FIND_THE_RIGHTJOB.
Pakistan
Request for Proposal (RFP) for a firm for ‘Implementation and Impact evaluation of FBR’s Transformation Plan under Prime Minister’s Economic Transformation Plan’
Proposal Submission Deadline: Friday 24th October 2025 at 5pm PKT.
RFP Details
1.
Name of the Assignment is: Request for Proposal (RFP) for a firm for ‘Implementation and impact evaluation of FBR’s Transformation Plan under Prime Minister’s Economic Transformation Plan’
2.
The method of selection is Quality and Cost Based Selection (QCBS) Method
3.
Pre Bid session: No
4.
Clarifications and queries should be directed to: mueed.khan@remit-pk.com, akbar.mayo@remit-pk.com
5.
Financial Proposal to be submitted together with Technical Proposal: Yes
6.
The proposal submission deadline is 24.10.2025.
7.
Firms may prepare joint bids, or bid as a consortium with one lead firm: Yes, firms may apply as a consortium.
8.
Amounts payable to the Firm under the contract to be subject to local taxation, stamp duty and service charges, if applicable: Yes
9.
The firm must submit (i) the Technical Proposal, and (ii) the Financial Proposal.
Soft copies to be sent to: recruitment.remit@adamsmithinternational.com
10.
Schedule of procurement milestones is given below.
1 Brief overview
Revenue Mobilization, Investment and Trade (REMIT) program is a nine-year (2019- 28) technical assistance program funded by the Foreign, Commonwealth & Development Office (FCDO), United Kingdom to support Pakistan in implementing strategic reforms in the realm of economic development, trade, investment and revenue mobilisation. The key outcomes under the program will be contributing towards strengthening the macroeconomic stability and improving conditions for high and sustained growth, mutual prosperity, job creation and poverty reduction in Pakistan. More specifically, REMIT program aims at supporting the Government of Pakistan in the following areas:
In pursuance of this assignment, REMIT is collaborating with the Federal Board of Revenue (FBR) to support structured delivery, embed a data-driver oversight mechanism, and provide independent validation of reform progress. REMIT is extending its support via this assignment to safeguard the continuity and sustainability of FBRs Transformation Plan beyond the lifespan of this technical assistance.
1.1 Task Background
The Government of Pakistan is pursuing an ambitious reform agenda under the Prime Minister’s Economic Transformation Plan, with a central focus on raising the tax-to-GDP ratio through comprehensive reforms in both tax policy and tax administration. To operationalise this vision, Federal Board of Revenue (FBR) has developed a holistic Transformation Plan, progress on which is reviewed by the Prime Minister every week - reflecting the high priority accorded to FBR’s performance.
To ensure effective implementation of this plan and to rigorously evaluate its impact, FCDO’s REMIT programme is seeking to hire the services of a firm to:
Collectively, these interventions will reinforce delivery discipline, embed systems for evidence-based decision-making, and build institutional capacity within FBR to sustain the reform agenda.
Defining the Problem Statement
Delivery on a complex, cross‑wing Transformation Plan requires a single delivery rhythm, transparent decision tracking, and data‑driven oversight. Current reporting to PM/FM is being carried out through an external consultancy firm engaged by FBR. Its delivery is time‑consuming, variable in format, and lacks a consistent KPI dictionary and source‑of‑truth dashboards. Moreover, FBR’s own Delivery Unit is nascent and requires embedding of routines, templates, and skills to sustain the reform delivery function beyond external TA.
Stakeholders:
The following key stakeholders will be directly involved in the design/delivery or quality assurance of the instant technical assistance:
i. FBR: Among FBR senior leadership, Chairman, Members IR Ops, Member Customs Ops and Member Reforms & Modernization are key sponsor/decision makers for the delivery of TA.
ii. Delivery Unit: Delivery of IR and Customs, each headed by a BS 20 level officer and manned by IRS and Customs officers, will be day‑to‑day counterparts and will also be the eventual owner of routines/tools developed and used during the delivery of TA.
iii. PRAL: Pakistan Revenue Automation Private Limited (PRAL) is wholly government owned IT supplied of FBR and will be key in access to data systems and development and integration of tools used for the delivery of TA.
iv. PMO: Prime Minister Office and the PM Roadmap team will be recipients of updates from the TA delivery firm engaged. PMO also issues directives on the implementation of reform interventions.
v. ASI/REMIT: Core Team of ASI/REMIT is entrusted with the design and extending TA support to FCDO under RPF component.
vi. FCDO: FCDO will carry out funding approval for the TA under RPF and will also perform quality assurance of the delivery of firm/ resources engaged for the instant TA.
1.2 Objectives of the Assignment
Objectives & Expected Outcomes
Overall Objectives: The overarching objective of the activity is to equip FBRs leadership to deliver the Transformation Plan with quality, effectiveness, transparency, and efficiency, as demonstrated through timely milestone achievements, accelerated issue resolutions and the institutional strengthening of the Delivery Unit.
Specific Outcomes: The TA supports working directly with the Chairman’s Office and coordinating across all wings of the FBR, aims to achieve the following outcomes:
i. Operationalization of the oversight & coordination mechanism across all interventions identified in the transformation plan.
ii. Preparation of concise, high‑quality updates to the Prime Minister & Chairman FBR on a routine cycle and tracking of decisions to closure.
iii. Delivery of interventions through structured problem‑solving clinics and adjustment of strategy and work plans based on evidence.
iv. Quantification of reform traction through dashboards and guiding prioritisation.
v. Independent validation of reform progress and institutional impact.
vi. Provision of studies/flags to inform course corrections on sectors, taxpayer segments, or compliance interventions identified in the plan.
vii. A capable Delivery Unit with the requisite playbook/guides for continuity and sustainability.
viii. Ensure close alignment with the Prime Minister’s Road Map team, so that FBR’s progress is consistently reflected in Road Map SLAs
2. Broader Scope of Work
2.1 Oversight & Coordination
2.2 Performance Monitoring & Reporting
2.3 Joint Problem‑Solving & Advisory Support
2.4 Data Analysis & Impact Assessment
Define logic models/KPIs linking reforms compliance2.5 Targeted Research & Sector Studies
2.6 Capacity Building & Knowledge Transfer
3 Resource Requirements
1. Expertise Required from a Firm Team (indicative)
i. Senior Advisors (3 Positions): LOE 8 days per expert for 5 months
Experience (15+ years):
Expertise required:
ii. Senior Associates (4 Positions) LOE 18 days per expert for 5 months
Experience (Minimum 10 years)
Expertise Required:
iii. Junior Associates (4 Positions) LOE 18 days per expert for 5 months
Experience: Minimum 6 years of professional experience
Expertise Areas:
The above team will all be named, and time sheets for each named individual will have to be signed and submitted alongside the milestone invoices. The team proposed should be based in Islamabad and will spend the allocated time in FBR.
4 M&E Framework including KPIs
FCDO and ASI team will track whether reform milestones are delivered when promised, comparing planned dates with actual delivery as laid out in the Transformation Plan. Following KPIs will further be used to carry out M & E:
i. Once a decision is taken, the goal is to see it fully closed and acted on within 10 working days or less.
ii. At least 80% of actions agreed in problem-solving or review sessions are completed by their due date.
iii. Leadership routines rely primarily on dashboards for tracking reform progress, risks, and decisions—rather than ad-hoc updates or parallel spreadsheets.
By the end of the TA, the Delivery Unit is able to independently run governance routines and update the dashboards every month without external support.
Sustainability and Exit Strategy/Measures
Within a maximum period of 3 months, a Delivery Unit Playbook will be created and put into use to guide routines and practices. At the close of the assignment, a formal handover checklist will be signed off on to ensure nothing is left incomplete. All tools, templates, and other outputs will be handed over in open, editable formats, with full ownership resting with FBR.
Relevance for inclusion and Climate Change, if any
Each study and KPI narrative will flag inclusion (e.g., impacts by taxpayer segment/digital access) and any climate‑relevant implications where material, consistent with RPF guidance.
Progress Reporting
Weekly PM/FM update pack; bi‑weekly Member working session; monthly consolidated progress to FBR & FCDO with QA notes. Progress reports feed milestone acceptance and invoice approvals
5 Deliverables
Each monthly deliverable will consist of a comprehensive Support and Progress Report on tasks performed for implementation of FBR’s Transformation Plan. This will include continuous advisory support to the Chairman FBR and Members FBR and updates on progress in priority support areas. The monthly report will also cover routine tasks, namely:
Alongside these regular functions, each month’s deliverable will highlight a specific reform milestone or thematic focus, ensuring that progress is documented with clear evidence such as different versions of reports, session record notes, letters of satisfaction from the Chairman FBR, roadmap presentation and reports, and acknowledgements.
Serial No.
Deliverable
Format
Acceptance Criteria
Due
D1
Inception & Strategic Advisory Framework: Inception report with baseline diagnostics, five months workplan, and initial advisory support to Chairman FBR
PDF, Docx
Approved by FBR/FCDO
Evidence: Inception report drafts, Satisfactory Review Letter from FBR
Week 4
D2A
Change Management
Change management sessions for IRS & Customs Officer covering 80% of their strength
Establishing an organizational structure to strengthen Delivery Unit in execution of reform agenda.
Conference/ Seminar
Attendance of FBR Officers
Notification by FBR for an organizational structure/ JDs to carry forward routines of reform implementation
Rolling over
D2
Monthly Support & Progress Report including Routine tasks + Special Focus: Prime Minister’s Strategic Roadmap – Review of FBR reforms
PDF, Docx, PPT
Approved by FBR/FCDO.
Evidence: Stocktake record notes, detail report on PM Roadmap, satisfaction letter
Week 8
D3
Monthly Support & Progress Report including Routine tasks + Special Focus: Progress on production counting in additional sectors
PDF, Docx
Approved by FBR/FCDO.
Evidence: Sectoral progress report drafts validated by PD Track & Trace, Meeting minutes, acknowledgement letter
Week 12
D4
Monthly Support & Progress Report including Routine tasks + Special Focus: Roll-out progress on digital invoicing
PDF, Docx
Approved by FBR/FCDO. Evidence: Draft rollout updates, revised outputs, Roll Out reports validated by PD Digital Invoicing, acknowledgement letter
Week 16
D5
Monthly Support & Progress Report including Routine tasks + Special Focus: POS upscaling review and field performance
PDF, Docx
Approved by FBR/FCDO.
Evidence: Consultation notes, report, Roll out Reports validated by PD POS, Satisfaction letter
Week 21
Duration
The technical assistance is expected to run for a period of 05 months, starting in November 2025. The assignment will be delivered on a milestone basis, with payments linked to the achievement and acceptance of agreed outputs.
6 Requisite Qualifications & Experience
6.1 Mandatory qualifications
7 Instructions to Bidders
The final Bids shall compromise a single package containing two folders:
Bidders should send soft copies of the Technical and Financial Proposal to the following address:
Soft copies to be sent to: recruitment.remit@adamsmithinternational.com
Proposal Weightings
Evaluation
Weighting
Methodology and work plan
ASI will assess the quality of the Response (proposal) based on the prospective firms’ approach to the assignment and the technical strength of the proposal. Approach and methodology should include the following:
30%
Team and key experts
The team and key experts to have the mandatory and requisite qualifications as mentioned in Section 3 and 6 of RFP including but not limited to:
25%
Relevant Experience
Firm’s capacity to deliver through evidence of past performance and quality and relevance of past work and references.
Bidders should include Contact information for no less than three references from projects similar in size, application, and scope and a brief description of their implementation (including location and year). ASI reserves the right to request and check additional references.
Bidders should include in this section:
15%
Risk and mitigation
The firm must present a risk mitigation plan so as to enable ASI to assess risk mitigation measures
10%
Evaluation
Weighting
Financial Proposal
ASI expects the price to be cost effective and reasonable as per current market rates. The financial proposal will comprise the following:
The quoted price must include all taxes, installation/integration services and the costs of delivery/implementation in the required locations.
20%
Prospective firms must be legally registered under the laws of the country in which they are organized and possess all licenses, permits and government approvals necessary for performance of the work.
7.1 Proposal Terms
1.1 Prospective Firms’ Understanding of the Solicitation
Prospective contractors are responsible for understanding the solicitation in its entirety and each of its elements and should make inquiries to ASI as necessary to ensure such understanding. ASI reserves the right to disqualify any prospective vendor that it determines, at its sole discretion, does not understand the solicitation or any of its elements. Such disqualification shall be at no fault, cost, or liability whatsoever to ASI.
7.2 Information from ASI
All information provided by ASI in this solicitation is subject to change at any time. ASI makes no certification as to the accuracy of any item and is not responsible or liable for any use of or reliance on the information or for any claims asserted therefrom.
7.3 Communication
All communications related to the RFP must be in writing to the above-mentioned point of contact. Verbal communication shall not be effective unless formally confirmed in writing by the procurement official listed in a sealed envelope to our designated location in Lahore.
1.3.1 Formal Communications shall include, but are not limited to the following:
1.3.2 Addenda: ASI will make a good-faith effort to provide a written response to the questions or requests for clarifications in the form of written responses or addenda in accordance with the procedures.
1.3.3 Posting Online: Copy of this solicitation, will be available online at: www.BrightSpyre.com.
1.2 Non-Disclosure Agreement
The prospective firms shall be required to enter into a non-disclosure agreement after award.
7.4 No Collusion
Collusion is strictly prohibited. Collusion is defined as an agreement or compact, written or oral, between two or more parties with the goal of limiting fair and open competition by deceiving, misleading, or defrauding a third party.
7.5 Companies Owned or Controlled by Government
The prospective vendor must disclose in writing with its Response if a government, its agents, or agencies, have an ownership or managerial interest in the company. Failure to disclose government ownership of managerial interest in the company will result in the prospective contractor’s offer being removed from consideration.
7.6 Subcontracting
The prospective contractor must disclose in writing with its Response any subcontracting that will take place under an award. Failure to disclose subcontracting relationships will result in the prospective contractor’s offer being removed from consideration. (if permitted by the solicitation)
7.7 Costs
The solicitation does not oblige ASI to pay for any costs, of any kind whatsoever, which may be incurred by a prospective contractor/vendor or third parties, in connection with the Response.
7.8 Intellectual Property
Prospective vendors may not use any intellectual property of ASI including, but not limited to, all logos, trademarks, or trade names of ASI, at any time without the prior written approval of ASI.
7.9 Prospective Contractors’ Responses
All accepted Responses shall become the property of ASI and will not be returned.
7.10 Partial Awarding
ASI reserves the right to accept all or part of the Response when awarding a contract.
7.11 No Liability
ASI reserves the right to accept or reject any Response or to stop the procurement process at any time, without assigning any reason or liability. ASI shall not be liable to any prospective contractor, person, or entity for any losses, expenses, costs, claims, or damages of any kind.
Similar jobs
McKinsey & Company
Karachi, Pakistan
2 days ago
Oaktree Capital Management
Hyderabad, Pakistan
2 days ago
EY
Karachi, Pakistan
2 days ago
Closet Stores Pvt. Ltd. (Rental Botique)
Lahore, Pakistan
2 days ago
TekRevol
Karachi, Pakistan
2 days ago
Closet Stores Pvt. Ltd. (Rental Botique)
Karachi, Pakistan
11 days ago
R.A.& Co.
Karachi, Pakistan
11 days ago
© 2025 Qureos. All rights reserved.