REQUEST FOR PROPOSAL
N°2005394
Design, Development, Deployment, and Maintenance of an Enhanced Electronic Community-Based Information System in Liberia (eCBIS).
| 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 | 1.052 |
| Issue Date | January 20, 2026 |
| Pre-Bid Meeting | January 28, 2026 |
| Request for Clarification Deadline | February 3, 2026 |
| Submission Deadline | February 17, 2026 |
| Contact Email | liberiarfq@crs.org |
| Type of Agreement | Service Contract |
January 2026
Table of Contents
Section I. General Information. 4
Section II. Instructions to Bidders (ITB) 6
Section III. Eligibility and Minimum Qualification Requirements (MQR) 12
Section IV. Evaluation Criteria. 16
Section V. Post-Qualification Actions. 19
The Government of Liberia (GoL), through the Ministry of Health (MoH), is implementing the National Community Health Program (NCHP) to strengthen primary healthcare delivery through Community Health Workers (CHWs) (Community Health Assistants (CHAs), Community Health Promoters (CHPs) and Community Health Services Supervisors (CHSSs)), ensuring equitable access to essential health and nutrition services nationwide.
With technical support from Catholic Relief Services (CRS) and funding from the Global Fund, the MoH seeks to re-design and deploy an enhanced Electronic Community-Based Information System (eCBIS) to improve community-level service delivery, data management, and the timely availability of health commodities.
Building on the experiences, and lessons learned from the initial eCBIS development and pilot, this next development will deliver a fit-for-purpose eCBIS, featuring improved data collection, processing, and management functionalities, alongside seamless integration with existing MoH digital platforms such as DHIS2 and other digital health systems such as eLMIS and mSupply. This enhanced interoperability will strengthen data collection, reporting, quality, case, and health commodity management, enabling timely, data-driven decision-making and improving performance monitoring and accountability across the health system.
Currently, community health data are largely collected through paper-based tools, leading to delays, incomplete reporting, and limited accountability, for numerous interventions offered at the community level and health commodities used. To address these challenges, CRS is supporting the MoH to engage a qualified service provider to develop, deploy, and provide maintenance support for the eCBIS, ensuring real-time data capture, transmission, and utilization with full visibility and accountability of health commodities across all levels of the health system.
This initiative aligns with Liberia’s National Community Health Policy, Strategy, Digital Health Roadmap, and Supply Chain Master Plan, contributing to a unified national digital health ecosystem that enhances service delivery, operational efficiency, and overall program performance.
The purpose of this assignment is to design, develop, pilot, and scale an interoperable Electronic Community-Based Health Information System (eCBIS) that enables digital data collection, management, and analysis at the community level, enhances linkages between community and facility services, and provides real-time visibility of key health indicators for decision-making at all levels of the health system.
To develop a sustainable, interoperable, and user-friendly eCBIS that enhances community-level health service delivery, supervision, and reporting, in full alignment with Liberia’s MoH Health Information Systems and data standards.
A Pre-Bid Meeting will be held online on January 28, 2026 at 9:00 am to 12:00 pm GMT. All interested Bidders are encouraged to attend.
To receive the meeting link, 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 17, 2026 at 4:00 pm GMT:
Send an email to liberiarfq@crs.org with the subject line: “Registration for RFP No. 2005394”. Attach or include the information (from Section I. Registration Requirement) in the body of the email.
Local Bidders must submit their proposals in three 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 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. 2005394.
International Bidders may also submit hard copies via courier (by following Local Bidders format in sub-section (g)), 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 . 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 . Financial Evaluation for more details.
The project is 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 MUST be submitted exclusive of Good Service Tax (GST). The estimation of the items MUST include costs of material, transportation, manpower/labor and profit.
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 amendments will be transmitted only to Bidders who have officially registered their intent to bid (d. Registration Requirement). CRS will also ensure that any Bidder who registers between the date of the addendum publication and 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: February 3, 2026, at 4:00 PM GMT.
Adherence to the CRS Code of Conduct https://www.crs.org/sites/default/files/supplier_code_of_conduct.pdf
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 using the same electronic address provided.
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.
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.
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.
All data, software, documentation, and materials developed under this contract shall remain the property of the Ministry of Health of Liberia. The service provider shall maintain strict confidentiality and comply with all data protection laws and MoH policies. By accepting to take part in this proposal process, the Bidder agrees to keep in confidence all information imparted to the Bidder in relation with the Request for Proposal process, not to disclose it to unauthorized third parties, and not to use it for any other purpose than for the preparation and submission of the Bidder’s proposal.
Participation in this process further signifies the Bidder’s acceptance of these confidentiality and data ownership conditions as binding obligations throughout the proposal and contracting period.
The Bidder shall treat all information, data, documents, and materials obtained while performing this assignment on behalf of the Ministry of Health (MoH), Government of Liberia, as strictly confidential. Such information shall not be disclosed, shared, reproduced, or used for any purpose other than the execution of this assignment, without the prior written authorization of the Ministry of Health. This obligation shall remain in force both during and after completion of the contract.
All data, digital assets, databases, reports, software, documentation, or any other outputs developed, collected, or generated through this assignment shall remain the sole property of the Ministry of Health, Government of Liberia. The Bidder acknowledges that the MoH is the primary data custodian, in line with the National Digital Health Strategy, and shall ensure that all data are stored, transferred, and managed in compliance with the MoH data governance standards.
The Bidder shall adopt appropriate technical, administrative, and organizational safeguards to ensure the confidentiality, integrity, and security of all data handled. All data management practices must comply with applicable Liberian laws, the MoH Data Management and Protection Guidelines, and international standards for data security and privacy. Any suspected or confirmed data breach shall be reported immediately to the Ministry of Health in writing.
Upon completion or termination of the assignment, the Bidder shall return all data, documents, software, and related materials obtained or produced under this contract to the Ministry of Health. All electronic and hard copies retained by the Bidder shall be securely destroyed, unless otherwise directed in writing by the Ministry.
All intellectual property, including but not limited to software code, designs, tools, methodologies, and documentation developed under this assignment, shall be vested in the Ministry of Health, Government of Liberia. The Bidder shall not use, publish, or distribute any part of the work or related materials for any commercial or non-project purpose without the prior written approval of the Ministry of Health.
Where the Bidder employs third-party digital platforms, tools, or hosting services, such use must be explicitly approved by the Ministry of Health and must ensure that all data remains under the control and ownership of the Ministry at all times.
CRS contributes to Integral Human Development by promoting gender equality for women, men, girls, and boys (FHFG) within the organization and in all its advocacy programs and initiatives.
The systematic fight against gender inequalities, both internally and within the communities where we work, is essential to achieving the DHI and the aspirations of CRS’s institutional strategy.
CRS’s mission – based on the teachings of the Catholic Church that every human being has inviolable dignity and worth – is to help poor and vulnerable people of all backgrounds, regardless of creed, race, nationality, or age.
The place of performance is both in Liberia and remote. The Successful Bidder, however, should ensure maximum presence in Liberia during project implementation.
A Bid shall be considered materially deficient and non-responsive if it contains a deviation that:
Any Bid deemed materially deficient shall be rejected and disqualified.
CRS reserves the right to seek clarification for minor clerical omissions that do not constitute a material deviation.
Conditional Qualification: A Bidder may be conditionally qualified for the next stage (Technical Evaluation) if they have substantially met all mandatory criteria but have minor, non-material deficiencies. This applies specifically to:
Clarification request SHALL NOT be used to allow a bidder to alter the substance of their technical solution or change their bid price.
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.
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.
(1) Memorandum of Understanding (MoU): Clearly outlining the roles, responsibilities, and management structure for the execution phase.
(2) JV Agreement: Explicitly designating the Liberian partner’s participation level and responsibilities.
The Winning Bidder MUST provide the Performance Security twenty percent (20% of the contract price) upon contract signing.
The ten percent (10% of the contract price) Advance Payment is conditional upon submitting a valid Advance Payment Guarantee.
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 evidence of tax paid 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:
Bidder understand and acknowledge that the purchase and import of any goods or services using funds provided under this Agreement must be exempt from the relevant taxation applicable in the Host Country, including, but not limited to:
(1) Customs duties, import duties, taxes or fiscal charges of equal effect levied or otherwise imposed on the goods or services imported into the Host Country under this Agreement, and
(2) The value-added tax levied or otherwise imposed on the purcashes of goods and services using funds provided under this Agreement.
The Contractor represents to CRS that the goods and services procured under this Agreement are not subject to any such taxes and that any such taxes will not be included in any invoice submitted by the Contractor to CRS. In the event that any such taxes are paid, CRS has the right to obtain a refund from the Contractor of any such tax payment.
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 Contractor is responsible for securing and maintaining all required local permits and registrations (e.g Labor Ministry for foreign staff).
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 from home countries | 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 | Proof of establishment and operation | Proof of a registered physical head office in their country of origin | Must meet requirement | N/A | Must meet requirement | N/A | Land Deed, lease or rental agreement, or a utility bill |
| 1.6 | Bid Security Guarantee | Must meet requirement | N/A | N/A | Must meet requirement | Annex 1 | |
| 1.7 | Memorandum of Understanding or Joint Venture Agreement in case of JV. | Proof of JV. The MoU/JV Agreement should describe the role of the partner in the venture. | Must meet requirement | N/A | N/A | Must meet requirement | Memorandum of Understanding or Joint Venture Agreement |
| 2. Experience | |||||||
| 2.1 | Specific Experience | Bidder MUST have AT LEAST three (3) years of existence AND at least three (3) letter of reference in digital health applications | Must meet requirement | N/A | Must meet requirement | N/A | Form EXP – 2.1 with attachments (three (3) references in digital health applications)
|
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. Eligibility & Minimum Qualification Requirements.
Note: Bidder can find a complete checklist in Annex 6. 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 Technical Approach and Methodology | 15 | ● Detail of assumptions made for the project (2 points) ● Clear responses to all phases and tasks in the ToR, which demonstrate good understanding of the project (3 points) ● Focus on approaches to systems interoperability (5points) ● Project management plan with timelines for phases, identified dependencies, and milestones. (2 points) ● Project plan must identify resource availability in-country, local, and international resources (if applicable) (1 point) ● Risk management plan and clearly identified risks with probability and impact, with well-defined mitigation approaches. (1 point) ● Quality assurance (QA) plan showing how the implementation process will conform to the plan (1 point) |
| Tech02 Past Experience developing large-scale Digital Health Systems (Annex 3)
| 5 | ● The bidder has more than 10 years of experience implementing digital health solutions (5points.). ● The bidder has more than 5 years of experience implementing digital health solutions (3 points.). ● The bidder has more than 2 years of experience implementing digital health solutions (1point.). ● The bidder has no experience implementing digital health solutions (0 point.). |
| Tech03 Specific relevant experience implementing eCBIS Systems at a National Scale (Annex 4) | 10 | ● The bidder has more than 5 years of experience implementing eCBIS Systems at a national scale in LMICs (10points.) ● The bidder has more than 2years of experience implementing eCBIS systems at a national scale in high income countries (5points). ● The vendor has not shown any relevant experience implementing eCBIS systems at a national scale (0 pts.). |
| Tech04 Qualifications and Experience of Key Personnel (Annex 5) AND Submit signed CVs as well as certificates of qualifications of the proposed staff) It is expected that the team will include at least: Project Manager, with at least 10 years’ experience working and leading projects with government stakeholders; managing public-private partnerships. Preferably, experience in managing end-to-end IT projects (4 points). Expert in IT development, with at least 5 years’ experience in digital health information systems in low- and middle-income countries and low-resource environments (2 points). Supply Chain Expert, with at least 5 years of health supply chain experience in low and middle-income countries, excellent knowledge of community health logistics management information system, with good analytical skills (2 points). Business Analyst with at least 5 years’ experience in global business analysis, process mapping, and documenting system requirements (2 points). | 10 | Details of the experience that the individual or each team member brings to the project and highlight how it will deliver overall results. Roles and responsibilities, fitting it to assigned tasks and deliverables, etc. It is expected that the team will include at least: ● Project Manager (4 points). ● Expert in IT Development (2 points). ● Supply Chain Expert (2 points). ● Business (2 points). |
| Tech05 eCBIS Application presentation | 30 | Bidders are expected to make a demo presentation of their proposed eCBIS application to a Technical Evaluation Panel that will evaluate the suitability of the application to the Systems requirements.
Note: Functional Requirements – 20 points Non-Functional Requirements – 10 points |
| Total possible score | 70 |
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 four (4) sequential checks. A bid may be rejected at any point in the process.
The Evaluation Committee will check the bidder’s Financial Proposal for any arithmetic errors. All technically qualified Bids are subject to this correction.
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.
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.
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 with the highest final score.
For bid identified as an ALO, CRS, in consultation with the Technical Team and Global Fund shall decide whether to accept or reject the Bid. The Bid will be rejected if the Bidder’s explanation and evidence not satisfactory account the for the low price and confirm that the Bidder can execute the Contract for the offered price without detriment to quality.
If the highest final score is rejected, the Committee shall proceed to review the next highest final score by applying the same ALO checks, continuing until a financially sustainable bid is confirmed.
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:
1) Duly Signed and Stamped Letter of Tender (Annex 2) by the authorized personnel of the company
The bidder must submit a comprehensive financial proposal that explicitly details and costs every activity necessary to achieve the deliverables described in Section 51, ensuring full alignment between the technical approach and the financial offer.
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.
The selected service provider shall perform the following:
Below are the detailed core functional requirements and associated design elements to guide system development:
| Module | Key Functionalities | Design Elements / User Experience (UX) Features | Expected Outputs / Deliverables | Priority | |
| Functional Requirements | |||||
| a | User Management & Access Control | • Role-based access (CHAs, CHSS, Facility Officer-in-charge, Central MoH Managers, Admin) • Secure login (PIN/password/biometric) • User registration, activation & audit trail • Session timeout & password recovery | • Responsive mobile-first login interface • Role-based dashboards • Color-coded user roles (e.g., CHA-blue, CHSS-green) • Accessibility features & multi-language support | • Secure authenticated access • Audit logs for accountability • Streamlined user onboarding | High |
| b | Household & Individual Registration | • Register households & individuals with demographic details • Assign system generated unique IDs • GPS coordinate capture • Offline-first registration | • Stepwise form design with progress indicators • Visual icons for gender, health status & relationships • Embedded map widget for location capture • QR/Barcode generation for households | • Comprehensive digital household registry • Linear Household record with line list (services) | High |
| c | Service Delivery & Case Management | • Track MNCH, nutrition, disease surveillance, immunization, Malaria, etc. • Manage cases, referrals, and follow-ups • Automated reminders for visits/defaulters • Visual icons for case management | • Modular “service cards” by program area • Color coding for case status (Active – Green / Pending – Yellow/ Overdue – Red) • Patient timeline/workflow view • Calendar and alert system | • Active client service records • Case follow-up dashboards • Referral reports with feedback loops | High |
| d | Data Collection & Reporting | • Digital forms with validation, skip logic, visual aid, and error checks • Auto-aggregated data by facility/district | • Drag-and-drop form builder Aggregated in-app report for CHAs and CHSSs | • Accurate and timely data capture • Custom and routine reports • Improved data quality | High |
| e | Supervision & Performance Monitoring | • CHAs and CHSS performance dashboards • Digital supervision checklist • GPS-tracked field activities • Automated alerts for incomplete reports | • KPI summary tiles (Service delivery coverage %, reporting timeliness) • Map overlay showing the CHW catchment area • Comment/feedback panel • Trend graphs showing performance over time | • Supervision scorecards • CHAs and CHSS productivity dashboards • Real-time performance alerts | High |
| f | Supply Chain management | • Stock status monitoring • Stock Receipt & Issuance Management • Inventory management • Requisition & Order Processing • Automatic reduction of stock based on service delivery • Consumption Reporting • Expiry and Wastage Management | • Color-coded commodity status: green = satisfactory, yellow = understock, blue = overstock, red = stock-out) • Guided entry forms for received and issued commodities • Simplified e-requisition form linked to supervisory approval workflow • Auto-order suggestions based on consumption history • SMS alerts for products nearing expiry (e.g., within 3months) and impending stock-outs | • Real-time inventory data • Accurate stock movement logs • Standardized LMIS (Logistics Management Information System)/Stock status reports | High |
| g | Data Analytics & Visualization | • Indicator dashboards (malaria incidence, etc.) • Trend and geospatial analysis • Custom report generation • Integration with Business Intelligence and Analytics tools (e.g, PowerBI, Tableau, etc.) | • Interactive, filterable dashboards • Drill-down capability (national > household level) • Thematic maps & infographics • Light/Dark mode options | • Dynamic decision-support dashboards • Visual analytics for planning and monitoring | High |
| h | GIS Integration | • GPS capture for households/facilities • Mapping of service coverage and CHW areas • Geospatial reporting | • Interactive map layer • Filter tools by indicator • Heatmap visualization for disease clusters • Pop-up data cards for locations | • GIS maps showing service coverage • Spatial trend analysis reports | Medium |
| l | Payment processing | • Link user information with the history of activities performed across all functionality modules | • Summary history of all user actions in exportable report format | • Ability to develop digital proof of work to enable payment processing. • Proof of work to have approval from Metrix within the system | Medium |
| Non-Functional Requirements | |||||
| a | Offline Functionality & Sync | • Offline data capture and storage • Automatic sync when online • Peer-to-peer (P2P) mobile data transfer using Wi-Fi direct or Bluetooth • Conflict resolution during sync | • Sync status icons (Green – synced, Yellow – pending, Red – failed) • Background sync animation • Offline mode banner • Data compression for low bandwidth | • Continuous field data collection • Reliable synchronization logs • Improved uptime for rural users | High |
| b | Interoperability & Standards Compliance | • Adherence to HL7 FHIR, OpenHIE, DHIS2 standards • Digital forms with validation, skip logic, visual aid, and error checks | • Integration console showing data exchange status • Visual system data flow diagram • Built-in API testing tool (sandbox) | • Seamless data exchange between systems • Reduced duplication across platforms | High |
| C | Data Security & Privacy | • Encryption at rest and in transit (AES-256/HTTPS) • Role-based access and session management • Data anonymization for reports • Backup and recovery | • Visible security lock icons during sensitive actions • Two-factor authentication (2FA) for admins (optional) • Consent pop-ups during data collection • Backup confirmation alerts | • Secure, compliant data environment • Privacy-preserved data sharing • Reliable disaster recovery mechanism | Critical |
| d | Usability | • User Interface (UI) Optimization • Navigation and Workflow Simplification | • Interface optimized for low-digital-literacy CHWs, with large buttons, icons, and minimal text. • Contextual help buttons • Consistent layout across mobile and web platforms • Logical task flow (e.g., report → approve → sync) • Quick access to frequently used actions • Real-time error prompts with clear correction hints | • Standardized and intuitive UI • Improved user confidence and faster system adoption • Faster task completion times • Reduced data entry errors | High |
| Principle | Description / Rationale |
| User-Centered Design | Interface optimized for low-digital-literacy CHWs, with large buttons, icons, and minimal text. |
| Mobile-First Approach | Primary interface on Android devices; responsive for tablets and desktops. |
| Visual Guidance | Color coding, icons, and progress bars to reduce cognitive load. |
| Language Support | Multi-language capability |
| Scalable Modular Architecture | Easily add new health programs (e.g., HIV, TB, NTDs) or integrate new APIs. |
| Interoperability by Design | Built with open standards and flexible data exchange frameworks. |
| Secure by Default | Data encryption, audit logs, and compliance with national data protection regulations. |
| Activity | Detailed Tasks | Key Deliverables | Timeline | |
| Phase 1 – Project Launch, Inception, and Assessment | ||||
| 1 | Project Management Framework | • Identify and engage key stakeholders of the Ministry of Health involved in community health programs according to the structure of the national system. • Produce a mapping of all relevant stakeholders. • Develop and implement relevant project management plans | • Project Inception report, including – Stakeholders mapping with the RACI matrix of roles and responsibilities • Risk management, quality assurance, and change management plans • Detailed Project Implementation workplan | 1 Month |
| 2 | Requirement gathering and Business process mapping (AS-IS & To – Be) | • Review existing community-based data collection tools, workflows, and reporting processes, both paper version and those previously developed on OpenSRP • Map data flow from CHAs to county and national levels, including logistics and supply chain reporting. • Review existing training and communication materials. • Identify system requirements, data standards, and interoperability needs (DHIS2, eLMIS, mSupply). | •Gap analysis of existing workflows (AS-IS) • Quality Assessment Report outlining findings, system requirements, and interoperability specifications. • New Application workflow design and Architecture (TO-BE) | 1 Month |
| Phase 2: System Design, Testing, and Pilot Implementation | ||||
| 3 | System Design and Development | • Design eCBIS architecture aligned with MoH’s digital health ecosystem. • Develop web and mobile applications for CHAs, CHSSs, and facility, county, and national users with online/offline capability. • Configure and develop core modules: – Service Delivery and Case Management (Malaria, MNCH, Nutrition, Essential medicines) – Data Collection & reporting – Reminders and alerts integration | • Prototype eCBIS Platform with core functional modules. • eCBIS Solution Design Document for MoH and CRS approval. • System Specification and Architecture Documentation. • UAT Report and user feedback summary. | 2 Months |
| 4 | Pilot Implementation | • Deploy eCBIS in selected pilot counties. • Configure system to capture service, product, and client-level data while ensuring privacy and compliance. • Monitor performance and collect user feedback. • Refine the platform based on pilot results. • Document lessons learned and scale-up recommendations. | • Pilot Implementation Report, including lessons learned, user feedback, and recommendations for national rollout.
| 3 Months
|
| Phase 3: Trainings, National Roll out and scale up | ||||
| 5 | Capacity Building and Training | • Develop detailed training plan, curricula, and user manuals for all user categories (CHAs, CHSSs, M&E officers, supply chain officers, program managers). • Conduct Training-of-Trainers (ToT) and supervise cascade training sessions. • Build a pool of national-level administrators and “super users” for long-term system maintenance. | • Training Reports (ToT and cascade). • User Manuals and Training Materials. • Supervision and Support Guides. | Begins after the application 1st release |
| 6 | Full System Deployment | • Roll out the finalized eCBIS system nationwide in a phased approach. • Provide remote and on-site technical support during implementation. • Monitor deployment progress and user adoption. • Establish a helpdesk and ticketing mechanism. | • National Rollout Report, including implementation coverage and performance summary. | 6 months |
| Phase 4: Maintenance, Handover, and Exit Plan | ||||
| 7 | Maintenance and Handover | • Provide 12 months of post-deployment maintenance and technical support. • Monitor and optimize system performance. • Develop sustainability and transition plan, ensuring full MoH ownership (documentation, source code, hosting, and capacity transfer). | • System Maintenance and Support Report. • Sustainability and Transition Plan. • Source Code and System Handover Package. | Continuous throughout implementation |
| Others | ||||
| 8 | Governance and Reporting | • Provide relevant technical and programmatic reports to technical working group members. • Submit regular progress updates to MoH and CRS. | • Monthly Progress Reports. • Ad-hoc Technical and Status Reports as needed • Final Report at the end of engagement. | Continuous throughout implementation |
| Stakeholder | Roles and Responsibilities |
| Ministry of Health (MoH) | Lead oversight, advocacy, data governance, coordination, and system ownership |
| County Health Teams | Supervision and user support at subnational levels |
| Catholic Relief Services (CRS) | Technical assistance, project management, donor reporting, and grant compliance |
| Global Fund | Financial support |
| Selected Service Provider | System design, development, deployment, capacity building, system maintenance, and handover. |
The total duration of the assignment is 18 months
The Bidder shall submit a technical approach and methodology as well as a detailed work plan for implementing the assignment. Emphasis should be made on the utilization and integration of open standards. The bidder should also clearly define the Programming Languages (Platforms) the system uses as its Back-end and Front-end platforms. Skill and knowledge transfer / capacity development.
The Successful bidder will be required to work with the MoH and stakeholders in order to transfer skills and knowledge. The Bidder should indicate in the methodology statement the proposed approach for skills and knowledge transfer during the implementation of this assignment.
The Successful Bidder will report to the eCBIS Project Technical Working Group to be set up by the MoH, with technical support from CRS. Regular and ad-hoc progress reports shall be submitted to the eCBIS TWG.
Bidders shall submit a list of at least three references of organizations where they have implemented digital health applications in the health sector. The list should contain the name of the organization and details of the contact person (name, position, telephone numbers, and e-mail address). CRS reserves the right to contact other organizations for background and reference checks.
The bidder shall submit three eCBIS project examples, successfully implemented over the past 5 years. These projects should highlight:
The Bidder shall develop a quality assurance (QA) plan and exercise quality control measures to ensure that the implementation process conforms to the plan. The Bidder will be expected to draw up a quality measurement plan against which quality will be measured.
Payments will be made upon successful completion and acceptance of deliverables in each phase of the project:
| Milestone | Payment (%) |
| Phase 1: Project Launch, Inception, and Assessment | 20% |
| Phase 2: System Design, Testing, and Pilot Implementation | 30% |
| Phase 3: Trainings, National Roll out and scale up | 30% |
| Phase 4: Maintenance, Handover, and Exit Plan | 20% |
Application Submission Form
[For a joint venture, either all members shall sign or only the authorized representative, in which case the power of attorney to sign on behalf of all members shall be attached]
Date: [Insert day, month, year]
RFP No. and title: 2005394 – eCBIS
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:
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 EXP – 2.1
Specific Experience
[The following table shall be filled in for by the Lead 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: 2005394 – eCBIS
Page [insert page number] of [insert total number] pages
| Applicant’s legal name | |
| Applicant Role in the JV | Single □ Lead □ Non-Lead (JV Member) □ |
| Applicant’s Country of registration | |
| Applicant’s year 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] |
Required attachment: At least three (3) letters of reference from previous clients. Reference letters must be signed and include a contact person
Company Name: ______________________
Name of In-Charge: ____________________
Position: _____________________________
Signature: ____________________________
Date: _______________________________
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:
Applicant’s Name: [insert full name]
Date: [insert day, month, year]
Joint Venture Member Name: [insert full name]
RFP No. and title: 2005394 – eCBIS
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. Also list details of work in progress or committed to, including the expected completion date(s), using the table below.
This table should be filled out for each contract/experience in implementing Digital Health Solutions
| 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]* | ||
| Client’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] | ||||
| Project Description | [insert contract name and number, if applicable] | ||||
| 1. Location | [insert amount in US$ in words and in Figures] | ||||
| 2. Scope of Project | [insert physical size of activities] | ||||
| 3. Methods/Technology | [insert specific aspects of the methods/technology involved in the contract] | ||||
| 4. 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 Bidder experience in implementing Digital Health Solutions, each contract/experience MUST be accompanied by:
1) A copy of signed Contract
2) Completion Certificate from the Client on that project or letter from the client if the project is ongoing.
Company Name: ______________________
Name of In-Charge: ____________________
Position: _____________________________
Signature: ____________________________
Date: _______________________________
Applicant’s Name: [insert full name]
Date: [insert day, month, year]
Joint Venture Member Name: [insert full name]
RFP No. and title: 2005394 – eCBIS
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. Also list details of work in progress or committed to, including the expected completion date(s), using the table below.
This table should be filled out for each contract/experience in implementing eCBIS Systems at National Scale in LMICs
| 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]* | ||
| Client’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] | ||||
| Project Description | [insert contract name and number, if applicable] | ||||
| 1. Location | [insert amount in US$ in words and in Figures] | ||||
| 2. Scope of Project | [insert physical size of activities] | ||||
| 3. Methods/Technology | [insert specific aspects of the methods/technology involved in the contract] | ||||
| 4. 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 Bidder experience in implementing eCBIS Systems at National Scale in LMICs, each contract/experience MUST be accompanied by:
1) A copy of signed Contract.
2) Completion Certificate from the Client on that project or letter from the client if the project is ongoing.
Company Name: ______________________
Name of In-Charge: ____________________
Position: _____________________________
Signature: ____________________________
Date: _______________________________
Give the detailed information of the key personnel who are scheduled to be assigned as full-time field staff for the project. Fill up a form for each key personnel.
– Authorized Managing Officer / Representative
– Sustained Technical Employee
Name and Address of Client Length of Service
_____ year(s) from _____ to ______
Supporting Documents for each key personnel
(1) Copy of degree (bachelor or master)
(2) CV
Note: For key personnel to be validated, Bidder MUST fill out this Annex AND provide (a) and (b). This is a PASS/FAIL to have the point.
Company Name: ______________________
Name of Key Personne: ____________________
Role in the Proposal: _____________________________
Signature of Key Personnel: ____________________________
Date: _______________________________
| # | 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 (from home country)H | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 3 | Valid Tax Clearance Certificate OR equivalent (from home country) | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 4 | (1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual OR (2) Entity current financial statements. | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 5 | Declaration of Absence of Conflict of Interest Acknowledge, stamp and sign (Form CoI – 1.3) | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 6 | Articles of Incorporation OR equivalent | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 7 | Lease or Rental agreement or Land Deed | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 8 | Form of Tender Security (Bid Security Guarantee) (Annex 1) | Lead Entity | Eligibility & Contractual Compliance |
| 9 | Memorandum of Understanding or Joint Venture Agreement in case of JV. The MoU/JV Agreement should describe the role of the partner in the venture. | Lead Entity | Minimum Qualifications Requirements (MQR) |
| 10 | Specific Experience (Form EXP – 2.1) Acknowledge, stamp and sign | Each Joint Venture Member | Minimum Qualifications Requirements (MQR) |