The Liberia Women Empowerment Project (LWEP) is being funded by the World Bank and implemented by the Ministry of Gender, Children, and Social Protection (MGCSP) with support from partners. Plan International serves as the Lead Service Provider, and is supported by other consortium members, including the Catholic Relief Services (CRS), ActionAid Liberia (AAL), Medica Liberia, Kids Educational Engagement Project (KEEP), Defence for Children Liberia (DCI), Foundation for Community Initiatives (FCI), Raising Voices, and VIAMO. LWEP aims to improve the social, economic, and political empowerment of women and girls, and is being implemented across six counties: Montserrado, Gbarpolu, Bomi, Grand Cape Mount, Grand Gedeh, and River Cess.
2.1 Summary of the Requirement
LWEP is seeking a qualified, reputable and competent company ready to supply and deliver high quality motor cycles to ensure value for money and compliance with donor and organizational standards.
3.1 ITT Overview and Instructions
This ITT is to invite prospective bidders that are qualified, reputable and competent to submit quotes/bids for the supply and delivery of motorcycles to LWEP at Plan International Liberia.
These instructions are designed to ensure that all tenderers are given equal and fair consideration. It is the Bidders responsibility to ensure their offer is complete and that you provide all the necessary information asked for in the format specified, and/or risk your offer being rejected. Further details can be found in section 9.1 of this ITT document, ‘Submission Checklist.’
Women-owned businesses and companies actively engaged or advancing gender equality and women empowerment in the workplace are especially encouraged to apply.
Documents comprising this tender pack are as follows:
Bidders are required to submit/hand delivered bids/offers hard copies and in sealed envelope and address to the Country Director, Plan International Liberia, Fish Market, Monrovia, Libera and deliver at the reception – Tender box inclusive of all required annexes above and the deadline for submission of all proposals is May 29, 2026 at and/or before 4:00PM. Late submission shall not be accepted.
The offer and all correspondence and documents related to the tender must be written in English Language.
Each Bidder may submit only one (1) offer.
Unless stated otherwise, all communications from Bidders in relation to this tender, including Clarification Questions, must be directed to Liberia.Proculwep@plan-international.org and must include the ITT Reference Number: STA-ITT-LWEP-018
The following table outlines the key dates and timelines associated with this tender process. LWEP reserves the right to change these at any time as the tender progresses. To maintain transparency, fairness, and adequate time to prepare your offers, LWEP will inform all interested Parties of any changes to these key dates and timelines simultaneously and in a timely fashion.
| Activity | Deadline Date |
| Issue of Invitation to Tender | May 6, 2026, at 2:00 PM |
| Deadline for supplier submission of clarifications or questions | May 29, 2026 |
| Deadline for the plan to respond to clarification questions | May 11, 2026 |
| Deadline for submission of offers | May 29st, 2026 |
| Bid opening meeting | June 4, 2026 (Tentative) |
| Delivery of Motorbike to Plan office | June 30, 2026 |
Plan Tender Dossier Reference Number: STA-ITT-LWEP-018
All interested companies are required to request for the tender documents using this email address: Liberia.Proculwep@plan-international.org
Pricing
Bidders are required to complete the pricing schedule attached separately in ‘Annex B – Pricing Schedule.’ All prices must be quoted in United States dollars, and exclusive of Value Added Tax (VAT).
It is expected that prices will be fixed for the duration of the contract and quotes valid for a maximum period of 90 calendar days following the Closing Date of this tender. If for any reason you are unable to guarantee fixed pricing for the duration of the contract, any projected price increases should be clearly stated in your tender.
To ensure a fair and transparent process, LWEP will not be able to divulge budget information relating to this tender or associated Projects. It is expected that Bidders submit their best possible financial offer at the point of submission.
| Requirement | Quantity Required |
| Motorcycles
SPECIFICATIONS
Colors available: Red, black, or white
Country of Origin: Japan (preferred)
Detailed Specifications: – Engine: Air-cooled OHV 4-stroke single cylinder – Horse power: 12,6 PS/8500 rpm. (DIN) – Capacity: 150cc – Ignition: Capacitor discharge (CDI) – Starter: Electric starter/Kick start – Transmission: 5speed – Dimensions: Length: 2,100 mm. Width: 820 mm. Height: 1,126 mm. – Wheelbase: 1,353 mm. – Seat height: 825 mm. – Ground clearance: 243 mm. – Gasoline (Petrol) capacity: 12 liters – Tires: Front: 90/90-19 Rear: 110/90-17 – Suspension: Front: leading axle fork Rear: Mono shock hydraulic dampers – Brakes: Front: Disc. Rear: Drum – Dry weight: 129 kgs. – Fuel Consumption: 1.9L/100km – Helmets, – Carrier rack, – Toolkits, – Spare tires (2) |
12 units/pieces of Motor cycles |
6.1 Selected riteria for the procurement of motorbike
Bids will be assessed against predetermined criteria which has been developed and agreed by the Tender Panel prior to launching this Tender process using the lowest priced, substantially compliant offer evaluation methodology. The information gathered in ‘Annex C -Technical Questions,’ ‘Annex B – Pricing Schedule’ and any other requested documentation, will be used to evaluate each Bid against these set criteria. Please find further details in the below table:
| Criteria | Tenderers must demonstrate…… | Weight | |
| Compliance | Tender Compliance and Completion | · Satisfactory completion of all documentation requested with sufficient information submitted no later than the Closing Date specified.
· Documentation must be in the name of the bidder submitting the tender.
· Agreement to Plan mandatory policies as set out in ‘Annex E- Non-Staff Code of Conduct.’
· Valid Business Registration Certificate and Tax Clearance, Registration with and valid proof of licenses
if the tax clearance is not provided or not valid, must be provided within 72 hours after award but proof of payment must be availed.
| Pass/Fail. Bidders who do not meet these minimum requirements will not have their Bids further assessed. |
| Technical Proposal (65%) | |||
| Quality requirements | · Compliance with required motorcycle specifications (engine capacity, fuel efficiency, durability, terrain suitability) · Availability of different models suitable for rural/field operations · Quality and robustness of motorcycles for local operating conditions · Availability and quality of accessories (helmets, carrier racks, toolkits, spare tires) · Minimum warranty period (engine, gearbox, frame) · Maintenance user manual, and service schedule | 40% | |
| Technical Experience | · Minimum number of years supplying motorcycles (preferably 3–5 years) · Evidence of past contracts/POs with NGOs, government, or corporate clients · At least two reference letters or contracts of similar value · Manufacturer authorization letter or proof of authorized dealership (if applicable)
· Company profile indicating experience in motorcycle supply | 25% | |
| Gender Responsive (5%) | Gender Sensitive Practices and Policies | As part of our ongoing Gender Responsive
· Procurement Initiatives, Bidders will be · allocated 5% of the overall score if they meet · one or more of the following:
§ If headed up by a woman § If supplier is a women-owned business: A legal entity in any field that is more than 51% owned, managed, and controlled by one or more women. § If the % of women in management positions is over 35% § If % of women workers is 55% or above § If robust gender equality initiatives are in place and active. E.g., WEPs signed, gender equality procurement policy, and any additional gender-sensitive program implemented. | 5% |
| Financial Proposal (30%) | Pricing Schedule | · Total cost of the motorcycles · Pricing, & Value for Money · Transparent pricing structure (no hidden charges) · Completion of ‘Annex B – Pricing Schedule’ with all requested information · Cost of accessories and spare parts · Discount offered for bulk purchase (if applicable)
Scores will be based on final total as evaluated. Not necessarily accept the lowest cost offer, but the best response quote (able to offer the required service in a timely and quality manner and Payment terms | 30% |
The Tender Panel will review all Bids to ensure they meet the minimum requirements listed under the ‘Compliance’ section in the above table. Following this, each Bid will be assigned a score on the basis of predetermined criteria and its associated weighted scores.
The contract(s) will be awarded to the Bidder(s) who represent the best overall value for Plan International in terms of the evaluation criteria set out above. By participating in this tender, you acknowledge and understand that Plan reserves the right to:
Notification of the award of the contract will be issued via email.
By submitting a Bid as part of this Tender process, you also acknowledge and understand that:
All bidders are required to request the below documents using this procurement email: Liberia.Proculwep@plan-international.org for the appropriate forms to be filled.
| Document | Form |
Annex B – Pricing Schedule | Please complete with all the requested information and return it in the format. |
| Annex C – Technical Questions
| Please complete with all the requested information and return it in the format. |
| Annex D – Supplier Questionnaire | Please complete with all the requested information and return it in the format. |
| Annex E – Non-Staff Code of Conduct | Please sign and date this document and return it in PDF format. |