REQUEST FOR PROPOSAL
N°2005860
CONSTRUCTION OF AN EDUCATION HEALTH CENTER AT THE AM DOGLIOTTI PRECLINICAL CAMPUS AT FENDELL, IN LIBERIA
| Issuing Organization | Catholic Relief Services Liberia |
| Donor | Global Fund |
| Project | GC7: Scaling up Malaria Prevention, Treatment, and Control Interventions in Liberia for Sustained Impact |
| Budget Code | 1.066 |
| Issue Date | January 8, 2026 |
| Site Visit 1 | January 15, 2026 |
| Pre-Bid Meeting | January 16, 2026 |
| Site Visit 2 | January 21, 2026 |
| Request for Clarification Deadline | January 23, 2026 at 4:00 pm GMT |
| Submission Deadline | February 9, 2026 at 4:00 pm GMT |
| Contact Email | liberiarfq@crs.org |
| Type of Agreement | Contract 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
Section II. Instructions to Bidders (ITB) 5
Section III. Eligibility and Minimum Qualification Requirements (MQR) 10
Section IV. Evaluation Criteria. 21
Section V. Post-Qualification Actions 26
Section X. Bill of Quantities 60
Section XI. Construction Contract Template. 61
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.
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:
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.
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:
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.
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.
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:
To ensure proper evaluation, International Bidders must submit three (3) separate ZIP files corresponding to:
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.
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
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.
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.
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.
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.
See subclause 44. Financial Evaluation for more details.
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.
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.
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
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
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.
In the event of a tie in final scores (Technical Score + Financial Score), CRS will apply the following criteria to determine the winning bidder:
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.
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).
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.
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:
Any Bid deemed materially deficient shall be rejected and disqualified.
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.
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.
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:
CRS maintains a zero-tolerance policy for fraud, misrepresentation, and unethical conduct in its procurement processes.
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.
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.
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.
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.
Bidders MUST comply with General Requirements for all Contractors referenced into PC – Part B, Sub-Clause 4.9.
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)
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.
The Tender Security shall remain valid for a period of thirty-five (35) days beyond the expiry of the Bid Validity Period (90 days).
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.
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.
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.
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.
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.
CRS exemption to tax on Goods Service Tax or any import tax is specified in PC – Part B, Sub-Clause 4.25.
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.
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:
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.
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.
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.
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:
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.
Bidders are required to meet the following criteria to be eligible to participate in this procurement:
| Eligibility and Minimum Qualification Criteria | Compliance Requirements | Documentation | |||||
| No. | Subject | Requirement | Single Entity | Joint Venture | Submission Requirements | ||
| All Parties Combined | Each Partner | Lead Partner | |||||
| 1. Eligibility | |||||||
| 1.1 | Application Form (Acknowledge, stamp and sign) | Must meet requirement | N/A | N/A | Must meet requirement | Application Submission Form | |
| 1.2 (a) | Nationality and Legal Capacity | Nationality Legal right to conduct business | Must meet requirement | N/A | Must meet requirement | N/A | (1) Business Registration or Equivalent AND (2) Valid Tax Clearance Certificate or equivalent |
| 1.2 (b) | Nationality and Legal Capacity | Proof that no bankruptcy proceedings are pending against the Bidder | Must meet requirement | N/A | Must meet requirement | N/A | (1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual OR (2) Entity current audited financial statements. |
| 1.3 | Absence of Conflict of Interest | No 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 requirement | N/A | Must meet requirement | N/A | Form CoI – 1.3 |
| 1.4 | Articles of Incorporation or equivalent | Must Meet requirement | N/A | Must Meet requirement | N/A | Articles of Incorporation or equivalent | |
| 1.5 | Legal/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 |
| 1.6 | Legal/Technical Capability (International Bidders) | Licenses, Permits, and Certification from the host country for buildings constructions. | N/A | N/A | Must Meet requirement | Must Meet requirement | |
| 1.7 | Local Participation (International Bidders ONLY) | Demonstrate local implementation capacity via formal partnership with a registered Liberian Entity | Must meet requirement | N/A | Must meet requirement | N/A | Memorandum of Understanding (MoU) or Joint Venture (JV) Agreement |
| 1.8 | Physical presence of Registered Liberian Entity (Local Bidders ONLY) | Must meet requirement | N/A | Must meet requirement | N/A | (Lease or Rental agreement or Land Deed) | |
| 1.9 | Bid Security Guarantee | Must meet requirement | N/A | N/A | Must meet requirement | Annex 1 | |
| 2. Historical Contract Non-Performance | |||||||
| 2.1 | Historic of Non-Performing Contracts | Non-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/A | Must Meet requirement | N/A | Form CON-2 with court clearance |
| 2.2 | Environmental and Social (ES) past performance declaration | Declare 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/A | must make the declaration.. | N/A | Form CON-3 ES Performance Declaration |
| 3. Financial Situation and Performance | |||||||
| 3.1 | Financial 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 |
| 3.2 | Average Annual Construction Turnover | Minimum 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 requirement | Must meet 20%, (fifteen percent) of the requirement | Must meet 50%, (fifty percent) of the requirement | Form FIN – 3.2
|
| 4. Experience | |||||||
| 4.2 (a) | Specific Construction Experience | Participation 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 requirement | Must meet a minimum of 3 contracts | Must meet a minimum of one (1) contract | Must meet a minimum of two (2) contracts | Form EXP – 4.2 (a) with attachments (3 contracts within the last 5 years)
|
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.
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.
All Eligibility and MQR documents MUST be submitted as per instruction in subclause 3. Format of Submission.
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 points | Scoring 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).
| 15 | Eligibility: 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. | 20 | Annex 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 |
| |||||||||||||||||||||
| Tech04 Pre-Construction (Mobilization & Timeline) A timeline or schedule for Mobilization Plan Detail, Key Milestones and Critical Path and Contract Duration Feasibility. | 10 | Annex 7 contains full detailed scoring. | |||||||||||||||||||||
| Tech05 Environmental Health and Safety | 9 | Annex 8 contains full detailed scoring. | |||||||||||||||||||||
| Total possible score | 70 |
The Evaluation Committee (EC) will assess proposals using two distinct scoring protocols:
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.
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.
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:
All technical documents must be submitted as per instruction in subclause 3. Format of Submission.
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.
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).
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.
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.
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
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.
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.
Bidders must submit three (3) copies of the Financial Proposal, which should include the following components:
All financial documents must be submitted as per instruction in subclause 3. Format of Submission.
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:
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.
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:
Mobilization & Site Preparation
2.1 Site Clearing & Excavation
2.2 Backfill & Sand Fill
2.3 Foundation Concrete Works
2.4 Foundation Masonry Works
2.5 Reinforcement
3.1 Ground Floor
Finishing:
Ensure a smooth and even finish.
Floor and Wall Finishes
3.2 Painting
4.1 Reinforced Concrete Works
4.2 Masonry Wall Construction
4.3 Reinforcement
5.1 Doors
5.2 Windows
8.1 Plastering
8.2 Floor and Wall Finishes
8.3 Painting
Include:
11.1 Electrical Connection
11.2 Septic Tank and Access Chamber
11.3 Concrete Pavement
11.4 Gravel Pavement and Car Park
14.1 Pre-Handover Activities
Final Inspection
Testing & Commissioning
Cleaning & Site Clearance
14.2 Physical Handover
Keys & Access
Utility Connections
Training
Train selected facility staff on:
14.3 Handover Certificate
Prepare and sign a statement:
14.4 Defects Liability Period
NOTE: All work shall be done in accordance with the approved EHC design, specifications, and BOQ.
The selected contractor shall be responsible for the following key deliverables under the scope of this RFP:
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.
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.
[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:
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:
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 | |||
| Year | Non 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 dispute | Amount 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 Identification | Total 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: | |||
| Year | Suspended or terminated portion of contract | Contract Identification | Total 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 | |||
| Year | Contract Identification | Total 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
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) | |||
| Year | Amount Currency | Exchange 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 Amount | US$ [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
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:
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.
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:
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:
| Section No. | Max Points | Excellent (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 Approach | 1 | 1 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 Challenges | 1 | 1 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 & Constructability | 1 | 1 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 Proposal | 1 | 1 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 Methodology | 2 | 2 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 Schedule | 2 | 2 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) Plan | 2 | 2 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 Plan | 1 | 1 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 Schedule | 2 | 2 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 Plan | 2 | 2 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 Schedule | 1 | 2 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 Plan | 1 | 2 Pts: Identifies at least 3 high-impact projects risks and details mitigation measures with assigned responsibilities and timeline | 1.5 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 Monitoring | 1 | 2 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 Plan | 2 | 2 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. |
| TOTAL | 20 Pts | ||||
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 | Capacity | Motor No./Body No | Condition | Present Location | |
| 1 | Excavator | 1 | 10 – 45 ton | |||||
| 2 | Bulldozer | 1 | 350 horsepower minimum | |||||
| 3 | Dump Truck | 2 | 14 cubic meters minimum | |||||
| 4 | Compactor | 1 | 1200 LB minimum | |||||
| 5 | Concrete mixer | 1 | 8 cubic meters minimum | |||||
| 6 | Vibrator | 1 | 20 m3/h minimum | |||||
| 7 | ||||||||
| 8 | ||||||||
| 9 | ||||||||
| 10 |
Required Supporting Document:
Company Name: ______________________
Name of In-Charge: ____________________
Position: _____________________________
Signature: ____________________________
Date: _______________________________
Supporting Documents for each key personnel
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 Points | Excellent (100% – Full Compliance + Innovation) | Good (75% – Full Compliance) | Fair (50% – Partial Compliance) | Poor (0 Points – Missing/Non-Compliant) |
| 1. Mobilization Plan Detail | 5 | 5.0 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 Path | 3 | 3.0 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 Feasibility | 2 | 2.0 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. |
| TOTAL | 10 Pts |
| Section No. | Max Points | Excellent (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) | 3 | 3.0 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) | 3 | 3.0 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) | 3 | 3.0 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). |
| TOTAL | 9 Pts |
| # | Required Document | Applicable to | Evaluation Stage |
| 1 | Application Submission Form Acknowledge, stamp and sign | Lead Entity | Eligibility & Contractual Compliance |
| 2 | Business Registration Certificate OR equivalent AND Valid Tax Clearance Certificate OR equivalent | Each Joint Venture Member | Eligibility & 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 Member | Eligibility & Contractual Compliance |
| 4 | Declaration of Absence of Conflict of Interest Acknowledge, stamp and sign (Form CoI – 1.3) | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 5 | Articles of Incorporation OR equivalent | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 6 | Ministry of Public Works Construction Company Certificate, category (B.1 – B.12, B.20 & B.60) | Local Bidders (ONLY) | Eligibility & Contractual Compliance |
| 7 | Association of Liberian Construction Contractors (ALCC) Certificate | Local Bidders (ONLY) | Eligibility & Contractual Compliance |
| 8 | PPPCC Certificate of Registration | Local Bidders (ONLY) | Eligibility & Contractual Compliance |
| 9 | Licenses, Permits, and Certification from the host country for buildings constructions. | International Bidders (ONLY) | Eligibility & Contractual Compliance |
| 10 | Demonstrate 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 |
| 11 | Physical 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 Entity | Eligibility & Contractual Compliance |
| 1313 | Historical Contract Non-Performance Acknowledge, stamp and sign (Form CON – 2) | Each Joint Venture Member | Minimum Qualifications Requirements (MQR) |
| 14 | Environmental and Social (ES) Declaration Acknowledge, stamp and sign (Form CON – 3) | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 15 | Bank Certificate to confirm Financial Situation and Performance (Form FIN – 3.1) | Lead Entity | Minimum Qualifications Requirements (MQR) |
| 16 | Average Annual Construction Turnover Acknowledge, stamp and sign with copies of financial statements within the last 5 years (Form FIN – 3.2) | Each Joint Venture Member | Minimum Qualifications Requirements (MQR) |
| 17 | Specific 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 sign | Each Joint Venture Member | Minimum Qualifications Requirements (MQR) |
| 18 | Audited Financial Statements (including Balance Sheets, Income Statements, and Notes) for the last five (5) financial years | Each Joint Venture Member | Eligibility & Contractual Compliance |
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.