Development of quality e-Content, Central mode classes and central repository
Government of the People’s Republic of Bangladesh Ministry of Education Secondary and Higher Education Division Directorate of Secondary and Higher Education Learning Acceleration in Secondary Education (LAISE) 2nd Block, 5th Floor, 16-Abdul Goni Road, Shikkha Bhaban, Dhaka-1000. REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) Country: Bangladesh Name of the Project: Learning Acceleration in Secondary Education (LAISE) Credit No: 74120-BD Assignment Title: Development of Quality E-Contents, Central Model Classes, and Central Repository of eLearning Materials (ReLM) Reference No. Package no: SD-9 The Government of the People’s Republic of Bangladesh has received financing from the World Bank toward the cost of Technical Assistance Facility under the Learning Acceleration in Secondary Education (LAISE) Project and intends to apply part of the proceeds for consulting services. The consulting services (“the Services”) include development of quality e-contents, central model Classes, and central repository of eLearning Materials (ReLM). The detailed Terms of Reference (TOR) for the assignment can be found on the following website: www.dshe.gov.bd or can be obtained at the address given below. The duration of the assignment will be eighteen (18) months. The assignment is expected to commence in July 2026. The Directorate of Secondary and Higher Education now invites eligible firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: • General Experience of the Firm (core business and years in business). • Experience in similar assignments of compatible size, complexity and technical specialty in the required area. Experience in development partner-financed contracts will be considered an advantage. • Firm’s in-house staffing resources with relevant expertise (extent of relevant expertise available among the staff who are on the firm’s regular payroll). • Firm’s relevant organizational capabilities for the assignment. Key Experts will not be evaluated at the shortlisting stage. Consultants are requested to submit but not limited to, the following supporting documents in support of the above-mentioned criteria: (a) The Firm's Incorporation/Trade/Registration documents from the country of the firm; (b) JV agreement/letter of intent (if applicable); (c) Firm’s brochure; (d) description of experience of similar assignments including nature, scope of services, contract amount, total input in terms of man month, name of employer, period of contract, funding agency(s), location /country of service etc., and (e) list of the firm’s in-house/regular staff with relevant expertise. The attention of interested Consultants is drawn to Section III, paragraphs 3.14, 3.16, and 3.17 of the World Bank Procurement Regulations for IPF Borrowers, July 2016, revised November 2020, setting forth the World Bank’s policy on conflict of interest. Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. The qualifications of sub-consultants will not be considered in the EOI evaluation and Shortlisting process. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. So, each partner of the JV must be reasonably qualified in terms of shortlisting criteria. In case of an association, the Consultants must explain in the EOI submission (a) the rationale for forming the association and (b) the anticipated role and relevant qualifications of each member of the Joint Venture and/or of each sub-consultant for carrying out the assignment, to justify the proposed inclusion of the JV members and/or sub-consultants in the association. Failure to provide the above explanation in the Expression of Interest may risk the association not being shortlisted for the assignment. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations. Further information can be obtained at the address below during office hours 9:00 to 16:00 hours. Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by 17:00 hours BST on 22 December 2025. (Professor Shipon Kumar Das) Project Director Learning Acceleration in Secondary Education (LAISE), Directorate of Secondary and Higher Education 2nd Block, 5th Floor, 16 Abdul Goni Road,Shikkha Bhaban, Dhaka. Email: pd.laise@dshe.gov.bd (cc: apd2.laise@dshe.gov.bd) Agency: Directorate of Secondary and Higher Education Procurement method: Quality And Cost-Based Selection Notice type: Request for Expression of Interest Status: Published Value: 460745.0 USD
Source ID: WB-OP00413012
Estimated value
As published by the source; may be updated by the buyer.
Scope overview
Government of the People’s Republic of Bangladesh Ministry of Education Secondary and Higher Education Division Directorate of Secondary and Higher Education Learning Acceleration in Secondary Education (LAISE) 2nd Block, 5th Floor, 16-Abdul Goni Road, Shikkha Bhaban, Dhaka-1000. REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) Country: Bangladesh Name of the Project: Learning Acceleration in Secondary Education (LAISE) Credit No: 74120-BD Assignment Title: Development of Quality E-Contents, Central Model Classes, and Central Repository of eLearning Materials (ReLM) Reference No. Package no: SD-9 The Government of the People’s Republic of Bangladesh has received financing from the World Bank toward the cost of Technical Assistance Facility under the Learning Acceleration in Secondary Education (LAISE) Project and intends to apply part of the proceeds for consulting services. The consulting services (“the Services”) include development of quality e-contents, central model Classes, and central repository of eLearning Materials (ReLM). The detailed Terms of Reference (TOR) for the assignment can be found on the following website: www.dshe.gov.bd or can be obtained at the address given below. The duration of the assignment will be eighteen (18) months. The assignment is expected to commence in July 2026. The Directorate of Secondary and Higher Education now invites eligible firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are:
- General Experience of the Firm (core business and years in business).
- Experience in similar assignments of compatible size, complexity and technical specialty in the required area. Experience in development partner-financed contracts will be considered an advantage.
- Firm’s in-house staffing resources with relevant expertise (extent of relevant expertise available among the staff who are on the firm’s regular payroll).
- Firm’s relevant organizational capabilities for the assignment.
Key Experts will not be evaluated at the shortlisting stage. Consultants are requested to submit but not limited to, the following supporting documents in support of the above-mentioned criteria: (a) The Firm's Incorporation/Trade/Registration documents from the country of the firm; (b) JV agreement/letter of intent (if applicable); (c) Firm’s brochure; (d) description of experience of similar assignments including nature, scope of services, contract amount, total input in terms of man month, name of employer, period of contract, funding agency(s), location /country of service etc., and (e) list of the firm’s in-house/regular staff with relevant expertise. The attention of interested Consultants is drawn to Section III, paragraphs 3.14, 3.16, and 3.17 of the World Bank Procurement Regulations for IPF Borrowers, July 2016, revised November 2020, setting forth the World Bank’s policy on conflict of interest. Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. The qualifications of sub-consultants will not be considered in the EOI evaluation and Shortlisting process. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. So, each partner of the JV must be reasonably qualified in terms of shortlisting criteria. In case of an association, the Consultants must explain in the EOI submission (a) the rationale for forming the association and (b) the anticipated role and relevant qualifications of each member of the Joint Venture and/or of each sub-consultant for carrying out the assignment, to justify the proposed inclusion of the JV members and/or sub-consultants in the association. Failure to provide the above explanation in the Expression of Interest may risk the association not being shortlisted for the assignment. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations. Further information can be obtained at the address below during office hours 9:00 to 16:00 hours. Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by 17:00 hours BST on 22 December 2025. (Professor Shipon Kumar Das) Project Director Learning Acceleration in Secondary Education (LAISE), Directorate of Secondary and Higher Education 2nd Block, 5th Floor, 16 Abdul Goni Road,Shikkha Bhaban, Dhaka. Email: pd.laise@dshe.gov.bd (cc: apd2.laise@dshe.gov.bd) Agency: Directorate of Secondary and Higher Education Procurement method: Quality And Cost-Based Selection Notice type: Request for Expression of Interest Status: Published Value: 460745.0 USD
Full description
Government of the People’s Republic of Bangladesh Ministry of Education Secondary and Higher Education Division Directorate of Secondary and Higher Education Learning Acceleration in Secondary Education (LAISE) 2nd Block, 5th Floor, 16-Abdul Goni Road, Shikkha Bhaban, Dhaka-1000. REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) Country: Bangladesh Name of the Project: Learning Acceleration in Secondary Education (LAISE) Credit No: 74120-BD Assignment Title: Development of Quality E-Contents, Central Model Classes, and Central Repository of eLearning Materials (ReLM) Reference No . Package no: SD-9 The Government of the People’s Republic of Bangladesh has received financing from the World Bank toward the cost of Technical Assistance Facility under the Learning Acceleration in Secondary Education (LAISE) Project and intends to apply part of the proceeds for consulting services. The consulting services (“the Services”) include development of quality e-contents, central model Classes, and central repository of eLearning Materials (ReLM). The detailed Terms of Reference (TOR) for the assignment can be found on the following website: www.dshe.gov.bd or can be obtained at the address given below. The duration of the assignment will be eighteen (18) months. The assignment is expected to commence in July 2026. The Directorate of Secondary and Higher Education now invites eligible firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: General Experience of the Firm (core business and years in business). Experience in similar assignments of compatible size, complexity and technical specialty in the required area. Experience in development partner-financed contracts will be considered an advantage. Firm’s in-house staffing resources with relevant expertise (extent of relevant expertise available among the staff who are on the firm’s regular payroll). Firm’s relevant organizational capabilities for the assignment. Key Experts will not be evaluated at the shortlisting stage. Consultants are requested to submit but not limited to, the following supporting documents in support of the above-mentioned criteria: (a) The Firm's Incorporation/Trade/Registration documents from the country of the firm; (b) JV agreement/letter of intent (if applicable); (c) Firm’s brochure; (d) description of experience of similar assignments including nature, scope of services, contract amount, total input in terms of man month, name of employer, period of contract, funding agency(s), location /country of service etc., and (e) list of the firm’s in-house/regular staff with relevant expertise. The attention of interested Consultants is drawn to Section III, paragraphs 3.14, 3.16, and 3.17 of the World Bank Procurement Regulations for IPF Borrowers, July 2016, revised November 2020, setting forth the World Bank’s policy on conflict of interest. Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. The qualifications of sub-consultants will not be considered in the EOI evaluation and Shortlisting process. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. So, each partner of the JV must be reasonably qualified in terms of shortlisting criteria. In case of an association, the Consultants must explain in the EOI submission (a) the rationale for forming the association and (b) the anticipated role and relevant qualifications of each member of the Joint Venture and/or of each sub-consultant for carrying out the assignment, to justify the proposed inclusion of the JV members and/or sub-consultants in the association. Failure to provide the above explanation in the Expression of Interest may risk the association not being shortlisted for the assignment. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations. Further information can be obtained at the address below during office hours 9:00 to 16:00 hours. Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by 17:00 hours BST on 22 December 2025. (Professor Shipon Kumar Das) Project Director Learning Acceleration in Secondary Education (LAISE), Directorate of Secondary and Higher Education 2nd Block, 5th Floor, 16 Abdul Goni Road,Shikkha Bhaban, Dhaka. Email: pd.laise@dshe.gov.bd (cc: apd2.laise@dshe.gov.bd) Agency: Directorate of Secondary and Higher Education Procurement method: Quality And Cost-Based Selection Notice type: Request for Expression of Interest Status: Published Value: 460745.0 USD
Buyer & contacts
Documents
Similar tenders
Selection of Consultant Services for Conducting a Comprehensive Feasibility Study for Establishing an International Standard Model Polytechnic Institute under the ASSET Project
Selection of Consultant Services for Conducting a Comprehensive Feasibility Study for Establishing an International Standard Model Polytechnic Institute under the ASSET Project
Procurement plan for individual consultant services as senior financial management consultant.
Government of the People’s Republic of Bangladesh Office of the Project Director (SE),RHD Construction & Improvement of Three Roads Targeting Host Community Under Bandarban Division Project Rangamati Road Circle, Rangama
Oral Health Services. Replaces contract # 1158142.
Oral Health Services. Replaces contract # 1158142. Department: Department of Health & Human Svcs Solicitation: 1155406 Contract type: Open Solicitation Vendor: Fatima Oglesby Morris Vendor contact: Fatima Oglesby Mo
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click pipeline workflows. Zero obligation.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.