introduction and background: - prime minister's office...

62
Letter of Invitation: Subject: Third Party Validation of Recruitment and Selection Process in Selected Ministries and Departments, Government of Pakistan Dear Sir/Madam: The Prime Minister’s Office, Government of Pakistan, Islamabad is seeking Proposals from qualified and experienced consultants to carry out audit of the recruitment process that has been followed in pre-selected ministries and departments as given in the ToRs. Government of Pakistan follows a clearly laid out recruitment policy for federal government that claims strict adherence to merit in the process of filling all vacancies at ministries, divisions, attached departments, subordinate offices, autonomous and semi-autonomous bodies, corporations, companies and authorities. Complete Request for Proposal (RFP) Package including Terms of Reference (ToRs) for hiring of consultancy services, evaluation criteria and draft contract can be downloaded from www.pmo.gov.pk and is also available on PPRA website www.ppra.org.pk . The selection process will be strictly in accordance with PPRA rules SRO 1077(I)/2010 dated 26 th November 2010 available at www.ppra.org.pk/doc/srvreg.pdf Interested firms (national/international) are requested to send their proposals to the undersigned in two separate sealed envelops clearly mentioned as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” both enclosed on one envelope marked as “The Proposal”. The proposal must reach the office on the address given below within 15 days (Max by 1300 hrs on the last day) from the date of publication of the advertisement in a newspaper or on the website, whichever is later. The bids “Technical Only” will be opened at 1400 hours on the same day in the presence of bidders or their representatives. “Financial Bids” will only be opened for those firms who will technically qualify for the assignment. All others will be

Upload: buinhu

Post on 12-Apr-2018

219 views

Category:

Documents


1 download

TRANSCRIPT

Letter of Invitation:

Subject: Third Party Validation of Recruitment and Selection Process in Selected Ministries and Departments, Government of Pakistan

Dear Sir/Madam:

The Prime Minister’s Office, Government of Pakistan, Islamabad is seeking Proposals from qualified and experienced consultants to carry out audit of the recruitment process that has been followed in pre-selected ministries and departments as given in the ToRs. Government of Pakistan follows a clearly laid out recruitment policy for federal government that claims strict adherence to merit in the process of filling all vacancies at ministries, divisions, attached departments, subordinate offices, autonomous and semi-autonomous bodies, corporations, companies and authorities.

Complete Request for Proposal (RFP) Package including Terms of Reference (ToRs) for hiring of consultancy services, evaluation criteria and draft contract can be downloaded from www.pmo.gov.pk and is also available on PPRA website www.ppra.org.pk. The selection process will be strictly in accordance with PPRA rules SRO 1077(I)/2010 dated 26th November 2010 available at www.ppra.org.pk/doc/srvreg.pdf

Interested firms (national/international) are requested to send their proposals to the undersigned in two separate sealed envelops clearly mentioned as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” both enclosed on one envelope marked as “The Proposal”. The proposal must reach the office on the address given below within 15 days (Max by 1300 hrs on the last day) from the date of publication of the advertisement in a newspaper or on the website, whichever is later. The bids “Technical Only” will be opened at 1400 hours on the same day in the presence of bidders or their representatives. “Financial Bids” will only be opened for those firms who will technically qualify for the assignment. All others will be returns unopened.

A firm will be selected under Quality and Cost based selection method, procedures described in this RFP and in accordance with the Public Procurement Rules.

Joint Secretary (PMDU)Room 431 – C, Prime Minister’s OfficeConstitution AvenueIslamabad.

Terms of Reference

Third Party Validation of Recruitment and Selection Process in Selected Ministries and Departments, Government of

Pakistan

Government of Pakistan

Prime Minister’s Office

Constitution Avenue, Islamabad.

Table of Contents

Introduction and Background:.................................................................................................. 4

Objectives of the Assignment:.................................................................................................... 4Sub-Objectives:.......................................................................................................................................... 4

Scope of Work................................................................................................................................. 5

Methodology.................................................................................................................................... 5

Time Duration and Deliverables..............................................................................................5Inception Report....................................................................................................................................... 5Draft report................................................................................................................................................. 5Final Report................................................................................................................................................ 6

Duration of Assignment............................................................................................................... 6

Institutional Arrangements........................................................................................................ 6

Experience and Expertise Required........................................................................................ 6

Selection Process........................................................................................................................... 6

Bid Security/Performance Guarantee....................................................................................6

Annexure A...................................................................................................................................... 6List of Ministries and Departments with Number of Recruitments.........................................6

Annexure B...................................................................................................................................... 8Standard Forms for Technical Proposal Submission....................................................................8

Annexure C.................................................................................................................................... 19Forms for Financial Proposal Submission.....................................................................................19

Introduction and Background:

The Prime Minister’s Office, Government of Pakistan, Islamabad is inviting Proposals from qualified and experienced consultants to carry out an audit of the recruitment process that has been followed in pre-selected ministries and departments as given in the ToRs.

Government of Pakistan follows a clearly laid out recruitment policy for federal government that claims strict adherence to merit in the process of filling all vacancies at ministries, divisions, attached departments, subordinate offices, autonomous and semi-autonomous bodies, corporations, companies and authorities.

The Honorable Prime Minister through its office is now pleased to seek proposals from consulting firms and organizations to undertake a critical and meticulous audit of the selection process that has been carried out by ministries and their departments and advise if the spirit of merit and transparency had been strictly adhered to.

Objectives of the Assignment:

The major objective of this assignment is to independently review and validate the process of recruitment and selection of employees in all categories hired by the Government of Pakistan at selected (Annexure A) ministries, divisions, attached departments, subordinate offices, autonomous and semi-autonomous bodies, corporations, companies and authorities.

Sub-Objectives:The sub-objectives would include the following.

A. To establish whether the employer (ministry or department) was actually in need of the employee (s) (Job Design)

B. To establish if all processes of recruitment were followed in accordance with GoP Regulations and PPRA Rules

C. To ascertain if shortlisting was carried out in accordance with the qualification criteria

D. To evaluate that the tests (if any) carried out for shortlisting were relevant and robust.

E. To determine if any of those NOT shortlisted were of comparable qualification and expertise to those shortlisted and interviewed.

F. To verify if timelines of the process were adhered toG. To corroborate if the interviews were carried out by a qualified interview

committee and that the committee established and followed a judicious, transparent and structured process

H. To assess whether Quota requirements (if any) have been adhered toAny other objective which the committee to oversee this project may deem necessary.

Scope of Work The following points cover overall scope of work during the assignment.

1. Inception meeting with the PMO and PMDU to agree on the overall objectives and scope of work and clarification on the coordination and logistic arrangements etc.

2. Attending meetings with PMO and PMDU as and when required to present findings of the draft report and submission of the revised report.

3. Review of documents provided by relevant ministries/departments including but not limited to: Requisitions to and approval of positions from the Establishment Division, Advertisements, Shortlisting Criteria, Tests, Constitution of Interview Committee, Results, CV’s of qualified but not shortlisted candidates and CV’s of selected candidates.

4. Develop data/information collection tools keeping in mind all relevant stakeholders.5. Submission of work plan highlighting visit schedules to ministries and departments

for better coordination and facilitation. 6. Conduct physical visits to selected ministries and departments where employees

have been hired. 7. Provide any other evidence such as snaps, tabular information, notifications, and

official documents collected in relation to the audit as a means of verification. 8. Summarize all findings, recommendations and way forward and conclusion etc. in

the form of a report as per reporting format agreed with PMO/PMDU. 9. Submission of soft and 5 hard copies of final report.

Methodology The consultant will be required to develop robust methodology covering qualitative and quantitative methods pre agreed with the team (in the inception report).

Time Duration and DeliverablesThe following deliverables will be expected:

Inception Report The report should describe all activities to be carried out during the course of audit and highlight work plan with timelines to be followed including stating the methodology to be used in the collection of data. It should outline the tools and methodology for conducting the evaluation. This may include, but not limited to, information for developing questionnaires, structured formats, etc. to collect necessary information etc.

The report should be submitted within 1 week of contract signing.

Draft report This report should contain necessarily the contents including executive summary, background, evaluation methodology, findings, recommendations and conclusion backed by empirical evidence essentially required. PMO/PMDU will provide further guidance on the format of the report. On this report, PMO/PMDU will provide feedback and the consultant will incorporate it accordingly before finalization of the Report.

The report should be submitted within 10 weeks of contract signing.

Final Report This is the final submission which should ensure compliance on the comments of PMO/PMDU.

The report should be submitted within 1 week after final comments have been provided to the consultant.

Duration of Assignment The assignment is expected to be complete in 12 weeks. However, the client is flexible on time frame.

Institutional Arrangements The consulting firm will work under the direct supervision of the PMO/PMDU and will report to Awais e Siraj, Team Leader, Prime Minister’s Delivery Unit. The consulting firm will be responsible for all the arrangements regarding visit to ministries and departments. However, PMO/PMDU will facilitate contacts with ministries and departments by getting a focal person appointed in each ministry/department and a direct facilitation as well where required.

Experience and Expertise Required The consulting firm should have at least 10 years of experience in conducting such audits with a team of senior and support consultants duly qualified and experience to carry out such work. Firms with demonstrated capacity and experience to Audit large size public sector organizations will be at an advantage.

Selection ProcessThe consulting firm will be selected by the selection committee comprising of at least three relevant competent person in accordance with the PPRA Rules and the criteria as given in the “Evaluation Criteria” document.

Bid Security/Performance GuaranteeAll bidders are required to submit a bid security/performance guarantee equivalent 2% of the total bid submitted by them. The PO/DD may please be made in favor or DDO Prime Minister’s Office.

Annexure A

List of Ministries and Departments with Number of RecruitmentsThe number of employees hired against each position will vary. The firm will only audit the position.

Annexure B

Standard Forms for Technical Proposal SubmissionF ORM 1 T ECHNICAL P ROPOSAL S UBMISSION F ORM

[Location, Date]

To: JS PMDUPrime Minister’s Office, Islamabad.Dear Sir,

We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope.

We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification.

Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations.

We undertake, if our Proposal is accepted, to initiate the consulting services related to the assignment not later than the date indicated in the contract.

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

Yours sincerely,Authorized Signature [In full and initials]:Name and Title of Signatory:Name of Firm:Address:

FORM 2 CONSULTANT’S ORGANIZATION AND EXPERIENCE

2 A - Consultant’s Organization[Provide here a brief (two pages) description of the background and organization of your firm/entity and each associate for this assignment.]

2 B - Consultant’s Experience[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment.]

Assignment name: Approx. value of the contract (in Pak Rs, US$ or Euro):

Country: Duration of assignment (months):Location within country:

Name of Client:Total number of staff-months of the assignment:

Address: Approx. value of the services provided by your firm under the contract (in current US$ or Euro):

Start date (month/year):Completion date (month/year):

Number of professional staff-months provided by associated Consultants:

Name of associated Consultants, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/ Coordinator, Team Leader):

Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Firm’s Name:

FORM 3 COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE AND ON COUNTERPART STAFF AND FACILITIES TO BE

PROVIDED

BY THE CLIENT

3 A - On the Terms of Reference[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

3 B - On Counterpart Staff and Facilities

[Comment here on counterpart staff and facilities to be provided by the Client including: administrative support, office space, local transportation, equipment, data, etc.]

FORM 4DESCRIPTION OF APPROACH, METHODOLOGY AND WORK

PLAN FOR PERFORMING THE ASSIGNMENT

a) Technical Approach and Methodology,b) Work Plan, andc) Organization and Staffing,

a) Technical Approach and Methodology. In this section you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan. In this section you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here.

c) Organization and Staffing. In this section you should propose the structure and composition of your team. You should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff.]

FORM 5 TEAM COMPOSITION AND TASK ASSIGNMENTS

Professional Staff

Name of Staff Firm Area of Expertise Position Assigned Task Assigned

FORM 6 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

1. Proposed Position [only one candidate shall be nominated for each position]:

2. Name of Firm [Insert name of firm proposing the staff]:

3. Name of Staff [Insert full name]:

4. Date of Birth: Nationality:

5. Education [Indicate college/university and other specialized education of staff member,

giving names of institutions, degrees obtained, and dates of obtainment]:

6. Membership of Professional Associations:

7. Other Training [Indicate significant training since degrees under 5 - Education were obtained]:

8. Countries of Work Experience: [List countries where staff has worked in the last ten years]:

9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, andwriting]:

10. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held.]:

From [Year]: To [Year]:

Employer:

Positions held:

11. Detailed Tasks Assigned

12. Work Undertaken that Best Illustrates Capability to

Handle the Tasks Assigned[List all tasks to be performed [Among the assignments in which the staff has been involved,

under this assignment]indicate the following information for those assignments that bestillustrate staff capability to handle the tasks listed under point 11.]Name of assignment or project:

Year:

Location:

Client:Main project features:

Positions held:

Activities performed:

13. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:[Signature of staff member or authorized representative of the staff]

Day/Month/Year

Full name of authorized representative:

FORM 7 WORK SCHEDULE

N° Activity

Weeks1 2 3 4 5 6 7 8 9 10 11 12

12345n

1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports), and other benchmarks such as Client approvals. For phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in the form of a bar chart.

Page 35 of 79

Annexure CForms for Financial Proposal Submission

Financial Proposal - Standard Forms

[Comments in brackets [ ] provide guidance to the short listed Consultants for the preparation of their Financial Proposals; they should not appear on the Financial Proposals to be submitted.]

Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal.

FORM 1 FINANCIAL PROPOSAL SUBMISSION FORM

[Location, Date]

To: JS PMDUPrime Minister’s OfficeIslamabad, Pakistan.

Dear Sir,

We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert

amount(s) in words and figures1]. This amount is inclusive of all the local taxes.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.

Commissions and gratuities paid or to be paid by us to agents relating to this

Proposal and Contract execution, if we are awarded the Contract, are listed below2:

Name and Address Amount and Purpose of Commissionof Agents Currency or Gratuity

We understand you are not bound to accept any Proposal you receive.We remain,Yours sincerely,

Authorized Signature [In full and initials]:Name and Title of Signatory:Name of Firm:Address:

1 Amounts must coincide with the ones indicated under Total Cost of Financial proposal in Form 2.

2 If applicable, replace this paragraph with: “No commissions or gratuities have been or are to paid by us to agents relating to this Proposal and Contract execution.”

FORM 2 SUMMARY OF COSTS

Item

Costs

[Indicate Foreign [Indicate Foreign [Indicate Foreign [Indicate

Currency # 1]1 Currency # 2]1 Currency # 3]1 Local Currency]Total Costs of Financial

Proposal 2

1 Indicate between brackets the name of the foreign currency. Maximum of three currencies; use as many columns as needed, and delete the others.

2 Indicate the total costs to be paid by the Client in each currency. Such total costs must coincide with the sum of the relevant Subtotals indicated in all Forms 3 provided with the Proposal. (If Applicable)

3 All payments will be made to the selected company in Pakistani Rupee only.

FORM 3 BREAKDOWN OF COSTS BY ACTIVITY1

Group of Activities (Phase):2 Description:3

Costs

Cost component[Indicate Foreign

Currency # 1]4

[Indicate Foreign

Currency # 2]4

[Indicate Foreign

Currency # 3]4

[IndicateLocal Currency]

Remuneration5

Reimbursable Expenses 5

Subtotals

1 Form 3 shall be filled for the whole assignment. 2 Short description of the activities whose cost breakdown is provided in this Form.3 Indicate between brackets the name of the foreign currency. Use the same columns and

currencies of Form 2.4 For each currency, Remuneration and Reimbursable Expenses must respectively

coincide with relevant Total Costs indicated in Forms 4.5 PMO will NOT reimburse any direct or out of pocket expenses of any kind.

FORM 4 BREAKDOWN OF REMUNERATION1

(This Form 4 shall only be used when the Lump-Sum Form of Contract has been included in the RFP. Information to be provided in this Form shall only be used to establish payments to the Consultant for possible additional services requested by the Client)

Name2 Position3 Staff-month Rate4

Foreign Staff[Home][Field]

Local Staff[Home][Field]

1 Form 4 shall be filled in for the same Professional and Support Staff listed in Form 7.2 Professional Staff should be indicated individually; Support Staff should be indicated per

category (e.g. draftsmen, clerical staff).3 Positions of the Professional Staff shall coincide with the ones indicated in Technical Form 5.

Instructions for Consultants

Third Party Validation of Recruitment and Selection Process in Selected Ministries and Departments, Government of Pakistan

The interested firm should attach the following documents with their proposal to meet the minimum qualification criteria:

Registration of firm/consortium with relevant professional body Documentary proof of being a valid legal entity i.e. Registration with Securities and

Exchange Commission of Pakistan or Registrar of Firms Proof of Income Tax/Sales Tax as applicable Audited Statement of Account for last three years Undertaking that the firm has not been blacklisted or debarred by any government

organization. Also that the firm does not have any known conflict of interest. A capacity statement on available expertise and resources relevant to the

assignment List of key permanent and other professional staff, with detailed CV’s of core team

relevant to the assignment, showing qualification and experience as well as details of projects on which they have worked, their role in the project and duration of their engagement with the project.

The firms aggregate experience in Human Resource Audit (Selection and Recruitment) in public and private sector, national and international (if any).

Details of major works/projects completed in public/private sector worth at least Rs.1.00 million or more during the last five years. The list must include a brief description of the project relevant to the assignment. Project Completion Certificate and Client Satisfaction Certificate should also be attached.

The Terms of Reference (ToRs) for consultancy services can be downloaded from www.pmo.gov.pk and are also available on PPRA website www.ppra.org.pk . The selection process will be strictly in accordance with PPRA rules SRO 1077(I)/2010 dated 26 th

November 2010 available at www. ppra .org.pk/doc/srvreg.pdf

Acceptance or Rejection of Proposals:

The Competent Authority may reject any proposal at any time prior to the acceptance of a proposal, as provided under Rule – 33 of Public Procurement Rules – 2004.

General Instructions to Consultants

Introduction

Prime Minister’s Office (PMO) is the Office of the Honorable Prime Minister of Pakistan. It’s administrative is head is the Secretary to the Prime Minister (SPM).

1. PMO will select a consulting firm/organization (the Consultant) in accordance with the Quality and Cost Based Selection method (QCBS) as per PPRA rules.

2. The Consultants are invited to submit a Technical Proposal and a Financial Proposal, as

specified in the Data Sheet and ToRs, for consulting services required for the assignment named in the Data Sheet. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract with the selected Consultant.

3. Consultants should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Consultants are encouraged to visit the PMO/PMDU (Designated for this assignment) before submitting a proposal to obtain any information in this regard.

4. The Client will timely provide at no cost to the Consultants the inputs and facilities specified in the Data Sheet, assist the firm and provide all support and access to information needed to carry out the services.

5. Consultants shall bear all costs associated with the preparation and submission of their proposals and contract negotiation. PMO is not bound to accept any proposal, and also reserves the right to annul the selection process at any time prior to Contract award, without thereby incurring any liability to the Consultants.

6. Conflict of Interest:6.1. Consultants will provide professional, objective, and impartial advice and at all

times hold PMO’s interests paramount, strictly avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work.

6.2. Without limitation on the generality of the foregoing, Consultants, and any of their affiliates, shall be considered to have a conflict of interest and shall not be recruited, under any the circumstances set forth below:

6.3. Conflicting activities6.3.1. A firm that has been engaged by PMO to provide goods, works or services

other than consulting services for a project, and any of its affiliates, shall be disqualified from providing consulting services related to those goods, works or services. Conversely, a firm hired to provide consulting services for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or services other than consulting services resulting from or directly related to the firm’s consulting services for such preparation or implementation.

6.4. Conflicting assignments: A Consultant (including its Personnel and Sub-Consultants) or any of its affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of the Consultant to be executed for the same or for another Client.

6.5. Conflicting relationships:6.5.1. A Consultant (including its Personnel and Sub-Consultants) that has a

business or family relationship with a member of PMO’s staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the assignment, (ii) the selection process for such assignment, or (iii) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the PMO throughout the selection process and the execution of the Contract.

6.5.2. Consultants have an obligation to disclose any situation of actual or potential

conflict that impacts their capacity to serve the best interest of PMO, or that may reasonably be perceived as having this effect. Failure to disclose said situations may lead to disqualification of the Consultant or the termination of its Contract.

6.5.3. No agency or serving/contract employees of PMO or PMDU shall work as Consultants under their own ministries, departments or agencies. Recruiting former government employees of the PMO/PMDU to work for their former ministries, departments or agencies is acceptable provided no conflict of interest exists. When the Consultant nominates any Department employee as Personnel in their technical proposal, such Personnel must have written certification from their government or employer confirming that they are on leave without pay from their official positions and allowed to work fulltime outside of their previous official position. Such certification shall be provided to PMO by the Consultant as part of his technical proposal.

6.6. Unfair Advantage: If a shortlisted Consultant could derive a competitive advantage from having provided consulting services related to the assignment in question, PMO shall make available to all Consultants together with this RFP all information that would in that respect give such Consultant other any competitive advantage over competing Consultants.

6.7. Fraud and Corruption: The Consultants competing for this consultancy will adhere to the highest ethical standards, both during the selection process and throughout the execution of a contract. In pursuance of this policy, the PMO defines, for the purpose of this paragraph, the terms and conditions set forth below as follows:

6.7.1. “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the selection process or in contract execution;

6.7.2. “fraudulent practice” means a misrepresentation or omission of facts in order to influence a selection process or the execution of a contract;

6.7.3. “collusive practices” means a scheme or arrangement between two or more consultants with or without the knowledge of PMO, designed to establish prices at artificial, noncompetitive levels;

6.7.4. “Coercive practices” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract.

6.7.5. PMO will reject a proposal for award if it determines that the Consultant recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices, in competing for the contract in question;

6.7.6. PMO will cancel the contract if it determines at any time that representatives of the client or the consultant are engaged in corrupt, fraudulent, collusive or coercive practices during the selection process or the execution of the contract; and will sanction a Consultant including declaring the Consultant ineligible, either indefinitely or for a stated period of time, if at any time determines that the Consultant has, directly of through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing a contract.

6.7.7. Consultants shall be aware of the provisions on fraud and corruption stated

in the specific clauses in the General Conditions of Contract.6.7.8. Consultants shall furnish information on commissions and gratuities, if any,

paid or to be paid to agents relating to this proposal and during execution of the assignment if the Consultant is awarded the Contract, as requested in the Financial Proposal submission form.

7. Origin of Goods and Consulting Services: Goods supplied and Consulting Services provided under the Contract may originate from any country except if:7.1. as a matter of law or official regulation, the Government of Pakistan prohibits

commercial relations with that country; or7.2. by an act of compliance with a decision of United Nations Security Council taken

under Chapter VII of the Charter of the United Nations prohibits any imports of goods from that country or any payments to persons or entities in that country.

8. Only one Proposal: Consultants may only submit one proposal. If a Consultant submits or participates in more than one proposal, such proposals shall be disqualified. However, this does not limit the participation of the same Sub-Consultant, including individual experts, to submission of more than one proposal.

9. Proposal Validity: The Data Sheet indicates how long Consultants’ Proposals must remain valid after the submission date. During this period, Consultants shall maintain the availability of Professional staff nominated in the Proposal. PMO will make its best effort to complete negotiations within this period. Should the need arise; however, PMO may request Consultants to extend the validity period of their proposals. Consultants who agree to such extension shall confirm that they maintain the availability of the Professional staff nominated in the Proposal, or in their confirmation of extension of validity of the Proposal, Consultants could submit new staff in replacement, which would be considered in the final evaluation for contract award. Consultants, who do not agree, have the right to refuse to extend the validity of their Proposals.

10. Eligibility of Sub-Consultants: In case a Consultant intends to associate with Consultants and/or individual expert(s), such other Consultants and/or individual expert(s) shall be subject to the eligibility criteria.

11. Clarification and Amendment of RFP Documents: Consultants may request a clarification of any of the RFP documents up to the number of days indicated in the Data Sheet before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to PMO’s address indicated in the Data Sheet. Any request for clarification must be sent in writing, or by standard electronic means to PMO’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means and will send electronic copy of the response (including an explanation of the query but without identifying the source of inquiry) to all Consultants who registered for the pre-bid conference. 11.1. At any time before submission of Proposals, PMO may amend the RFP by

issuing an addendum in writing or by standard electronic means. The addendum shall be sent to all Consultants and will be binding on them. Consultants shall acknowledge receipt of all amendments. To give Consultants reasonable time in which to take an amendment into account in their Proposals PMO may, if the amendment is substantial, extend the deadline for the submission of Proposals.

12. Preparation of Proposals:12.1. The Proposal, as well as all related correspondence exchanged by the

Consultants and PMO shall be written in the language (s) specified in the Data Sheet.

12.2. In preparing their Proposal, Consultants are expected to examine, in detail, the documents comprising the RFP. Material deficiencies in providing the information requested, may result in rejection of a Proposal.

12.3. While preparing the Technical Proposal, Consultants must give particular attention to the following:

12.3.1. If a Consultant considers that it may enhance its expertise for the assignment by associating with other Consultants in a joint venture or sub-consultancy, it may associate with any one if so indicated in the Data Sheet. A Consultant must first obtain the approval of PMO if it wishes to enter into a joint venture. In case of a joint venture, all partners shall be jointly and severally liable and shall indicate who will act as the leader of the joint venture.

12.3.2. The estimated number of Professional staff-months or the budget for executing the assignment shall be shown in the Data Sheet, but not both. However, the Proposal shall be based on the number of Professional staff-months or budget estimated by the Consultants.

12.3.3. Alternative professional staff shall not be proposed, and only one curriculum vitae (CV) may be submitted for each position.

12.3.4. Language: Documents to be issued by the Consultants as part of this assignment must be in the language(s) specified in the Data Sheet. If it indicates two languages, the language in which the proposal of the successful Consultant will be submitted shall govern for the purpose of interpretation. It is desirable that the firm’s Personnel have a working knowledge of PMO’s national language.

13. Technical Proposal Format and Content:13.1. Depending on the nature of the assignment, Consultants are required to

submit a Full Technical Proposal (FTP). The Data Sheet indicates the format of the Technical Proposal to be submitted. Submission of the wrong type of Technical Proposal will result in the Proposal being deemed non-responsive. The Technical Proposal shall provide the information using the attached Standard Forms

13.2. A brief description of the Consultants’ organization and an outline of recent experience of the Consultants and, in the case of joint venture, for each partner, on assignments of a similar nature is required. For each assignment, the outline should indicate the names of Sub-Consultants/Professional staff who participated, duration of the assignment, contract amount, and Consultant’s involvement.

13.3. Information should be provided only for those assignments for which the Consultant was legally contracted by PMO as a corporation or as one of the major firms within a joint venture. Assignments completed by individual Professional staff working privately or through other consulting firms cannot be claimed as the experience of the Consultant, or that of the Consultant’s associates, but can be claimed by the Professional staff themselves in their CVs. Consultants should be prepared to substantiate the claimed experience if so requested by PMO.

13.4. A description of the approach, methodology and work plan for performing the assignment covering the following subjects: technical approach and methodology, work plan, and organization and staffing schedule.

13.5. The list of the proposed Professional staff team by area of expertise, the position that would be assigned to each staff team member, and their tasks.

13.6. Estimates of the staff input (staff-months of foreign and local professionals) needed to carry out the assignment

13.6.1. The staff-months input should be indicated separately for home office and field activities, and for foreign and local Professional staff.

13.6.2. CVs of the Professional staff signed by the staff themselves or by the authorized representative of the Professional Staff.

13.6.3. A detailed description of the proposed methodology and staffing for training, if the Data Sheet specifies training as a specific component of the assignment.

13.7. The Technical Proposal shall not include any financial information. A Technical Proposal containing financial information may be declared non responsive.

14. Financial Proposals14.1. The Financial Proposal shall be prepared using the attached Standard Forms.

It shall list all costs associated with the assignment, including (a) remuneration for staff (foreign and local, in the field and at the Consultants’ home office). Evaluation, however, will be based on lump sump cost of the assignment. The Client will not reimburse any direct or indirect cost.

14.2. Reimbursable expenses indicated in the Data Sheet. If appropriate, these costs should be broken down by activity and, if appropriate, into foreign and local expenditures. All activities and items described in the Technical Proposal must be priced separately; activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items.

15. Taxes15.1. The Consultant may be subject to local taxes (such as: value added or sales

tax, social charges or income taxes on non resident Foreign Personnel, duties, fees, levies) on amounts payable by PMO under the Contract. Any such taxes (amounts) shall be accordingly included in the Financial Proposal and applicable amounts will be included in the Contract.

15.2. Consultants may express the price of their services in a maximum of two freely convertible currencies, singly or in combination. The Client may require Consultants to state the portion of their price representing local cost in the national currency if so indicated in the Data Sheet.

15.3. Commissions and gratuities, if any, paid or to be paid by Consultants and related to the assignment will be listed in the Financial Proposal Form.

16. Submission, Receipt, and Opening of Proposals16.1. The original proposal (Technical Proposal and Financial Proposal) shall

contain no interlineations or overwriting, except as necessary to correct errors made by the Consultants themselves. The person who signed the proposal must initial such corrections.

16.2. An authorized representative of the Consultants shall initial all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked“ORIGINAL”.

16.3. The Technical Proposal shall be marked “ORIGINAL” or “COPY” as appropriate. The Technical Proposals shall be sent to the addresses as given and in the number of copies indicated in the Data Sheet. All required copies of the Technical Proposal are to be made from the original. If there are discrepancies between the original and the copies of the Technical Proposal, the original one will governs.

16.4. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL”. Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly marked “FINANCIAL

PROPOSAL” and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address, reference number and be clearly marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE

OFFICIAL APPOINTED, BEFORE [insert the time and date of the submission deadline indicated in the Data Sheet]”. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for Proposal rejection. If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive.

16.5. The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by PMO not later than the time and the date indicated in the Data Sheet, or any extension to this date. Any proposal received by PMO after the deadline for submission shall be returned unopened.

16.6. PMO will open the Technical Proposal immediately after the deadline for their submission. The envelopes with the Financial Proposal shall remain sealed and securely stored.

17. Proposal Evaluation17.1. From the time the Proposals are opened to the time the Contract is awarded,

the Consultants should not contact PMO on any matter related to its Technical and/or Financial Proposal. Any effort by Consultants to influence PMO in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Consultant’s Proposal. Evaluators of Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded and notified.

17.2. Evaluation of Technical Proposals17.2.1. The evaluation committee shall evaluate the Technical Proposals (TP) on the

basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub-criteria, and point system specified in the Data Sheet. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not address/ respond to important aspects of the RFP, and particularly the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Data Sheet.

18. Public Opening and Evaluation of Financial Proposals18.1. After the technical evaluation is completed, PMO will inform the Consultants

who have submitted proposals and technical scores obtained by their Technical Proposals, and shall notify those Consultants whose Proposals did not meet the minimum qualifying marks or were considered non responsive to the RFP and TOR,

that their Financial Proposals will be returned unopened after completing the selection process. PMO will simultaneously notify in writing Consultants that have secured the minimum qualifying marks, the date, time and location for opening the Financial Proposals. The opening date should allow Consultants sufficient time to make arrangements for attending the opening. Consultants’ attendance at the opening of Financial Proposals is optional.

18.2. Financial Proposals shall be opened publicly in the presence of the Consultant’s representatives who choose to attend. The name of the Consultants and the technical scores of the Consultants shall be read aloud. The Financial Proposal of the Consultants who met the minimum qualifying marks will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall be then opened, and the total prices read aloud and recorded.

18.3. The Evaluation Committee will correct any computational errors. When correcting computational errors, in case of discrepancy between a partial amount and the total amount, or between words and figures, the former will prevail. In addition to the above corrections, activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. In case, an activity or line item is quantified in the Financial Proposal differently from the Technical Proposal:

18.3.1. If the Lump-Sum form of contract has been included in the RFP, no corrections are applied to the Financial Proposal in this respect. Prices shall be converted into a single currency using the selling rates of exchange, source and date indicated in the Data Sheet.

18.3.2. The lowest evaluated Financial Proposal (FP) will be given the maximum financial score (FS) of 100 points. The financial scores (FS) of the other Financial Proposals will be computed as indicated in the Data Sheet. Proposals will be ranked according to their combined technical (TP) and financial (FS) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Proposal; Hence the Score S = TP x T% + FS x P%. The firm achieving the highest combined technical and financial score will be invited for negotiations.

19. Negotiations: 19.1. The Committee of the client may negotiate with the highest ranked bidder

regarding methodology, work plan, staffing and special conditions of the contract. The Committee shall not permit substitution of key staff, unless both parties agree that undue delay in selection process makes such substitution unavoidable. In case of failure of negotiations with the highest bidder, the committee may invite the next ranked bidder for such negotiations and discussion. Negotiations are to be carried out by the committee and its minutes shall be recorded. Negotiations by a single member committee shall never be allowed: Provided that negotiations shall not seek changes in the rates quoted bidder in accordance restrictions imposed on financial negotiations under Rule 40 of Public Procurement Rules, 2004.

19.2. Negotiations will be held at the date, time and venue indicated in the Data Sheet. The invited Consultant will, as a pre-requisite for attendance at the negotiations, confirm availability of all Professional staff. Failure in satisfying such

requirements may result in PMO proceeding to negotiate with the next-ranked Consultant. Representatives conducting negotiations on behalf of the Consultant must have written authority to negotiate and conclude a Contract.

20. Technical negotiations: Negotiations will include a discussion of the Technical Proposal, the proposed technical approach, methodology, work plan, organization, staffing, and any suggestions made by the Consultant to improve the Terms of Reference. PMO and the Consultants will finalize the Terms of Reference, staffing schedule, work schedule, logistics, and reporting. These documents will then be incorporated in the Contract as “Description of Services”. Special attention will be paid to clearly defining the inputs and facilities required from PMO to ensure satisfactory implementation of the assignment. PMO shall prepare minutes of negotiations, which will be signed by PMO and the Consultant.

21. Financial negotiations: If applicable, it is the responsibility of the Consultant, before starting financial negotiations, to contact the local tax authorities to determine the local tax amount to be paid by the Consultant under the Contract. The financial negotiations will include a clarification (if any) of the firm’s tax liability in the Client’s country, and the manner in which it will be reflected in the Contract; and will reflect the agreed technical modifications in the cost of the services.

22. Availability of Professional staff/experts: Having selected the Consultant on the basis of, among other things, an evaluation of proposed Professional staff, PMO expects to negotiate a Contract on the basis of the Professional staff named in the Proposal. Before contract negotiations, PMO will require assurances that the Professional staff will be actually available. PMO will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity. If this is not the case and if it is established that Professional staff were offered in the proposal without confirming their availability, the Consultant may be disqualified. Any proposed substitute shall have equivalent or better qualifications and experience than the original candidate and be submitted by the Consultant within the period of time specified in the letter of invitation to negotiate.

23. Conclusion of the negotiations: Negotiations will conclude to review of the draft Contract. To complete negotiations PMO and the Consultant will initial the agreed Contract. If negotiations fail, PMO will invite the Consultant whose Proposal received the second highest score to negotiate a Contract.

24. Award of Contract24.1. After completing negotiations PMO will award the Contract to the selected

Consultant and promptly notify all Consultants who have submitted proposals. After signing of the contract, PMO shall return the unopened Financial Proposals to the unsuccessful Consultants.

24.2. The Consultant is expected to commence the assignment on the date and at the location specified in the Data Sheet.

25. Confidentiality: Information relating to evaluation of Proposals and recommendations concerning awards shall not be disclosed to the Consultants who submitted the Proposals or to other persons not officially concerned with the process, until the publication of the award of Contract. The undue use by any Consultant of confidential information related to the process may result in the rejection of its Proposal

Instructions to Consultants

DATA SHEET

Name of the Client: Prime Minister’s Delivery Unit, Prime Minister’s Office, Government of Pakistan

Method of selection: Quality and Cost Based Selection (Single Stage Two Envelope Process) The bidders will submit “Technical Proposal” and “Financial Proposal” in two separate sealed envelopes within one envelope clearly marked as “The Proposal”. Technical Proposals will be opened first and evaluated. Financial Proposals of only the Technically Qualified firms will be opened. Other Financial Proposals will be returned unopened.

Financial Proposal to be submitted together with Technical Proposal: Yes √

Name of the assignment is: Third Party Validation of Recruitment and Selection Process in Government of Pakistan Across All Employee Categories in Selected Ministries and Departments

A pre-proposal conference will be held: Yes √

The Pre-proposal Conference will be held on 7th working day after the advertisement in the newspaper. Participation in Pre-Proposal Conference will only be prior registration (at least 24 hours in advance) and security clearance at the Prime Minister’s Office, Constitution Avenue, Islamabad. Consultants may request a clarification of any of the RFP documents up to the 2 days before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to PMO’s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means and will send electronic copy of the response (including an explanation of the query but without identifying the source of inquiry) to all Consultants who registered for the pre-bid conference.

The Client’s representative is:

Awais e Siraj

Team Leader, Prime Minister’s Delivery Unit

Address: Room 434 – A, Prime Minister’s Office,

Islamabad, Pakistan

Telephone:0092-51-9008512 Facsimile: 0092-51-9203243 Cell: 0092 333 4264786

Email: [email protected]

The Client will provide inputs and facilities: No

The Client envisages the need for continuity for downstream work: No

Proposal Validity: Proposals must remain valid for 90 (ninety) days after the submission date.

Clarifications: may be requested not later than 7 (seven) days before the submission date.

The address for requesting clarifications is:

Awais e Siraj

Team Leader PMDU

Room 434 – A, Prime Ministers Office, Constitution Avenue, Islamabad.

Phone 0519008512, 0333 4264786 [email protected]

Proposals shall be submitted in the following language: English

Consultants may associate with other short listed Consultants: No √

The estimated number of professional staff required for the assignment is: 5 Senior and 10 Support Consultants.

Amounts payable by the Client to the Consultant under the contract to be subject to local taxation: Yes √ PMO will NOT reimburse the Consultant for any such taxes paid by the Consultant.

Consultant to state local cost in the national currency: Yes √

Consultant must submit the original and 5 copies of the Technical Proposal, and the original of the Financial Proposal.

The Proposal submission address is:

Mr. Humair Karim

Joint Secretary PMDU

Room 431 – C, Prime Minister’s Office, Islamabad.

Proposals must be submitted not later than 15 days from the date of advertisement.

Criteria, sub-criteria, and point system for the evaluation of Full Technical - Proposals are:

Points

1) Specific experience of the Consultants relevant to the assignment: [30]2) Adequacy of the proposed methodology and work plan in responding to the Terms of Reference: [30]

a) Technical approach and methodology [15]b) Work plan [10]c) Organization and staffing [5]

3) Key professional staff qualifications and competence for the assignment: [40]a) Team Leader [30]b) Support Consultants [10]

The number of points to be assigned to each of the above positions or disciplines shall be determined considering the following three sub criteria and relevant percentage weights:

1) General qualifications [20%]

2) Adequacy for the assignment [60%]

3) Experience in region [20%]

Total weight: 100%

Total points for the above three criteria: 100

The minimum technical score required to qualify is: 50 Points

The single currency for price conversions is: Pakistani Rupee

Currency for all transactions with PMO: Pakistani Rupee

The source of official selling rates is: Selling rate of Treasury Management Department- State Bank of Pakistan

The date of exchange rates is: Date of submission of Technical Proposal

Consultants Availability: All consultants presented or engaged during the period of consultancy will remain available in Pakistan.

Bid Security: 2% of the total Financial Proposal/bid in the shape of PO/DD in favor of DDO Prime Minister’s Office

Evaluation Criteria:

Third Party Validation of Recruitment and Selection Process in Selected Ministries and Departments, Government of Pakistan

The consulting firm will be selected in accordance with the PPRA Rules Scoring Criteria is as follows:

Parameter Marks

1 Specific experience of the Consultants relevant to the assignment: 30 Marks

2 Adequacy of the proposed methodology and work plan in responding to the Terms of Reference: [30]

c) Technical approach and methodology [15]d) Work plan [10]e) Organization and staffing [5]

30

3 Key professional staff qualifications and competence for the assignment: [40]

f) Team Leader [30]g) Support Staff [10]

40

Total 100 Marks

The number of points to be assigned to each of the above positions or disciplines shall be determined considering the following three sub criteria and relevant percentage weights:

1) General qualifications [20%]2) Adequacy for the assignment [60%]3) Experience in region [20%]

Total weight: 100%

The formula for determining the financial scores is the following:

FS = 100 x Fm / F, in which FS is the financial score, Fm is the lowest price and F the price of the proposal under consideration.

The weights given to the Technical and Financial Proposals are:

T = _______[80]F = _______[20]

Explanations:

Specific Experience of Consultants/Firm Relevant to the Assignment:

Gene

ral Q

ualifi

catio

n

Wei

ghte

d Sc

ore

(Out

of

30)

Adeq

uacy

of A

ssig

nmen

t

Wei

ghte

d Sc

ore

(Out

of

30)

Expe

rienc

e in

the

Regi

on

Wei

ghte

d Sc

ore

(Out

of

30)

Tota

l % a

ge

Tota

l Wei

ghte

d Sc

ore

(Out

of 3

0)

The firm has more than twenty years of experience in HR Audits and has carried out Recruitment Audit of similar nature in firms with more than 50,000 employees in Pakistan as well as other countries (Asia and other continents)

20% 6 60% 18 20% 6 100%

30

The firm has more than fifteen years of experience in HR Audits and has carried out Recruitment Audit of similar nature in firms with more than 25,000 employees in Pakistan as well as in South Asia

18% 5.4 50% 15 18% 5.4 86% 25.8

The firm has more than ten years of experience in HR Audits and has carried out such audits (HR Audits) of similar nature in firms with more than 10,000 employees in Pakistan.

15% 4.5 45% 13.5 0% 0 60% 18

The firm has more than ten years of experience in HR Audits and has carried out such audits (HR Audits) of similar nature in firms with more than 5,000 employees in Pakistan.

15% 4.5 40% 6 0% 0 55% 10.5

The Committee can decide on scores of the firms falling in an overlapping category of the criteria given above.

Evaluation of Adequacy of Methodology and Work Plan

The recommended grades and percentage rating for the adequacy of the proposed approach, methodology and work plan shall be evaluated as:

Grade Percentage Rating Weighted Score (Out of 30Excellent 100% 30Good 90% 27Average 70% 21Below Average 40% 12Poor 0% 0

The sub-criteria for evaluating this component of the proposal should usually include the following:

1. Technical Approach and methodology,

2. Work plan3. Organization and staffing.

Sample definitions of each grade are introduced below:

Sample definitions are examples and introduced for reference purpose only. The Committee’s decision will be final and binding.

1. Technical approach and methodology

Excellent: The consultant properly understands the current situation, draws attention to all main issues related to the assignment and raises other important issues that have not been considered in the TOR. The proposal details ways to solve all issues by using advanced and innovative approach and methodology.

Good: The consultant properly understands the current situation and the main issues related to the assignment. The approach and methodology to solve the issues are discussed in detail.

Average: The consultant understands the requirement indicated in the TOR. The approach and methodology to solve the issues are consistent. However, the approach and methodology are standard and not discussed in detail or not specifically tailored to the assignment.

Below Average: The consultant does not have a proper understanding of the TOR and the issues are not appropriately discussed. The approach and methodology do not have consistency and are inappropriately presented.

Poor: The consultant misunderstands the requirement indicated in the TOR and important aspects of the scope of consulting services. Approach and methodology do not comply with the requirement in the TOR.

(ii) Work plan

Excellent: In addition to the requirements stated below under “Good”, the proposal includes an impressive presentation of the work plan for efficient execution of the assignment. The proposed work plan is consistent with the approach and methodology.

Good: The work plan responds well to the TOR. The timing and duration of all activities are appropriate and consistent with the assignment output, and the interrelation between various activities is realistic and consistent with the proposed approach and methodology.

Average: The work plan responds to the TOR and all required activities are indicated in the activity schedule, but they are not detailed.

Below Average: Some activities required in the TOR are omitted in the work plan or the timing and duration of activities are not appropriate. There are minor inconsistencies between timing, assignment output, and proposed approach and methodology.

Poor: There are major inconsistencies between the requirements in the TOR and the proposed work plan.

(iii) Organization and staffing

Excellent: In addition to the requirements stated below under “Good”, the proposal includes an impressive presentation of a well thought out organization and staffing plan. The proposed team is well integrated and has good support organization.

Good: The organization chart and staffing schedule is complete and detailed, and the technical level and composition of the staffing arrangements are very well balanced. The definition of duties and responsibilities are very clear. The staffing schedule is consistent with the work plan and the timing and duration of each staff’s assignment are adequate.

Average: The proposed organization and staffing arrangement is complete and detailed enough to meet all the requirements of the TOR.

Below Average: The proposed organization and staffing arrangement is not detailed and the assignment schedule of each staff is not adequate. For instance, there are inconsistencies between the staffing schedule and the required output. The organization and staffing arrangement is not tailored to the proposed approach, methodology and work plan.

Poor: The organization and staffing arrangement is not responsive to the requirement of the TOR at all. It is assumed that the required output cannot be appropriately prepared within the period of the assignment.

Key professional staff qualifications and competence for the assignment: [40]

Team Leader [30]

Gene

ral Q

ualifi

catio

n

Wei

ghte

d Sc

ore

(Out

of

30)

Adeq

uacy

of

Assig

nmen

t

Wei

ghte

d Sc

ore

(Out

of

30)

Expe

rienc

e in

the

Regi

on

Wei

ghte

d Sc

ore

(Out

of

30)

Tota

l % a

ge

Tota

l Wei

ghte

d Sc

ore

(Out

of 3

0)

The Firm has five Senior Consultants to act as team leaders holding PhD in HR or Research or both with 20 years of national and international experience in consulting, audit and research

20% 6 60% 18 20% 6 100%

30

The Firm has five Senior Consultants to act as team leaders holding PhD/Master’s Degrees in HR or Research or both with 15 years of national and international experience in

18% 5.4 55% 16.5 18% 5.4 91% 27.3

consulting, audit and research.

The Firm has five Senior Consultants to act as team leaders holding Master’s Degrees in HR or Research or both with 15 years of national and regional experience in consulting, audit and research.

15% 4.5 50% 15 15% 4.5 80% 24

The Firm has five Senior Consultants to act as team leaders holding Master’s Degrees in HR or Research or both with 10 years of national experience in consulting, audit and research.

12% 3.6 45% 13.5 0% 0 57% 17.1

Key professional staff qualifications and competence for the assignment: [40]

Support Staff [10]

Gene

ral Q

ualifi

catio

n

Wei

ghte

d Sc

ore

(Out

of

30)

Adeq

uacy

of

Assig

nmen

t

Wei

ghte

d Sc

ore

(Out

of

30)

Expe

rienc

e in

the

Regi

on

Wei

ghte

d Sc

ore

(Out

of

30)

Tota

l % a

ge

Tota

l Wei

ghte

d Sc

ore

(Out

of 3

0)

The firm has ten support consultants with a Master’s Degree in HR with ten years of national and international experience each in HR, Audit and Consulting

20% 2 60% 6 20% 2 100%

10

The firm has ten support consultants with a Master’s Degree in HR with 8 years of national and international experience each in HR, Audit and Consulting.

18% 1.8 55% 5.5 18% 1.8 91% 9.1

The firm has ten support consultants with a Master’s Degree in HR with 5 years of national and regional experience each in HR, Audit and Consulting.

15% 1.5 50% 5 15% 1.5 80% 8

The firm has ten support consultants with a Master’s Degree in HR with 3 years of national and experience each in HR, Audit and Consulting.

12% 1.2 45% 4.5 0% 0 57% 5.7

The Committee can decide on scores of the firms falling in an overlapping category of the criteria given above.

DRAFT CONSULTANCY AGREEMENT

This Consultancy Agreement (the “Agreement”) is made and entered into this [insert date] (the “Effective Date”) by and between Prime Minister’s Delivery Unit with its principal place of operation located at Room 431 – C, Prime Minister’s Office, Constitution Avenue, Islamabad, Pakistan (the “Organization”) and [insert name] with its principal place of business located at [insert address] (the “The Party”) (hereinafter referred to individually as a “The Party” and collectively as “the Parties”).

WHEREAS, the Organization is a Public Sector Organization as the primary office of the Honourable Prime Minister of Pakistan.

WHEREAS, the Party has expertise in the area of [insert description of area of expertise];

WHEREAS, the Organization desires to engage The Party to provide consulting services in the area of The Party’s expertise and The Party is willing to provide such services to the Organization;

NOW, THEREFORE, the Parties hereby agree as follows:

1. Engagement and Services

(a) Engagement. The Organization hereby engages The Party to provide and perform the services set forth in Terms of Reference and as per Exhibit A attached hereto (the “Services”), and The Party hereby accepts the engagement.

(b) Standard of Services. All Services to be provided by The Party shall be performed with promptness and diligence in a workmanlike manner and at a level of proficiency to be expected of The Party with the background and experience that The Party has represented it has. The Organization shall provide such access to its information as may be reasonably required in order to permit The Party to perform the Services. Moreover, the Organization will also facilitate the Party in accessing information from ministries and departments as and when necessary. The Party will submit a plan of its activities well in advance for meetings, interviews and access to data.

(c) Tools, Instruments and Equipment. The Party shall provide The Party’s own tools, instruments and equipment and place of performing the Services, unless otherwise agreed between the Parties.

(d) Representation and Warranty. The Party represents and warrants to the Organization that it is under no contractual or other restrictions or obligations which are inconsistent with the execution of this Agreement or which will interfere with the performance of the Services.

2. Consultancy Period

(a) Commencement. This Agreement shall commence on the Effective Date and shall remain in effect until the completion of the Services or the earlier termination of this Agreement as provided in Article 2 (b) (the “Consultancy Period”).

(b) Termination. This Agreement may be terminated by the Organization, without cause and without liability, by giving [insert number in words] ([insert number]) calendar days written notice of such termination to The Party. This Agreement may be terminated by either Party by giving [insert number in words] ([insert number]) calendar days written notice of such termination to the other Party in the event of a material breach by the other Party. “Material breach” shall include: (i) any violation of the terms of Articles 1 (d), 3, 4, 5, 6, 8, 10 and 11, (ii) any other breach that a Party has failed to cure within [insert number in words] ([insert number]) calendar days after receipt of written notice by the other Party, (iii) the death or physical or mental incapacity of The Party or any key person performing the Services on its behalf as a result of which The Party or such key person becomes unable to continue the proper performance of the Services, (iv) an act of gross negligence or wilful misconduct of a Party, and (v) the insolvency, liquidation or bankruptcy of a Party.

(c) Effect of Termination. Upon the effective date of termination of this Agreement, all legal obligations, rights and duties arising out of this Agreement shall terminate except for such legal obligations, rights and duties as shall have accrued prior to the effective date of termination and except as otherwise expressly provided in this Agreement.

3. Consultancy Fee and Expenses

(a) Consultancy Fee. In consideration of the Services to be rendered hereunder, the Organization shall pay Consultancy fee [alternative 1: of [insert number in words] ([insert number]) [insert currency] for Services provided to the Organization]

(b) Expenses. The Party shall itself be responsible for all expenses incurred throughout the consultancy period.

(c) Payment. The Party shall submit the final report and invoice to the Organization with a weekly detailing the Services performed during the consultancy period and total the amount due. The invoice shall be due and payable within [insert number in words] ([insert number]) calendar days after receipt thereof by the Organization.

4. Work Product Ownership

(a) Defined. In this Agreement the term "Work Product" shall mean all work product generated by The Party solely or jointly with others in the performance of the Services, including, but not limited to, any and all information, notes, material, drawings, records, diagrams, formulae, processes, technology, firmware, software, know-how, designs, ideas, discoveries, inventions, improvements, copyrights, trademarks and trade secrets.

(b) Ownership. The Party agrees to assign and does hereby assign to Organization all right, title and interest in and to the Work Product. All Work Products shall be the sole and exclusive property of the Organization and The Party will not have any rights of any kind whatsoever in such Work Product.

5. Confidential Information

(a) Defined. In this Agreement the term “Confidential Information” shall mean the Work Product and any and all information relating to the Organization’s business, including, but not limited to, research, developments, product plans, products, services, diagrams, formulae, processes, techniques, technology, firmware, software, know-how, designs, ideas, discoveries, inventions, improvements, copyrights, trademarks, trade secrets, customers, suppliers, markets, marketing, finances disclosed by Organization either directly or indirectly in writing, orally or visually, to The Party. Confidential Information does not include information which: (i) is in or comes into the public domain without breach of this Agreement by The Party, (ii) was in the possession of The Party prior to receipt from the Organization and was not acquired by The Party from the Organization under an obligation of confidentiality or non-use, (iii) is acquired by The Party from a third party not under an obligation of confidentiality or non-use to the Organization, or (iv) is independently developed by The Party without use of any Confidential Information of the Organization.

(b) Obligations of Non-Disclosure and Non-Use. Unless otherwise agreed to in advance and in writing by the Organization, The Party will not, except as required by law or court order, use the Confidential Information for any purpose whatsoever other than the performance of the Services or disclose the Confidential Information to any third party.

The Party may disclose the Confidential Information only to those of its employees who need to know such information. In addition, prior to any disclosure of such Confidential Information to any such employee, such employee shall be made aware of the confidential nature of the Confidential Information and shall execute, or shall already be bound by, a non-disclosure agreement containing terms and conditions consistent with the terms and conditions of this Agreement. In any event, The Party shall be responsible for any breach of the terms and conditions of this Agreement by any of its employees. The Party shall use the same degree of care to avoid disclosure of the Confidential Information as it employs with respect to its own Confidential Information of like importance, but not less than a reasonable degree of care.

(c) Return of Confidential Information. Upon the termination or expiration of this Agreement for any reason, or upon Organization’s earlier request, The Party will deliver to Organization all of Organization’s property or Confidential Information in tangible form that The Party may have in its possession or control. The Party may retain one copy of the Confidential Information in its legal files.

6. Interference with Business

(a) Non-Competition. During the term of this Agreement, The Party will engage in no business or other activities which are, directly or indirectly, competitive with the business activities of the Organization without obtaining the prior written consent of the Organization.

(b) Non-Solicitation. The Party agrees that for a period of one (1) year after termination of this Agreement, The Party shall not: (i) divert or attempt to divert from the Organization any business of any kind in which it is engaged, including, without limitation, the solicitation of or interference with any of its suppliers or customers, or (ii) employ, solicit for employment, or recommend for employment any person employed by the Organization, during the Consultancy Period and for a period of one (1) year thereafter.

7. Insurance

The Party shall maintain at its sole expense liability insurance covering the performance of the Services by The Party. Such insurance coverage shall have limits and terms reasonably satisfactory to Organization, and Organization may require The Party to provide to Organization a certificate of insurance evidencing such coverage.

8. Independent Contractor

The Party agrees that all Services will be rendered by it as an independent contractor and that this Agreement does not create an employer-employee relationship between The Party and the

Organization. The Party shall have no right to receive any employee benefits provided by the Organization to its employees. The Party agrees to pay all taxes due in respect of the Consultancy Fee and to indemnify the Organization in respect of any obligation that may be imposed on the Organization to pay any such taxes or resulting from The Party’s being determined not to be an independent contractor. This Agreement does not authorize The Party to act for the Organization as its agent or to make commitments on behalf of the Organization.

9. Force Majeure

Either Party shall be excused from any delay or failure in performance required hereunder if caused by reason of any occurrence or contingency beyond its reasonable control, including, but not limited to, acts of God, acts of war, fire, insurrection, strikes, lock-outs or other serious labor disputes, riots, earthquakes, floods, explosions or other acts of nature.

The obligations and rights of the Party so excused shall be extended on a day-to-day basis for the time period equal to the period of such excusable interruption. When such events have abated, the Parties’ respective obligations hereunder shall resume.

In the event the interruption of the excused Party’s obligations continues for a period in excess of [insert number in words] ([insert number]) calendar days, either Party shall have the right to terminate this Agreement upon [insert number in words] ([insert number]) calendar days’ prior written notice to the other Party.

10. Non-Publicity

Each of Organization and The Party agree not to disclose the existence or contents of this Agreement to any third party without the prior written consent of the other Party except: (i) to its advisors, attorneys or auditors who have a need to know such information, (ii) as required by law or court order, (iii) as required in connection with the reorganization of a Party, or its merger into any other corporation, or the sale by a Party of all or substantially all of its properties or assets, or (iv) as may be required in connection with the enforcement of this Agreement.

11. Assignment

The Services to be performed by The Party hereunder are personal in nature, and Organization has engaged The Party as a result of The Party’s expertise relating to such Services. The Party, therefore, agrees that it will not assign, sell, transfer, delegate or otherwise dispose of this Agreement or any right, duty or obligation under this Agreement without the Organization’s prior written consent. All consultants presented or engaged during the period of consultancy will remain available in Pakistan. Nothing in this Agreement shall prevent the assignment by the Organization of this Agreement or any right, duty or obligation hereunder to any third party.

12. Injunctive Relief

The Party acknowledges that a violation of Article 5 or 6 would cause immediate and irreparable harm to the Organization for which money damages would be inadequate. Therefore, the Organization will be entitled to injunctive relief for The Party’s breach of any of its obligations under the said Articles without proof of actual damages and without the posting of bond or other security. Such remedy shall not be deemed to be the exclusive remedy for such violation, but shall be in addition to all other remedies available at law or in equity.

13. Governing Law and Dispute Resolution

This Agreement shall be governed by and construed in accordance with the laws of [ insert name of country], without giving effect to any choice of law or conflict of law provisions. The Parties consent to the [insert “exclusive” or “non-exclusive”] jurisdiction and venue in the courts of [insert name of courts] in the city of [insert name of city].

14. General

This Agreement constitutes the entire agreement of the Parties on the subject hereof and supersedes all prior understandings and instruments on such subject. This Agreement may not be modified other than by a written instrument executed by duly authorized representatives of the Parties.

No waiver of any provision of this Agreement shall constitute a waiver of any other provision(s) or of the same provision on another occasion. Failure of either Party to enforce any provision of this Agreement shall not constitute a waiver of such provision or any other provision(s) of this Agreement.

Should any provision of this Agreement be held by a court of competent jurisdiction to be illegal, invalid or unenforceable, such provision may be modified by such court in compliance with the law giving effect to the intent of the Parties and enforced as modified. All other terms and conditions of this Agreement shall remain in full force and effect and shall be construed in accordance with the modified provision.

15. Survival of Provisions

The following provision of this Agreement shall survive the termination of this Agreement: Articles 2 (c), 3, 4, 5, 6 (b), 7, 8, 10 and 15 and all other provisions of this Agreement that by their nature extend beyond the termination of this Agreement.

IN WITNESS WHEREOF, and intending to be legally bound, the Parties have duly executed this Agreement by their authorized representatives as of the date first written above.

Signed for and on behalf of Signed for and on behalf of

[insert name of Organization] [insert name of The Party]

By: By:

Name: Name:

Title: Title: