FIND_THE_RIGHTJOB.
Lahore, Pakistan
Request for Proposal (RFP) for a firm to
‘Develop a Learning Management System
for the Inland Revenue Service Academy’
Proposal Submission Deadline: 21 st October 2025
1. Brief overview
Revenue Mobilisation, Investment and Trade (REMIT) programme is a nine-year (2019- 28) technical assistance programme funded by the Foreign, Commonwealth & Development Office (FCDO), United Kingdom to support Pakistan in implementing strategic reforms in the realm of economic development, trade, investment and revenue mobilisation. The key outcomes under the programme will be contributing towards strengthening the macroeconomic stability and improving conditions for high and sustained growth, mutual prosperity, job creation and poverty reduction in Pakistan. More specifically, REMIT programme aims at supporting the Government of Pakistan in the following areas:
1. Enhance revenue mobilisation capabilities and help raise the tax/GDP ratio by increasing the number of taxpayers.
2. Address the investment climate constraints faced by local and international businesses and support Pakistan in moving towards being one of the top reformer countries to do business in creating ease for businesses.
3. Facilitate trade and drive competitiveness by reducing barriers to trade and reducing Pakistan’s trade deficit by helping increase exports.
4. Modernise formulation and implementation of macroeconomic policy to avoid future financial crises.
As part of its Revenue Mobilisation Workstream, REMIT is collaborating with the Federal Board of
Revenue (FBR) to enhance operational efficiency through digital transformation. This assignment
focuses on modernising training programs at FBR's IRS Academy by developing a centralised
Learning Management System (LMS). The LMS will standardise curricula, track trainee competencies,
and scale professional development for both new CSS inductees and in-service officials, supporting
FBR's broader institutional reform goals. The system aims to create a more robust, data-driven
approach to building workforce capabilities in tax and customs administration.
2. Task Background
The intervention involves conducting inception workshops with the IRS Academy to validate needs against identified problem clusters, including manual management, scattered resources, tracking gaps, scalability, engagement, and alignment with global practices. A detailed Solution Architecture will be developed, covering the LMS core, LRS (for xAPI), integrations (LTI), identity management (SAML 2.0), hosting, security, and data protection controls. The LMS will be configured with customized themes, roles, workflows, catalogues, learning paths, and badges, while content pipelines for SCORM/xAPI will be established. Priority training modules, such as STP, onboarding trainings, in-services trainings, DST & the new PGD alongside in-service short courses, will be migrated, alongside the creation of templates for future content. Analytics dashboards will be implemented to track trainee, cohort, and leadership metrics, aligned with competency frameworks. The solution will ensure WCAG 2.1 AA accessibility and responsive design, with integrations for SSO and pilot testing of LTI-based external tools like virtual classrooms and simulations. User testing with faculty, administrators, and learners will refine the platform, followed by Train-the-Trainer (ToT) sessions. Finally, operations manuals covering governance, content lifecycle, and QA will be prepared, with post-go-live hypercare support to ensure smooth adoption.
3. Objectives of the Assignment
The Objectives of the assigment are as follows:
The LMS shall be a modern, standards-compliant platform (SCORM/xAPI/LTI 1.3) delivering role-
based learning paths, secure assessments with remote proctoring, rich analytics, delivery in english,
and deep integrations with FBR’s HRMS/SSO—benchmarked to Canvas, Moodle, Open edX, and
Blackboard implementations at leading universities and IFIs.
4. Scope of Work
The selected firm will design, configure, integrate, test, and deploy an LMS (preferably open-source and enterprise-ready, e.g., Sakai LMS or equivalent) with the following capabilities:
Functional Specifications
I. Identity, Access & Governance
II. Programs, Courses & Cohorts
III. Content Authoring & Standards
IV. Assessment, Integrity & Certification
V. Collaboration & Delivery
VI. Discovery & Knowledge Hub
VII. Analytics & Reporting
VIII. Quality Assurance & Governance
Course workflow (create peer review QA checklist approveIX. Mobility, Offline & Notifications
X. Integration Interfaces (GovTech-ready)
XI. Administration & Support
X. Migration of Legacy Data
XII. Website Enhancements & LMS Integration:
XIII. Develop Online Modules
Non-Functional Specifications
I. Identity & Access Management
II. Accessibility & UX
III. Security & Compliance
IV. Operations & Support
5. Functional Requirements
Timeline
Prospective firms must submit a timeline in the response showing the time required to deliver the products and/or services.
Pakistan License, Clearance and Approvals
The prospective vendors will include in the timeline any time needed to obtain any licenses, clearances, and/or approvals required under local legal requirements to produce or deliver the products and/or services described in the Scope of Work.
Qualifications and Experience
Firms should have demonstrated experience in the following:
6. 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:
A. Technical Proposal
B. Financial Proposal
Bidders should send soft copies of the Technical and Financial Proposal to the following address:
Soft copies to be sent to: recruitment.remit@adamsmithinternational.com
Proposal Weightings
1. Technical Proposal
Evaluation Weighting
Timelines Bidders should outline milestones 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
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.
Mechanisms to ensure sustainability and continuity
until PRMI’s full implementation.
A very brief staffing and human resource
mobilization plan
35%
2. Financial Proposal
Evaluation Weighting
Financial
Proposal
ASI expects the price to be cost effective and
reasonable as per current market rates. The financial
proposal will comprise the following:
The financial proposal should be submitted with
breakdown of 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%
Prospective firms must be legally registered under the laws of the country in which they are
organized and possess all licenses, permits and government approvals necessary for performance
of the work.
7. Proposal Terms
1.1 Prospective Firms’ Understanding of the Solicitation
Prospective contractors are responsible for understanding the solicitation in its entirety and
each of its elements and should make inquiries to ASI as necessary to ensure such
understanding. ASI reserves the right to disqualify any prospective vendor that it
determines, at its sole discretion, does not understand the solicitation or any of its elements.
Such disqualification shall be at no fault, cost, or liability whatsoever to ASI.
1.2 Information from ASI
All information provided by ASI in this solicitation is subject to change at any time. ASI
makes no certification as to the accuracy of any item and is not responsible or liable for any
use of or reliance on the information or for any claims asserted therefrom.
1.3 Communication
All communications related to the RFP must be in writing to the above-mentioned point of
contact. Verbal communication shall not be effective unless formally confirmed in writing by
the procurement official listed in a sealed envelope to our designated location in Lahore.
1.3.1 Formal Communications shall include, but are not limited to the following:
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).
1.3.2 Addenda: ASI will make a good-faith effort to provide a written response to the
questions or requests for clarifications in the form of written responses or
addenda in accordance with the Schedule of Events.
1.3.3 Posting Online: Copy of this solicitation, will be available online at:
www.BrightSpyre.com.
1.4 Non-Disclosure Agreement
ASI reserves the right to require the prospective firms to enter into a non-disclosure agreement.
1.5 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.
1.6 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.
1.7 Subcontracting
The prospective contractor must disclose in writing with its Response any subcontracting that
will take place under an award. Failure to disclose subcontracting relationships will result in
the prospective contractor’s offer being removed from consideration. (if permitted by the
solicitation)
1.8 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.
1.9 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.
1.10 Prospective Contractors’ Responses
All accepted Responses shall become the property of ASI and will not be returned.
1.11 Partial Awarding
ASI reserves the right to accept all or part of the Response when awarding a contract.
1.12 No Liability
ASI reserves the right to accept or reject any Response or to stop the procurement process
at any time, without assigning any reason or liability. ASI shall not be liable to any
prospective contractor, person, or entity for any losses, expenses, costs, claims, or damages
of any kind.
Similar jobs
Eagle Paints
Lahore, Pakistan
2 days ago
Al-Amin Trading
Lahore, Pakistan
2 days ago
Abid Group of Companies, Lahore
Lahore, Pakistan
2 days ago
Magnus Mage
Lahore, Pakistan
2 days ago
Explore Logics IT Solutio
Lahore, Pakistan
2 days ago
Elearney
Lahore, Pakistan
2 days ago
SPEC Refinery (PVT) LTD
Lahore, Pakistan
2 days ago
© 2025 Qureos. All rights reserved.