CONSTRUCTION OF AN EDUCATION HEALTH CENTER AT THE AM DOGLIOTTI PRECLINICAL CAMPUS AT FENDELL, IN LIBERIA

  • Location:
  • Salary:
    negotiable
  • Job type:
    Bid / ToR/RFQ/RFP/EOI
  • Posted:
    18 hours ago
  • Category:
    Bid / ToR/RFQ/RFP/EOI
  • Deadline:
    February 9, 2026

REQUEST FOR PROPOSAL

N°2005860

CONSTRUCTION OF AN EDUCATION HEALTH CENTER AT THE AM DOGLIOTTI PRECLINICAL CAMPUS AT FENDELL, IN LIBERIA

Issuing OrganizationCatholic Relief Services Liberia
DonorGlobal Fund
ProjectGC7: Scaling up Malaria Prevention, Treatment, and Control Interventions in Liberia for Sustained Impact
Budget Code1.066
Issue DateJanuary 8, 2026
Site Visit 1January 15, 2026
Pre-Bid MeetingJanuary 16, 2026
Site Visit 2January 21, 2026
Request for Clarification DeadlineJanuary 23, 2026 at 4:00 pm GMT
Submission DeadlineFebruary 9, 2026 at 4:00 pm GMT
Contact Emailliberiarfq@crs.org
Type of AgreementContract Agreement comprised of the FIDIC Red Book (Second Edition 2017, Reprinted 2022) and Particular Conditions

January 2026

Table of Contents

Section I. General Information. 4

  1. Purpose of the RFP. 4
  2. Project Background. 4

Section II. Instructions to Bidders (ITB) 5

  1. Format of Submission. 5
  2. Method of Submission. 5
  3. Deadline for Submission. 6
  4. Price Submission. 7
  5. Clarification Request 7
  6. Validity Period. 7
  7. Code of Conduct and ESHS. 7
  8. Joint Venture Liability. 8
  9. Amendment and Bid Modification Procedures 8
  10. Tie-Breaking Rule. 8
  11. Negotiations. 8
  12. Award of Contract 8
  13. Rejection of award. 9
  14. Material Errors and Clarification. 9
  15. Modification or Withdrawal of RFP. 9
  16. Consequences of Falsification or Misrepresentation. 10
  17. Confidentiality and Data Privacy. 10
  18. Debriefing of Unsuccessful Bidders. 10
  19. Complaints and Appeals 10
  20. Contract Audits. 10
  21. General Requirements for all Contractors. 10

Section III. Eligibility and Minimum Qualification Requirements (MQR) 10

  1. General Requirements. 11
  2. Tender Security (Bid Security Guarantee) (Annex 1) 11
  3. Performance Security – Guarantee. 11
  4. Advance Payment Terms 11
  5. Contract Insurance. 11
  6. Withholding Tax. 11
  7. Goods Service Tax. 12
  8. Social Security Clearance Certificate. 12
  9. Statutory Compliance. 12
  10. Mandatory Local implementation Capacity and Partnership for International Bidders. 12
  11. Joint Venture Participation Restriction. 12
  12. Past non-performance or ES incidents Requirement 12
  13. Eligibility & Minimum Qualification Criteria. 13

Section IV. Evaluation Criteria. 21

  1. Administrative Evaluation. 21
  2. Contents of Envelope No. 1 / Zip File 1: Eligibility & Minimum Qualification Requirements 21
  3. Submission Format for Eligibility & Minimum Qualification Requirements (MQR) 21
  4. Technical Evaluation. 21
  5. Technical Scoring Protocol 23
  6. Contents of Envelope No. 2: Technical Proposal 23
  7. Submission Format for Technical Proposal 24
  8. Financial Evaluation. 24
  9. Conversation Rate. 25
  10. Contents of Envelope No. 3: Financial Proposal 25
  11. Submission Format for Financial Proposal 26

Section V. Post-Qualification Actions 26

  1. Bid Clarification. 26

Section VI. Scope of Work. 27

  1. Scope of Works. 27
  2. Deliverables. 32
  3. Deliverables Schedule. 33
  4. Design Drawings, Specification and Bill of Quantities 33

Section VII. Bid Forms. 34

Section VIII. ANNEXES. 46

Section IX. Drawings. 59

Section X. Bill of Quantities 60

Section XI. Construction Contract Template. 61

Section I. General Information

1. Purpose of the RFP

Catholic Relief Services (CRS), as Principal Recipient for GC7, invites qualified construction companies to submit proposals for the construction of an Education Health Center (EHC) in Fendell at the AM Dogliotti Preclinical Campus at the University of Liberia as shown in the drawing (Section IX).

The construction of EHC is funded by the Global Fund to Fight AIDS, Tuberculosis and Malaria (the “Global Fund”). Time is of the essence with construction estimated to begin in March 2026 and end in December 2026.

2. Project Background

The primary objective of this project is to construct a state-of-the-art EHC to support the strategic expansion of the University of Liberia College of Health Sciences. This facility will enhance the University’s capacity to accommodate a growing number of medical and health sciences students, while also serving as a dedicated learning and training environment for intern doctors, nurses, and other health professionals.

The EHC will contribute to:

  • Strengthening Liberia’s health education infrastructure.
  • Improving the quality of clinical training and academic instruction.
  • Supporting national efforts to build a resilient and skilled health workforce, and
  • Providing a sustainable platform for research, innovation, and community health engagement.
a. Site Location and Visit Requirements

Location: AM Dogliotti Preclinical Campus, University of Liberia (“Fendell Campus”)

Type of work: Construction of an Education Health Center

Site visit: Two (2) grouped sites visit will be organized on January 15 and 21, 2026 at 10:00 am GMT.

All interested Bidder should be at the entrance of the University of Liberia Fendell Campus at 10:00 am GMT.

A Pre-Bid Meeting will be held both in person (for company based in Liberia) and online (for international bidders only) on January 16, 2026 at 9:00 am to 12:00 pm GMT at Corina Hotel (24th Street Sinkor). All interested bidders are encouraged to attend.

To receive the meeting link, international bidders MUST register their interest by emailing liberiarfq@crs.org no later than 2 days before the pre-bid meeting. Attending the pre-bid meeting is highly recommended. Bidder MUST review the RFP prior to the pre-bid meeting.

b. Registration Requirement

All interested bidders MUST register their intent to participate in this procurement process by submitting the following information to liberiarfq@crs.org no later than February 9, 2026 at 4:00 pm GMT:

  • Company Name
  • Contact Person
  • Position/Title
  • Email Address
  • Telephone Number
c. Registration Process

Send an email to liberiarfq@crs.org with the subject line: “Registration for RFP No. 2005860”. Attach or include the information (from b. Registration Requirement) in the body of the email.

d. Importance of Registration
  • Only registered bidders will receive official communications, including complete bid documents, amendments, clarifications, and addenda to the RFP.
  • CRS will not be responsible for any failure by a bidder to receive such communications if the bidder has not registered.
  • Registration is mandatory for participation in the pre-bid meeting and for access to any restricted annexes or documents. Failure to register means the Bidders is responsible for not receiving restricted annexes, documents or clarifications.

Section II. Instructions to Bidders (ITB)

Bidders are advised that all specific financial, time, and liability obligations are defined in the Particular Conditions (PC). The bid price MUST reflect the full cost of meeting these bindings contractual requirements.

3. Format of Submission

e. Local Bidders

Local Bidders must submit their proposals in three (3) separate sealed envelopes, enclosed in an outer sealed envelope (where each envelope must be marked with bidder’s name and contact information) clearly labeled with the RFP reference number and subject line:

  • Envelope No. 1: RFP No: 2005860 Eligibility & Minimum Qualification Requirements.
  • Envelope No. 2: RFP No: 2005860 Technical Proposal.
  • Envelope No. 3: RFP No: 2005860 Financial Proposal.
f. International Bidders

To ensure proper evaluation, International Bidders must submit three (3) separate ZIP files corresponding to:

  • ZIP File 1: 2005860 Eligibility & Minimum Qualification Requirements_CompanyName
  • ZIP File 2: 2005860 Technical Proposal_CompanyName
  • ZIP File 3: 2005860 Financial Proposal_CompanyName

Note: Attachment should not be more than 20 megabytes (20 MB). Alternatively, bidders may provide a secure link to an online location (e.g., cloud storage or file-sharing platform) where their application documents can be accessed and downloaded, ensuring the link remains active and accessible to the evaluation committee throughout the evaluation period.

4. Method of Submission

g. Local Bidders

Local Bidders MUST submit three (3) hard copies of their proposals for each envelope in sealed envelope to:

Catholic Relief Services – Liberia Program
16th Street Gardiner Avenue
Seaside, C-140 Building, Sinkor
Monrovia, Liberia

h. International Bidders

International Bidders may submit their proposals electronically via email to liberiaprocurement@crs.org with the following subject line: RFP No. 2005860.

International Bidders may also submit hard copies via courier (by following Local Bidders format in sub-section (e)), but CRS will not be responsible for delays in delivery.

i. Evaluation Sequence

The evaluation of proposals will follow a three-stage, sequential process based on the contents of the three (3) sealed envelopes/Zip files:

Stage (1): Eligibility & Minimum Qualification Requirements (MQR) (Envelope No. 1 or ZIP File 1) (PASS/FAIL)
The Evaluation Committee will first open and review Envelope No. 1 (Local Bidders) or the ZIP File 1 (International Bidders) to assess compliance with mandatory PASS/FAIL criteria. This stage is a prerequisite for opening Envelope No. 2 / Zip File 2.

  • 1.1 Eligibility Check
  • 1.2 Administrative Compliance: Verification of all mandatory declarations, commitments, and forms
  • 1.3 Minimum Qualifications Requirements (MQR): Verification of the minimum capacity threshold set out in subclause 36. Mandatory Eligibility & Minimum Qualification Criteria.
  • Outcome: Only bidders who pass ALL criteria (1.1, 1.2 and 1.3) will proceed with the Technical Evaluation. Envelope No. 2 and. 3 (or corresponding ZIP File 2 and 3) of disqualified bidders will remain unopened and unevaluated; hence it is important to follow envelope content instructions (subclauses 38; 42 and 46).

Stage (2): Technical Evaluation (Envelope No. 2 or ZIP File 2):
Bidders who pass the MQR stage will have their Technical Proposals scored against the criteria outlined in subclause 40. Technical Evaluation.

  • 2.1 Technical Scoring: Proposals are scored out of a maximum of 70 points based on Past Experience, Technical Methodology, Key Personnel, Pre-Construction Timeline and Environmental Health and Safety.
  • 2.2 Technical Threshold: Only bidders who score a minimum technical score of 49 out of 70 points will qualify for Financial Evaluation.
  • Outcome: Envelope No. 3 (or corresponding ZIP File 3) of bidders who do not meet the minimum technical score will remain unopened and unevaluated.

Stage (3): Financial Evaluation (Envelope No. 3 or ZIP File 3):
Financial Proposals will be opened and evaluated only for bidders who meet the minimum technical score. This stage includes a fiduciary risk check before scoring.

  • 3.1 Arithmetical Correction
  • 3.2 Abnormally Low Offers (ALO) and Unit Rate Analysis (URA)
  • 3.3 Financial Scoring: Bids that pass the ALO/URA checks will be scored using the formula in subclause x. Financial Scoring Formula. The lowest Evaluated Price received 30 points.

See subclause 44. Financial Evaluation for more details.

5. Deadline for Submission

  • Bids must be received no later than February 9, 2026 at 4.00 pm GMT.
  • Late submission is defined as:
    • Any proposal that arrives at the designated submission address after the exact time and date specified above, regardless of the reason for delay (e.g. courier issues, traffic, misrouting, or administrative errors).
  • CRS reserves the right to consider or reject Late submission.

6. Price Submission

The project is Good Services Tax (GST)-exempt under the agreement with the Government of Liberia, aligned with Article 3.5 of the Donor’s Grant Regulation; hence, all prices and unit rates in the Bill of Quantities (BoQ) MUST be submitted exclusive of GST. The estimation of the items in this BOQ MUST include costs of material, transportation, manpower/labor, machinery, installation, and profit. No other costs will be included beyond this BOQ.

Note: This project is funded by a donor (the Global Fund) with a strictly limited budget. The Guaranteed Maximum Price (GMP) reflects a hard cap in accordance with the Donor’s approved budget. The Employer does not have discretion to approve any increase in excess of the Donor’s budget and requirements. Bidders should price and plan their works on the basis that the GMP will not be increased.

7. Clarification Request

To assist in the examination, evaluation and comparison of quotes, CRS may, at its discretion, ask the Bidder for clarification of its bid. The request for clarification and the response shall be in writing and no change in price or substance of the quote shall be sought, offered, or permitted.

CRS may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, amend the Request for Proposals. To afford prospective /Bidders reasonable time in which to take the amendments into account in preparing their offers, CRS may, at its discretion, extend the deadline for the submission of bids.

Any addenda will be transmitted only to Bidders who have officially registered their intent to bid (b. Registration Requirement). CRS will also ensure that any Bidder who registers the submission deadline is immediately provided with all previously issued addenda and clarifications.

All questions or requests for clarification must be submitted in writing to: liberiarfq@crs.org. Deadline for clarification requests: January 23, 2026, at 4:00 pm GMT. CRS will respond to the clarifications within 3 working days after the deadline.

8. Validity Period

  • Payment Terms: Payments shall be made in accordance with the milestone schedule defined in PC – Part B, Sub-Clause 14.4.
  • Currency: USD
  • Language: All bidding documentation, including installation and operating manuals, MUST be in English.
  • Retention Period (for defect and liability): 6 months

9. Code of Conduct and ESHS

Adherence to the Code of Conduct and ESHS Management plan obligations are mandatory contractual requirements detailed in PC – Part B, Sub-Clause 4.25, 4.8 and 6.7

10. Joint Venture Liability

All JV members will be held Jointly and Severally Liable for the performance of the contract as set forth in the PC – Part B, Sub-Clause 1.15

11. Amendment and Bid Modification Procedures

CRS reserves the right to modify any part of this Request for Proposal including the deadline for submission of bids, either at its own initiative or because of requests for clarification or otherwise from one or several prospective bidders.

Bidders may modify or withdraw by means of a modification to the bid already submitted or by a notice of withdrawal, respectively. Modifications or notices of withdrawal shall be addressed in the same way as bids and must reach CRS. In case of a modification, the bidder should submit a full new proposal following the same procedures.

12. Tie-Breaking Rule

In the event of a tie in final scores (Technical Score + Financial Score), CRS will apply the following criteria to determine the winning bidder:

  • Priority 1: Higher Technical Score: Preference will be given to the Bidder with the higher Technical Score.
  • Priority 2: Critical Technical Categories. If the Technical Scores are also equal, the Bidder with the higher combined score in two criteria: Tech02 (Technical Methodology) and Tech03 (Key Personnel), shall be selected.
  • Final Tiebreaker (If Necessary). Should a tie persist after applying Priority 2, the Bidder with the higher score in the Technical Methodology Criteria (Tech02) shall be selected.

13. Negotiations

The financial proposal is used to determine which proposals represent the best value and serves as a basis of negotiation before award of a contract. The financial proposal will include all costs associated with implementation of the technical proposal, including profit, and other fees.

Supporting information must be provided in sufficient detail to allow for a complete analysis of each financial element or line item. CRS reserves the right to request additional financial information if the evaluation committee has concerns of the reasonableness, realism, or completeness of a Bidder’s proposed cost.

Under no circumstances MAY FINANCIAL PROPOSAL INFORMATION BE INCLUDED IN ENVELOP 1 / ZIP FILE 1 AND ENVELOP 2 / ZIP FILE 2. Financial quotation must only be shown in the Financial Proposal.

Best offer proposals are requested. It is anticipated that a contract will be awarded based on the original offers received. However, CRS reserves the right to request clarifications and conduct a negotiation with the entire bid committee in attendance, prior to award. At the sole discretion of CRS, Bidders may be requested to conduct oral presentations. If deemed an opportunity, CRS reserves the right to make separate awards per component or to make no award at all.

14. Award of Contract

A Contract will be executed with the Bidder whose proposal is determined to be responsive to this solicitation document, meets the eligibility criteria stated in this RFP, meets the technical, management/personnel, and corporate capability requirements, and is determined to represent the best Value for Money (VfM) to CRS. Best Value for Money will be decided using a weighted scoring process. Upon being notified, the awarded bidder will confirm acceptance by submitting a Letter of Acceptance. (Annex 3).

15. Rejection of award

This RFP does not obligate CRS to execute a contract, nor does it commit CRS to pay any costs incurred in the preparation and submission of the proposals. Furthermore, CRS reserves the right to reject any and all offers, if such action is considered to be in the best interest of CRS.

CRS may reject any bid that is not substantively responsive to the terms and conditions of the RFP.

16. Material Errors and Clarification

j. Material Errors

A Bid shall be considered materially deficient and non-responsive if the omission of information prevents the Evaluation Committee from verifying the Bidder’s compliance with any mandatory Minimum Qualification Requirement (MQR), including but not limited to:

  • ​Missing signature.
  • ​Incomplete or missing financial statements necessary to verify AACT.
k. Consequence

Any Bid deemed materially deficient shall be rejected and disqualified.

l. Clarification of Non-Material Errors

CRS reserves the right to seek clarification for minor clerical omissions (missing phone number or stamp, minor formatting issues) that do not affect the substance of the MQR or the Bid Price. Such clarification requests will not be used to solicit missing mandatory documentation.

For the purposes of financial (Financial Capabilities, Average Annual Construction Turnover) and experience criteria (Specific Construction Experience), substantially meet means fulfilling the quantitative requirement by at least 95% (95/100). Failure to meet any numerical threshold by more than 5% shall be deemed a material failure and result in disqualification.

An Applicant may be conditionally qualified (for the next stage), that is, qualified subject to the Applicant submitting or correcting certain specified non-material documents or deficiencies to the satisfaction of CRS. Conditionally prequalified applies to an Applicant who has substantially met all criteria but has a minor, non-material deficiency (e.g., a missing stamp on mandatory forms).

 

Note: Eligibility criteria (sanctions, conflicts of interest, bid security etc.) must be strictly met and cannot be substantially met.

17. Modification or Withdrawal of RFP

CRS reserves the right, at its sole discretion, to amend, modify, or withdraw this Request for Proposal (RFP), in whole or in part, at any time prior to the deadline for submission of proposals. Any such changes will be issued as formal written amendments and communicated to all prospective bidders who have received the RFP. CRS will distribute amendments via liberiarfq@crs.org. Bidders are responsible for ensuring they have received all amendments prior to submission. CRS shall not be liable for any costs incurred by respondents as a result of such amendment, modification, or withdrawal.

18. Consequences of Falsification or Misrepresentation

CRS reserves the right to verify the authenticity of any document or information submitted at any stage of the procurement process. If any document is found to be forged, altered, or misleading, whether intentionally or due to negligence, the following actions will be taken:

  • Immediate disqualification of the bidder from the current procurement process.
  • CRS may contact the second-ranked vendor to initiate contracting procedures.
  • Initiation of the process to blacklist the bidder from participating in future CRS procurement activities for a minimum period of six (6) months, subject to extension based on the severity of the infraction.
  • Reporting to relevant national authorities (e.g., Public Procurement and Concessions Commission) and donor agencies, where applicable.

CRS maintains a zero-tolerance policy for fraud, misrepresentation, and unethical conduct in its procurement processes.

19. Confidentiality and Data Privacy

All information submitted by bidders will be treated as confidential and used solely for the purpose of evaluating proposals and administering the procurement process. CRS will not disclose any information relating to the evaluation of proposals or recommendations concerning contract award to any person not officially involved in the process.

CRS will process all personal data submitted in accordance with its applicable internal privacy policy. Personal data will be used solely for the purposes of this procurement and will not be shared with third parties except as required by law or donor policy.

20. Debriefing of Unsuccessful Bidders

Upon written request, unsuccessful bidders may receive a debriefing outlining the strengths and weaknesses of their proposal. Requests must be submitted to the email address; liberiarfq@crs.org within 5 days of notification of award.

21. Complaints and Appeals

Any complaints regarding the procurement process must be submitted in writing to CRS through liberiaprocurement@crs.org within 7 days of the event giving rise to the complaint. CRS will acknowledge receipt and respond.

22. Contract Audits

The Contractor must provide full cooperation for all compliance reviews and audit by CRS/Global Fund, as required by PC – Part B, Sub-Clause 4.25.

23. General Requirements for all Contractors

Bidders MUST comply with General Requirements for all Contractors referenced into PC – Part B, Sub-Clause 4.9.

Section III. Eligibility and Minimum Qualification Requirements (MQR)

To ensure fair competition and the selection of technically and financially capable vendors, CRS has established the following eligibility criteria. Bidders must demonstrate compliance through valid documentation.

CRS reserves the right to request any Bidder to clarify its bid or to provide missing historical information that does not change the substance of the bid. The Organization may, at its sole discretion, allow a Bidder to rectify a non-material omission within a stipulated timeframe. (See subclause 16. Material Errors and Clarification)

24. General Requirements

  • Bidders may apply individually or as part of a Joint Venture.
  • Joint Venture Members MUST designate a Lead Entity and submit one joint application.
  • All Joint Venture Members MUST be clearly identified with defined roles and responsibilities.
  • The Joint Venture Members can meet the eligibility requirements collectively. But if any member fails to meet a requirement that MUST be met individually, the whole Joint Venture will be disqualified.
  • No subcontract is allowed in this RFP. This applies to the subcontracting of the main works.
  • The cost of preparing the bid and negotiating the possible contract, including any related travel, is neither reimbursable nor can it be included in applicants’ Financial Proposal.
  • Warranties and Representations: The Contractor MUST provide all legal representations and warranties required by the contract agreement, as defined in PC– Part B, Sub-Clause 4.25.

25. Tender Security (Bid Security Guarantee) (Annex 1)

m. Mandatory Requirement

The Bidder shall furnish, as part of its Bid, a Tender Security (or Bid Security Guarantee) in the amount of US$ 50,000.00. This is a mandatory eligibility requirement, and failure to submit the Tender Security in the required form and amount shall result in the immediate rejection of the Bid.

n. Period of Validity

The Tender Security shall remain valid for a period of thirty-five (35) days beyond the expiry of the Bid Validity Period (90 days).

o. Forfeiture

The Tender Security may be forfeited if a Bidder:

(a) Withdraws its Bid during the Bid Validity Period (90 days).

(b) Does not accept the correction of arithmetical errors, as specified in clause 44. Financial Evaluation subclause t. Correction of Arithmetic Errors.

(c) Fails to sign the Contract Agreement or fails to furnish the required Performance Security after having been notified of the acceptance of its Bid.

26. Performance Security – Guarantee

The Winning bidder MUST provide the Performance Security twenty percent (20% of the contract price) upon contract signing. Full requirements are in PC – Part B, Sub-Clause 4.2.

27. Advance Payment Terms

The ten percent (10% of the contract price) Advance Payment is conditional upon submitting a valid Advance Payment Guarantee and satisfying all other requirements detailed in PC – Part B, Sub-Clause 14.2.

28. Contract Insurance

The cost of insurance with specific minimum coverage limits MUST be priced by the Bidder and is fully specified in PC– Part B, Sub-Clause 19.2.

29. Withholding Tax

CRS will deduct and remit Withholding Tax (WHT) on certified payments. The WHT rate and mechanism are governed by PC – Part B, Sub-Clause 14.1.

30. Goods Service Tax

CRS exemption to tax on Goods Service Tax or any import tax is specified in PC – Part B, Sub-Clause 4.25.

31. Social Security Clearance Certificate

  • Local Bidders MUST provide proof of compliance with Liberia’s Social Security regulations by submitting a valid NASSCORP Social Security Clearance Certificate (also referred to as an Insurance Certificate).
  • The Requirement for continuous social security throughout the project duration is a binding contractual obligation under PC – Part B, Sub-Clause 1.13.

32. Statutory Compliance

The Contractor is responsible for securing and maintaining all required local permits and registrations (e.g Labor Ministry for foreign staff) as detailed in PC – Part B, Sub-Clause 1.13.

33. Mandatory Local implementation Capacity and Partnership for International Bidders

To ensure proper and timely implementation, including compliance with local labor and regulatory requirements (permitting and statutory compliance…), International Bidders (firms not registered as a Liberian entity) MUST demonstrate effective local implementation capacity. This MUST be evidenced by a formal partnership with a legally Registered Liberian Entity that will actively participate in the execution of the contract (as a participating member not a service provider). The partnership MUST be formalized through one of the following instruments:

  • Memorandum of Understanding (MoU): Clearly outlining the roles, responsibilities, and management structure for the execution phase.
  • Joint Venture (JV) Agreement: Explicitly designating the Liberian partner’s participation level and responsibilities.

Note: Failure by an International Bidder to submit a valid, executed partnership agreement with a registered Liberian entity shall render their bid non-compliant and subject to rejection.

International Bidder should be eligible to work in Liberia.

34. Joint Venture Participation Restriction

p. JV Member’s Sole Participation

A firm participating as a member in a JV shall not be permitted to participate in any other capacity in the same bidding process. This means a JV member cannot submit another bid either as a single entity, or as a member in a different JV. Noncompliance with this requirement shall be treated as a Conflict of Interest. All bids in which the said firm is a constituent member will be declared non-responsive and rejected.

q. No Separate Bids from JV Partners

No constituent member of a JV, including both Lead and Non-Lead Partners, shall be permitted to submit a separate bid as a single entity for this same contract. Submission of a separate individual bid by any JV member will result in the disqualification of both the individual bid and the JV bid.

35. Past non-performance or ES incidents Requirement

The Bidder shall be subject to automatic disqualification and rejection of its Bid at the Minimum Qualification Requirements (MQR) stage if any of the following facts are disclosed in the Bidder’s submission (including Forms CON-2 and Forms CON-3) or discovered by the Employer during due diligence:

  1. Contract Termination: Any declaration or evidence of a contract terminated for the Bidder’s default or material breach in the past five (5) years.
  2. Major E&S/Integrity Breach: Any declaration or evidence of a material breach of the following Zero-Tolerance safeguards on a past contract, regardless of the funding source:
    • Proven involvement in Sexual Exploitation, Abuse, or Harassment (SEAH) by the Bidder or its personnel.
    • Proven use of Child Labor or Forced Labor.
  3. Sanctions/Exclusion: The Bidder or any of its Key Personnel are listed on sanctions list (including the Global Fund’s Office of the Inspector General – OIG).
  4. Failure to Disclose: Any instance where the Bidder or its personnel provided false, inaccurate, or misleading information regarding past performance, legal status, or E&S compliance in any part of this Application. This will be grounds for rejection due to Fraud and Corruption.

Note: Past non-performance or ES incidents will be evaluated based on their severity and relevance to the current contract’s risks. The key determinant for qualification is the Bidder’s integrity (full disclosure) and its current capacity to manage and resolve such issues. Only breaches related to integrity, contract termination for default, or Global Fund zero-tolerance policies (child protection, sexual exploitation and abuse etc) will result in disqualification.

36. Eligibility & Minimum Qualification Criteria

Bidders are required to meet the following criteria to be eligible to participate in this procurement:

 

Eligibility and Minimum Qualification CriteriaCompliance RequirementsDocumentation
No.SubjectRequirementSingle EntityJoint VentureSubmission Requirements
All Parties CombinedEach PartnerLead Partner
1. Eligibility
1.1Application Form (Acknowledge, stamp and sign)Must meet requirementN/AN/AMust meet requirementApplication Submission Form
1.2 (a)Nationality and Legal CapacityNationality Legal right to conduct businessMust meet requirementN/AMust meet requirementN/A(1) Business Registration or Equivalent AND

(2) Valid Tax Clearance Certificate or equivalent

1.2 (b)Nationality and Legal CapacityProof that no bankruptcy proceedings are pending against the BidderMust meet requirementN/AMust meet requirementN/A(1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual OR

(2) Entity current audited financial statements.

1.3Absence of Conflict of InterestNo Conflicts of interest

 

 

Assessment Method

Cross-reference the Applicant’s name and its affiliates against project’s record for consulting services provided(e.g design, supervision)

Must meet requirementN/AMust meet requirementN/AForm CoI – 1.3
1.4Articles of Incorporation or equivalentMust Meet requirementN/AMust Meet requirementN/AArticles of Incorporation or equivalent
1.5Legal/Technical Capability (Local Bidders)Local: (i) Hold Ministry of Public Works construction certification (Category B1 to B12, B20 and B60).

 

(ii) Association of Liberian Construction Contractors (ALCC) certificate.

 

(iii) Public Procurement and Concessions Commission (PPCC) certificate.

Must Meet requirement

 

 

 

 

 

 

Must Meet requirement

 

 

Must Meet requirement

N/A

 

 

 

 

 

 

 

N/A

 

 

 

N/A

Must meet requirement

 

 

 

 

 

 

Must meet requirement

 

 

Must meet requirement

N/A

 

 

 

 

 

 

 

N/A

 

 

 

N/A

Legal documents, certifications, licenses and permits
1.6Legal/Technical Capability (International Bidders)Licenses, Permits, and Certification from the host country for buildings constructions.N/AN/AMust Meet requirementMust Meet requirement
1.7Local Participation (International Bidders ONLY)Demonstrate local implementation capacity via formal partnership with a registered Liberian EntityMust meet requirementN/AMust meet requirementN/AMemorandum of Understanding (MoU) or

Joint Venture (JV) Agreement

1.8Physical presence of Registered Liberian Entity (Local Bidders ONLY)Must meet requirementN/AMust meet requirementN/A(Lease or Rental agreement or Land Deed)
1.9Bid Security GuaranteeMust meet requirementN/AN/AMust meet requirementAnnex 1
2. Historical Contract Non-Performance
2.1Historic of Non-Performing ContractsNon-performance of a contract [1] did not occur as a result of contractor’s default since 1st January 2020.

 

Assessment Method

Checks for any contract termination due to the Applicant’s fault (poor quality, breach of contract) within the specified period

Must Meet

requirement[2]

N/AMust Meet

requirement

N/AForm CON-2 with court clearance
2.2Environmental and Social (ES) past performance declarationDeclare any civil work contracts that have been suspended or terminated and/or performance security called by an organization for reasons related to the non-compliance of any environmental or social (including Sexual Exploitation and Abuse) contractual obligations in the past five (5) years[3].Must make the declaration.

 

N/Amust make the declaration..N/AForm CON-3 ES

Performance

Declaration

3. Financial Situation and Performance
3.1Financial Capabilities(i) The Applicant shall demonstrate that it has access to, or has available, liquid

assets, lines of credit, and other financial means sufficient to meet the construction cash flow requirements estimated as US$ 360,000 (three hundred sixty thousand USD) for the subject contract(s) net of the Applicants other commitments

(ii) The audited financial statement for the last five (5) years shall be submitted and must demonstrate the current soundness of the Applicant’s financial position and indicate its prospective long-term profitability.

 

Applicants can substantially meet this criterion

Must meet requirement

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Must meet requirement

 

 

 

 

Must meet full requirement

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

N/A

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Must meet requirement

 

MUST meet requirement

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Must meet requirement

 

 

 

 

 

 

 

Form FIN – 3.1

 

 

 

 

 

 

 

 

 

 

 

 

 

 

(The audited financial statement for the last five (5) years

3.2Average Annual Construction TurnoverMinimum Average Annual Construction Turnover within the last five (5) years of US$ 2,500,000 (Two million five hundred thousand USD), calculated as total average certified payments received for contracts in progress or completed, as evidenced by the average Total Revenue/Turnover lines in the submitted Audited Financial Statements.

 

Applicants can substantially meet this criterion

Must meet requirement

 

Must 100% meet requirementMust meet 20%, (fifteen percent) of the requirementMust meet 50%, (fifty percent) of the requirementForm FIN – 3.2

 

4. Experience
4.2 (a)Specific Construction ExperienceParticipation as Contractor,

Management Contractor or

Subcontractor, or Joint Venture in AT LEAST

three (3) contracts

within the last five (5) years, each with a

minimum value of US$ 500,000 (five hundred thousand USD). These contracts MUST have been Successfully or

Substantially Completed

and be similar in nature to the

proposed works (STORY BUILDINGS: school, college, hospital, hotels & administrative buildings; real estate)

Similarity shall be defined by the physical size, complexity, and the requirement for reinforced concrete/steel frame structures similar to the proposed works.

Must meet requirementMust meet a minimum of 3 contractsMust meet a minimum of one (1) contractMust meet a minimum of two (2) contractsForm EXP – 4.2 (a) with attachments (3 contracts within the last 5 years)

 

 

 

Section IV. Evaluation Criteria

37. Administrative Evaluation

To ensure compliance and facilitate a fair evaluation process, bidders must submit the following administrative documents. These documents will be reviewed on a PASS/FAIL basis. Failure to submit any of the mandatory items, or submission of non-compliant versions, will result in automatic disqualification.

Examples of non-compliance include (but are not limited to): Expired business or tax clearance, falsified documents, inconsistencies in submitted information, forged diplomas or documents with illegible.

38. Contents of Envelope No. 1 / Zip File 1: Eligibility & Minimum Qualification Requirements

Bidders MUST submit three (3) copies of the eligibility and administrative documents. Envelop No.1 / Zip File 1 should be structured as a single, comprehensive document that addresses all criteria listed as per Sub-clause 36. Mandatory Eligibility & Minimum Qualification Requirements.

Note: Bidder can find a complete checklist in Annex 9. Mandatory Eligibility & Minimum Qualification Requirements Checklist.

39. Submission Format for Eligibility & Minimum Qualification Requirements (MQR)

All Eligibility and MQR documents MUST be submitted as per instruction in subclause 3. Format of Submission.

40. Technical Evaluation

All technically compliant proposals will be evaluated using a weighted scoring system. The maximum technical score is 70 points. Only bidders who score at least 49 points will qualify for Financial Evaluation.

Criteria

Maximum pointsScoring Mechanism
Tech01

Past Experience: Demonstrate experience in successfully executing works that are substantially similar in nature, size, value, and complexity similar to the scope of this contract (e.g in constructing public buildings, storey/high-rise (STORY BUILDINGS: school, college, hospital, hotels & administrative buildings; real estate).

 

15Eligibility: Points are awarded for additional contracts that meet subfactor 4.2 (a); each additional contract’s with a minimum value of US$ 500,000, that has been successfully or substantially completed and that are similar to the proposed works.

 

Compliant Evidence to validate an experience

Contract along with the following (issued by the Client/Employer):

a) A signed Certificate of Substantial Completion or Final Acceptance Certificate OR

b) A copy of the Final Interim Payment Certificate (IPC) or a letter from the client stating the Total Certified Value paid/due on that project.

 

Score allocation

1 additional contract: 5 points

2 additional contracts: 10 points

3+ contracts: 15 points

Tech02

Technical Methodology

Each section will be evaluated based on clarity, relevance, feasibility, and alignment with project scope of work.

20Annex 4 contains full detailed scoring.
Tech03

Key Personnel assigned to the mission (Annex 6) – CVs inclusive of professional experience, education (BSc Degree minimum), and language skills must be provided for staff to be engaged. This scores the qualification.

 

Project Manager proposed to have a bachelor’s degree with a minimum of Ten years of construction works of similar scale or larger.

 

Project Engineer proposed to have a bachelor’s degree with a minimum of five years of experience, supervised a minimum of three projects of similar scale or larger.

 

Architect proposed to have a bachelor’s degree with a minimum of five years of experience, supervised a minimum of three projects of similar scale or larger.

 

Structural Engineer proposed to have a master’s degree with a minimum of five years of experience, supervised a minimum of three projects of similar scale or larger.

 

Community Engagement Officer proposed to have a bachelor’s degree with a minimum of five years of experience, supervised a minimum of three projects of similar scale or larger.

 

Environmental Health and Safety Officer proposed to have a bachelor’s degree with a minimum of three years of experience in conducting environmental health and social impact assessments. Experience of working on similar construction projects, managing environmental health and safety activities.

16
Key PersonnelMinimum, BSc degree and experiences (years)Points per Profile
Project ManagerMinimum 103 or 0
Project EngineerMinimum 53 or 0
ArchitectMinimum 53 or 0
Structural Engineer (MSc degree)Minimum 53 or 0
Community Engagement OfficerMinimum 52 or 0
Environmental Health and Safety OfficerMinimum 52 or 0

 

 

Tech04

Pre-Construction (Mobilization & Timeline)

A timeline or schedule for Mobilization Plan Detail, Key Milestones and Critical Path and Contract Duration Feasibility.

10Annex 7 contains full detailed scoring.
Tech05

Environmental Health and Safety

9Annex 8 contains full detailed scoring.
Total possible score70

41. Technical Scoring Protocol

The Evaluation Committee (EC) will assess proposals using two distinct scoring protocols:

r. Simple Scoring Protocol (Tech01 & Tech03)

These criteria will be scored based on verification process against the defined thresholds (number of additional contracts and key personnel with minimum years of experience).

The final score will be determined by consensus among the Evaluation Committee and recorded directly on the final scoring sheet.

s. Average Scoring Protocol (Tech02, Tech04, Tech05)

The final score for these sections will be determined by the Arithmetic Average of the individual scores provided by the Committee Members. To ensure transparency, the EC will calculate the variance for every section. If the variance between the highest and lowest individual score equals or exceeds twenty five percent (25%) of the maximum points, the EC will be mandated to hold a review and documentation meeting. The purpose of this meeting is to document the reason for the significant technical disagreement, which will be included in the evaluation report for audit purposes.

42. Contents of Envelope No. 2: Technical Proposal

Three (3) copies of the Technical Proposal must be submitted. It should be structured as a single, comprehensive document that addresses all criteria listed in the Technical Evaluation table:

  • Tech01: Past experience; at least three (3) additional contracts (different from the one submitted during eligibility phase) that meet subfactor 4.2 (a) and their signed Certificate of Substantial Completion or Final Acceptance Certificate AND a copy of the Final Interim Payment Certificate (IPC) or a letter from the client stating the Total Certified Value paid/due on that project.
  • Tech02: Technical Methodology.
  • Tech03: Key Personnel personnel assigned to the project with their biodata (Annex 6).
  • Tech04: Pre-Construction (Mobilization & Timeline).
  • Tech05: Environmental Health and Safety.

43. Submission Format for Technical Proposal

All technical documents must be submitted as per instruction in subclause 3. Format of Submission.

44. Financial Evaluation

The Financial Proposal will be evaluated after the Technical Proposal has passed the minimum acceptable score 49 points and will be subjected to the following three sequential checks. A bid may be rejected at any point in the process.

t. Correction of Arithmetic Errors
  • The Evaluation Committee will check the bidder’s Bill of Quantity (BoQ) for any arithmetic errors. All technically qualified Bids are subject to this correction.
  • Inconsistency Rule: if there is discrepancy between the unit rate and the total price obtained by multiplying the unit rate by the quantity, the unit rate as quoted will govern and the total price shall be corrected; unless in the opinion of CRS there is an obviously gross misplacement of the decimal point in the unit rate, in which case the unit rate will be corrected and the line item total respected or corrected in accordance with this paragraph, if need be
  • Subtotal/Grand Total Rule: if there is an error in the summation of the subtotals, the subtotals will govern, and the Grand Total shall be corrected.
  • Words vs. Figures: if there is a discrepancy between the amounts in figures and in words, the amount in words will govern, unless the amount in words is contradicted by the Inconsistency Rule.
  • Bidder Acceptance: The corrected amounts will be substituted for the original amounts. The Bidder MUST accept the correction of the arithmetic errors. Refusal to accept the correction shall result in the rejection of the Bid.
  • Evaluated Price: The price used for the Financial Scoring Formula will be the Corrected Bid Price.
u. Identification of Abnormally Low Offers (ALOs)

The purpose of this check is to identify Bids that are so low they raise material concerns about the bidder’s ability to perform the contract without compromising quality and safety. This check will be applied sequentially, starting with the Bidder submitting the Lowest Corrected Bid Price (Co1).

  • Abnormal Low Threshold: A bid will be classified as a Potential Abnormally Low Offer (ALO) if the Lowest Corrected Bid Price is more than fifteen percent (15%) below the Engineer’s Estimate (EE).
  • ALO Procedure: If the Lowest Corrected Bid Price is identified as a Potential ALO, CRS will request the Bidder in writing to provide a detailed written explanation and justification for the low price within 3 (three) days.
v. Unit Rate Analysis (URA) and Unbalanced Bidding

The URA checks shall be performed concurrently with the ALO check on the Lowest Corrected Bid Price. URA is performed to prevent front-loading and non-responsive pricing on specific items, even if the total price is reasonable.

  • Targeted Items: The URA will be performed on the following critical Bill of Quantities (BoQ): Reinforced concrete for all concrete works; Roofing and Ceiling works; Finishes and hardware for entire building.
  • URA Pass Criteria: For a Bid to pass, the URA, all specified targeted BoQ items MUST meet the following criteria:
    • Unreasonably High Rate: No unit rate shall exceed the Engineer’s Estimate (EE) for that item by more than twenty percent (20%).
    • Unbalanced Low Rate: No unit rate shall be lower than fifty percent (50%) of the EE for that item, unless the Bidder provides satisfactory written justification for the rate.
w. Financial Viability Decision and Sequential review

For bid identified as an ALO or having Unbalanced Unit Rates, CRS, in consultation with the Engineer and Global Fund shall decide whether to accept or reject the Bid. The Bid will be rejected if the Bidder’s explanation and evidence are not satisfactory for the low price and confirm that the Bidder can execute the Contract for the offered price without detriment to quality or ESHS standards.

If the Lowest Corrected Bid Price is rejected, the Committee shall proceed to review the next Lowest Corrected Bid Price (Co2) by applying the same ALO and URA checks, continuing until a financially sustainable bid is confirmed.

x. Financial Scoring Formula

Only Lowest Corrected Bid Price that pass the ALO and URA check proceed to the final financial scoring. Total financial score is 30 points allocated using:

PF = 30 * Co/C, with

  • PF = attributed score for the Financial Proposal (points),
  • C = Bidder’s corrected price of the Financial Proposal,
  • Co = Lowest Corrected Bid Price

CRS reserves the right to accept or reject any bid, and to cancel the bidding process and reject all bids, at any time prior to the award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for such action.

45. Conversation Rate

For the purpose of bid comparison and evaluation, all foreign currencies will be converted to United States Dollars (USD) using the OANDA Interbank Mid-Rate published on the day of the Bid Submission Deadline.

46. Contents of Envelope No. 3: Financial Proposal

Bidders must submit three (3) copies of the Financial Proposal, which should include the following components:

  • Duly Signed and Stamped Letter of Tender (Annex 2) by the authorized personnel of the company
  • Duly Signed and Stamped Detailed Bill of Quantities by the Authorized Personnel of the company. It MUST be submitted exactly as issued by CRS, without any changes to format, structure, or specifications. Any modification will result in automatic disqualification.

47. Submission Format for Financial Proposal

All financial documents must be submitted as per instruction in subclause 3. Format of Submission.

Section V. Post-Qualification Actions

Following the evaluation of bids, CRS will undertake a post-qualification process to verify the accuracy and authenticity of the information and documentation submitted by the bidder. This process may include, but is not limited to:

  • Verification of accuracy and authenticity of the information provided by the bidder on the administrative, technical, and financial documents submitted.
  • Inquiry and reference checking with entities that may have done business with the bidder.
  • Inquiry and reference checking with other previous clients on the quality of performance of ongoing or previous contracts completed.
  • Physical inspection of the bidder’s branches or other places where business transpires, with or without notice to the bidder (if applicable).
  • Background Checks: Reviewing the bidder’s history with CRS and other donors, including any record of contract faults, poor performance, or ethical violations.
  • In-person meeting: An in-person meeting will be held with the selected bidder to discuss the details of the EHC Construction and address any questions or concerns the bidder may have before contracting.

48. Bid Clarification

The bid committee may seek clarifications from bidders after the technical and financial evaluations. The request for clarifications shall be in writing and sent to the authorized representative of the bidder by the CRS procurement person involved with the bid. The request shall provide the bidder with adequate time to respond, depending on the nature of the questions. Bidders shall be given a timeframe to submit clarifications to CRS. All requests for clarification shall be issued and responded to in writing, and no change in the price or substance of the bid shall be sought, offered, or permitted, except as required, in order to allow for correction of arithmetic errors discovered by CRS.

Section VI. Scope of Work

49. Scope of Works

This scope of work is to be undertaken by the selected construction contractor. It includes the construction and handover of an Education Health Center at the University of Liberia College of Health Sciences, Fendell Campus. The construction activities described in this Scope of Work shall be governed by the signed Contract Agreement comprised of the FIDIC Red Book (Second Edition 2017, Reprinted 2022), including General Conditions, Particular Conditions, Technical Specifications, Drawings, and all Addenda. All referenced documents form an integral part of the Contract and shall be read together.

Details of the scope of work include, but not limited to, the following activities:

  1. PRELIMINARIES

Mobilization & Site Preparation

  • Transport manpower, materials, and equipment to the construction site.
  • Set up temporary facilities: site office, kitchen, handwashing stations, and toilets.
  • Secure the construction area with fencing using jungle poles/lumber for framing and 14-gauge zinc sheets.
  • Provide essential safety measures: PPE for all workers, a first aid kit, and fire extinguishers.
  • Ensure project visibility by installing a project billboard (design provided by CRS).
  1. SUB-STRUCTURE WORKS (FOUNDATION)

2.1 Site Clearing & Excavation

  • Clear bushes from the site (100m x 85m).
  • Remove topsoil and level the construction area (90m x 80m).
  • Lay out the building footprint and excavate foundation trenches to 4’-6’’ depth and 2’ width.

2.2 Backfill & Sand Fill

  • Backfill and hardcore filling up to 1 meter.
  • Apply 3’’ sand blinding after foundation concrete and masonry works.
  • Compact all filled areas to the specified density.

2.3 Foundation Concrete Works

  • Cast foundation strip footing at 12’’ thickness and column footings at 20’’ thickness.
  • Construct reinforced short columns and tie beams as per drawings.
  • Cast foundation slab with 4’’ thick concrete (C25, 4,000 psi) including formwork.

2.4 Foundation Masonry Works

  • Lay 8″ x 16″ x 8″ hollow concrete blocks with 1″ mortar joints.
  • Foundation walls to extend 36’’ above ground level.
  • All masonry works to follow approved drawings and specifications.

2.5 Reinforcement

  • Supply, cut, bend, and install reinforcement steel bars:
  • Columns & beams: 20mm, 16mm, 12mm.
  • Stirrups: 8mm.
  • All reinforcement should be done in accordance with structural drawings, specifications, and BOQ.
  1. SUPER-STRUCTURE WORKS (GROUND FLOOR)

3.1 Ground Floor

  • Concrete Works: Cast columns, lintels, beams, and floor slab (C25, 4,000 psi) in accordance with the design and BOQ.
  • Wall Construction: Lay 8″ x 16″ x 8″ blocks for main walls; 4″ x 16″ x 8″ blocks for bathroom partitions, dressed block both interior and exterior. Masonry measurements should be done in accordance with the design and BOQ.
  • Doors & Windows: Fabricate and install metal, glass, plywood doors; aluminum-framed windows with glass panels and internal steel security bars. This should be done in accordance with the Doors and Windows Schedule in the design.
  • Electrical Works: Complete wiring, conduits, outlets, switches, lighting, earthing system, and switchboards. This should be done in accordance with the electrical drawings and BOQ.
  • Plumbing Works: Install water closets, basins, shower stalls, and connect to the water tower and drainage.

Finishing:

  • Plaster all interior and exterior walls using fine aggregate mortar:
  • Mix ratio: 1:2
  • Thickness: ¾ inch

Ensure a smooth and even finish.

Floor and Wall Finishes

  • Install:
  • 24″ x 24″ non-slip ceramic tiles on classroom, library, laboratory, and conference room floors.
  • 12″ x 24″ smooth ceramic tiles on bathroom walls.
  • 12″ x 24″ non-slip ceramic tiles on bathroom floors.
  • 24″ x 48″ ceramic tiles on classroom demonstration concrete tables.
  • Bathroom finishes: 12″ x 24″ smooth ceramic tiles on walls; 12″ x 24″ non-slip tiles on floors.
  • Demonstration tables: Smooth surface ceramic tiles 24″ x 48″ for the classrooms and labs demonstration tables. This should be done in accordance with the design and BOQ.

3.2 Painting

  • Prepare all walls and surfaces with putty.
  • Apply water-based primer.
  • Finish with two coats of latex paint (interior and exterior).
  1. UPPER FLOOR (SUPER-STRUCTURE)

4.1 Reinforced Concrete Works

  • Cast all reinforced concrete elements for the upper floor, including:
  • Columns
  • Lintels
  • Beams
  • Floor slab
  • Provide all necessary formwork and support.
  • Concrete grade: C25 (4,000 psi) as per structural drawings and BOQ.
  • Ensure proper curing and compliance with approved specifications.

4.2 Masonry Wall Construction

  • Construct all upper-floor masonry walls using:
  • 8″ x 16″ x 8″ concrete blocks for main walls.
  • 4″ x 16″ x 8″ concrete blocks for bathroom partitions.
  • Mortar joints: 1″ thickness.
  • All walls to be straight, plumb, and aligned per approved drawings.

4.3 Reinforcement

  • Supply, cut, bend, and install reinforcement bars for:
  • Columns
  • Beams
  • Slabs
  • Sizes: 20mm, 16mm, 12mm for main bars; 6mm for stirrups.
  • All reinforcement per structural drawings and specifications.

  1. DOORS AND WINDOWS

5.1 Doors

  • Fabricate and install various types of doors (single and double), including:
  • Metal doors
  • Glass doors
  • Plywood doors
  • All dimensions and designs per drawings and BOQ. Reference the Door & Window Schedule in the drawings.

5.2 Windows

  • Fabricate and install aluminum-framed windows with glass panels (triple and double).
  • Include protective steel bars on the interior for security.
  • All works per approved drawings and specifications.
  1. ELECTRICAL WORKS
  • Complete electrical installation for the upper floor, including:
  • Site reticulation
  • Cabling and wiring
  • Conduits and accessories
  • Power outlets, switches, and light fittings
  • Earthing system and switchboards
  • All works per electrical drawings, specifications, and BOQ.

  1. PLUMBING WORKS
  • Install and connect all sanitary fixtures:
  • Water closets (commodes)
  • Face basins
  • Shower stalls
  • Ensure proper connection to water supply and drainage systems.
  • All works per approved plumbing drawings.

  1. FINISHES AND HARDWARE

8.1 Plastering

  • Plaster all interior and exterior walls using fine aggregate mortar:
  • Mix ratio: 1:2
  • Thickness: ¾ inch
  • Ensure smooth and even finish.

8.2 Floor and Wall Finishes

  • Install:
  • 24″ x 24″ non-slip ceramic tiles on classroom, library, laboratory, and conference room floors.
  • 12″ x 24″ smooth ceramic tiles on bathroom walls.
  • 12″ x 24″ non-slip ceramic tiles on bathroom floors.
  • 24″ x 48″ ceramic tiles on classroom demonstration concrete tables.

8.3 Painting

  • Prepare all walls and surfaces with putty.
  • Apply water-based primer.
  • Finish with two coats of latex paint (interior and exterior).

  1. ROOFING WORKS
  • Construct roof using truss design fabricated from 2″ galvanized square bars.
  • Install 2″ x 4″ x 14′ purlins.
  • Provide scaffolding for safe installation.
  • Fix long-span aluminum roofing sheets:
  • Thickness: 0.7 mm
  • Width: 3.5 ft

Include:

  • Roofing felt
  • Aluminum-zinc nails
  • Roofing tape to seal nails
  • 24″ wide 28-gauge aluminum flashings for ridges, hips, and valleys.

  1. CEILING WORKS
  • Install Masonite ceiling boards shaped to truss design.
  • Ceiling strips: 2″ x 48″.
  • Apply wood preservatives to all timber.
  • Use:
  • 2″ x 6″ x 14′ braces
  • 2″ x 2″ x 14′ ceiling noggins

  1. EXTERNAL AND OTHER WORKS

11.1 Electrical Connection

  • Provide light pole and wiring to connect EHC to the national grid (LEC).

11.2 Septic Tank and Access Chamber

  • Construct a septic tank with:
  • 6″ concrete block walls
  • Reinforced columns, beams, and slab using 12mm steel bars
  • Include cesspool as per drawings and BOQ.

11.3 Concrete Pavement

  • Construct concrete aprons around the building:
  • Length: 220 ft
  • Width: 2 ft
  • Height: 3 ft
  • Position: 2 ft away from the main building.

11.4 Gravel Pavement and Car Park

  • Construct pre-cast concrete curbs:
  • Length: 323 ft
  • Thickness: 4″
  • Height: 20″
  • Spread crushed rock within perimeter (60m x 50m).

  1. WATER SUPPLY SYSTEM
  • Construct a water tower (capacity: 1,500 gallons) with one borehole.
  • All works per approved water tower design and BOQ.

  1. SOLAR POWER INSTALLATION
  • Install 20 KVA solar system, including:
  • PV modules (warranty minimum 15 years)
  • Lithium batteries (warranty minimum 8 years)
  • Hybrid inverter (warranty minimum 5 years)
  • Charge controller (warranty minimum 5 years)
  • Remote monitoring system

 

  1. HANDOVERS

14.1 Pre-Handover Activities

Final Inspection

  • Conduct a joint work completion inspection with CRS, MOH, the University, and the contractor.
  • Identify defects or incomplete work (punch list).
  • Ensure all items on the punch list are rectified before handover.

Testing & Commissioning

  • Conduct joint testing of all systems: electrical, plumbing, solar power, water supply, and septic system.
  • Commission equipment and verify operational performance.

Cleaning & Site Clearance

  • Remove construction debris.
  • Clean all floors, walls, windows, and sanitary fixtures.
  • Restore site to a safe and usable condition.

14.2 Physical Handover

Keys & Access

  • Deliver all keys for doors, windows, and secured areas to CRS.

Utility Connections

  • Confirm connection to national grid (LEC), water supply, and functional solar system.

Training

Train selected facility staff on:

  • Solar system operation and monitoring.
  • Water tower and pump maintenance.
  • Electrical and plumbing systems.

14.3 Handover Certificate

Prepare and sign a statement:

  • Project name and location.
  • Completion date.
  • Confirmation of compliance with specifications.
  • Signatures of Contractor and CRS.

14.4 Defects Liability Period

  • 6 months.
  • Contractor remains responsible for fixing defects during this period.

 

NOTE: All work shall be done in accordance with the approved EHC design, specifications, and BOQ.

50. Deliverables

The selected contractor shall be responsible for the following key deliverables under the scope of this RFP:

  • Pre-Construction Deliverables
  • Site Preparation: Clearing of the site, leveling, removal of topsoil, fencing of the construction site and construction of temporary structures (offices, latrines etc.).
  • Mobilization Plan: Equipment, materials, and workforce mobilization.
  • Construction Schedule: Detailed timeline with milestones.
  • Health & Safety Plan: Site safety protocols and emergency procedures.
  • Environmental Management Plan: Waste disposal, dust control, and noise mitigation.
  • Structural Deliverables
  • Foundation Works: Completion of Excavation, footing, columns, block walls, grade beams, and slab construction.
  • Superstructure: Completion of Columns, beams, walls, slab, and roofing.
  • Staircases and Ramps: Completion of staircases and ramps for safe access between floors.
  • Roofing System: Installation of steel trusses, roofing members, roofing sheets, and drainage.
  • Architectural Deliverables
  • Wall Finishes: Completion of plastering, painting, and cladding.
  • Flooring: Completion of Tiling, concrete finishes, or other specified materials.
  • Doors and Windows: Installation of frames, shutters, and locks.
  • Ceilings: Completion of suspended or fixed ceiling systems.
  • Mechanical, Electrical & Plumbing (MEP)
  • Electrical Systems: Completion of wiring, lighting, sockets, connection to the national grid, and solarization.
  • Plumbing Systems: Completion of water supply, drainage, and sanitary fittings.
  • HVAC: Completion of ventilation and air conditioning systems.
  • Fire Safety Systems: Install fire extinguishers and alarms.
  • External Works
  • Landscaping: Completion of grading, planting, and gravel paving.
  • Drainage Systems: Install rainwater collection and wastewater management.
  • Parking and Walkways: Complete access roads and pedestrian paths with gravel.
  • Final Deliverables
  • Construction Completion: Completion of all components of the EHC construction in accordance with the approved drawings, technical specification, and bill of quantities.
  • Operation & Maintenance Manuals: Provide O&M manuals for installed systems.
  • Testing & Commissioning Reports: Verification of system functionality by CRS and stakeholders.
  • Completion Certificate: CRS issued work completion certificate, confirming 100% work completion.
  • Warranty: Covering the defects liability period (6 months).

51. Deliverables Schedule

The works specified in the scope of work shall be completed within 300 calendar days from the time the Commencement Date. However, the bidder has the right to propose a realistic construction schedule based on their workplan and methodology. If the bidder’s proposed duration to complete the scope of work is over the estimated period provided by CRS, a negotiation between CRS and the winning bidder to find a middle ground will be conducted prior to the signing of Contract. The detailed construction schedule shall be part of the construction contract once agreed to with CRS.

52. Design Drawings, Specification and Bill of Quantities

The design drawings, specifications and bill of quantities are shown in the given link. Design drawings for …. are contained in zip files, blank Bill of Quantities are shown in excel file and the Specification in pdf file.

 

 

Section VII. Bid Forms

Application Submission Form

[For a joint venture, either all members shall sign or only the authorized representative, in which case the power of attorney to sign on behalf of all members shall be attached]

Date: [Insert day, month, year]

RFP No. and title: 2005860 – EHC Construction

To: CRS Liberia

We, the undersigned, declare that:

  1. We have examined and have no reservations to the Scope of Work, Specifications, Drawings, and related materials, including the Addendum, for the Construction of Education Health Center, located at the AM Dogliotti Preclinical Campus at Fendell, in Liberia.
  2. We offer to execute the Works for this Contract in accordance with the Design Drawings, Specification, Bill of Quantities, General and Special Conditions of the Contract accompanying this Declaration.
  3. Our Bid shall be valid for a period of ninety (90) calendar days from the date fixed for the submission of bids and shall remain for the bid validity period.
  4. If our offer or sworn declaration is accepted, we commit to obtain a Performance Security in the amount of twenty percent (20%) of the contract price for the due performance of the contract and an Advance Payment Guarantee equivalent to the proposed advanced amount of ten percent (10%) of the contract price.
  5. We have no conflict of interest in the current process.
  6. We have not been suspended by Catholic Relief Services USCCB or the Global Fund based on execution of a Bid Securing Declaration.
  7. Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by CRS or the Global Fund
  8. We understand that you are bound to accept only the highest quality of workmanship as dictated by the designs and specifications shared to all bidders prior to this declaration and that our firm accepts to uphold, observe such standard set forth by your organization.
  9. Suspension and Debarment: We, along with any of our Joint Venture Members, suppliers, consultants, manufacturers, or service providers for any part of the contract, are not subject to, and not controlled by any entity or individual that is subject to, a temporary suspension or a debarment imposed by CRS or the Global Fund or a debarment imposed by CRS or the Global Fund or any other public body. Further, we are not ineligible to participate in this project under the law of Liberia, US law, or under any requirement or decision of the United Nations, the Global Fund or any public international body, or under any Global Fund project.
  10. We understand that you may cancel the RFP process at any time and that you are neither bound to accept any Bid that you may receive nor are you required to award a contract under this RFP and under no circumstances shall CRS incur any liability to Bidders in connection with this RFP.
  • We hereby declare that we are able to make the representations as set out in Appendix to the contract entitled “Contractor Representations and Warranties”. All information, statements and description contained in the Bid are in all respect true, correct and complete to the best of our knowledge and belief.
  • We likewise certify/confirm that the undersigned, is duly authorized representative of the contracting firm, and granted full power and authority to do, execute and perform all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract. We further certify that every commitment, declaration, and acceptance contained within this Application Submission Form is made and accepted, including with respect to any Joint Venture, on a joint and several liability basis by all members of the Joint Venture.
  1. Legal Name of Joint Venture Member: [Insert legal name of Joint Venture here]
  2. Address of Joint Venture Member: [Insert address of Joint Venture here]

 

Signed [insert signature(s) of an authorized representative(s) of the Applicant and signed by the authorized representative of each company forming any Joint Venture]

 

Name [insert full name of person signing the Application]

 

In the capacity of [insert capacity of person signing the Application]

 

Duly authorized to sign the application for and on behalf of:

 

Applicant’s Name: [insert full name of Applicant or the name of the JV

 

Address: [Insert full address: street number, city/town, country]

 

Date: [Insert day] of [Insert month], [Insert year]

 

Form CoI – 1.3

Declaration of Absence of Conflict of Interest

[The following table shall be filled in for the Applicant AND for each member of a Joint

Venture]

 

Print on the candidate’s letterhead if possible

Date:

Catholic Relief Services (CRS) Liberia Office

I, the undersigned, Mr. or Mrs.: 

__________________________________________________

Acting as: _________________________________________________________
Company Authorized Representative: (Company Name, Address) _________________________________
_____________________________________________________________________________

Declares that:

  • Neither our company nor our staff have any conflict of interest in any activity that would place us, if selected, in a conflict of interest with CRS.
  • Our company confirms that neither the applicant nor its Joint Venture Member(s) have been associated, or involved, in any way, directly or indirectly, in the preparation of the design, terms of reference and/or other documents used in the context of this call for tenders.
  • Neither our company nor its affiliates or subsidiaries (including our Joint Venture Member(s) or suppliers of any part of the contract), have been declared ineligible by CRS or under any Global Fund project
  • We have not and will not offer gifts or favours of any kind in exchange for this tender, and we will not do so throughout the performance of any contract awarded.
  • Exclusive Participation: We confirm that our firm our firm is participating in this bidding process solely as a member of this Joint Venture.

 

Finally, I authorize CRS to verify this information. I also agree to assume the consequences of any breach of this Agreement in connection with the performance of this Agreement.

 

 

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

 

Form CON – 2

Historical Contract Non-Performance, Pending Litigation and Litigation History

[The following table shall be filled in for the Applicant AND for each member of a Joint Venture]

Applicant’s Name: [insert full name]

Date: [insert day, month, year]

Joint Venture Member Name:[insert full name]

RFP No. and title: 2005860 – EHC Construction

Page [insert page number] of [insert total number] pages

Non-Performing Contracts in accordance with Section III, Eligibility

Requirements

 Contract non-performance did not occur since 1st January 2020 in accordance with Section III, Eligibility Requirements, subfactor 2.1

 

 Contract(s) not performed since 1st January 2020 in accordance with Section III, Eligibility Requirements, subfactor 2.1

YearNon

performed

portion of

contract

Contract Identification

Total

Total Contract

Amount (current

value, US$

equivalent)

[insert

year]

[insert amount

and percentage]

Contract Identification: [indicate complete contract

name/ number, and any other identification]

Name of Employer: [insert full name]

Address of Employer: [insert street/city/country]

Reason(s) for non performance: [indicate main

reason(s)]

[insert amount]
Pending Litigation
 No pending litigation

 Pending litigation as indicated below.

Year of disputeAmount in dispute (currency)Contract Identification

 

Total Contract

Amount

(current value,

US$

equivalent)

[insert

year]

[insert

amount]

Contract Identification: [indicate complete

contract name, number, and any other

identification]

Name of CRS: [insert full name]

Address of CRS: [insert street/city/country]

Matter in dispute: [indicate main issues in dispute]

Party who initiated the dispute: [indicate “CRS” or “Contractor”]

Status of dispute:

[insert amount]
Litigation History
 No Litigation History

 Litigation History as indicated below.

Year of

award

Outcome as

percentage of Net

Worth

Contract IdentificationTotal Contract

Amount

(currency), USD

Equivalent

(exchange rate)

[insert

year]

[insert

percentage]

Contract Identification: [indicate

complete contract name, number, and

any other identification]

Name of CRS: [insert full name]

Address of CRS: [insert

street/city/country]

Matter in dispute: [indicate main issues

in dispute]

Party who initiated the dispute:

[indicate “CRS” or “Contractor”]

Reason(s) for Litigation and award

decision [indicate main reason(s)]

[insert amount]

*The Bidder shall use the OANDA Interbank Mid-Rate published on the last day of the fiscal year.

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

Form CON – 3

ES Performance Declaration

[The following table shall be filled in for the Applicant AND for each member of a Joint

Venture]

Applicant’s Name: [insert full name]

Date: [insert day, month, year]

Joint Venture Member’s or Specialized Subcontractor’s Name: [insert full name]

RFP No. and title: 2005860 – EHC Construction

Page [insert page number] of [insert total number] pages

 

Environmental and Social Performance Declaration

in accordance with Section Section III, Eligibility Requirements

No suspension or termination of contract: Employer has not suspended or terminated a contract and/or called the performance security for a contract for reasons related to Environmental, or Social (ES) performance since the last 5 years.

Declaration of suspension or termination of contract: The following contract(s) has/have been suspended or terminated and/or Performance Security called by Employer(s) for reasons related to Environmental or Social (ES) performance since the last 5 years. Details are described below:

YearSuspended or

terminated

portion of

contract

Contract IdentificationTotal Contract

Amount (current

value, currency,

exchange rate and

US$ equivalent)

[insert

year]

[insert amount

and percentage]

Contract Identification: [indicate complete contract name/

number, and any other identification]

Name of Employer: [insert full name]

Address of CRS: [insert street/city/country]

Reason(s) for suspension or termination: [indicate main

reason(s) e.g. gender-based violence; sexual

exploitation or sexual abuse breaches]

[insert amount]
[insert

year]

[insert amount

and percentage]

Contract Identification: [indicate complete contract name/

number, and any other identification]

Name of Employer: [insert full name]

Address of Employer: [insert street/city/country]

Reason(s) for suspension or termination: [indicate main

reason(s) e.g. gender-based violence; sexual

exploitation or sexual abuse breaches]

[insert amount]
[list all applicable contracts]
Performance Security called by an Employer(s) for reasons related to ES performance
YearContract IdentificationTotal Contract

Amount (current

value, currency,

exchange rate and

US$ equivalent)

[insert

year]

Contract Identification: [indicate complete contract name/ number, and

any other identification]

Name of Employer: [insert full name]

Address of Employer: [insert street/city/country]

Reason(s) for calling of performance security: [indicate main reason(s)

e.g. gender-based violence; sexual exploitation or sexual abuse

breaches]

[insert amount]

The Bidder shall use the OANDA Interbank Mid-Rate published on the last day of the fiscal year.

 

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

 

Form FIN – 3.1

Bank Certificate to confirm Financial Situation and Performance

[This certificate MUST be issued by the primary bank either on behalf of a joint venture or a single applicant]

Minimum content of the Bank Certificate

  1. Bank Name: (Required to verify authenticity)
  2. Bank Address: (Required to verify authenticity)
  3. Name & Role of the authority issuing the certificate: (Required to verify authenticity)
  4. Date of Issue: (Must be within 30 days of submission deadline)
  • Confirmation of Access to Funds: A statement from the bank confirming that the client (the Bidder) has access to immediately available unencumbered funds or an unused line of credit of at least US$ 360,000 (or equivalent).

Important Note: The bank certificate SHOULD NOT list the specific account number nor the current balance.

Form FIN – 3.2

Average Annual Construction Turnover

 

[The following table shall be filled in for the Applicant AND for each member of a Joint

Venture]

Applicant’s Name: [insert full name]

Date: [insert day, month, year]

Joint Venture Member Name: [insert full name]

RFP No. and title: 2005860 – EHC Construction

Page [insert page number] of [insert total number] pages

 

Annual Turnover (Audited Revenue) Data (construction only)
YearAmount CurrencyExchange rate*US$ equivalent
[indicate year][insert amount and indicate currency should be payment received for work completed or ongoing and not contract value][insert amount in US$

equiv.]

Average Annual Construction Turnover **

* The Bidder shall use the OANDA Interbank Mid-Rate published on the last day of the fiscal year being reported for each of the five years submitted.

* Average Annual Construction Turnover calculated as total Certified Payments received for work in progress or completed, divided by the number of years (5)

Eligibility Requirements subfactor 3.2

Calculation: Total Revenue (Year 1) + Total Revenue (Year 2) + Total Revenue (Year 3) + Total Revenue (Year 4) + Total Revenue (Year 5) divided by 5.

Verification: None needed beyond the Audited financial statements.

 

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

Form EXP – 4.2 (a)

Specific Construction and Contract Management Experience

[The following table shall be filled in for contracts performed by the Applicant AND each member

of a Joint Venture]

Applicant’s Name: [insert full name]

Date: [insert day, month, year]

Joint Venture Member Name: [insert full name]

RFP No. and title: 2005860 – EHC Construction

Page [insert page number] of [insert total number] pages

List chronologically works performed as Prime Contractor of a nature and amount similar to the work proposed in this bid over the past five years. Also list details of work in progress or committed to, including the expected completion date(s), using the table below.

Similar Contract No.

[insert number] of [insert number

of similar contracts required]

Information

Contract Identification[insert contract name and number, if applicable]
Award date[insert day, month, year, as in 15 June, 2015]
Completion date[insert day, month, year, as in 03 October, 2017]
Role in Contract

[check the appropriate box]

Contractor

Management

Contractor

Subcontractor

Member in

JV

Total Contract AmountUS$ [insert total contract amount in US$ equivalent]
If member in a JV or subcontractor,

specify participation in

total Contract amount

[insert a

percentage

amount]

[insert total

contract amount

in local

currency]

[insert exchange rate and total

contract amount in US$

equivalent]*

Employer’s Name:[insert full name]
Address:[indicate street / number / town or city / country]
Telephone/fax number[insert telephone/fax numbers, including country and

city area codes]

E-mail:[insert e-mail address, if available]
Description of the similarity in accordance with scope of work in accordance with subfactor 4.2 (a)[insert contract name and number, if applicable]
1. Amount[insert amount in US$ in words and in

Figures]

2. Physical size[insert physical size of activities]
3. Complexity[insert description of complexity]
4. Methods/Technology[insert specific aspects of the methods/technology

involved in the contract]

5. Other Characteristics[insert other characteristics if any]

*The Bidder shall use the OANDA Interbank Mid-Rate published on the last day of the fiscal year.

Note: In order to verify if the contracts have been successfully or substantially completed, each contract should be accompanied by:

1) A copy of signed Certificate of Substantial Completion or Final Acceptance Certificate of the Client/Employer OR

2) A copy of the Final Interim Payment Certificate (IPC) or a letter from the client stating the Total Certified Value paid/due on that project.

This form will be verified against the information of the Audited Financial Statement for the last five years.

The total certified payments claimed for any given fiscal year will be cross-checked against the Total Construction Turnover in the Audited Financial Statement. To account for standard retentions and accounting timing differences, the reported revenue in the financial statement MUST represent at least 80% of the total certified values claimed for that period.

In case of discrepancy (between certified payments and the audited financial statement) exceeding 20%, CRS reserves the right to seek clarification. Failure to provide a satisfactory reconciliation within the stipulated timeframe shall result in the rejection of the affected project experience. If the rejection brings the total number of qualifying projects below the mandatory five (5), the entire bid will be deemed non-responsive.

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

Section VIII. ANNEXES

Annex 1. Form of Tender Security (Bid Security Guarantee)

Guarantee No.: [ insert guarantee reference number ]

The Guarantor: [ insert name and address of place of issue, unless indicated in the letterhead ]

Name of Contract/Contract No.: [ insert reference number or other information identifying the contract with regard to which the tender is submitted]

The Beneficiary (the “Employer”): CRS Liberia [ insert name and address of the Beneficiary ]

We have been informed that [ insert name and address of the Tenderer ] (hereinafter called the “Applicant”) is submitting an offer for such Contract in response to your invitation, and that the conditions of your invitation (the “Conditions of Invitation”, which are set out in a document entitled Instructions to Tenderers) require his/her offer to be supported by a tender security.

At the request of the Applicant, we [ insert name of Guarantor ] hereby irrevocably undertake to pay you, the Beneficiary/Employer, any sum or sums not exceeding in total the amount of US$ 50,000.00 (Fifty Thousand United States Dollars and Zero Cents) upon receipt by us of your demand in writing and your written statement (in the demand) that:

  • the Applicant has, without your agreement, withdrawn his/her offer after the latest time specified for its submission and before the expiry of its period of validity, or
  • the Applicant has refused to accept the correction of errors in his/her offer in accordance with such Conditions of Invitation, or
  • you awarded the Contract to the Applicant and he/she has failed to comply with Sub-Clause 1.6 of the Conditions of Contract, or
  • you awarded the Contract to the Applicant and he/she has failed to comply with Sub-Clause 4.2.1 of the Conditions of Contract.

Any demand for payment must contain your signature(s) which must be authenticated by your bankers or by a notary public. The authenticated demand and statement must be received by us at the following office [ insert address of office ] on or before [ insert the date 35 days after the expiry of the validity of the Letter of Tender ], when this guarantee shall expire.

The party liable for the payment of any charges: The Applicant

[ insert the name of the party ].

This guarantee shall be governed by the laws of the Republic of Liberia [ insert the law

governing the guarantee ], and shall be subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758.

 

SIGNED by: SIGNED by(1):

(signature) (signature)

(name) (name)

Date:

 

(1) Whether one or more signatories for the bank are required will depend on the bank and/or applicable law.

 

Annex 2. Letter of Tender

NAME OF CONTRACT:

 

TO:

 

We have examined the Conditions of Contract, Specification, Drawings, Schedules including the Bill of Quantities, the Contract Data and Addenda Nos for the above-named Contract and the words and expressions used herein shall have the meanings assigned to them in the Conditions of Contract. We offer to execute and complete the Works and remedy any defects therein, in conformity with this Tender which includes all these documents, for the sum of

 

[ currency and amount in figures ]

 

[ currency and amount in words ]

or such other amount as may be determined in accordance with the Contract.

We agree to abide by this Tender until [ date ] and it shall remain binding upon us and may be accepted at any time before that date.

If this offer is accepted, we will provide the specified Performance Security, commence the Works as soon as is reasonably practicable after the Commencement Date, and complete the Works in accordance with the above-named documents within the Time for Completion.

Unless and until a Contract Agreement is prepared and executed this Letter of Tender, together with your written acceptance thereof, shall constitute a binding contract between us.

We understand that you are not bound to accept the lowest or any tender you may receive. Signature in the capacity of

 

duly authorized to sign tenders for and on behalf of

 

Address:

 

Date:

Annex 3. Letter of Acceptance

NAME OF CONTRACT:

 

CONTRACT NUMBER:

 

TO:

 

Date:

 

Your Reference:

 

Our Reference:

We thank you for your Tender dated for the execution and completion of the Works comprising the above-named Contract and remedying of defects therein, all in conformity with the terms and conditions contained in the Contract.

We have pleasure in accepting your Tender for the Accepted Contract Amount of:

 

[ currency and amount in figures ]

 

[ currency and amount in words ]

 

which amount includes the Provisional Sums (if any).

 

In consideration of you properly and truly performing the Contract, we agree to pay you the Accepted Contract Amount or such other sums to which you may become entitled under the terms of the Contract, at such times and as prescribed by the Contract.

 

We acknowledge that this Letter of Acceptance creates a binding Contract between us, and we undertake to fulfil all our obligations and duties in accordance with the terms of this Contract.

 

Signed by: (signature) For and behalf of:

 

Date:

 

Annex 4. Tech02 – Technical Methodology Scoring Matrix

Section No. Max PointsExcellent (100% – Full Compliance + Innovation)Good (75% – Full Compliance)Fair (50% – Partial Compliance)Poor (0 Points – Missing/Non-Compliant)
I. Project Comprehension (4 Pts)
1. Summary of Approach11 Pt: Max 1 page. Identifies the 3 highest cost/risk items in the BoQ/Drawings and provides a specific mitigation statement for each.0.75 Pt: Max 1 page. Identifies the 3 highest risk items, but mitigation is generic.0.5 Pt: Summary is present but only paraphrases the RFP’s project scope.Missing, irrelevant, or exceeding 1-page limit.
2. Understanding of Context and Challenges11 Pt: Identifies 3 or more unique, site-specific constraints that were not explicitly listed in the RFP.0.75 Pt: Identifies and discusses all major constraints listed in the RFP documents.0.5 Pt: Discusses only generic construction risks without site-specific analysis.Section is missing, or analysis is copied boilerplate.
3. Review of Design & Constructability11 Pt: Proposes a clear process and identifies at least one (1) specific, high-impact coordination conflict between trades (e.g., MEP vs. Structure) with a proactive resolution strategy.0.75 Pt: Proposes a general internal design review process with clear steps and responsibilities.0.5 Pt: General commitment to reviewing design without detailing a specific process or responsibility matrix.Missing or fails to mention design coordination.
4. Value Engineering Proposal11 Pt: Includes a process and one specific, quantifiable proposal for value engineering that demonstrably reduces cost or time without compromising quality.0.75 Pt: Includes a clear process for internal and external Value Engineering submissions and review.0.5 Pt: General statement of intent to perform Value Engineering without process or example.Missing, or proposal would violate a mandatory requirement.
II. Core Execution Plan (13 Pts)
5. Technical Approach: Soundness of Methodology22 Pts: The methodology is structured, detailed all major phases and linked directly to the schedule/Gantt chart.1.5 Pts: The methodology is logical and complete but structured around major phases only.1 Pt: The methodology is presented but lacks detail or is not fully aligned with the project scope.Missing, or is unusable/irrelevant to the project.
6. Detailed Activity Schedule22 Pts: Provides a clear, detailed activity schedule using a Gantt Chart, including activity sequencing, the start date, and completion date of each activity, and logically links them to the 5. Technical Approach.1.5 Provides a clear, detailed activity schedule using a Gantt Chart, including activity sequencing, no start date, and completion date of each activity, and it not logically links them to the 5. Technical Approach.1 Pt: Provides a generic work schedule or simply paraphrases the BoQ/drawings without describing the activities and sequencing.Missing, or proposes a non-feasible method.
7. Quality Assurance/Control (QA/QC) Plan22 Pts: Includes an Inspection and Test Plan (ITP) with specific hold points and sign-off responsibilities for 3 critical structural or specialized elements (e.g., concrete, steal, blocks, specialized flooring).1.5 Pts: Provides a detailed QA/QC manual that generally outlines procedures for material testing and workmanship checks.1 Pt: General commitment to quality checks without detailing specific ITP steps or sign-off hierarchy.Missing, or is purely a restatement of the project specifications.
8. Materials Procurement Plan11 Pt: Includes a detailed, sequenced list of all long-lead time items with clear, confirmed sourcing, and required delivery dates.0.75 Pt: Lists major materials and components but does not specifically detail the long-lead time items or their lead times.0.5 Pt: Mentions procurement in general terms without detailing the process or specific material sourcing.Missing, or proposes materials that are non-compliant with the specifications.
9. Manpower Schedule22 Pts: Provides a detailed weekly/monthly schedule showing required staffing levels for 20 or more persons and demonstrates the plan for sourcing and mobilizing specialized trades for EHC.1.5 Pts: Provides a schedule with a total manpower counts but lacks detail on specialized roles or mobilization timing.1 Pt: Provide a simple chart with only total crew numbers without detailing roles, specialties, or schedule.Missing, or the proposed staffing is insufficient for the project timeline and complexity.
10. Equipment Management Plan22 Pts: Mandatory Annex Form used (Annex 5). Minimum list of essential equipment (1 excavator of 10-45 ton, 1 bulldozer of 350 hp minimum, 2 dump trucks of 14 cubic meters, 1 compactor of 1,200 LB minimum, 1 concrete mixer of 8 cubic meter minimum, 1 vibrator 20 m³/h minimum)
+ Specialized construction tools, a detailed dated utilization schedule linked to the (6). Detailed Activity Schedule.
1.5 Pts: Mandatory Annex Form used (Annex 5). Minimum list of essential equipment (1 excavator of 10–45-ton, 1 bulldozer of 350 hp minimum, 2 dump trucks of 14 cubic meters, 1 compactor of 1,200 LB minimum, 1 concrete mixer of 8 cubic meter minimum, 1 vibrator 20 m³/h minimum) and a detailed Utilization Schedule showing mobilization/demobilization dates for all major plant.1 Pt: Mandatory Annex Form used (Annex 5) Minimum list of essential equipment (1 excavator of 10-45 ton, 1 bulldozer of 350 hp minimum, 2 dump trucks of 14 cubic meters, 1 compactor of 1,200 LB minimum, 1 concrete mixer of 8 cubic meter minimum, 1 vibrator 20 m³/h minimum) but the utilization schedule is generic, undated, or lacks detail on key plant usage periods.Mandatory Annex Form is not used, OR the required Minimum list of essential equipment is missing from the submission.
11. Site Organization and Layout Schedule12 Pts: Provides a scaled Site Layout schedule clearly showing all temporary work (offices, storage, labor camp, fence), access points, and designated safety areas.1.5 Pts: Provides a schedule with missing details.1 Pt: Provided a general written description of the site layout without an actual schedule.Missing, or the plan violates site boundary restrictions.
12. Risk Management Plan12 Pts: Identifies at least 3 high-impact projects risks and details mitigation measures with assigned responsibilities and timeline1.5 Pts: Identifies 3 risks but provides only generic mitigation strategies.1 Pt: Provides a list of general construction risks without specific mitigation actions.Missing, or fails to list any risk.
III. Interface and Control (3 Pts)
12. Progress Monitoring12 Pts: Proposes a detailed, structured Monitoring Plan.1.5 Pts: Proposes a monitoring plan with clear details of “how the monitoring will be done”.1 Pt: Proposes a monitoring plan without clear details of “how the monitoring will be done”.Missing, or monitoring plan method is clearly inadequate for the project complexity.
13. Project Closeout and Handover Plan22 Pts: Detailed plan covering the sequencing of final functional testing, compilation of Operation & Maintenance (O&M) manuals, and a structured, multi-session training program for University of Liberia’s staff on the usage of the building.1.5 Pts: Provides a general list of closeout requirements (testing, manuals, training) without a clear sequence or structure.1 Pt: General statement that O&M manuals and training will be provided upon completion.Missing, or only addresses the physical construction completion, ignoring handover requirements.
TOTAL20 Pts

 

Annex 5. Tech02 List of Essential Equipment (owned or leased)

In the case of a Joint Venture, either of partner or member company must provide duly completed information.

Description

(Type, Model, Make)

No. of

Year of Manufacture

1) Ownership

2) Valid Rental OR Lease agreement

3) Purchase Agreement

CapacityMotor

No./Body No

ConditionPresent

Location

1Excavator110 – 45 ton
2Bulldozer1350 horsepower minimum
3Dump Truck214 cubic meters minimum
4Compactor11200 LB minimum
5Concrete mixer18 cubic meters minimum
6Vibrator120 m3/h minimum
7
8
9
10

Required Supporting Document:

  1. Photos of the equipment including Capacity details.
  2. Proof of Ownership (O.R./C.R./Deed of absolute sale)/Rental/Leased for equipment.

 

Company Name: ______________________

Name of In-Charge: ____________________

Position: _____________________________

Signature: ____________________________

Date: _______________________________

 

Supporting Documents for each key personnel

  1. Copy of degree (bachelor or master)
  2. Cv
  3. Photocopy of Valid Professional Licenses Identification Card or Valid Liberia Engineering Society Membership certificate (Only for Civil Engineer, Structure Engineer and Architect); and
  4. Photocopy of the Certificate of Training of the Construction Safety and Health Personnel/Safety Officer (EH and Safety Officer only)

Selected Bidder, if doesn’t meet requirement (d) MUST provide evidence of compliance before contracting with CRS. Failure to comply will lead to disqualification.

 

Note: For key personnel to be validated, Bidder MUST fill out Annex 6 AND provide (a), (b), (c) and (d). This is a PASS/FAIL to have the point.

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

 

Section No. Max PointsExcellent (100% – Full Compliance + Innovation)Good (75% – Full Compliance)Fair (50% – Partial Compliance)Poor (0 Points – Missing/Non-Compliant)
1. Mobilization Plan Detail55.0 Pts: Provides a detailed Pre-Construction Timeline (Gantt Chart) covering the first 30 days. This timeline should be fully integrated with TechCR02, Section 9 (Manpower) and Tech02, Section 10 (Equipment), and is supported by a written narrative.3.75 Pts: Provides a detailed Pre-Construction Timeline (Gantt Chart) covering the first 30 days, listing all major activities, but lacks full integration with the Manpower/Equipment schedules.2.5 Pts: Provides a written narrative of the first 30 days of work with key milestones, but no accompanying Gantt chart or visual schedule.Missing, or timeline is generic and does not align with the Contract Start Date.
2. Key Milestones & Critical Path33.0 Pts: Identifies the Critical Path activities for the entire project, links the main project phases directly to Tech02, Section 5 (Technical Approach), and clearly marks the target completion dates for 3 major EHC milestones.2.25 Pts: Provides a comprehensive Gantt chart for the full contract duration, but the Critical Path is not clearly identified or justified.1.5 Pts: Provides a high-level bar chart or simple list of milestones without showing task dependencies or a clear completion date for all major phases.Submission only lists the final contract completion date without any interim milestones.
3. Contract Duration Feasibility22.0 Pts: The proposed contract duration is demonstrably less than the maximum period allowed in the RFP and the methodology (Tech02) justifies the accelerated schedule.1.5 Pts: The proposed duration is exactly the maximum period allowed and is fully justified by the activity sequencing.1.0 Pt: The duration meets the requirement, but the sequencing logic (Tech02, Section 6) shows a high risk of delay or lacks float for key activities.The proposed duration exceeds the maximum allowed time in the RFP.
TOTAL10 Pts

 

Annex 6. Tech05 – Environmental Health and Safety

Section No. Max PointsExcellent (100% – Adaptive and Proactive)Good (75% – Compliant and Detailed)Fair (50% – Basic Compliance and General)Poor (0 Points – Non-Compliant/Missing)
1. Occupational Health & Safety (OHS)33.0 Pts: Provides a Site-Specific Safety Plan detailing procedures for 3 High-Risk Construction Activities with a clear emergency response flowchart for each.2.25 Pts: Provides a comprehensive Safety Manual detailing standard safety procedures, but no clear hierarchy of safety personnel and responsibilities.1.5 Pts: Provides a general commitment to safety and lists mandatory personal protective equipment (PPE) but lacks site-specific procedures or detailed risk assessment.Missing, or relies solely on a boilerplate corporate policy without site adaptation.
2. Environmental Management (EMP)33.0 Pts: Details a specific, measurable plan for managing EHC-specific waste management that includes segregation, authorized disposal sites, and monitoring procedures.2.25 Pts: Provides a detailed plan for managing standard construction waste and addresses dust/noise mitigation.1.5 Pts: Provides a general commitment to environmental compliance and promises to manage waste but lacks specific methods or disposal site confirmation.Missing, or proposes a method that violates local environmental regulations.
3. Social/Safeguarding Plan (Inclusion & Risk)33.0 Pts: Submission includes a comprehensive Social/Safeguarding Policy Framework that fully details the mandatory Code of Conduct for all personnel, outlines the procedure for the Grievance Redress Mechanism (GRM), and describes the methodology for managing community interfaces.2.25 Pts: Includes a Code of Conduct and a basic plan for managing community complaints or grievances (Grievance Redress Mechanism, GRM).1.5 Pts: General commitment to local hiring and avoidance of social harm but lacks a formal Code of Conduct or a defined GRM for the community.Missing, or plan shows no awareness of Global Fund social safeguarding requirements (e.g., GBV, child labor).
TOTAL9 Pts

 

 

Annex 7. Mandatory Eligibility & Minimum Qualification Requirements Checklist

#Required DocumentApplicable toEvaluation Stage
1Application Submission Form Acknowledge, stamp and signLead EntityEligibility & Contractual Compliance
2Business Registration Certificate OR equivalent AND

Valid Tax Clearance Certificate OR equivalent

Each Joint Venture MemberEligibility & Contractual Compliance
3(1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual OR

(2) Entity current financial audited statements.

Each Joint Venture MemberEligibility & Contractual Compliance
4Declaration of Absence of Conflict of Interest Acknowledge, stamp and sign (Form CoI – 1.3)Each Joint Venture MemberEligibility & Contractual Compliance
5Articles of Incorporation OR equivalentEach Joint Venture MemberEligibility & Contractual Compliance
6Ministry of Public Works Construction Company Certificate, category (B.1 – B.12, B.20 & B.60)Local Bidders (ONLY)Eligibility & Contractual Compliance
7Association of Liberian Construction Contractors (ALCC) CertificateLocal Bidders (ONLY)Eligibility & Contractual Compliance
8PPPCC Certificate of RegistrationLocal Bidders (ONLY)Eligibility & Contractual Compliance
9Licenses, Permits, and Certification from the host country for buildings constructions.International Bidders (ONLY)Eligibility & Contractual Compliance
10Demonstrate local implementation capacity via formal partnership (Memorandum of Understanding or Joint Venture Agreement) with a Registered Liberian Entity. The MoU/JV Agreement should describe the role of the partner in the venture.International Bidders (ONLY)Eligibility & Contractual Compliance
11Physical presence of Registered Liberian Entity (Lease or Rental agreement or Land Deed)Local Bidders (ONLY)Eligibility & Contractual Compliance
12

 

Form of Tender Security (Bid Security Guarantee) (Annex 1)Lead EntityEligibility & Contractual Compliance
1313Historical Contract Non-Performance Acknowledge, stamp and sign (Form CON – 2)Each Joint Venture MemberMinimum Qualifications Requirements (MQR)
14Environmental and Social (ES) Declaration Acknowledge, stamp and sign (Form CON – 3)Each Joint Venture MemberEligibility & Contractual Compliance
15Bank Certificate to confirm Financial Situation and Performance (Form FIN – 3.1)Lead EntityMinimum Qualifications Requirements (MQR)
16Average Annual Construction Turnover Acknowledge, stamp and sign with copies of financial statements within the last 5 years (Form FIN – 3.2)Each Joint Venture MemberMinimum Qualifications Requirements (MQR)
17Specific Construction Experience with at LEAST 3 (additional contracts will grant points during Technical Evaluation) contracts within the last 5 years (Form EXP – 4.2 (a)) Acknowledge, stamp and signEach Joint Venture MemberMinimum Qualifications Requirements (MQR)
18Audited Financial Statements (including Balance Sheets, Income Statements, and Notes) for the last five (5) financial yearsEach Joint Venture MemberEligibility & Contractual Compliance

 

Section IX. Drawings

Section X. Bill of Quantities

Section XI. Construction Contract Template

https://fidic.org/books/construction-contract-2nd-ed-2017-red-book-reprinted-2022-amendmentsThe form of contract is attached as Annex ( )

The Conditions of Contract comprise the “General Conditions”, which form part of the “Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer ” Second Edition 2017, reprinted 2022 with amendments, published by the Fédération Internationale des Ingénieurs-Conseils (FIDIC), the Contract Data (Particular Conditions – Part A) and the “Special Provisions” (Particular Conditions – Part B), which include amendments and additions to such General Conditions.”

The provisions to be found in the Special Provisions (Particular Conditions – Part B) take precedence over the equivalent provisions found under the same Sub-Clause number(s) in the General Conditions, and the provisions of the Contract Data (Particular Conditions – Part A) take precedence over the Special Provisions (Particular Conditions – Part B).”

The FIDIC General Conditions may be found at: FIDIC | Construction Contract 2nd Ed (2017 Red Book, Reprinted 2022 with amendments) | International Federation of Consulting Engineers

Contractor shall indicate with its bid any proposed changes to the form of contract.

Contract Form Flexibility

The contract form attached to this RFP is provided as a draft for reference. CRS may propose modifications during negotiations to reflect project requirements, applicable laws, or risk allocation. Respondents may also propose alternative language for consideration, provided such changes do not conflict with mandatory provisions of the RFP. Final terms will be subject to mutual agreement.

[1] Non performance, as decided by CRS, shall include all contracts where (a) non performance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the applicant have been exhausted.

[2] This requirement also applies to contracts executed by the Applicant as JV member.

[3] CRS may use this information to seek further information or clarifications during the bidding stage and the associated due diligence.

This job has expired. Unfortunately, you can no longer apply for this position.:

View other jobs