Expression of Interest For Deployment Of Learning Management System (Lms).

Tender Detail

97139668
Self-Funded
Expression of Interest For Deployment Of Learning Management System (Lms).
NCB
Western Africa
Economic Community of West African States, ECOWAS,African Union
11-06-2025

Work Detail

Expression of Interest for Deployment of Learning Management System (LMS). Date Added: May 26, 2025 Deadline: 11/06/2025 Category: ICT and Software, Data and Digital GENERAL INFORMATION: a. For all enquiries, please contact us on 08035898811; Email: [email protected]; b. Proposals must be in English Language and signed by an official authorized by the bidder; c. Proposals submitted after the deadline for submission would be returned un-opened; d. All cost will be borne by the bidders; e. Bidders should not be submitted for more than One (1) Lot, as violation shall lead to automatic disqualification. f. Please ensure that you sign the proposal submission register in the office of the Head Procurement as stated in paragraph 7 above, as FCT-IRS will not be liable for misplaced or wrongly submitted bids. g. Shortlisted Bidders will be contacted at a later date for the opening of financial proposals, while the unsuccessful ones will be de-briefed. Eligibility Criteria: i. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7; ii. Evidence of Tax Clearance Certificate for the last three (3) years valid till December, 2025; iii. Evidence of current Pensions Compliance Certificate valid till 31st December, 2025; iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025; v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025; vi. Evidence of current registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of interim Registration Report (IRR) expiring 31st December, 2025 or valid Certificate issued by BPP; vii. Sworn affidavit stating: whether or not any officer of the Federal Inland Revenue Service (FIRS) or Bureau for Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder, none of the Directors has been convicted in any country for any criminal offence relating to fraud or financial impropriety, and to confirm that all information presented in its bid are true and correct in all particulars; A sworn affidavit that the company is not financially/Legally Encumbered; and A sworn affidavit that the company is not a replacement for a hitherto tax defaulting company. viii. Consultants Organization and Experience (Verifiable documentary evidence of at least Three (3) similar jobs undertaken during the last Five (5) Years that best Illustrates Qualifications Engagement letters/contract agreements/Job completion certification/Evidence of payment, etc.) 30 marks; ix. Work Plan (proposed 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 10 marks; x. Team Composition to include Curriculum Vitae (CV) for Team Members 30 marks; xi. Curriculum vitae of at least 2 Project Team members for the assignment, including copies of their Academic and Professional qualifications which must be relevant and related to the project 20 marks; xii. Evidence of the firms registration with the following relevant Regulatory/Professional bodies such as NITDA, valid till 31st December, 2024 10 marks; xiii. Financial Capability 20 marks xiv. Companys Audited Accounts for the last three (3) years 2022; 2023 and 2024 evidencing average turnover (as reflected on tax clearance certificate) 10 marks; xv. Evidence of financial capacity to execute the project including Reference Letter from a reputable commercial bank indicating willingness to provide credit facility to the tune of N50Million for the execution of the assignment if required 10 marks; xvi. For Joint Venture/Partnership, Memorandum of understanding (MOU) should be provided (All eligibility criteria are compulsory for each JV partner); and xvii. All documents for submission must be transmitted with a covering/forwarding letter under the companys letterhead paper bearing amongst others, the registration number (RC) as issued by Corporate Affairs Commission (CAC), contact address, telephone number (preferably GSM No.) and e-mail address. The letter head paper must bear the names and nationalities of the directors of the company at the bottom of the page duly signed by the authorized officer of the firm. Tender Link : https://etenders.com.ng/fct-internal-revenue-service-expression-of-interest-eoi-for-the-engagement-of-consultants-for-various-assignments-for-the-federal-capital-territory-internal-revenue-service/

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document 6e21a40a-9f85-4461-ad6a-38f6c1e3f6a3.html
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2025 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail