages, employment status), Deliverable 4

28
HLCM-PN/UNDP RFP, May 2023
photographs, course material, feedback by trainees, lessons
learned and recommendations.
6 Submission & approval of training report of 1,500 youth on the 1 month after
Mobile application, with evidence including a Dashboard 15% finalization of
highlighting the total number of participants, completion rate, Deliverable 5
quizzes performance, screen time etc.
7 Submission & approval of Project completion report including 5% 15 days after
details of all participants, M&E report, future recommendations, finalization of
photographs and evidence of three visibility events. Deliverable 6

d. Governance and Accountability

a) The contractor will be directly supervised by the Project Manager, who will serve as the primary
point of contact. The service provider will report directly to the Project Manager, seeking approval
and acceptance of deliverables, outputs, and any required decisions from them.

b) The contractor will be required to submit progress reports monthly. In addition, fortnightly check-
ins or status updates may be arranged, if necessary, particularly during critical phases of the project.

c) In the course of performing the work, the contractor will collaborate with various stakeholders,
including:

• Relevant ministries, departments and government agencies


• Local government stakeholders
• Partner organizations (if applicable)

d) The following resource persons, approving authorities and performance evaluation will apply :

 Approval by UNDP of project outreach strategy and its implementation, selection of beneficiaries
 Progress reporting against successful completion of activities
 Final narrative and financial reports of 100% target achieved by Project, Project completion
Report, and submission of all other supporting documents related to procurement, evidence,
and photos.

e. Expected duration of the contract/assignment


a) The assignment will be for a period of 10.5 months. UNDP will not provide office space for this
assignment.
b) UNDP will require at least 2 weeks to review outputs, give comments, approve/accept outputs, etc.

f. Duty Station

The RFP is open to both national and international firms. However, due to the nature of the assignment,
international firm will be required to operate anywhere across the world however they will have to deploy the
necessary key experts to various major cities in Pakistan throughout the duration of the contract.

g. Price and Schedule of Payments

The payments will be made upon satisfactory completion of deliverables outlined in the Financial proposal form
(upon the submission and acceptance of each deliverable/ output)

29
HLCM-PN/UNDP RFP, May 2023
SECTION 6: CONDITIONS OF CONTRACT AND CONTRACT FORMS
6.1 The types of Contract to be signed and the applicable UNDP Contract General Terms and Conditions, as
specified in Data Sheet, can be accessed at
http://www.undp.org/content/undp/en/home/procurement/business/how-we-buy.html

6.2 Special Conditions of Contract


The following Special Conditions of Contract (SCC) shall supplement and/or amend the General Conditions of
Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

30
HLCM-PN/UNDP RFP, May 2023
6.5 Performance Security

INSERT LETTERHEAD OF THE BANK


[date]

To: Beneficiary
United Nations Development Programme (UNDP)
[insert address]

Contractor
[insert information on contractor]
Reference: Guarantee No. [insert number]

Dear Sirs,
WHEREAS, the United Nations Development Programme (the “Beneficiary”) and [Name of Contractor] (the
“Contractor”) have entered into Contract No. [contract number] for [insert description of contract], which
entered into force on [date] (the “Contract”);

WHEREAS, the Contract requires that the Contractor furnishes a bank guarantee for a sum specified in the
Contract as security for the Contractor’s satisfactory compliance with its obligations under the Contract;

WHEREAS, we [Name of the Bank] (the “Guarantor”), have agreed to give the Contractor such Guarantee;

NOW THEREFORE, we, the Guarantor, hereby undertake to pay to the Beneficiary, upon the Beneficiary’s first
written demand and without cavil or arguments any sum or sums not exceeding in the aggregate
[currency][amount in words and figures] or such lesser sum of money as the Beneficiary may by such written
demand require to be paid, accompanied by the Beneficiary’s written statement that the Contractor is in breach
of its obligations under the Contract, without the need to specify, prove or show grounds or reasons for such
demand. Such statement shall be conclusive evidence of the Beneficiary’s entitlement to payment in the amount
demanded, up to the amount of this Guarantee.

The maximum guaranteed amount under this Guarantee is [currency] [amount in words and figures].

We, the Guarantor, further agree that no change or addition to or other modification of the terms of the Contract
or of the works, goods and services acquired thereunder, which may be made between the Beneficiary and the

31
HLCM-PN/UNDP RFP, May 2023
Contractor, shall in any way release us, the Guarantor, from any liability under this Guarantee, and we hereby
waive the notice of any such change, addition or modification.

This Guarantee shall be valid until thirty (30) days after the date of issuance by the Beneficiary of a certificate of
satisfactory performance and full completion by the Contractor of its obligations under the Contract.

Subject to the paragraph below, this Guarantee is governed by the Uniform Rules for Demand Guarantees, ICC
Publication No. 758. The supporting statement under Article 15(a) thereof is excluded.

Nothing herein or related hereto shall be deemed a waiver express or implied of the privileges and immunities
of the United Nations, including its subsidiary organs nor shall it be interpreted or applied in a manner
inconsistent with such privileges and immunities.

SIGNATURE AND SEAL OF THE GUARANTOR BANK

__________________________________

Date:
Name of Bank:
Address:

32
HLCM-PN/UNDP RFP, May 2023
SECTION 7: PROPOSAL FORMS
Form A: Proposal Confirmation

Form B: Checklist

Form C: Technical Proposal Submission

Form D: Proposer Information

Form E: Joint Venture/Consortium/Association Information

Form F: Eligibility and Qualification

Form G: Format for Technical Proposal

Form H: Format for CV of proposed key personnel

Form I: Statement of Exclusivity and Availability

Form J: Financial Proposal Submission

Form K: Format for Financial Proposal

Form L: Proposal Security

33
HLCM-PN/UNDP RFP, May 2023
FORM A: PROPOSAL CONFIRMATION

Please acknowledge receipt of this RFP, log in to the online portal and subscribe to this tender following the
instructions in the system user guide. Please complete this form and attach as requested in the system.
To: Insert name of contact person Email: Insert contact person’s email - do not enter
secure proposal email address
From: Insert name of proposer

Subject RFP reference Click or tap here to enter text.

Check the appropriate


Description
box
☐ YES, we intend to submit a proposal.
NO. We are unable to submit a competitive proposal for the requested services at the

moment

If you selected NO above, please state the reason(s) below:

Check applicable Description


☐ The requested services are not within our range of supply
☐ We are unable to submit a competitive proposal for the requested services at the moment
☐ The requested services are not available at the moment
☐ We cannot meet the requested terms of reference
☐ The information provided for proposal purposes is insufficient
☐ Your RFP is too complicated
☐ Insufficient time is allowed to prepare a proposal
☐ We cannot meet the delivery requirements
We cannot adhere to your terms and conditions e.g. payment terms, request for

performance security, etc.. Please provide details below.
☐ Sustainability criteria/requirements are too stringent (if applicable)
☐ We do not export
☐ We do not sell to the UN
☐ Your requirement is too small
☐ Our capacity is currently full
☐ We are closed during the holiday season
☐ We had to give priority to other clients’ requests
☐ The person handling proposals is away from the office
☐ Other (please provide reasons below):
Further information: Click or tap here to enter text.

☐ We would like to receive future RFPs for this type of services


☐ We don’t want to receive RFPs for this type of services

Questions to the Supplier concerning the reasons for no proposal should be addressed to Click or tap here to
enter text. phone Click or tap here to enter number., email Click or tap here to enter text..

34
HLCM-PN/UNDP RFP, May 2023
FORM B: CHECKLIST

This form serves as a checklist for preparation of your Proposal. Please complete the returnable Proposal
Forms in accordance with the instructions and return them as part of your Proposal submission: No alteration
to the format of forms shall be permitted and no substitution shall be accepted.
Before submitting your Proposal, please ensure compliance with the instructions in Section 2: Instructions to
Proposers and Section 3: Data Sheet.

Technical Proposal:
Have you duly completed all the Returnable Proposal Forms?
 Form C: Technical Proposal Submission ☐
 Form D: Proposer information ☐
 Form E: Joint Venture/Consortium/Association Information ☐
 Form F: Eligibility and Qualification ☐
 Form G: Technical Proposal ☐
 Form H: CVs of proposed key personnel ☐
 Form I: Statements of exclusivity and availability for key personnel ☐
 From L: Proposal Security

 Company Profile: Maximum fifteen (15) pages, including supporting documents of

similar assignments being procured, financial management capacities
 Certificate of Registration of the business, OR, Articles of Incorporation, or

equivalent document if Bidder is not a corporation.
 Valid Tax Registration/Sales Tax Registration with proof of tax return filing showing
that the Bidder is updated with its tax payment obligations, or Certificate of Tax ☐
exemption, if any such privilege is enjoyed by the Bidder,
 Written Self Declaration that bidder is not listed in the removed or suspended
vendor list of the UN or other such lists of other UN agencies, nor are associated

with, any company or individual appearing on the 1267/1989 list of the UN
Security Council.
 CVs of key professionals and available facilities/expertise. ☐
 Latest Audited Financial Statement – income statement and balance sheet to
indicate Its financial stability, liquidity, credit standing, and market reputation, etc. ☐
At least Audited Financial Statements (2021-2022, 2022-2023, 2023-2024)
 Three (03) Satisfactory performance certificates/Appreciation Letters/Client

reference details/Completion Certificate
 Power of Attorney to the authorized representative if applicable ☐
 NGOs/INGOs will be required to obtain mandatory NOC/Permit from Economic
Affair Division or from Ministry of Interior as per the local laws
Have you provided the required documents to establish compliance with the

evaluation criteria in Section 4?

Have you provided the required documents in support of Form D: Proposer



Information?

Financial Proposal:
 Form J: Financial Proposal Submission ☐
 Form K: Financial Proposal

35
HLCM-PN/UNDP RFP, May 2023
FORM C: TECHNICAL PROPOSAL SUBMISSION

Click or tap to enter a


Name of Proposer: Click or tap here to enter text. Date:
date.

RFP reference: Click or tap here to enter text.

We, the undersigned, offer to supply the services required for Click or tap here to enter text.in accordance
with your Request for Proposals No. Click or tap here to enter text.. We hereby submit our Proposal, which
includes this Technical Proposal and our Financial Proposal uploaded separately under the commercial section in
the system as instructed.
Proposer Declaration: on behalf of our firm, its affiliates, subsidiaries and employees, including any JV /
Consortium / Association members or subcontractors or suppliers for any part of the contract.
Yes No
☐ ☐ Requirements and Terms and Conditions: I/We have read and fully understand the RFP,
including the RFP Information and Data Sheet, Terms of Reference, the General Conditions of
Contract and any Special Conditions of Contract. I/we confirm that the proposer agrees to be
bound by them.
☐ ☐ I/We confirm that the proposer 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 proposal I/we warrant that the proposer: 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 proposer has no actual, potential or perceived
conflict of Interest in submitting this proposal, or entering into a contract to deliver the
requirements. Where a conflict of interest arises during the RFP process the proposer will
report it immediately to the Procuring Organisation’s Point of Contact.
☐ ☐ Prohibitions and Sanctions: l/We hereby declare that our firm, ultimate beneficial
owners, 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.

☐ ☐ I/We do not employ, or anticipate employing, any person(s) who is, or has been a UN staff
member within the last year, if said UN staff member has or had prior professional dealings with
our firm in his/her capacity as UN staff member within the last three years of service with the UN
(in accordance with UN post-employment restrictions published in ST/SGB/2006/15);
☐ ☐ 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 us that could impair our
operations in the foreseeable future.
☐ ☐ Proposal Validity Period: I/We confirm that this Proposal, including the price, remains open for
acceptance for the proposal validity period.

36
HLCM-PN/UNDP RFP, May 2023
Yes No
☐ ☐ I/We understand and recognize that you are not bound to accept any proposal you receive.
☐ ☐ By signing this declaration, the signatory below represents, warrants and agrees that he/she
has been authorised by the Organisation/s to make this declaration on its/their behalf.

Name: _____________________________________________________________
Title: _____________________________________________________________
Date: _____________________________________________________________
Signature: _____________________________________________________________
[Stamp with official stamp of the Proposer]

37
HLCM-PN/UNDP RFP, May 2023
FORM D: PROPOSER INFORMATION

RFP Reference Click or tap here to enter text.

Legal name of Proposer Click or tap here to enter text.

Legal Address, City, Country Click or tap here to enter text.

Website Click or tap here to enter text.

Year of registration Click or tap here to enter text.

Proposer’s Authorized Representative Name and Title: Click or tap here to enter text.
information Telephone numbers: Click or tap here to enter text.
Email: Click or tap here to enter text.

Legal structure Choose an item.

No. of full-time employees Click or tap here to enter number.

No. of staff involved in similar contracts Click or tap here to enter number.

Are you a UNGM registered vendor? ☐ Yes ☐ No If yes, insert UNGM Vendor Number

Years of supplying to UN organisations Click or tap here to enter text.

Are you a Click or tap here to enter ☐ Yes ☐ No If yes, insert Vendor Number
text.vendor?

Countries of operation Click or tap here to enter text.

Subsidiaries in the region (please indicate Click or tap here to enter text.
names of subsidiaries and addresses, if
relevant to the proposal)

Commercial Representatives in the Click or tap here to enter text.


country: Name/Address/Phone (for
international companies only)

Quality Assurance Certification (e.g. ISO Click or tap here to enter text.
9000 or Equivalent) (If yes, provide a Copy
of the valid Certificate):

Does your Company have a corporate Tick all that apply and provide supporting documentation:
environmental policy or environmental
☐ Corporate Environmental Policy
management system/accreditation such
as ISO 14001 or ISO 14064 or equivalent? ☐ ISO 14001
(If yes, provide a Copy of the valid
Certificate): ☐ ISO 14064
☐ Other, specify Click or tap here to enter text.

Does your organization demonstrate Attach a formal statement that outlines your organisation’s
significant commitment to sustainability, commitment to sustainability, where possible providing evidence of
including the following aspects that have tangible results that demonstrate progress such as:

38
HLCM-PN/UNDP RFP, May 2023
been identified in the UN Sustainable Tick all that are attached:
Procurement Framework?
☐ Formal statement
 Environmental: prevention of
pollution, sustainable resources; ☐ Sustainability report
climate change and mitigation and ☐ UN Global Compact Communication on Progress
the protection of the environment,
biodiversity. ☐ Other, specify Click or tap here to enter text.

 Social: human rights and labour


issues, gender equality, sustainable
consumption, and social health and
wellbeing.
 Economic: whole life cycle costing,
local communities and small or
medium enterprises, and supply
chain sustainability.
Does your company belong to a diverse
Click or tap here to enter text.
supplier group including micro, small or
medium sized enterprise, women or
youth owned business or other?
(If yes, please provide details and
documentation]

Is your company a member of the UN Choose an item.


Global Compact?
If yes, please provide link to Global Compact profile:
Click or tap here to enter text.

Bank Information Bank Name: Click or tap here to enter text.


Bank Address: Click or tap here to enter text.
IBAN: Click or tap here to enter text.
SWIFT/BIC: Click or tap here to enter text.
Account Currency: Click or tap here to enter text.
Bank Account Number: Click or tap here to enter text.

Contact person that Click or tap here to Name and Title: Click or tap here to enter text.
enter text. may contact for requests for Telephone numbers: Click or tap here to enter text.
clarifications during Proposal evaluation Email: Click or tap here to enter text.

39
HLCM-PN/UNDP RFP, May 2023
FORM E: JOINT VENTURE/CONSORTIUM/ASSOCIATION INFORMATION

Name of Proposer: Click or tap here to enter text. Date: Click or tap to enter a date.

RFP reference: Click or tap here to enter text.

To be completed and returned with your Proposal if the Proposal is submitted as a Joint
Venture/Consortium/Association.
No Name of Partner and contact information (address, Proposed proportion of responsibilities (in %)
telephone numbers, fax numbers, e-mail address) and type of services to be performed

1 Click or tap here to enter text. Click or tap here to enter text.

2 Click or tap here to enter text. Click or tap here to enter text.

3 Click or tap here to enter text. Click or tap here to enter text.

Name of leading partner


(with authority to bind the JV, Consortium,
Association during the RFP process and, in Click or tap here to enter text.
the event a Contract is awarded, during
contract execution)

We have attached a copy of the below referenced document signed by every partner, which details the likely
legal structure of and the confirmation of joint and severable liability of the members of the said joint venture:

☐ Letter of intent to form a joint venture OR ☐ JV/Consortium/Association agreement

We hereby confirm that if the contract is awarded, all parties of the Joint Venture/Consortium/Association shall
be jointly and severally liable to Click or tap here to enter text for the fulfilment of the provisions of the Contract.

Name of partner: Name of partner:


___________________________________ ___________________________________

Signature: ______________________________ Signature: _______________________________

Date: ___________________________________ Date: ___________________________________

Name of partner: Name of partner:


___________________________________ ___________________________________

Signature: ______________________________ Signature: _______________________________

Date: ___________________________________ Date: ___________________________________

40
HLCM-PN/UNDP RFP, May 2023
FORM F: ELIGIBILITY AND QUALIFICATION

Name of Proposer: Click or tap here to enter text. Date: Click or tap to enter a date.

RFP reference: Click or tap here to enter text.


If JV/Consortium/Association, to be completed by each partner.
History of Non- Performing Contracts

☐No non-performing contracts during the last 3 years


☐ Contract(s) not performed in the last 3 years
Year Non- performed Contract Identification Total Contract Amount
portion of contract (current value in US$)
Name of Client:
Address of Client:
Reason(s) for non-performance:

Litigation History (including pending litigation)

☐ No litigation history for the last 3 years


☐ Litigation History as indicated below
Year of Amount in dispute Contract Identification Total Contract Amount
dispute (state currency) (state currency)
Name of Client:
Address of Client:
Matter in dispute:
Party who initiated the dispute:
Status of dispute:
Party awarded if resolved:

Previous Relevant Experience


Please list only previous similar assignments successfully completed in the last 3 years.
List only those assignments for which the Proposer was legally contracted or sub-contracted by the Client as a
company or was one of the Consortium/JV partners. Assignments completed by the Proposer’s individual
experts working privately or through other firms cannot be claimed as the relevant experience of the Proposer,
or that of the Proposer’s partners or sub-consultants, but can be claimed by the Experts themselves in their CVs.
The Proposer should be prepared to substantiate the claimed experience by presenting copies of relevant
documents and references if so requested.
Project name & Client & Contract Period of Types of activities undertaken and
Country of Reference Value activity and role (Contractor, sub-contractor or
Assignment Contact Details status consortium member)

Proposers may also attach their own Project Data Sheets with more details for assignments above.
☐ Attached are the Statements of Satisfactory Performance from the Top 3 (three) Clients or more.

Financial Standing

41
HLCM-PN/UNDP RFP, May 2023
Annual Turnover for the last 3 years Year Currency Amount

Year Currency Amount

Year Currency Amount

Latest Credit Rating (if any), indicate the


source and date.

Financial information Historic information for the last 3 years


(state currency)
Year 1 Year 2 Year 3
Information from Balance Sheet
Total Assets (TA)
Total Liabilities (TL)
Current Assets (CA)
Current Liabilities (CL)
Information from Income Statement
Total / Gross Revenue (TR)
Profits Before Taxes (PBT)
Net Profit
Current Ratio (current
assets/current liabilities)
☐ Attached are copies of the audited financial statements (balance sheets, including all related notes, and
income statements) for the years required above complying with the following condition:
a) Must reflect the financial situation of the Proposer or party to a JV, and not sister or parent companies;
b) Historic financial statements must be audited by a certified public accountant;
c) Historic financial statements must correspond to accounting periods already completed and audited.
No statements for partial periods shall be accepted.

42
HLCM-PN/UNDP RFP, May 2023
FORM G: FORMAT FOR TECHNICAL PROPOSAL

Name of Proposer: Click or tap here to enter text. Date: Click or tap to enter a date.

RFP reference: Click or tap here to enter text.

The proposer’s proposal must be organised to follow the format of this Technical Proposal Form. Where the
proposer is presented with a requirement or asked to use a specific approach, the proposer must not only state
its acceptance, but also describe, where appropriate, how it intends to comply. Where a descriptive response is
requested, failure to provide the same will be viewed as non-responsive.
Section 1: Proposer’s qualification, capacity and expertise
 Brief description of the organisation, including the year and country of incorporation, and types of
activities undertaken.
 Relevance of specialised knowledge and experience on similar engagements done in the region/country.
 General organizational capability which is likely to affect implementation: management structure,
financial stability and project financing capacity, project management controls, extent to which any work
would be subcontracted (if so, provide details).
 Organizational Commitment to Sustainability

Section 2: Proposed Methodology, Approach and Implementation Plan


 This section should demonstrate the proposer’s responsiveness to the TOR by identifying the specific
components proposed, addressing the requirements, providing a detailed description of the essential
performance characteristics proposed and demonstrating how the proposed approach and methodology
meets or exceeds the requirements. All important aspects should be addressed in sufficient detail and
different components of the project should be adequately weighted relative to one another.
 A detailed description of the approach and methodology for how the Proposer will achieve or exceed the
requirements of the Terms of Reference, keeping in mind the appropriateness to local conditions and
project environment. Detail how the different service elements shall be organised, controlled and
delivered.
 Provide comments and suggestions on the Terms of Reference: have the important aspects of the task
been addressed in sufficient detail? Are the different components of the project adequately weighted
relative to one another? Include additional services that will be rendered beyond the requirements of the
ToR, if any.
 The methodology shall also include details of the Proposer’s internal technical and quality assurance review
mechanisms.
 Explain whether any work would be subcontracted, to whom, how much percentage of the work, the
rationale for such, and the roles of the proposed sub-contractors and how everyone will function as a team.
 Description of available performance monitoring and evaluation mechanisms and tools; how they shall be
adopted and used for a specific requirement.
 Demonstrate how you plan to integrate sustainability measures in the execution of the contract.
 Implementation plan including a Gantt chart or Project Schedule indicating the detailed sequence of
activities that will be undertaken and their corresponding timing.
 Any other comments or information regarding the project approach and methodology that will be adopted.

Section 3: Management Structure and Key Personnel


 Describe the overall management approach toward planning and implementing the project. Include
details of key personnel including their name and nationality, the Position they will assume and their role
as per the ToR.

43
HLCM-PN/UNDP RFP, May 2023
 Include an organisation chart for the management of the project describing the relationship of key
positions and designations. Provide a spreadsheet to show the activities of each personnel and the time
allocated for his/her involvement.
 For each of the key personnel provide: the CV using the format in Form H and the statement of exclusivity
and availability using the format in Form I.

44
HLCM-PN/UNDP RFP, May 2023
FORM H: FORMAT FOR CV OF PROPOSED KEY PERSONNEL
Name of Proposer: Click or tap here to enter text. Date: Click or tap to enter a
date.

RFP reference: Click or tap here to enter text.

Position (as per ToR)

Personnel Information Name:

Nationality: Date of birth:

Language Proficiency:

Present Employment Name of employer: Contact: (manager or HR)

Address of employer:

Telephone: Email:

Job title: Years with present employer:

Education / Summarise college/university and other specialised education of personnel


Qualifications member, giving names of schools, dates attended, and degrees/qualifications
obtained.

Professional Provide details of professional certifications relevant to the scope of services


Certifications including name of institution and date of certification.

References: Provide names, addresses, phone and email contact information for two (2)
references.

Summarise professional experience over the last 20 years in reverse chronological order. Indicate particular
technical and managerial experience relevant to the project.
Company / Project / Position /
From To Relevant technical and
management experience

I, the undersigned, certify that, to the best of my knowledge and belief, this CV is accurate.

Signature of Personnel Date (Day/Month/Year)

45
HLCM-PN/UNDP RFP, May 2023
FORM I: STATEMENT OF EXCLUSIVITY AND AVAILABLITY

Name of Proposer: Click or tap here to enter text. Date: Click or tap to enter a
date.

RFP reference: Click or tap here to enter text.

I, the undersigned, hereby declare that I agree to participate exclusively with the Proposer Click or tap here to
enter text.in the above referenced RFP. I further declare that I am able and willing to work for the period(s)
foreseen for the position for which my CV has been included in the event that this proposal is successful,
namely:
From To
Click or tap here to enter text. Click or tap here to enter text.
Click or tap here to enter text. Click or tap here to enter text.
Click or tap here to enter text. Click or tap here to enter text.

I confirm that I am not engaged in other projects in a position for which my services are required during the
periods where my services are required under this RFP.
By making this declaration, I understand that I am not allowed to present myself as a candidate to any other
proposer submitting a proposal for this RFP. I am fully aware that if I do so, I will be excluded from this RFP, the
proposals may be rejected, and I may also be subject to exclusion from other UNDP’s solicitation procedures
and contracts.
Furthermore, should this proposal be successful, I am fully aware that if I am not available at the expected
start date of my services for reasons other than ill-health or force majeure, I may be subject to exclusion from
other Click or tap here to enter text. solicitation procedures and contracts and that the notification of award of
contract to the Proposer may be rendered null and void.

Name:
Title:
Date:
Signature:

46
HLCM-PN/UNDP RFP, May 2023
FORM J: FINANCIAL PROPOSAL SUBMISSION

Name of Proposer: Click or tap here to enter text. Date: Click or tap to enter a date.

RFP reference: Click or tap here to enter text.

We, the undersigned, offer to provide the services indicated in our proposal and in accordance with your
Request for Proposal. We are hereby submitting our Financial Proposal in the amount indicated herewith.

Our Proposal shall be valid and remain binding upon us for the period of time specified in the Data Sheet.

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

Please enter the total amount of your financial proposal as a response to this question. Make sure the total
matches with the total indicated in the deliverables section of the system (lines) and with the total deriving
from the cost breakdown (form K).

47
HLCM-PN/UNDP RFP, May 2023
FORM K: FORMAT FOR FINANCIAL PROPOSAL

Name of Proposer: Click or tap here to enter text. Date: Click or tap to enter a
date.

RFP reference: Click or tap here to enter text.

The proposer is required to prepare the Financial Proposal following the below format and submit it in an
envelope separate from the Technical Proposal as indicated in the Instruction to Proposers. The inclusion of
any financial information in the Technical Proposal shall lead to disqualification of the Proposer. The Financial
Proposal should align with the requirements of the Terms of Reference and the proposer’s Technical Proposal.
Currency of the proposal: Click or tap here to enter text.
Table 1: Summary of Overall Prices
1. Activity Cost Payment %age Amount
1.1 Inception Report 10%
1.2 Finalization of Curriculum 15%
1.3 Development & Launch of Mobile App 15%
1.4 Submission & approval of training report of 1,000 youth 20%
1.5 Submission & approval of training report of 1,500 youth 20%
1.6 Submission & approval of training report of 1,500 youth 15%
1.7 Submission & approval of Project completion report 5%
Grand Total

Table 2: Breakdown of costs


Unit Total
S/No Description Unit Type Unit
Months Cost (PKR) (A)
A Communications
A.1 Outreach & Partnerships
Number of
1 Field Visits N/A
visits 20 -
Number of
2 Social Media campaign N/A
posts 60 -
3 Print Media campaign Per unit N/A
3 -
Sub-Total
-
A.2 Visibility & Events
Communications materials
1 (Standees, SMD screen, AV, Lumpsum N/A
3 -
Internet, Mics, etc.)
2 Venue cost Rent N/A
3 -
3 Food & Drink N/A
Refreshments 300 -
Press Releases & Digital
4 Per unit N/A
Publications 20 -
5 Certificates Per unit N/A
4,000 -
Sub-Total
-

48
HLCM-PN/UNDP RFP, May 2023
Unit Total
S/No Description Unit Type Unit
Months Cost (PKR) (A)
Total
(A) -
B In-person Trainings (2,500 Trainees total)
Computer-aided Design (CAD) tools for sustainable
B.1
product design and circular economy principles
Trainers Salary
6 2 -
Curriculum Design Curriculum N/A
1 -
Venue cost Rent
3 2 -
Refreshments N/A
Refreshments 13,500 -
Training Materials (Pens,
Per trainee N/A
Notepads) 900 -
3D Printers (Rental) Per unit N/A
6 -
Filament Per kg N/A
50 -
Sub-Total
-
Electric Vehicles, Battery Management & Charging
B.2
Infrastructure
Trainers Salary
6 2 -
Curriculum Design Curriculum N/A
1 -
Venue cost Rent
3 2 -
Refreshments (tea & biscuits) N/A
Refreshments 12,000 -
Training Materials (Pens,
Per trainee N/A
Notepads) 800 -
Electric bike for disassembly Per unit N/A
3 -
Solar panels for charging station Lumpsum N/A
6 -
Sub-Total
-
B.3 Digital Applications in Farming
Trainers Salary
6 2 -
Curriculum Design Curriculum N/A
1 -
Venue cost Rent
3 2 -
Refreshments (tea & biscuits)
Refreshments 12,000 1 -
Training Materials (Pens,
Per trainee N/A
Notepads) 800 -
GIS software subscription Per trainee
800 1 -

49
HLCM-PN/UNDP RFP, May 2023
Unit Total
S/No Description Unit Type Unit
Months Cost (PKR) (A)
Sub-Total
-
Total (B)
-
C Online Component (Gamification)
App Development Lumpsum N/A
1 -
Sub-Total
-
Total (C)
-
D Personnel Cost
Project Manager Salary
1 10 -
Software Engineer Salary
1 10 -
Trainers Salary
6 2 -
Training Coordinators Salary
3 10 -
Communications Manager Salary
1 10 -
M&E Officer Salary
1 10 -
Total
(D) -
PKR
Grand Total
-

50
HLCM-PN/UNDP RFP, May 2023
FORM L: PROPOSAL SECURITY

Proposal Security must be issued using the official letterhead of the Issuing Bank.
Except for indicated fields, no changes may be made on this template.

Beneficiary: Insert contact information for procuring organisation as provided in Section 3: Data Sheet.
RFP Reference: Click or tap here to enter text.

WHEREAS (hereinafter called “the Proposer”) has submitted a Proposal to UNDP dated Click or
tap to enter a date. to execute services Click or tap here to enter text. (hereinafter called “the Proposal”):

AND WHEREAS it has been stipulated by you that the Proposer shall furnish you with a Bank Guarantee
by a recognized bank for the sum specified therein as security if the Proposer:

a) Fails to sign the Contract after UNDP has awarded it;


b) Withdraws its Proposal after the date of the opening of the Proposals;
c) Fails to comply with UNDP’s variation of requirement, as per RFP instructions; or
d) Fails to furnish Performance Security, insurances, or other documents that UNDP may require as a
condition to rendering the contract effective.

AND WHEREAS we have agreed to give the Proposer such Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
Proposer, up to a total of [amount of guarantee] [in words and numbers], such sum being payable in the types
and proportions of currencies in which the Price Proposal is payable, and we undertake to pay you, upon your
first written demand and without cavil or argument, any sum or sums within the limits of [amount of guarantee
as aforesaid] without your needing to prove or to show grounds or reasons for your demand for the sum
specified therein.

This guarantee shall be valid up to 30 days after the final date of validity of proposals.

SIGNATURE AND SEAL OF THE GUARANTOR BANK


Signature: _____________________________________________________________
Name: _____________________________________________________________
Title: _____________________________________________________________
Date: _____________________________________________________________
Name of Bank __________________________________________________________
Address ________________________________________________________________
[Stamp with official stamp of the Bank]

51
HLCM-PN/UNDP RFP, May 2023

You might also like