Adam Smith International
Request for Proposal (RFP) for a firm to Develop an Anti-Benami Portal for Federal Board of Revenue (FBR)
97 views
Posted date 12th December, 2025 Last date to apply 5th January, 2026
Category Tender
Type Tender Position 1

RFP Details

 

Name of the Assignment is:  Request for Proposal (RFP) for a firm to Develop an Anti-Benami Portal for Federal Board of Revenue (FBR) 

 

 

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

 

Financial Proposal to be submitted together with Technical Proposal: Yes

 

Proposals must be submitted no later than the following date and time: 

Monday 5th January at 11.59 PM PST.

 

Expected date for commencement of services: 02.02.2026 

 

Clarifications and queries should be directed to: 

[email protected]  

 

Pre bid meeting: 23rd December 2025 (online)  

 

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

 

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

 

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

Soft copies to be sent to: [email protected]

  1. Brief overview 

The Revenue Mobilisation, Investment and Trade (REMIT) programme is a multi-year (2019–2028) technical assistance initiative funded by the Foreign, Commonwealth & Development Office (FCDO), United Kingdom. REMIT supports the Government of Pakistan in undertaking strategic economic reforms aimed at strengthening macroeconomic stability, enhancing revenue mobilisation, improving the investment climate, facilitating trade, and promoting sustainable economic growth.As part of its Revenue Mobilisation Workstream, REMIT works closely with the Federal Board of Revenue (FBR) to improve compliance, broaden the tax base, and strengthen institutional capacity. This includes supporting FBR’s digital transformation agenda by helping modernise systems, streamline processes, and enhance user experience across various taxpayer-facing and enforcement platforms. 

Within this mandate, REMIT is supporting FBR’s Anti-Benami Initiative (ABI) to design and implement a modern, integrated digital portal and case management system. This platform will strengthen FBR’s ability to identify, investigate, adjudicate, and enforce actions against benami properties under the Benami Transactions (Prohibition) Act, 2017. The assignment focuses on architecting and delivering a secure end-to-end solution that integrates multiple agencies, provides real-time visibility of cases, and serves both internal users and the general public.

1.1 Task Background 

FBR established the Anti-Benami Initiative (ABI) Zones following the enactment of the Benami Transactions (Prohibition) Act, 2017. The legislation aims to address benami transactions, where property or assets are held in the name of a person (or a fictitious entity) while the actual financial beneficiary remains concealed. Such practices are often used to obscure sources of income, evade taxes, or defraud creditors. To operationalise the law, FBR set up dedicated ABI Zones in major cities, including Islamabad, Lahore, and Karachi. These zones are empowered to investigate benami transactions and, where warranted, seize properties, vehicles, and other assets determined to be benami. 

While the existing legal and administrative framework provides the basis for identifying, investigating, and adjudicating benami cases, the process remains cumbersome, relying on manual and fragmented information gathered through complaints, intelligence inputs, and limited data sources. The absence of a centralised and integrated system continues to hinder the efficiency, effectiveness, and scalability of the initiative, underscoring the need for a more structured and technology-enabled approach. Primarily, this assignment will be focusing on the development of a dedicated digital portal which will help address these issues and provide a consolidated digital solution. The timing of this intervention is also appropriate: enforcement activity is rising, ABI Zones are maturing, and FBR is under active digital transformation, making this the right moment to embed a system that can sustain and scale the work for the next decade.

1.2 Objectives of the Assignment  

The Objectives of the assignment are as follows:

  • Design and develop a secure, scalable Anti-Benami Portal and Case Management System that supports the full lifecycle of benami cases—from complaint submission and investigation to adjudication, appeals, enforcement, and asset management.

  • Establish a centralised digital repository of benami complaints, persons, properties, and case histories accessible to authorised stakeholders in real time.

  • Enable public engagement through an easy-to-use complaint interface, awareness material, and a transparent complaint-tracking mechanism.

  • Streamline workflows for investigators, adjudicating authorities, and enforcement units to reduce delays, eliminate duplication, and strengthen internal accountability.

  • Improve inter-agency coordination through secure integrations with identity, property, banking, corporate, and tax-related systems.

  • Provide advanced data analytics, including risk profiling, dashboards, and predictive modelling to enable evidence-based, targeted enforcement.

  • Lay the foundation for long-term digital transformation of the Anti-Benami Initiative, ensuring sustainability, auditability, and institutional strengthening.

 

2. Scope of Work 

 

The selected vendor shall design, develop, deploy, and support an on-premise enterprise-grade IT ecosystem comprising the following components:

2.1 Core Modules

  1. ABI Website with dedicated Content Management System & digital assistant: This is public facing platform for introduction of ABI, mass awareness and citizen facilitation regarding Benami transactions. 

  2. Benami Database/ Register: Containing details of existing or potential benami-dars. 

  3. Benami Case Management System (BCMS) – covering the entire lifecycle for all Zones, offices of the ABI 

  4. Investigation Module – evidence capture, statements, notices, workflow routing for office of the ABI wherever required

  5. Adjudication Module – hearings, orders, appeals, document bundling for ABI Zones, Authoritities, Adjudication authority and Appelate tribuanl 

  6. Asset Management Module – tracking confiscated/attached assets. 

  7. User & Role Management Module covering user provisioning/deprovisioning, Role hierarchies (IOs, ADs, Commissioners, Adjudicating Authority, Tribunal staff, IT admin, auditors, etc.), MFA integration, Audit trail viewing permissions

  8. Integration Interfaces with:

  • FBR internal systems 

  • NADRA

  • SECP

  • Future integration with land registries, banks, provincial departments, etc.

2.2 Advanced Features

  1. AI/ML-powered Risk Profiling Engine for identifying potential Benami transactions.

  2. Digital Evidence Management including metadata tagging, chain-of-custody logs.

  3. Workflow Automation Engine for customizable process flows.

  4. Automated Document & Notice Generation Module with auto-generate notices under the Benami Act, template library with versioning, auto-population from case database, digital signatures (if FBR wants)

  5. Geo-Spatial Property Mapping (using third-party APIs if needed).

  6. e-Hearing Module for online hearings and adjudication support.

  7. Whistleblower/Complaint Portal for leads and public reporting. The portal to offer citizens complaint tracking. 

  8. Secure Communication & Collaboration Module for investigators and authorities.

  9. Analytics Dashboard & Data Warehouse for insights, KPIs, and predictive modelling.

  10. Mobile Application for investigators (Android + iOS).

In order to accomplish the above scope, the assignment will also include: 

  • Conducting a comprehensive review of existing workflows and legal requirements under the Benami Transactions (Prohibition) Act, 2017. 

  • Mapping existing case management processes, data flows, and gaps across ABI zones and adjudicating authorities.

  • Digitising existing records and case for migration onto the portal 

  • Designing functional specifications for key system modules, including public complaint portal, case management system, adjudication interface, and reporting dashboard.

  • Defining non-functional requirements covering security, data privacy, performance, and interoperability with FBR systems (e.g., IRIS, property and vehicle registries).

  • Developing and validating wireframes and prototypes through structured stakeholder consultations.

  • Building and deploying the final system with end-to-end integration, testing, and operational handover.

  • Supporting ABI Zones in initial training, documentation, and orientation to ensure effective system adoption and sustainability.

 

2.3 Technical Requirements

 

The proposed solution must be designed using modern good practices to ensure reliability, security, scalability, and long-term sustainability. Vendors are expected to clearly explain how their proposed architecture, technologies, and integration approach will meet the following requirements.

2.3.1 Architecture 

  • Modular, API-first architecture

  • On-premise deployment in FBR’s data center

  • High availability & redundancy

  • Scalable to 500+ users 

  • Role-based access control (RBAC)

 

2.3.2 Technology Stack 

 

Vendors may propose any robust, enterprise-grade technology stack. The following technologies are preferred but not mandatory:

  • Backend Frameworks: Java, .NET, or other modern, well-supported open-source frameworks suitable for enterprise applications.

  • Databases: PostgreSQL, Oracle, or Microsoft SQL Server, with support for indexing, replication, and secure storage of sensitive data.

  • Deployment & Infrastructure: Containerized environments such as Docker, with orchestration through Kubernetes or similar platforms, are preferred to provide better scalability, resilience, and ease of deployment.

  • AI/ML Components: Python-based frameworks such as TensorFlow, PyTorch, and Scikit-Learn should be used for building the AI/ML risk profiling engine and predictive analytics modules.

The vendor must justify their chosen stack from a standpoint of security, performance, maintainability, and availability of skilled resources in Pakistan.

 

2.3.3 Security Compliance 

 

Security is of paramount importance due to the sensitive nature of Benami investigation data. The system must comply with internationally recognized best practices and standards, particularly ISO 27001 for information security management and FBR’s indigeneous data security policy. 

The solution must incorporate the following: 

  • Compliance with ISO 27001

  • End-to-end encryption (data at rest & in transit)

  • Detailed audit logs

  • Multi-factor authentication

  • Secure coding practices (OWASP Top 10)

Deliverables 

The deliverables expected during this assignment include, but are not limited to: -

#

Deliverable

Description

Timelines

1

Project Inception Report

Detailed project plan, team mobilization, kickoff meeting, communication plan

Feb 26

2

System Requirement Specification (SRS)

Comprehensive functional & non-functional requirements, data flows, user roles, integration needs

Mar 26

3

System Design Document (SDD)

Architecture design, database schema, integration architecture, security blueprint, UX/UI design

Apr 26

4

Prototype / Wireframes

Clickable prototype demonstrating key screens and workflows

Apr 26

5

Development of Core Modules

Case Management, Investigation, Adjudication, Asset Management

Jun 26

6

Development of Advanced Modules

AI/ML Risk Engine, Digital Evidence Management, Workflow Automation, Geo-spatial Mapping, e-Hearings, Collaboration Tools

Jul 26

7

API Integrations

Integration with NADRA, SECP, FBR internal systems, and readiness for future integrations

Aug 26

8

Mobile Application

Development of Android & iOS mobile apps for investigators

Sep 26

9

Data Warehouse & Analytics Dashboard

Reporting engine, dashboards, predictive analytics, data models

Sep 26

10

System Testing

Functional testing, security testing, performance testing

Sep 26

11

User Acceptance Testing (UAT)**

UAT with FBR teams, issue resolution, refinements

Oct 26

12

Training & Capacity Building

Training of trainers, end-user training sessions, training manuals

Nov 26

13

Final Deployment (On-Premise)

Production deployment in FBR data center, environment setup, backup & DR configuration

Dec 26

14

Go-Live

System go-live, stabilisation period

Dec 26

15

Final Project Closure Report

Summary of deliverables, compliance matrix, documentation handover

Dec 26

16

One-Year Post-Deployment Support

Maintenance, bug fixes, enhancements, helpdesk support

Next 12 Months


 

4. Requisite Qualifications & Experience 

 

The selected firm should have the following portfolio

  • Demonstrated experience in designing and developing secure, large-scale digital platforms, preferably for government or regulatory bodies.

  • Proven track record of integrating systems with national data platforms or registries .

  • Experience in workflow and case management systems, including complaint handling and data analytics features.

  • Strong cybersecurity and data protection capabilities, with familiarity with Government security standards.

  • Capacity to digitise and migrate manual records into structured digital platforms.

  • Availability of a multidisciplinary technical team with expertise in backend/frontend development, architecture, cybersecurity, and UI/UX.

  • Evidence of successful system deployment and post-implementation support on at least two comparable assignments.

  • Ability to deliver training, documentation, and knowledge transfer to ensure sustainability of the solution.


 

Instructions to Bidders 

 

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

Bids shall compromise a single package containing two folders: 

  1. Technical Proposal  

  2. Financial Proposal 

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

Soft copies to be sent to: [email protected]

Proposal Weightings 

  1. Technical Proposal 

 

Evaluation 

Weighting 

Timelines and deliverables

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

10%

Experience/ credibility

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

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

Bidders should include in this section: 

  • Full legal name and address of the company

  • Corporate and tax registration documents

  • Year business was started or established

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

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

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

35%

Approach and Methodology 

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

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

  • A brief staffing and human resource mobilisation plan.

  • Details on system architecture 

35%


  1. Financial Proposal 

 

Evaluation 

Weighting 

Financial Proposal

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

  • Detailed Budget Breakdown: These may preferably be by milestone/deliverable. 

  • Professional fees (per resource, per day rate, number of days). Include justification for proposed level of effort (days).

  • Reimbursable expenses (travel, accommodation, logistics, communications). Provide explanation if expenses exceed 25% of the total budget.

  • Any third-party costs (software, data, domain hosting, etc.)

  • Taxes, duties, and applicable levies

The financial proposal will be evaluated on: 

  • Value for money offered, explained in ½ a page. This can include, for example: 

  • How the supplier will address recurrent costs involved in running the solution. 

  • An explanation for prices being competitive.

  • Potential cost savings in the wake of a specific methodology/ approach.  

  • Total overall price (inclusive of taxes) against the lowest quoted price.

  • Price of professional input fees.

  • Price of reimbursable expenses including any third-party costs.

The price quoted will be fixed for the entire contract. All prices are to be quoted in GBP and must clearly state all applicable taxes to be included in the quoted price. REMIT will not allow any compensation to the approved bidders for variation in the rate of exchange against dollar or any other currency. All offers in this respect should be firm and final. The quoted price must include all taxes, installation/integration services and the costs of delivery/implementation in the required locations. 

20%

 

4.4 Proposal Terms

 

 

4.1 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.

 

4.5 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.

 

4.6 Communication

 

All communications related to the RFP must be in writing to the above-mentioned email address. 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. Formal Communications shall include, but are not limited to the following:

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

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

  • Inquiries about technical interpretations must be directly asked from contact person (Alexander Harris).

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

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

  1. Non-Disclosure Agreement

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

  1. No Collusion

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

  1. Companies Owned or Controlled by Government

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

  1. 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.

  1. Intellectual Property

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

  1. Prospective Contractors’ Responses

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

  1. Partial Awarding

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

  1. No Liability

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

Apply By:

Instructions to Bidders 

 

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

Bids shall compromise a single package containing two folders: 

  1. Technical Proposal  

  2. Financial Proposal 

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

Soft copies to be sent to: [email protected]

Proposals must be submitted no later than the following date and time: 

Monday 5th January at 11.59 PM PST.


Related
CORRIGENDUM

Reference advertisemen....

Invitation to Bid (Visibility Material - Procurement)

Inspire Pakistan is Non-Governmental Organization registered with SECP under Section 42 of the Co....

Invitation to Tender for “The Provision of Employees’ Medical Health Insurance Services”

INSTRUCTIONS TO BIDDERS In submitting a tender, the bidder accepts in fu....

Search