REQUEST FOR PROPOSALS
N°2001962
PURCHASE AND INSTALLATION OF SOLAR SYSTEMS (SOLAR PANELS MONOCRYSTALLINE MODULE 550W 48 VOLTS) IN 27 HEALTH FACILITIES IN LIBERIA
| Issuing Organization | Catholic Relief Services Liberia |
| Donor | Global Fund |
| Projet | GC7: Scaling up Malaria Prevention, Treatment, and Control Interventions in Liberia for Sustained Impact |
| Budget Code | 1.043 |
| Issue Date | 10/23/2025 |
| Request for Clarification Deadline | 11/06/2025 at 4:00 PM GMT |
| Submission Deadline | 11/24/2025 at 4:00 PM GMT |
| Contact Email | liberiarfq@crs.org |
| Type of Agreement | Service Contract |
October 2025
Table of Contents
VIII. Submission Instructions. 19
Catholic Relief Services (CRS) invites qualified suppliers and service providers to submit quotations for the supply and installation of solar energy systems (solar panels) in 27 health facilities in Liberia. This procurement is part of CRS’s commitment to enhancing sustainable energy solutions in its operational areas. The selected vendor will be responsible for delivering, installing, and commissioning solar systems that meet the specified technical and performance standards outlined in this Request for Proposals (RFP).
Catholic Relief Services (CRS) Liberia is committed to improving the quality and sustainability of health services across the country. Many health facilities in Liberia face challenges related to unreliable electricity supply, which affects the delivery of essential medical services, storage of vaccines, and operation of diagnostic equipment.
To address this gap, CRS is launching a solarization initiative aimed at equipping 27 health facilities across various counties with reliable solar energy systems. This initiative aligns with CRS’s broader goals of promoting sustainable development, enhancing climate resilience, and strengthening health systems in underserved communities.
The project is funded under Global Fund and forms part of CRS’s strategic efforts to:
The selected vendor will play a critical role in delivering, installing, and commissioning solar systems tailored to the energy needs of each facility, as outlined in the system design specifications.
The selected contractor shall be responsible for the following key deliverables under the scope of this RFP:
| S.No | System Category | Hybrid Inverter Size (kVA) | Solar Panel Mono Facial Module Capacity (kWp) | Lithium Battery Capacity 51.2V 100Ah (5kwh, 10kwh & 15kWh) |
| 1 | 5k System | 5 | 8 | 10 |
| 2 | 10k System | 10 | 15 | 20 |
| 3 | 15k System | 15 | 23 | 30 |
| 4 | 20k System | 20 | 30 | 40 |
Additional equipment and accessories: Suppliers/services providers are also expected to provide any additional equipment or accessories needed for full installation of the system such as below:
The selected vendor shall provide a comprehensive suite of services to ensure the successful delivery, installation, and commissioning of solar energy systems across designated health facilities. These services include but are not limited to:
The proposed system must comply with international regulations that guarantee the quality, durability and safety of photovoltaic system.
CRS intends to solarize 27 health facilities across Liberia. Each facility has been assigned a system design based on its energy needs.
Refer to Annex 1 for the complete list of facilities, including GPS coordinates and system specifications.
Bidders are encouraged to visit and inspect the sites of the works and their surroundings to obtain, on their own initiative and responsibility, all information necessary for preparing their bid and executing the contract.
All costs related to the site visit shall be borne by the bidder.
Note: The site visit is not mandatory and will not affect the evaluation outcome.
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. Failure to meet any mandatory criteria will result in disqualification.
Bidders are required to meet the following criteria to be eligible to participate in this procurement:
| Eligibility Criterion | Applies To | Verification Method | Required Documents |
| a) Letter of Commitment | Individually | Acknowledge, stamp and sign | Annex 5 |
| b) Authorization to operate or trade | Individually | Legal right to conduct business | Articles of Incorporation or equivalent |
| c) Organizational capacity and experience | Individually | Company Profile detailing structure, key personnel, relevant experience, and past performance | Company Profile or equivalent |
| d) Solarization experience | Collectively (if applying as a consortium) or
Individually (if applying as a single entity) | Total value of solar contracts of at least $150,000 the last five (5) years, that has been successfully and substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics. | Annex 6 along with: Signed contracts or purchase orders Contract completion certificates issued by the client confirming.
Note: Each contract submitted as part of the technical experience requirement must be substantially completed, meaning the primary scope of work has been delivered and accepted by the client. Supporting documentation such as completion certificates, final invoices, or client confirmation letters must be provided.
|
| e) Adequate staffing | Collectively (if applying as a consortium) or Individually (if applying as a single entity) | Applicants must propose a team of qualified personnel with relevant experience in solar system installation and project management. The adequacy of staffing will be assessed during the technical evaluation. | Company Profile or equivalent |
| f) Financial and legal standing | Individually | Ensure financial and legal standing | (1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual or (2) Entity current balance sheet along with financial statements. |
| g) No debarment | Individually | Check against official debarment lists | Annex 7 |
| h) Proof of Physical Presence | Individually | Lease agreement, utility bill (for local bidder only) | |
| i) Demonstrate local implementation capacity via formal partnership with a registered Liberian entity | Individually | MoU, subcontracting agreement, consortium agreement (for international bidder only) | |
| j) Must not have directly participated in specifications and BoQ development. | Individually | Annex 8 | |
| k) Equipment Compliance and Traceability | Individually | Any offer for the supply of the following will not be eligible for consideration: Telecommunications or video surveillance services or equipment produced or provided by Huawei Technologies Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). Any other telecommunications or video surveillance provider produced or provided by an entity that the U.S. Secretary of Defense reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country | A factsheet or brochure listing all key materials (solar panels, batteries, inverters, charge controllers), including:
1) Product photos
2)Manufacturer name and country of origin
|
All bidders must adhere to the following:
The Bidder must verify that it does not appear on:
The Bidder, to the best of its current knowledge, did not provide within the previous 10 years, and will take all reasonable steps to ensure that it does not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated, or participated in terrorist acts. The undersigned declares that he or she is authorized to sign on behalf of the company named above and to bind the company to all conditions and provisions stated in the original RFP document from CRS.
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 or missing official stamps.
All administrative documents must be enclosed in Envelope No. 1, clearly labeled:
“Envelope No. 1: RFP No: 2001962 Eligibility & Administrative Requirements – Purchase and installation of solar systems (Solar Panels Monocrystalline Module 550W 48 volts) in 27 health facilities.”
In case of online submission (only for international bidders) refer to VIII; 2; 1.2.
| # | Required Document | Applicable to | Evaluation Stage |
| 1 | Letter of Commitment Acknowledge, stamp and sign (Annex 5) | Local and international | Eligibility criteria |
| 2 | Articles of Incorporation or equivalent | Local and international | Eligibility criteria |
| 3 | Company profile | Local and international | Eligibility criteria |
| 4 | Solarization experience Acknowledge, stamp and sign (Annex 6) | Local and international | Eligibility criteria |
| 5 | (1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual or (2) Entity current balance sheet along with financial statements. | Local and international | Eligibility criteria |
| 6 | Confirmation of absence of sanction measures form Acknowledge, stamp and sign (Annex 7) | Local and international | Eligibility criteria |
| 7 | Lease agreement, utility bill | Local | Eligibility criteria |
| 8 | MoU, subcontracting agreement, consortium agreement | Local and international | Eligibility criteria |
| 9 | A factsheet or brochure listing all key materials (solar panels, batteries, inverters, charge controllers), including: 1) Products photos
2)Manufacturer name and country of origin | Local and international | Eligibility criteria |
| 10 | Business Registration Certificate or equivalent | Local and international | Administrative evaluation (Pass/Fail criteria) |
| 11 | Valid Tax Clearance Certificate or equivalent | Local and international | Administrative evaluation (Pass/Fail criteria) |
| 12 | Acknowledge, stamp and sign the required annexes (2, 3, 4, 8 and 10). | Local and international | Administrative evaluation (Pass/Fail criteria) |
| 13 | Annex 9 – Form of Advance Payment Guarantee (subject to condition) | Local and international | Post-qualification Actions |
| 14 | Performance Bond (Bank Guarantee) 30% of total contract value | Local and international | Post-qualification Actions |
Bidders must submit three (3) copies of the eligibility and administrative documents. The envelope should contain the following:
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 50 points will qualify for financial evaluation.
Evaluation criteria
| Score | Brief explanation of the test | ||||||||||||||||||||||||||||||
| TechCR01 Demonstrate experience in successfully executing works that are substantially similar in nature, size, value, and complexity similar to the scope of this contract | 18 | Eligibility: Provision of 05 contracts/purchase orders and their respective certificates of work completion for purchase and installation of solar systems of executed or being executed in the last 5 years. Point allocation: Bidder with highest total value (of the 05 contracts) will be awarded all 18 points and others will be scored relative to the highest value. Illustration: Let X be the highest total contract value and Y be the bidder’s total contract value. Score = (Y/X)*18 | ||||||||||||||||||||||||||||||
| TechCR02 Warranty and equipment quality
Note: Kindly refer to section B2 for details of Additional equipment and accessories | 10 | A warranty of 15 years plus for panels and 05 years plus for Batteries, Charge controller, Invertor DC/AC is 10 points,
A warranty of 10 to 14 years plus for panels and 05 years plus for Batteries, Charge controller, Invertor DC/AC is 6 points,
A warranty of 5 to 9 years plus for panels and 05 years plus for Batteries, Charge controller, Invertor DC/AC is 3 points,
Anything else is 0 | ||||||||||||||||||||||||||||||
| TechCR03 Proposed disposal plan for solar panels and batteries | 3 | Bidders must submit waste disposal plans for used batteries or damaged panels. Plan submitted is 1 point; else 0. Coverage of key elements: score based on inclusion and clarity of the following: ▪ Reuse strategies ▪ Recycling mechanisms ▪ Vendor Take-Back programs ▪ Hazardous waste handling ▪ E-waste collection with available e-waste collection local vendors. ▪ Exit strategy
| ||||||||||||||||||||||||||||||
| TechCR04 Key Personnel assigned to the mission Project Manager – bachelor’s degree in engineering, with experience in solar PV system design and implementation. Lead Solar Technician – bachelor’s degree in engineering, with experience in solar PV system design and implementation Electrical Engineer/Electrician – Certificate or diploma in electricity Site Supervisor – Experience in managing solar installation projects, coordinating teams, and ensuring quality control. | 10 |
Minimum Experience for each key profile ≥ 5 years | ||||||||||||||||||||||||||||||
| TechCR05 Logistical resources allocated to works and evidence of local presence of the bidder (6 points) | It will be a question of evaluating the material resources available to the bidder and allocated for the mission. | |||||||||||||||||||||||||||||||
| Availability of logistics/resources (vehicles, tools, warehousing, equipment) To earn the full 6 points, the bidder should demonstrate access to the following: 1. Transportation At least one dedicated vehicle (e.g., pickup truck, van) for transporting equipment and personnel. Proof of ownership or rental (vehicle registration, lease agreement).
2. Tools & Equipment Installation tools: drills, mounting kits, multimeters, crimping tools, safety gear. Electrical testing equipment: insulation testers, clamp meters, etc. Lifting or access equipment: ladders, scaffolding (if applicable). 3. Documentation Photos of logistics assets. Ownership or rental agreements. Deployment plan showing how these resources will be used during the project. | 6 | List of logistics resources (vehicles, tools, ownership or rental agreements, photos – Full set of logistics: 6 pts – Partial set: 1–5 pts Examples of Partial Logistics: Transportation: One vehicle available, but no backup or no proof of ownership/rental. Tools & Equipment: Basic hand tools provided, but missing specialized solar installation or electrical testing equipment. Documentation: Incomplete or missing supporting documents (e.g., no photos of resources, no lease agreements). | ||||||||||||||||||||||||||||||
| TechCR06 Clear Deployment & Distribution Plan A timeline or schedule for mobilization, installation, and completion. Details on how the team will be deployed locally (e.g., rotation, site presence). Resource allocation (who does what, when, and where). Supporting documents · Deployment schedule or Gantt chart (full materials supply and distribution plan for all locations) · Personnel assignment plan | 4 | – Clear Deployment Plan & Distribution plan: 4 pts – Incomplete info: 1–3 pts – No plan: 0 pts | ||||||||||||||||||||||||||||||
| TechCR07 Organization of the mission and methodology for carrying out studies and works: bidders must structure their technical proposal according to the format below. Each section will be evaluated based on clarity, relevance, feasibility, and alignment with project scope of work. | 19 |
| ||||||||||||||||||||||||||||||
| Total Score | 70 |
All technical documents must be enclosed in Envelope No. 2, clearly labeled:
“Envelope No. 2: RFP No: 2001962 Technical Proposal – Purchase and installation of solar systems (Solar Panels Monocrystalline Module 550W 48 volts) in 27 health facilities.”
Three (3) copies of the technical proposal must be submitted. The proposal should be structured as a single document containing the following elements, aligned with the technical evaluation criteria:
Financial proposals will be evaluated only for bidders who meet the minimum technical score of 50 out of 70 points. The financial evaluation will assess cost competitiveness, completeness, and realism of the proposed budget.
The lowest-priced proposal will receive the full 30 points. Other proposals will be scored proportionally based on their price relative to the lowest bid.
The financial score will be calculated using the following formula:
Financial Score = (Lowest Bid / Bidder’s Price) × 30
Bidders must provide a detailed financial proposal that includes the following cost elements:
Note: All prices must be quoted in USD. Bidders must not alter the structure or format of the Bill of Quantities (BOQ).
CRS reserves the right to investigate any financial proposal that is significantly lower than the internal estimate (e.g., more than 15% below expected cost). If the bidder cannot justify the pricing with clear technical and financial reasoning, the offer may be:
The contract will be awarded to the bidder with the highest combined score, calculated based on the weighted technical score and the weighted financial score. The evaluation committee will consider both technical and financial criteria to determine the bidder that offers the best overall value for money, ensuring the required technical specifications are met while achieving cost-effectiveness.
The final score for each bidder will be the sum of the technical score and financial score, with a maximum of 100 points.
In the event of a tie in final scores, CRS will apply the following criteria to determine the winning bidder:
The bidder with the higher combined score in these two criteria will be selected.
All financial documents must be enclosed in Envelope No. 3, clearly labeled:
“Envelope No. 3: RFP No: 2001962 Financial Proposal – Purchase and installation of solar systems (Solar Panels Monocrystalline Module 550W 48 volts) in 27 health facilities.”
Bidders must submit three (3) copies of the financial proposal, which should include the following components:
To ensure proper handling and evaluation of proposals, bidders must adhere to the following submission guidelines:
Local bidders must submit their proposals in three separate sealed envelopes, enclosed in an outer sealed envelope clearly labeled with the RFP reference number and subject line:
Each envelope must be clearly marked with bidder’s Name and Contact Information.
For international bidder, refer to 2. Submission Methods, subsection 1.2.
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
To ensure proper evaluation, international bidders are strongly encouraged to submit three separate ZIP files or three clearly named PDF attachments corresponding to:
International bidders may submit their proposals electronically via email to liberiaprocurement@crs.org.
The subject line of the email must include the RFP Number and Title.
Note: International bidders may also submit hard copies via courier, but CRS will not be responsible for delays in delivery.
To facilitate evaluation, international bidders are encouraged to name their files using the following format:
The evaluation of proposals will follow a three-stage process:
To assist in the examination, evaluation and comparison of Quotes, CRS may, at its discretion, ask the Supplier/Bidder for clarification of its Quote. 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 supplier/Bidder, amend the Request for Proposals. To afford prospective suppliers/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 quotes. Any amendments will be published in the same manner as the present tender.
All questions or requests for clarification must be submitted in writing to: liberiarfq@crs.org. Deadline for clarification requests: November 6, 2025 at 4:00 PM Liberia Time.
A soft copy of the RFP and Bill of Quantities (BoQ) can be requested via liberiarfq@crs.org.
In the case of consortium bids, only one joint application must be submitted on behalf of the consortium. If individual members of a consortium submit separate applications, all such applications will be disqualified from the procurement process.
The consortium must designate a lead entity responsible for coordination and contract execution. All consortium members must be clearly identified in the proposal, and their roles and responsibilities must be defined
This section outlines the contractual and operational terms that will govern the implementation of the solarization project.
In accordance with the tax laws of the Republic of Liberia, CRS shall withhold applicable taxes from all payments made under this contract. The current withholding tax rate is:
The withheld amount shall be remitted directly to the Liberia Revenue Authority (LRA), and a Tax Credit Certificate shall be issued to the Contractor upon request.
It is the responsibility of the Contractor to ensure compliance with all applicable tax obligations in Liberia. CRS shall not be liable for any tax liabilities arising from the Contractor’s failure to comply with national tax laws.
Tax will be applied to the following:
Bidders shall bear all costs associated with the preparation and submission of the quote, and CRS will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation.
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.
An advance payment of up to ten percent (10%) of the total contract value may be granted upon written request by the Contractor. Bidder intending to request an advance must submit Annex 9 – Form of Advance Payment Guarantee. The selected bidder shall submit the Form of Advance Payment Guarantee, as per the format in Annex 9, prior to contract signing (30 days upon notification) and disbursement of any advance payment. Annex 9 is conditionally mandatory; only if the selected bidder plans to request an advance. If the selected bidder does not intend to request an advance, Annex 9 is not required.
The Contractor must provide an Advance Payment Guarantee equal to 100% of the requested advance, issued by a reputable financial institution. The guarantee must be unconditional, irrevocable, and payable on first demand, and remain valid until the full recovery of the advance through subsequent milestone payments.
Failure to submit Annex 9 will result in no advance being granted, and the Contractor will be expected to mobilize without advance funding.
| Milestone ID | Milestone | Payment (%) | Required Documentation |
| IPC-01 | Contract signing and mobilization | 10% | 1. Signed contract 2. Reception of Advance Payment Guarantee (if applicable) which is valid until the full recovery of the advance through subsequent milestone payments 3. Reception of Performance Bond |
| IPC-02 | Delivery of all solar equipment to site | 40% | 1. Proof of purchase: signed Purchase order for solar panels, batteries, inverters and charge controllers 2. Proof of Shipment: Copy of the Bill of Lading or Air Waybill confirming that the equipment has left the country of origin and is en route to the Port of Monrovia. 3. Port Reception: Proof of customs clearance and release of freight at the Port of Monrovia 4. Inventory Verification Report: Signed report by the CR’s Representative, confirming that the equipment (e.g., solar panels, batteries and hybrid inverters) is complete and undamaged. 5. Proof of Distribution: Transport receipts or photographic reports confirming that equipment intended for at least 13 out of the 27 health facilities has been delivered on site. 6. Recovery of Advance Payment: Another proportional deduction from the Start-Up Advance 7. Retention Guarantee: A 10% retention will be withheld from the payment associated with this milestone. 8. Withholding tax: 10% of the taxable amount as per clause IX. 1 |
| IPC-03 | Completion of installation and wiring | 40% | 1. Completion of Installation: Proof that solar systems are fully installed, connected, and operational in at least 20 out of the 27 health facilities. 2. Provisional commissioning Reports: A report (or acceptance certificate) for each facility confirming that the installation has passed load testing and quality inspections. 3. Training: Proof that initial training has been provided for health facility staff on the basic operation of the solar system. 4. Recovery of Advance Payment: Final deduction of the Start-Up Advance from this payment. 5. Retention Guarantee: Final retention will be withheld from the payment associated with this milestone. 6. Withholding tax: 10% of the taxable amount as per clause IX. 1 |
| IPC-04 | Final commissioning, system handover and Final Payment (Release of Retention) | 10% | 1. Full Completion Installation, testing, and acceptance of all 27 solar systems. 2. Final Documentation Submission of: – User manuals – Full manufacturer warranties for panels, batteries, and inverters – As-Built diagrams for all 27 sites 3. Warranty Period The Final Payment Certificate will only be issued at the end of the Defects Liability Period (e.g., 12 months after milestone IPC-03). OR, if the retention amount may be released prior to the end of the Defects Liability Period only if the contractor provides a valid Retention Guarantee. 4. Handover certificate, final acceptance form |
Note: Each payment is subject to submission of an Interim Payment Certificates – IPCs and verification by CRS and/or Official Representative. Advance payments are optional and subject to the conditions outlined in the Payment Terms section.
The Final Payment Certificate will be issued only after:
If the Contractor wishes to receive the final payment before the end of the Defects Liability Period, they must submit a Retention Guarantee covering the full retention amount. This guarantee must meet the same conditions outlined in Section 7.
All payments shall be made in the currency specified in the contract.
Each payment will be contingent upon the satisfactory completion and acceptance of the corresponding milestone deliverables by CRS Liberia/Ministry of Health. All invoices must reference the relevant milestone and be submitted with supporting documentation.
Any advance payment made shall be deducted proportionally from subsequent milestone payments until fully recovered.
To ensure the correction of any defects that may arise during the defect liability period, a retention of ten percent (10%) of each milestone payment shall be withheld.
The total retained amount shall be released at the end of the defect liability period, subject to satisfactory performance and resolution of any identified defects.
Alternatively, the Contractor may submit a Retention Guarantee from a reputable financial institution, equivalent to the total retention amount, in lieu of the withheld funds. The guarantee must be unconditional, irrevocable, and payable on first demand, and remain valid until the end of the defect liability period (12 months).
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 successful bidder shall, within 30 days of receiving the contract award notification, submit a Performance Bond (Bank Guarantee) equivalent to ten percent (10%) of the total contract value.
The bond must be:
Failure to submit the required Performance Bond within the specified timeframe may result in the withdrawal of the award and selection of the next ranked bidder.
Upon initiation of the customs clearance process, the vendor’s clearing agent must promptly contact CRS, who will issue a letter of request for duty free (LRA) to the Liberia Revenue Authority (LRA) to facilitate duty-free clearance of the imported items.
While customs duties and import taxes are exempted, vendors should anticipate and budget for the payment of standard customs broker-related fees, which are not considered duties or taxes and are therefore eligible for reimbursement under Global Fund guidelines. These may include, but are not limited to:
| S/N | Health Facility Name | County | GPS Coordinate Latitude | GPS Coordinate Longitude | System Design Allotted |
| 1 | Bonjeh Town Clinic | Bomi | 6.48847664 | -10.8553113 | 5k System |
| 2 | Belefanai Health Center | Bong | 6.71075 | -9.29511 | 5k System |
| 3 | Compound # 3 Clinic | Grand Bassa | 6.149397721 | -9.789762665 | 5k System |
| 4 | Tarkpoima Clinic | Gbarpolu | 7.170083837 | -10.67972899 | 5k System |
| 5 | Konobo Health Center | Grand Gedeh | 5.76419 | -7.85501 | 10k System |
| 6 | St Timothy’s Hospital | Grand Cape Mount | 6.750331145 | -11.3672758 | 10k System |
| 7 | Beh Town Clinic | Bomi | No GPS coordinate | No GPS coordinate | 5k System |
| 8 | Sanoyea Clinic | Bong | No GPS coordinate | No GPS coordinate | 10k System |
| 9 | Kpenije Clinic | Grand Cape Mount | No GPS coordinate | No GPS coordinate | 10k System |
| 10 | Curran Lutheran Hospital | Lofa | 7.775138773 | -9.432490293 | 5k System |
| 11 | Foya Borma Hospital | Lofa | 8.3549224 | -10.20066776 | 10k System |
| 12 | Konia Health Center | Lofa | 7.962725348 | -9.54335918 | 15k System |
| 13 | Jacob Lateh Clinic | Grand Bassa | No GPS coordinate | No GPS coordinate | 5k System |
| 14 | Kungbor Clinic | Gbarpolu | No GPS coordinate | No GPS coordinate | 5k System |
| 15 | Zai Town Clinic | Grand Gedeh | No GPS coordinate | No GPS coordinate | 5k System |
| 16 | Nyehn Health Center | Montserrado | 6.547083689 | -10.48930074 | 5k System |
| 17 | Louisiana Clinic | Montserrado | 6.433575514 | -10.70306718 | 5k System |
| 18 | Duport Health Center | Montserrado | 6.275921296 | -10.69010091 | 20k System |
| 19 | Pipeline Health Center | Montserrado | 6.300062136 | -10.69189434 | 10k System |
| 20 | Soniwen Health Center | Montserrado | 6.3159346 | -10.8057792 | 10k System |
| 21 | Karnplay Comprehensive Health Center | Nimba | 7.247998906 | -8.498510142 | 15k System |
| 22 | Sacleapea Comprehensive Health Center | Nimba | 6.979414639 | -8.918736797 | 20k System |
| 23 | Bahn Health Center | Nimba | 7.010956194 | -8.794574277 | 15k System |
| 24 | Gbeapo Health Center | River Gee | 5.234673093 | -8.013882816 | 15k System |
| 25 | Putu Jarwodee Clinic | Grand Gedeh | No GPS coordinate | No GPS coordinate | 5k System |
| 26 | Mambo Clinic | Grand Cape Mount | No GPS coordinate | No GPS coordinate | 10k System |
| 27 | Toe Town Clinic | Grand Gedeh | No GPS coordinate | No GPS coordinate | 5k System |
Note: GPS coordinates for some facilities are pending confirmation and will be provided prior to contract execution.
Date: [Insert day, month, year]
RFP No. and title: [insert RFP number and title]
To: CRS Liberia
We, the undersigned, hereby submit our application in response to the Request for Proposals (RFP) reference above, and declare the following:
(a) We have examined the RFP documents and have no reservations regarding their content
(b) We confirm that neither we nor any proposed subcontractors or suppliers have any conflict of interest.
(c) We confirm that neither we nor any proposed subcontractors or suppliers have been declared ineligible to participate in public procurement processes by any national authority, nor are we subject to any sanctions or restrictions imposed by the United Nations Security Council or other relevant international bodies. We further confirm compliance with applicable laws and procurement ethics.
(d) [Insert either: “We are not a government-owned entity” or “We are a government-owned entity and confirm that we operate on a commercial basis, are legally and financially autonomous, and are not dependent on the Contracting Authority”]
(e) We intend to subcontract the following key activities and/or parts of the works:
[Insert any key activities identified in that the Applicant intends to subcontract.]
(g) We declare that the following commissions, gratuities, or fees have been paid or are to be paid in connection with this RFP process or the execution of the resulting contract:
[If none have been paid or are to be paid, indicate “None.”]
| Name of Recipient | Address | Reason | Amount (USD equivalent) |
| [Insert name] | [Insert address] | [Insert reason] | [Insert amount] |
(h) We understand that the CRS Liberia may cancel the RFP process at any time and is not bound to accept any proposal received, nor to award a contract, without incurring any liability to the Applicants
Signature of Authorize Representative:
Name:
Title or Role:
Duly authorized to sign the application for and on behalf of:
Applicant’s Name: [Insert full legal name of Applicant]
Address: [Insert full address: street number, city/town, country]
Date: [Insert day] of [Insert month], [Insert year]
Date: [insert day, month, year]
RFP No. and title: [insert RFP number and title]
Page [insert page number] of [insert total number] pages
| Applicant’s legal name | |
| In case of consortium, legal name of each partner: | |
| Applicant’s Actual or Intended country of constitution: | |
| Applicant’s legal address in country of constitution: | |
| Applicant’s authorized representative information | Name: [insert full legal name] Address: [insert street/ number/ town or city/ country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] E-mail address: [indicate e-mail address] |
[The following form shall be filled in for the Applicant’s parties including partner(s) of a consortium, subcontractors, suppliers and other parties]
Date: [insert day, month, year]
RFP No. and title: [insert RFP number and title]
Page [insert page number] of [insert total number] pages
| Applicant’s party legal name | |
| In case of consortium, legal name of each partner: | |
| Applicant’s Party country of registration | |
| Applicant’s Party year of constitution: | |
| Applicant’s Party legal address in country of constitution: | |
| Applicant’s authorized representative information | Name: [insert full legal name] Address: [insert street/ number/ town or city/ country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] E-mail address: [indicate e-mail address] |
To: CRS Liberia
I, the undersigned, [Name and title of Authorized Representative], acting on behalf of [Name of the Company],
Registered in [Country of Registration] under registration number [Business Registration Number]
Tax Identification Number (TIN): (If applicable)
Located at: [Company address]
Having reviewed all the clauses of the Contract and assessed, under my own perspective, the nature of the works related to the purchase and installation of solar systems (Solar Panels Monocrystalline Module 550W 48 volts), I hereby submit this letter of Commitment.
I commit to executing the contract in accordance with its terms and conditions, for the amount proposed in our financial offer of USD [insert amount]
I further commit to:
All payments due under this contract shall be transferred to the following account in accordance with the milestone-based payment schedule:
Signed at [Location], on [Date]
Signature and stamp of the Authorized Representative
[The following table shall be filled in for contracts performed by the Applicant, each partner
of a Joint Venture, and specialist sub contractors]
Applicant’s/Consortium Partner’s Legal Name: [insert full name]
Date: [insert day, month, year]
JV Party Name: [insert full name]
RFP No. and title: [insert RFP number and title]
Page [insert page number] of [insert total number] pages
| 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 |
| Total Contract Amount | US$ [insert 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 | [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] | ||
Print on the candidate’s letterhead if possible
We hereby certify that delete:
has. No sanction measures have been taken in the last 5 (five) years against my entreprise_______________________________________,
Insert the date and reasons for the sanction measures and the outcome of the sanctions, i.e. suspension or cancellation of the manufacturing license by the regulatory authorities, product recalls, blacklisting, exclusion from participation in tenders, etc.
Signature_______________
Name___________________
Stamp__________________
Date____________________
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.
Date:___________________________________________________________________
________________________________________________________________________
Signature of the company’s Authorized Representative Stamp
Bank Letterhead]
Date: [Insert Date]
Guarantee No.: [Insert Guarantee Number]
Amount: $[insert amount] USD
Beneficiary: CRS Liberia
Contractor:
Contract Reference: [Insert Contract Title and Number]
Subject: Advance Payment Guarantee
We, [Insert Name of Bank], having our registered office at [Insert Address], hereby issue this irrevocable and unconditional guarantee in favor of Catholic Relief Services – United States Conference of Catholic Bishops through its office in Monrovia, Liberia (“the Beneficiary”) for an amount not exceeding [$insert amount] United States Dollars (“the Guaranteed Amount”).
This guarantee is issued in connection with the contract dated [Insert Date] between the Beneficiary and [Entity Name], (“the Contractor”) for the provision of design and engineering services under the Global Fund grant 4042.
In consideration of the Beneficiary making an advance payment to the Contractor, we hereby irrevocably undertake to pay the Beneficiary, upon its first written demand, any amount up to the Guaranteed Amount without requiring proof or justification of such demand, and without reference to the Contractor.
This guarantee shall remain valid until the expiration of the above-mentioned Contract, or until the advance payment has been fully liquidated and confirmed by the Beneficiary in writing, whichever occurs first.
This Guarantee is governed by the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758.
Signed on behalf of [Insert Name of Bank]
Authorized Representative: ____________________
Name: [Insert Name]
Title: [Insert Title]
Date: [Insert Date]
Bank Seal: [Affix Seal]
Catholic Relief Services (CRS) is committed to the principles of responsible sourcing, and we expect our suppliers and service providers to fully comply with applicable contractual obligations in order to include CRS’s terms and conditions, local and relevant/otherwise applicable laws and adhere to internationally recognized environmental, social and corporate governance standards. We also expect our suppliers to implement these standards with their suppliers and subcontractors, as inspired by the Global Compact initiative, the United Nations Guiding Principles and Human Rights, the International Labour Organization’s Declaration on Fundamental Principles and Rights at Work, the ETI Basic Code and applicable CRS policies, procedures and standards.
1) SOCIAL
Prohibit all forms of harassment, sexual harassment, exploitation and abuse, including sexual exploitation and abuse, and trafficking in persons.1 Any sexual activity with a child, defined as a person under the age of 18, is considered sexual abuse regardless of the local age of consent.
2) GOVERNANCE
Implement an appropriate compliance management policy and procedure, which facilitates compliance with applicable laws, regulations and standards.
Refer to pages 6 and 7 of CRS’s Safeguard Policy for more details on prohibited exploitative practices, including the provision of commercial sexual services, employment practices, and relationships with beneficiaries that are abusive or abusive.
3) ENVIRONMENT
Comply with all applicable environmental, health and safety regulations.
Since CRS is a recipient of many grants or contracts provided by governmental, public, and private donors, all suppliers and service providers are hereby informed that other donor-specific compliance measures may be included in the legal instrument by which the goods or services are purchased.
CRS reserves the right to conduct audits or due diligence assessments to ensure your compliance and will take reasonable steps to investigate or take appropriate action to address concerns. CRS reserves the right to terminate any relationship for non-compliance with the requirements mentioned above.
If you have any concerns or suspicions about any form of harassment, abuse, and exploitation described above and in CRS’s Safeguard Policy, illegal or inappropriate conduct, CRS requires you to report through any of the following channels:
Attention: General Counsel
Catholic Relief Services 228 W. Lexington Street Baltimore, MD 21201
Ensuring the principles of sustainability in our supply chain is important to CRS. We hope that as a partner, you show your commitment by complying with your own code of conduct or the corporate policies that encompass these standards.
By accepting CRS business in the form of a purchase order, contract, or agreement, you implicitly agree to the roles and responsibilities of your organization described in this document.
I, the undersigned ______________________________________, Title ________________________ certify that I am the legal representative of the company mentioned below, that I have read, understood and will enforce the CRS Code of Business Conduct by any agent of the company.
Company Name
Signature Date: Company stamp: