REQUEST FOR PROPOSAL N°2008064 -Construction of WASH Facilities in Massatine Town, Grand Cape Mount County, Liberia

  • Location:
  • Salary:
    negotiable
  • Job type:
    Bid / ToR/RFQ/RFP/EOI
  • Posted:
    2 hours ago
  • Category:
    Bid / ToR/RFQ/RFP/EOI
  • Deadline:
    April 16, 2026

REQUEST FOR PROPOSAL

N°2008064

Construction of WASH Facilities in Massatine Town, Grand Cape Mount County, Liberia

Issuing OrganizationCatholic Relief Services Liberia
DonorCRS Private Fund
ProjectLocal LEADERSHIP
Budget Code100476
Issue DateApril 1, 2026
Site VisitApril 7, 2026
Request for Clarification Deadline for ClarificationApril 10, 2026
Submission DeadlineApril 16, 2026, at 4:00 pm GMT
Contact Emailliberiarfq@crs.org
Type of AgreementFixed Term Contract Agreement

April 2026

Table of Contents

Section I. General Information. 4

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

Section II. Instructions to Bidders (ITB) 5

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

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

  1. General Requirements. 10
  2. Advance Payment Terms 10
  3. Withholding Tax. 10
  4. Goods Service Tax. 11
  5. Statutory Compliance. 11
  6. Past non-performance or ES incidents Requirement 11
  7. Eligibility & Minimum Qualification Criteria. 11

Section IV. Evaluation Criteria. 15

  1. Administrative Evaluation. 15
  2. Contents of Envelope No. 1: Eligibility & Minimum Qualification Requirements. 15
  3. Submission Format for Eligibility & Minimum Qualification Requirements (MQR) 15
  4. Technical Evaluation. 15
  5. Technical Scoring Protocol 17
  6. Contents of Envelope No. 2: Technical Proposal 17
  7. Submission Format for Technical Proposal 18
  8. Financial Evaluation. 18
  9. Conversation Rate. 19
  10. Contents of Envelope No. 3: Financial Proposal 19
  11. Submission Format for Financial Proposal 19

Section V. Post-Qualification Actions 19

  1. Bid Clarification. 20

Section VI. Scope of Work. 21

  1. Scope of Works. 21
  2. Deliverables Schedule. 28
  3. Design Drawings, Specification and Bill of Quantities 28

Section VII. Bid Forms. 29

Section VIII. Payment Schedule. 48

Section IX. Drawings. 50

Section X. Bill of Quantities 51

Section I. General Information

1. Project Background

The Damien/Massatine Public School, located in Massatine Town in the northwestern region of Grand Cape Mount County, serves as a key educational institution for children within the township and surrounding communities. Originally constructed by the Catholic Church, the school was later transferred to the Government of Liberia for operation as a public elementary school. The institution currently enrolls 200 students, comprising 130 males and 70 females, and provides instruction from kindergarten through sixth grade.

Massatine Town is home to the St. Damien Catholic Church and a small community clinic that delivers health-care services to more than 500 residents, predominantly people suffering from Hansen’s disease. These institutions, alongside the school, form the foundation of essential services within the town.

While the school’s physical structure remains generally sound, the institution faces significant operational and service delivery constraints that hinder its ability to provide a conducive learning environment for students. These gaps include a lack of critical WASH services, latrine, clean water, and handwashing stations.

2. Purpose of the RFP

The purpose of this RFP is to hire the services of an experienced construction company to construct WASH facilities that focuses on improving sanitation, hygiene, and access to safe water within the community through the construction of durable, gender-sensitive latrines for key institutions, including VIP latrines, child‑friendly for the school, pour‑flush latrine for the clinic, and the church. These facilities aim to eliminate open defecation, reduce environmental contamination, and enhance safety for students, patients, church members, and the broader community.

  • Two 4-cubical VIP latrines for the Damien/Massatine Public School
  • One 3-cubical Pull-Flush Latrine for the St. Damien Catholic Church and
  • One 3-cubical Pull-Flush Latrine for the Massatine Clinic
  • Rehabilitation of one hand pump for the Massatine Public School

Given the critical importance of this project, timely execution is essential. Construction is anticipated to commence in April 2026 and be completed by July 2026.

a. Sites Location and Visit Requirements

Location/Site: Massatine Town, Grand Cape Mount County.

Type of work: Construction

Site visit #1: Massatine Town, Grand Cape Mount County. One (1) group visit will be organized on April 7, 2026, at 8:30 am GMT. All interested Bidders should be at the St. Paul Bridge at 8:30 am GMT.

Note: CRS will not be responsible for the Bidders’ transportation.

b. Registration Requirement

All interested bidders MUST register their intent to participate in this procurement process by submitting the following information to liberiarfq@crs.org no later than April 10, 2026, at 4:00 pm GMT:

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

Send an email to liberiarfq@crs.org with the subject line: “Registration for RFP No. 2008064”. Attach or include the information (from b. Registration Requirement) in the body of the email.

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

Section II. Instructions to Bidders (ITB)

The bid price MUST reflect the full cost of meeting these binding contractual requirements.

3. Format of Submission

e. Bidders

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

  • Envelope No. 1: RFP No: 2008064 Eligibility & Minimum Qualification Requirements.
  • Envelope No. 2: RFP No: 2008064 Technical Proposal.
  • Envelope No. 3: RFP No: 2008064 Financial Proposal.

4. Method of Submission

f. Bidders

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

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

g. Evaluation Sequence

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

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

  • 1.1 Eligibility Check
  • 1.2 Administrative Compliance: Verification of all mandatory declarations, commitments, and forms
  • 1.3 Minimum Qualifications Requirements (MQR): Verification of the minimum capacity threshold set out in subclause 27. Mandatory Eligibility & Minimum Qualification Criteria.
  • Outcome: Only bidders who pass ALL criteria (1.1, 1.2 and 1.3) will proceed with the Technical Evaluation. Envelope No. 2 and 3 of disqualified bidders will remain unopened and unevaluated; hence, it is important to follow envelope content instructions (subclauses 29; 33;37).

Stage (2): Technical Evaluation (Envelope No. 2):
Bidders who pass the MQR stage will have their Technical Proposals scored against the criteria outlined in subclause 31. Technical Evaluation.

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

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

  • 3.1 Arithmetical Correction
  • 3.3 Financial Scoring: The lowest Evaluated Price received 30 points.

See subclause 35. Financial Evaluation for more details.

5. Deadline for Submission

  • Bids must be received no later than April 16, 2026 at 4.00 pm GMT.
  • Late submission is defined as:
    • Any proposal that arrives at the designated submission address after the exact time and date specified above, regardless of the reason for delay (e.g. courier issues, traffic, misrouting, or administrative errors).

6. Price Submission

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

7. Clarification Request

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

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

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

All questions or requests for clarification must be submitted in writing to: liberiarfq@crs.org. Deadline for clarification requests: April 10, 2026, at 4:00 pm GMT. CRS will respond to the clarifications within 3 working days after the deadline.

8. Validity Period

  • Payment Terms: Payments shall be made in accordance with the milestone schedule defined in Section IX Payment Schedule.
  • Currency: USD
  • Language: All bidding documentation, including installation and operating manuals, MUST be in English.
  • Retention Period (for defect and liability): 6 months

9. Amendment and Bid Modification Procedures

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

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

10. Tie-Breaking Rule

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

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

11. Negotiations

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

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

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

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

12. Award of Contract

A Contract will be executed with the Bidder whose proposal is determined to be responsive to this solicitation document, meets the eligibility criteria stated in this RFP, meets the technical, management/personnel, and corporate capability requirements, and is determined to represent the best Value for Money (VfM) to CRS. Best Value for Money will be decided using a weighted scoring process. Upon being notified, the awarded bidder will confirm acceptance by submitting a Letter of Acceptance. (Annex 2).

13. Rejection of award

This RFP does not obligate CRS to execute a contract, nor does it commit CRS to pay any costs incurred in the preparation and submission of the proposals. Furthermore, CRS is not bound to accept the lowest or any quote and reserves the right to accept any quote in whole or in part and to reject any or all quotes without assigning any reason therefore and to Contract on any of the terms offered or on different terms. CRS may reject any bid that is not substantively responsive to the terms and conditions of the RFP.

14. Material Errors and Clarification

h. Material Errors

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

  • ​Missing signature.
  • ​Incomplete or missing financial statements necessary to verify Total Annual Construction Turnover.
i. Consequence

Any Bid deemed materially deficient shall be rejected and disqualified.

j. Clarification of Non-Material Errors

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

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

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

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

15. Modification or Withdrawal of RFP

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

16. Consequences of Falsification or Misrepresentation

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

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

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

17. Confidentiality and Data Privacy

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

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

18. Debriefing of Unsuccessful Bidders

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

19. Complaints and Appeals

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

20. Contract Audits

The Contractor must provide full cooperation for all compliance reviews and audit by CRS/CRS Private Fund.

Section III. Eligibility and Minimum Qualification Requirements (MQR)

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

CRS reserves the right to request any Bidder to clarify its bid or to provide missing historical information that does not change the substance of the bid. The Organization may, at its sole discretion, allow a Bidder to rectify a non-material omission within a stipulated timeframe. (See subclause 14. Material Errors and Clarification)

21. General Requirements

  • Bidders may apply individually.
  • No subcontract is allowed in this RFP. This applies to the subcontracting of the main works.
  • The cost of preparing the bid and negotiating the possible contract, including any related travel, is neither reimbursable nor can it be included in applicants’ Financial Proposal.
  • Warranties and Representations: The Contractor MUST provide all legal representations and warranties required by the contract agreement.

22. Advance Payment Terms

The thirty percent (30% of the contract price) Advance Payment is conditional upon submitting a valid Advance Payment Guarantee. Repayment shall be deducted in three (3) installment from each payment to Contractor from first interim payment.

23. Withholding Tax

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:

  • 10% for services provided by resident entities

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:

  • Level of Effort
  • Training/knowledge transfer
  • Maintenance and Technical support.

24. Goods Service Tax

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.

25. Statutory Compliance

The Contractor is responsible for securing and maintaining all required permits and registrations (e.g Labor Ministry for foreign staff).

26. Past non-performance or ES incidents Requirement

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

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

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

27. Eligibility & Minimum Qualification Criteria

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

Eligibility and Minimum Qualification CriteriaDocumentation
No.SubjectRequirementType of requirementSubmission Requirements
1. Eligibility
1.1Application Form (Acknowledge, stamp and sign)Must meet requirementApplication Submission Form
1.2 (a)Nationality and Legal CapacityNationality Legal right to conduct business from home countriesMust meet requirement(1) Business Registration or Equivalent AND

(2) Valid Tax Clearance Certificate or equivalent

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

(2) Entity’s last three years’ audited financial statements.

1.3Absence of Conflict of InterestNo Conflicts of interest

 

 

Assessment Method

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

Must meet requirementForm CoI – 1.3
1.4Articles of Incorporation or equivalentMust Meet requirementArticles of Incorporation or equivalent
1.5Legal/Technical Capability (Bidders)(i) Hold Ministry of Public Works construction certification (Category B1 to B12).

 

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

Must Meet requirement

Must Meet requirement

Legal documents, certifications, licenses, and permits
1.6Physical presence of Registered Liberian Entity (Local Bidders)Proof of physical presence in Liberia (Local Bidders)

 

 

Must meet requirement(Lease or Rental agreement or Land Deed)

 

1.7No debarmentCRS will perform this screening using its internal compliance tools. Supply Must not be debarred from CRS or any international donor.Must meet requirementBridger verification showing “No Match Found”
2. Experience
2.1Historic of Non-Performing ContractsNon-performance of a contract [1] did not occur as a result of contractor’s default since 1st January 2020.

 

Assessment Method

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

Must Meet

requirement[2]

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

 

Form CON-3 ES

Performance

Declaration

4.2 (a)Specific Construction ExperienceParticipation as Contractor, Management Contractor or Subcontractor, or Joint Venture in AT LEAST one (1) contract implemented for a registered company, INGO, Government or registered local organization.

within the last five (5) years, with a

minimum value of US$ 20,000 (twenty thousand USD). The contract MUST have been successfully or

Substantially Completed (80% and above)

and be similar in nature to the

proposed works.

 

Similarity shall be defined as the construction of WASH facilities.

Must meet requirementForm EXP – 4.2 (a) with attachments (1 contract within the last 3 years and certificate of completion)

 

 

5.1Sectoral ClearanceWASH Sectoral Clearence from the National WASH Commission of Liberia (Local Bidders)

 

Must meet requirementValid WASH Sectoral Clearance Certificate.

Section IV. Evaluation Criteria

28. Administrative Evaluation

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

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

29. Contents of Envelope No. 1: Eligibility & Minimum Qualification Requirements

Bidders MUST submit three (3) copies of the eligibility and administrative documents. Envelop No.1 should be structured as a single, comprehensive document that addresses all criteria listed as per Sub-clause 27. Mandatory Eligibility & Minimum Qualification Requirements.

Note: Bidder can find a complete checklist in Annex 7. Mandatory Eligibility & Minimum Qualification Requirements Checklist.

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

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

31. Technical Evaluation

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

Criteria

Maximum pointsScoring Mechanism
Tech01

Past Experience: Demonstrate experience in successfully executing works that are substantially similar in nature, size, value, and complexity similar to the scope of this contract (e.g in constructing Latriness, and storey/high-rise structures.

15Eligibility:

 

15 Points will be awarded for one additional contract. The contracts must meet subfactor 4.2 (a): contract with a minimum value of US$ 20,000, that has been successfully or substantially completed, and that are similar to the proposed works.

 

Contracts MUST have been implemented for a Register Company, INGO, Government or Register Local organization.

 

Compliant Evidence to validate an experience

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

a) A copy of the contracts, a signed Certificate of Substantial Completion or Final Acceptance Certificate OR

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

 

Score allocation

One (1) Contract provided during

1 additional contract: 15 points

Tech02

Technical Methodology

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

20Annex 3 contains full detailed scoring.
Tech03

Key Personnel assigned to the mission (Annex 4)– CVs inclusive of professional experience, education (BSc Degree minimum), and language skills must be provided for staff to be engaged. This scores the qualification.

 

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

 

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

 

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

 

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

16
Key PersonnelMinimum, BSc degree and experiences (years)Points per Profile
Project EngineerMinimum 5 yrs5 or 0
Construction SupervisorMinimum 5 yrs5 or 0
Community Engagement OfficerMinimum 33 or 0
Environmental Health and Safety OfficerMinimum 33 or 0

 

Key Personnel proposed under Tech03 shall be the same personnel committed for contract execution and shall not be substituted without prior CRS approval.

 

 

Tech04

Pre-Construction (Mobilization & Timeline)

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

10Error! Reference source not found.Annex 5 contains full detailed scoring.
Tech05

Environmental Health and Safety

9Annex 6 contains full detailed scoring.
Total possible score70

32. Technical Scoring Protocol

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

k. Simple Scoring Protocol (Tech01 & Tech03)

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

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

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

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

33. Contents of Envelope No. 2: Technical Proposal

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

  • Tech01: Past experience; at least three (3) additional contracts (different from the one submitted during eligibility phase) that meet subfactor 4.2 (a) and their signed Certificate of Substantial Completion or Final Acceptance Certificate AND a copy of the Final Interim Payment Certificate (IPC) or a letter from the client stating the Total Certified Value paid/due on that project.
  • Tech02: Technical Methodology.
  • Tech03: Key Personnel personnel assigned to the project with their biodata (along with Annex 4).
  • Tech04: Pre-Construction (Mobilization & Timeline)
  • Tech05: Environmental Health and Safety.

Failure to submit Technical Proposals structured in accordance with the relevant Annexes shall result in a score of zero (0) for the affected criterion

34. Submission Format for Technical Proposal

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

35. Financial Evaluation

The Financial Proposal will be evaluated after the Technical Proposal has passed the minimum acceptable score 49 points and will be subjected to the following three (3) sequential checks. A bid may be rejected at any point in the process.

m. Correction of Arithmetic Errors
  • The Evaluation Committee will check the bidder’s Bill of Quantity (BoQ) for any arithmetic errors. All technically qualified Bids are subject to this correction.
  • Inconsistency Rule: if there is discrepancy between the unit rate and the total price obtained by multiplying the unit rate by the quantity, the unit rate as quoted will govern and the total price shall be corrected; unless in the opinion of CRS there is an obviously gross misplacement of the decimal point in the unit rate, in which case the unit rate will be corrected and the line item total respected or corrected in accordance with this paragraph, if need be
  • Subtotal/Grand Total Rule: if there is an error in the summation of the subtotals, the subtotals will govern, and the Grand Total shall be corrected.
  • Words vs. Figures: if there is a discrepancy between the amounts in figures and in words, the amount in words will govern, unless the amount in words is contradicted by the Inconsistency Rule.
  • Bidder Acceptance: The corrected amounts will be substituted for the original amounts. The Bidder MUST accept the correction of the arithmetic errors. Refusal to accept the correction shall result in the rejection of the Bid.
  • Evaluated Price: The price used for the Financial Scoring Formula will be the Corrected Bid Price.
n. Financial Scoring Formula

Total financial score is 30 points allocated using:

PF = 30 * Co/C, with

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

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

o. Final Score Calculation

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.

  • Technical Score: Maximum 70 points
  • Financial Score: Maximum 30 points
  • Final Score = Technical Score + Financial Score
p. Identification of Abnormally Low Offers (ALOs)

The purpose of this check is to identify Bids that are so low they raise material concerns about the bidder’s ability to perform the contract without compromising quality and safety. This check will be applied sequentially, starting with Bidder with the highest final score.

  • Abnormal Low Threshold: A bid will be classified as a Potential Abnormally Low Offer (ALO) if the financial proposal is more than fifty percent (50%) below the Engineer’s Total Estimate (EE).
  • ALO Procedure: If the bid is identified as a Potential ALO, CRS will request the Bidder in writing to provide a detailed written explanation and justification for the low price within 3 (three) days.
q. Financial Viability Decision and Sequential review

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

If the top ranked bidder financial proposal fails the ALO, the Committee shall proceed to review the next top ranked bidder by applying the same ALO check, continuing until a financially sustainable bid is confirmed.

36. Conversation Rate

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

37. Contents of Envelope No. 3: Financial Proposal

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

  • Duly Signed and Stamped Letter of Tender (Annex 1) by the authorized personnel of the company
  • Duly Signed and Stamped Detailed Bill of Quantities by the Authorized Personnel of the company. It MUST be submitted exactly as issued by CRS, without any changes to format, structure, or specifications. Any modification will result in automatic disqualification.

38. Submission Format for Financial Proposal

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

Section V. Post-Qualification Actions

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

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

39. Bid Clarification

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

Section VI. Scope of Work

40. Scope of Works

This scope of work is to be undertaken by the selected construction contractor. It includes the construction and handover of four institutional latrines. The construction activities described in this Scope of Work shall be governed by the CRS Standard Construction Contract, Technical Specifications, Drawings, and Bill of Quantities. All referenced documents form an integral part of the Contract and shall be read together.

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

1.1 Site Clearance

This includes removing bushes and trees to allow access and undisturbed construction work.

The Contractor shall prepare the site or other areas indicated on the drawings, bill of quantities, or as instructed by the CRS Program Manager or partner supervisors, by carrying out a general clearance of the ground and by removing trees to permit the proper execution of the works.

Stumps and major roots shall be grubbed out, and all combustible material arising shall be gathered into windrows and burnt. The Contractor shall take precautions to prevent the spread of fire to adjacent land/property.

1.2 Excavation

1.2.1 Ground Levels and Measurement of Excavation

After having completed the removal of the topsoil and before commencing any other excavation, the Contractor shall take levels at frequent intervals and agree upon them with the CRS Program Manager or Partner Supervisor. The depth of excavations shall be taken as the depth from the ground surface to the levels designated on the drawings or bill of quantities, except that if the Supervisor’s Representative instructs additional excavation below the required formation level, the extra depth shall be added to the direct measurement.

1.2.2 Excavation – General

Excavation shall be carried out in such a manner and in such climatic conditions as to avoid damage to or deterioration of suitable material that is designated for incorporation in the works. Where excavation reveals a combination of suitable and unsuitable materials the Contractor shall, wherever the Supervisor’s Representative considers it practicable, carry out the excavation in such a manner that the suitable material is excavated separately for use in the works without contamination by the unsuitable material.

Suitable material that is rendered unsuitable by the operations of the Contractor due to non-compliance with the specification shall be run to spoil and replaced by an equal quantity of excavation from the works. The excavation shall proceed with such portions at one time as the Supervisor’s Representative may direct. All excavated material shall be deposited so that it will cause no damage or inconvenience to the public.

1.3 Materials for Concrete

1.3.1 Aggregates

Aggregates shall be hard, clean, and free of all organic material. They should conform to the appropriate national standards. Samples of all aggregates to be used SHALL be brought to the Employer’s Representative for approval before use.

Coarse aggregates SHALL be comprised of well-graded material between 6mm and 15mm in size. Sand used for concrete SHALL consist of hard material of size not less than 4mm and shall contain no more than 5% silt. Sand used for cement mortar shall be fine-grained and if required, shall be screened through a 3mm sieve.

1.3.2 Cement

Cement SHALL be normal Portland cement delivered in 50kg bags. The bags shall be in perfect condition when delivered to the site and SHALL be more than 3 months old at the time of use. All broken bags or bags showing evidence of dampness or caking SHALL be immediately removed from the site. Reuse of spilled cement is not permitted.

1.3.3 Steel reinforcement

Plain mild steel bars with dimensions specified in the bill of quantities/drawings SHALL be used for the reinforced columns, beams, lintels, slabs, and other purposes. The Contractor SHALL remove any loose rust from the bars by brushing with a steel brush.

1.3.4 Water

The Contractor SHALL provide all water needed on the site. Water used for mixing concrete SHALL be clean and of a quality suitable for drinking.

1.3.5 Concreting

Concrete mixes

The following concrete mixes are specified:

 UseMix ratioCoarse aggregate size
In-situ footing and floor (Plain)1:2:4< 38mm
In-situ beam (R.C)1:2:4< 19mm
Precast slabs (R.C)1:2:4< 19mm

1.3.6 Curing

All concrete works, including beams and slabs, SHALL be protected from rapid drying for 14 days by covering them with white polythene sheets and watered daily.

1.3.7 Formwork

Slab formwork SHALL have a maximum deviation from straightness of 5mm over the full length of the slab. All formwork inner surfaces should be planed smooth, as all concretes shall be cast to finish.

1.3.8 Mixing, placing, and compaction

Casting of concrete slabs and mixing of concrete SHALL be carried out adjacent to where it is needed, and hand mixing SHALL be carried out on a wooden or metal sheet or cement platform. Concrete SHALL be mixed in the correct proportions as directed by the Technical Supervising Officer. All concrete surfaces shall be finished immediately upon placing (Cast to finish all surfaces)

1.3.9 Cement mortar

Cement mortar for all block laying (all works shall however be concrete except for the walls of the pump head station) shall be made by mixing 4-part sand with 1-part cement by volume. Cement mortar shall be mixed on a clean surface such as a cement platform or wooden or metal sheet. Mortar shall be mixed in small quantities and used within 1 hour. Mortar that has already hardened shall not be knocked up and remixed for use.

1.4.1 Privacy Wall:

Footing depth to the privacy walls shall not be less than 250mm and shall have a concrete depth of not less than 150mm. The height of the privacy wall at the front view areas shall not be less than 1524mm high. Finishing these walls shall be cast to finish and painted with 2 coats of enamel-based paint. The color is to be determined by the CRS Technical Supervising Officer.

1.4.4 Metal Gates

Metal gates, the overall size of the opening space is 36 ’’ x 48’’ high; with 1 inches galvanized pipe as stiles, top, bottom, and bracing rails. Single gates will be installed in each area as specified in the BoQ. Doors shall be painted with one coat of red oxide undercoat and two finishing coats of gloss oil paint and protected with one brass high-security padlock.

1.5 Water Storage Tank

1.5.1 Concrete Work for Water Storage Tank

The concrete works for the water storage tank will be per the provisions as specified in the drawings or as determined by the CRS Supervising Officer.

1.8.1 Rehabilitation of Hand Pump

The scope covers all activities required to rehabilitate the well and restore it to full, reliable operation. This includes dewatering, removing silt and debris, and cleaning the well screen to improve water flow. Water quality will be tested, and the well will be disinfected through chlorination.

The pump system will be repaired and serviced, including fixing or replacing the pump cylinder, adjusting mechanical components, repairing the concrete apron, and repainting the pump to prevent corrosion. All structural elements will be checked and secured.

Finally, the rehabilitated system will undergo operational testing and post-chlorination water quality checks. The work concludes with a handover and guidance to community representatives on proper use and routine maintenance.

COMPLIANCE WITH

No table of contents entries found. ENVIRONMENTAL MANAGEMENT PLAN

Safety, Security, and Environmental Management

General

  1. Before the order to commence any works, the Contractor is required to implement the Environmental Management Plan (EMP) as agreed with the Senior Project Officer. The plan shall spell out how the Contractor should achieve environmental targets and objectives specified in the EMP (Excerpts available for reference). The plan shall include, to the extent practicable and reasonable, all steps to be taken by the Contractor to protect the environment in accordance with the current provisions of national environmental regulations and or the EMP established for this project.
  2. Notwithstanding the Contractor’s obligation under the above clause, the Contractor shall implement all measures necessary to restore the sites to acceptable standards and abide by environmental performance indicators specified under the EMP to measure progress towards achieving objectives during execution or upon completion of any works. These measures shall include, but not be limited to the following:
  • Minimize the effect of dust on the surrounding environment resulting from earth mixing sites, asphalt mixing sites, dispersing coal ashes, vibrating equipment, temporary access roads, etc. to ensure the safety, health, and protection of workers and communities living downwind of dust-producing activities.
  • Ensure that noise levels emanating from machinery, vehicles, and noisy construction activities are kept at a minimum for the safety, health, and protection of workers within the vicinity of high noise levels and communities near rock-blasting areas.
  • Ensure that existing water flow regimes in rivers, streams, and other natural or irrigation channels are maintained and/or re-established where they are disrupted due to civil works being carried out.
  • Prevent bitumen, oils, lubricants, and wastewater used/produced during the execution of works from entering into rivers, streams, irrigation channels, and other natural water bodies/reservoirs, and also ensure that stagnant water in uncovered borrow pits is treated in the best way to avoid creating possible breeding grounds for mosquitoes.
  • Upon discovery of ancient heritage, relics, or anything that might or be believed to be of archaeological or historical importance during the execution of works, a report SHALL be made of such findings to the National Commission on Culture or the body with such mandate in fulfillment of the measures aimed at protecting such historical or archaeological resources.
  • Discourage construction workers from engaging in the exploitation of natural resources such as hunting, fishing, collection of forest products, or any other activity that might harm the social and economic welfare of the communities.
  • Implement soil erosion control measures to reduce surface run-off and help to prevent siltation, etc.
  • Ensure that garbage, sanitation, and drinking water facilities are provided in construction workers’ camps.
  • Ensure that in as much as possible, materials are utilized to avoid importation of foreign materials and long-distance transportation.
  • Ensure public safety and meet traffic safety requirements for the operation of work to avoid accidents.
  1. The Contractor shall indicate the period within which he/she shall maintain status on site after completion of civil works to ensure significant perturbations arising from such works have been considered.
  2. The Contractor shall adhere to the proposed activity implementation schedule and the monitoring plan/strategy to ensure effective feedback of monitoring information to project management and the Director/EPA so that impact management can be implemented properly, and if necessary, adapt to changing and unforeseen conditions.
  3. If the Contractor fails to implement the approved Environmental Management Plan after written instruction by the CRS Senior Project Officer to fulfill his obligation within the requested time, the Client reserves the right to arrange through the CRS Officer for execution of missing action by a third party on account of the Contractor.

Specific Environmental Issues to be Considered.

Worksite/camp Site Waste Management

  • All vessels (drums, containers, bags, etc.) containing oil/fuel/surfacing materials and other hazardous chemicals must be bound to contain spillage. All waste containers, litter, and any other waste generated during the construction shall be collected and disposed of at designated disposal sites in line with the Waste Management Regulations of the Environmental Protection Agency of Liberia.
  • All worksites and campsites shall have appropriately improved latrines for use by workers and site visitors, and open defecation shall not be practiced on or around the worksites or campsites
  • All drainage and effluent from storage areas, workshops, and campsites shall be captured and treated before being discharged into the drainage system in line with national Water Pollution Control Regulations (as appropriate).
  • Used oil from maintenance shall be collected and disposed of appropriately at designated sites or be re-used or sold for re-use locally.
  • Entry of runoff to the site shall be restricted by constructing diversion channels or holding structures such as banks, drains, dams, etc. to reduce the potential of soil erosion and water pollution.
  • Construction waste shall not be left in stockpiles along the road. Waste and other excess materials shall be used for rehabilitating borrow areas and landscaping around the road.
  • If other spoil disposal sites are necessary, they shall be located in areas, approved by the CRS Senior Project Officer in consultation with GoL partners, of low land use value and where they will not result in material being easily washed into drainage channels. Whenever possible, spoiled materials should be placed in low-lying areas and should be compacted and planted with species indigenous to the locality.

Material Excavation

  • Contractors will have to indicate the source of material such as gravel for concrete production, sand bedding of pipes, or any other purpose.
  • Contractors shall obtain appropriate licenses/permits from relevant authorities to operate quarries or borrow areas.
  • The location of quarries and borrow areas shall be subject to approval by relevant authorities including traditional authorities if the land on which the quarry or borrow areas fall in the traditional land and by the Environmental Protection Agency of Liberia.
  • New Extraction sites shall not be located in the vicinity of settlement areas, cultural sites, wetlands, or any other valued ecosystem component and shall not be located less than 10km from such areas.
  • New Extraction sites shall not be located adjacent to stream channels wherever possible to avoid siltation of river channels. Where they are located near water sources, borrow pits and perimeter drains shall surround quarry sites.
  • New Extraction sites shall not be located in forest reserves. However, where there are no other alternatives, permission shall be obtained from the Ministry (ies) in charge of Lands, Forestry and Mines and an environmental impact study shall be conducted.
  • New Extraction sites shall not be located on high or steep ground or in areas of high scenic value.
  • Only sites that can easily be rehabilitated shall be chosen. Areas with minimal vegetation cover such as flat and bare ground or areas covered with grass only or covered with shrubs with a height of less than 1.5 m.
  • New Extraction site boundaries shall be demarcated and marked to minimize vegetation clearing.
  • Vegetation clearing shall be restricted to the area required for the safe operation of construction work. Vegetation clearing shall not be done more than three months in advance of operation.
  • New Extraction sites shall not be located in archaeological areas. Excavations in the vicinity of such areas shall proceed with great care and shall be done in the presence of relevant regulatory staff.
  • Stockpile areas shall be located in areas where trees can act as buffers to prevent dust pollution. Perimeter drains shall be built around stockpile areas.

Material Deposit

  • The Contractor shall deposit any excess material per the principles of the EMP at areas approved by local authorities and/or the Project Officer.
  • The Contractor has in advance of the commencement of work clarified with the authorities, dumpsites, or areas for hazardous deposits of contaminated liquid and solid materials, that cannot be used any longer as backfill.

Rehabilitation and soil erosion prevention

  • To the extent practicable rehabilitate the site progressively so that the rate of rehabilitation is similar to the rate of construction.
  • Always remove and retain topsoil for subsequent rehabilitation. Soils shall not be stripped when they are wet as this can lead to soil compaction and loss of structure.
  • Topsoil shall not be stored in large heaps. Low mounds of no more than 1 to 2m high are recommended.
  • Re-vegetate the stockpile to protect the soil from erosion, discourage weeds, and maintain an active population of beneficial soil microbes.
  • Locate stockpiles where they will not be disturbed by future construction activities.
  • To the extent practicable reinstate natural drainage patterns where they have been altered or impaired.
  • Remove toxic materials and dispose them of in designated sites. Backfill excavated areas with soils or overburden that is free of foreign material that could pollute groundwater and soil.
  • Identify potentially toxic overburden and screen with suitable material to prevent mobilization of toxins.
  • Ensure the reshaped land is formed to be inherently stable, adequately drained, and suitable for the desired long-term land use and that would allow natural regeneration of vegetation.
  • Minimize the long-term visual impact by creating landforms, which are compatible with the adjacent landscape.
  • Minimize erosion by wind and water both during and after the process of reinstatement.
  • Compacted surfaces shall be deep ripped to relieve compaction unless subsurface conditions dictate otherwise.
  • Re-vegetate the area with plant species that will control erosion, provide vegetative diversity, and that will through succession; contribute to a stable and compatible ecosystem. The choice of plant species for rehabilitation shall be done in consultations with local research institutions, the forestry department, and the local people, as they will be the long-term beneficiaries.

Health and Safety

  • The Contractor in advance of the construction work shall ensure all staff are equipped with appropriate PPEs (hard helmets, steel-toe boots, gloves, goggles, nose guards, etc.) that should be worn while on site. Spare PPEs (hard helmets, nose guards, and goggles) should be made available on-site for use by visitors and other inspection teams. Also, first aid kits should be available on-site to take care of minor injuries that may be inflicted due to the execution of work by field staff. There must be at least one staff on site always, with training on basic health and safety practiced.
  • Adequate road signs to warn pedestrians and motorists of construction activities, diversions, etc. shall be provided at appropriate points.
  • Construction vehicles shall not exceed a maximum speed limit of 40km per hour.

Final Deliverables

  • Construction Completion: Completion of all components of the latrines construction in accordance with the approved drawings, technical specification, and bill of quantities.
  • Hand Pump Rehabilitation: Rehabilitation of the Massatine Public School’s existing hand pump.
  • Warranty: Covering the defects liability period (6 months).

41. Deliverables Schedule

The works specified in the scope of work shall be completed within 60 calendar days from the time the Commencement Date. However, the bidder has the right to propose a realistic construction schedule based on their workplan and methodology. If the bidder’s proposed duration to complete the scope of work is over the estimated period provided by CRS, a negotiation between CRS and the winning bidder to find a middle ground will be conducted prior to the signing of Contract. The detailed construction schedule shall be part of the construction contract once agreed to with CRS.

42. Design Drawings, Specification and Bill of Quantities

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

Section VII. Bid Forms

Application Submission Form

Date: [Insert day, month, year]

RFP No. and title: 2008064 – Latriness Construction

To: CRS Liberia

We, the undersigned, declare that:

  1. We have examined and have no reservations to the Scope of Work, Specifications, Drawings, and related materials, including the Addendum, for the Construction of Latrines in Massatine Town, Grand Cape Mount County Community.
  2. We offer to execute the Works for this Contract in accordance with the Design Drawings, Specification, Bill of Quantities, General and Special Conditions of the Contract accompanying this Declaration.
  3. Our Bid shall be valid for a period of ninety (90) calendar days from the date fixed for the submission of bids and shall remain for the bid validity period.
  4. If our offer or sworn declaration is accepted, we commit to obtain an Advance Payment Guarantee equivalent to the proposed advanced amount of thirty percent (30%) of the contract price.
  5. We have no conflict of interest in the current process.
  6. We have not been suspended by Catholic Relief Services USCCB, or based on execution of a Bid Securing Declaration.
  7. Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by CRS.
  8. We understand that you are bound to accept only the highest quality of workmanship as dictated by the designs and specifications shared to all bidders prior to this declaration and that our firm accepts to uphold, observe such standard set forth by your organization.
  9. Suspension and Debarment: We, along with any of our Joint Venture Members, suppliers, consultants, manufacturers, or service providers for any part of the contract, are not subject to, and not controlled by any entity or individual that is subject to, a temporary suspension or a debarment imposed by CRS or a debarment imposed by CRS or any other public body. Further, we are not ineligible to participate in this project under the law of Liberia, US law, or under any requirement or decision of the United Nations.
  10. We understand that you may cancel the RFP process at any time and that you are neither bound to accept any Bid that you may receive nor are you required to award a contract under this RFP and under no circumstances shall CRS incur any liability to Bidders in connection with this RFP.
  • We hereby declare that we are able to make the representations as set out in Appendix to the contract entitled “Contractor Representations and Warranties”. All information, statements and description contained in the Bid are in all respect true, correct and complete to the best of our knowledge and belief.
  • We likewise certify/confirm that the undersigned, is duly authorized representative of the contracting firm, and granted full power and authority to do, execute and perform all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract. We further certify that every commitment, declaration, and acceptance contained within this Application Submission Form is made and accepted, including with respect to any Joint Venture, on a joint and several liability basis by all members of the Joint Venture.
  1. Legal Name of Joint Venture Member: [Insert legal name of Joint Venture here]

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

Name [insert full name of person signing the Application]

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

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

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

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

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

 

Form CoI – 1.3

Declaration of Absence of Conflict of Interest

 

Print on the candidate’s letterhead if possible

Date:

Catholic Relief Services (CRS) Liberia Office

I, the undersigned, Mr. or Mrs.: 

__________________________________________________

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

Declares that:

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

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

 

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

 

Form CON – 2

Historical Contract Non-Performance, Pending Litigation and Litigation History

[The following table shall be filled in for the Applicant]

Applicant’s Name: [insert full name]

Date: [insert day, month, year]

RFP No. and title: 2008064 – LATRINESS Construction

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

Non-Performing Contracts in accordance with Section III, Eligibility

Requirements

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

 

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

YearNon

performed

portion of

contract

Contract Identification

Total

Total Contract

Amount (current

value, US$

equivalent)

[insert

year]

[insert amount

and percentage]

Contract Identification: [indicate complete contract

name/ number, and any other identification]

Name of Employer: [insert full name]

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

Reason(s) for non-performance: [indicate main

reason(s)]

[insert amount]
Pending Litigation
 No pending litigation

 Pending litigation as indicated below.

Year of disputeAmount in dispute (currency)Contract Identification

 

Total Contract

Amount

(current value,

US$

equivalent)

[insert

year]

[insert

amount]

Contract Identification: [indicate complete

contract name, number, and any other

identification]

Name of CRS: [insert full name]

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

Matter in dispute: [indicate main issues in dispute]

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

Status of dispute:

[insert amount]
Litigation History
 No Litigation History

 Litigation History as indicated below.

Year of

award

Outcome as

percentage of Net

Worth

Contract IdentificationTotal Contract

Amount

(currency), USD

Equivalent

(exchange rate)

[insert

year]

[insert

percentage]

Contract Identification: [indicate

complete contract name, number, and

any other identification]

Name of CRS: [insert full name]

Address of CRS: [insert

street/city/country]

Matter in dispute: [indicate main issues

in dispute]

Party who initiated the dispute:

[indicate “CRS” or “Contractor”]

Reason(s) for Litigation and award

decision [indicate main reason(s)]

[insert amount]

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

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

 

Form CON – 3

ES Performance Declaration

[The following table shall be filled in for the Applicant]

Applicant’s Name: [insert full name]

Date: [insert day, month, year]

RFP No. and title: 2008064 – LATRINESS Construction

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

Environmental and Social Performance Declaration

in accordance with Section III, Eligibility Requirements

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

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

YearSuspended or

terminated

portion of

contract

Contract IdentificationTotal Contract

Amount (current

value, currency,

exchange rate and

US$ equivalent)

[insert

year]

[insert amount

and percentage]

Contract Identification: [indicate complete contract name/

number, and any other identification]

Name of Employer: [insert full name]

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

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

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

exploitation or sexual abuse breaches]

[insert amount]
[insert

year]

[insert amount

and percentage]

Contract Identification: [indicate complete contract name/

number, and any other identification]

Name of Employer: [insert full name]

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

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

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

exploitation or sexual abuse breaches]

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

Amount (current

value, currency,

exchange rate and

US$ equivalent)

[insert

year]

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

any other identification]

Name of Employer: [insert full name]

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

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

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

breaches]

[insert amount]

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

 

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

 

Form FIN – 3.2

Total Annual Construction Turnover

 

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

Venture]

Applicant’s Name: [insert full name]

Date: [insert day, month, year]

RFP No. and title: 2008064 – LATRINESS Construction

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

 

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

equiv.]

Average Annual Construction Turnover **

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

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

Eligibility Requirements subfactor 3.2

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

Verification: None needed beyond the Audited financial statements.

 

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

Form EXP – 4.2 (a)

Specific Construction and Contract Management Experience

 

[The following table shall be filled in for contracts performed by the Applicant]

Applicant’s Name: [insert full name]

Date: [insert day, month, year]

RFP No. and title: 2008064 – Latrines Construction

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

 

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

 

Similar Contract No.

[insert number] of [insert number

of similar contracts required]

Information

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

[check the appropriate box]

Contractor

Management

Contractor

Subcontractor

Member in

JV

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

specify participation in

total Contract amount

[insert a

percentage

amount]

[insert total

contract amount

in local

currency]

[insert exchange rate and total

contract amount in US$

equivalent]*

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

city area codes]

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

Figures]

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

involved in the contract]

5. Other Characteristics[insert other characteristics if any]

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

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

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

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

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

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

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

 

Company Name: ______________________

 

Name of In-Charge: ____________________

 

Position: _____________________________

 

Signature: ____________________________

 

Date: _______________________________

Annex 1. Letter of Tender

NAME OF CONTRACT:

TO:

 

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

 

[ currency and amount in figures ]

 

[ currency and amount in words ]

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

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

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

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

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

 

duly authorized to sign tenders for and on behalf of

 

Address:

 

Date:

 

Annex 2. Letter of Acceptance

NAME OF CONTRACT:

 

CONTRACT NUMBER:

 

TO:

 

Date:

 

Your Reference:

 

Our Reference:

 

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

 

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

[ currency and amount in figures ]

 

[ currency and amount in words ]

 

which amount includes the Provisional Sums (if any).

 

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

 

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

 

Signed by: (signature) For and behalf of:

 

Date:

Annex 3. Tech02 – Technical Methodology Scoring Matrix

Section No. Max PointsExcellent (100% – Full Compliance + Innovation)Good (75% – Full Compliance)Fair (50% – Partial Compliance)Poor (0 Points – Missing/Non-Compliant)
I. Project Comprehension (4 Pts)
1. Summary of Approach22 Pt: Max 1 page. Identifies the 3 highest cost/risk items in the BoQ/Drawings and provides a specific mitigation statement for each.1.5 Pt: Max 1 page. Identifies the 3 highest risk items, but mitigation is generic.1 Pt: Summary is present but only paraphrases the RFP’s project scope.Missing, irrelevant, or exceeding 1-page limit.
2. Understanding of Context and Challenges22 Pt: Identifies 3 or more unique, site-specific constraints that were not explicitly listed in the RFP.1.5 Pt: Identifies and discusses all major constraints listed in the RFP documents.1 Pt: Discusses only generic construction risks without site-specific analysis.Section is missing, or analysis is copied boilerplate.
II. Core Execution Plan (13 Pts)
5. Technical Approach: Soundness of Methodology66 Pts: The methodology is structured, detailed all major phases and linked directly to the schedule/Gantt chart.4.5 Pts: The methodology is logical and complete but structured around major phases only.2.5 Pt: The methodology is presented but lacks detail or is not fully aligned with the project scope.Missing, or is unusable/irrelevant to the project.
6. Detailed Activity Schedule33 Pts: Provides a clear, detailed activity schedule using a Gantt Chart, including activity sequencing, the start date, and completion date of each activity, and logically links them to the 5. Technical Approach.2 Provides a clear, detailed activity schedule using a Gantt Chart, including activity sequencing, no start date, and completion date of each activity, and it not logically links them to the 5. Technical Approach.1 Pt: Provides a generic work schedule or simply paraphrases the BoQ/drawings without describing the activities and sequencing.Missing, or proposes a non-feasible method.
8. Materials Procurement Plan33 Pt: Includes a detailed, sequenced list of all long-lead time items with clear, confirmed sourcing, and required delivery dates.2 Pt: Lists major materials and components but does not specifically detail the long-lead time items or their lead times.1 Pt: Mentions procurement in general terms without detailing the process or specific material sourcing.Missing, or proposes materials that are non-compliant with the specifications.
III. Interface and Control (3 Pts)
12. Progress Monitoring22 Pts: Proposes a detailed, structured Monitoring Plan.1.5 Pts: Proposes a monitoring plan with clear details of “how the monitoring will be done”.1 Pt: Proposes a monitoring plan without clear details of “how the monitoring will be done”.Missing, or monitoring plan method is clearly inadequate for the project complexity.
13. Project Closeout and Handover Plan22 Pts: Detailed plan covering the sequencing of final functional testing, compilation of Operation & Maintenance (O&M) manuals, and a structured, multi-session training program for the Community-Based Enterprise (CBE)1.5 Pts: Provides a general list of closeout requirements (testing, manuals, training) without a clear sequence or structure.1 Pt: General statement that O&M manuals and training will be provided upon completion.Missing, or only addresses the physical construction completion, ignoring handover requirements.
TOTAL 20 Pts

Annex 4. Tech03 – Key personnel (format of Biodata)

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

  1. Name : ____________________________________________
  2. Date of Birth : ____________________________________________
  3. Nationality : ____________________________________________
  4. Education and Degrees :_______________________________________
  5. Specialty : ____________________________________________
  6. Registration : ____________________________________________
  7. Length of Service with the Firm :___ Year from___ (months) _____ (year) To ____ (months) _____ (year)
  8. Years of Experience : ____________________________________________
  9. If Item 7 is less than five (5) years, give name and length of service with previous Clients for a five (5)-year period (attached additional sheet/s), if necessary:

 

Name and Address of Client Length of Service

_____ year(s) from _____ to ______

 

  1. Languages : ____________________________________________

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 (1) and (2). This is a PASS/FAIL to have the point.

Company Name: ______________________

 

Name of Key Personne: ____________________

 

Role in the Proposal: _____________________________

 

Signature of Key Personnel: ____________________________

 

Date: _______________________________

Annex 5. Tech04 – Pre-Construction (Mobilization & Timeline)

Section No. Max PointsExcellent (100% – Full Compliance + Innovation)Good (75% – Full Compliance)Fair (50% – Partial Compliance)Poor (0 Points – Missing/Non-Compliant)
1. Mobilization Plan Detail66.0 Pts: Provides a detailed Pre-Construction Timeline (Gantt Chart) covering the first 30 days. This timeline should be fully integrated with TechCR02, Section 9 (Manpower) and Tech02, Section 10 (Equipment), and is supported by a written narrative.4 Pts: Provides a detailed Pre-Construction Timeline (Gantt Chart) covering the first 30 days, listing all major activities, but lacks full integration with the Manpower/Equipment schedules.2.5 Pts: Provides a written narrative of the first 30 days of work with key milestones, but no accompanying Gantt chart or visual schedule.Missing, or timeline is generic and does not align with the Contract Start Date.
3. Contract Duration Feasibility44.0 Pts: The proposed contract duration is demonstrably less than the maximum period allowed in the RFP and the methodology (Tech02) justifies the accelerated schedule.2 Pts: The proposed duration is exactly the maximum period allowed and is fully justified by the activity sequencing.1.0 Pt: The duration meets the requirement, but the sequencing logic (Tech02, Section 6) shows a high risk of delay or lacks float for key activities.The proposed duration exceeds the maximum allowed time in the RFP.
TOTAL10 Pts

Annex 6. Tech05 – Environmental Health and Safety

Section No. Max PointsExcellent (100% – Adaptive and Proactive)Good (75% – Compliant and Detailed)Fair (50% – Basic Compliance and General)Poor (0 Points – Non-Compliant/Missing)
1. Environmental Management Plan44.0 Pts: Details a specific, measurable plan for managing MINI STAND-ALONE LATRINESS-specific waste management that includes segregation, authorized disposal sites, and monitoring procedures.2 Pts: Provides a detailed plan for managing standard construction waste and addresses dust/noise mitigation.1 Pts: Provides a general commitment to environmental compliance and promises to manage waste but lacks specific methods or disposal site confirmation.Missing, or proposes a method that violates environmental regulations.
3. Social/Safeguarding Plan (Inclusion & Risk)55.0 Pts: Submission includes a comprehensive Social/Safeguarding Policy Framework that fully details the mandatory Code of Conduct for all personnel, outlines the procedure for the Grievance Redress Mechanism (GRM), and describes the methodology for managing community interfaces.3 Pts: Includes a Code of Conduct and a basic plan for managing community complaints or grievances (Grievance Redress Mechanism, GRM).1.75 Pts: General commitment to hiring and avoidance of social harm but lacks a formal Code of Conduct or a defined GRM for the community.Missing, or plan shows no awareness of CRS Private Fund social safeguarding requirements (e.g., GBV, child labor).
TOTAL9 Pts

Annex 7. Eligibility & Minimum Qualification Requirements Checklist

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

Valid Tax Clearance Certificate OR equivalent

All BiddersEligibility & Contractual Compliance
3(1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual OR

(2) Entity current financial audited statements.

All BiddersEligibility & Contractual Compliance
4Declaration of Absence of Conflict of Interest Acknowledge, stamp and sign (Form CoI – 1.3)All BiddersEligibility & Contractual Compliance
5Articles of Incorporation OR equivalentAll BiddersEligibility & Contractual Compliance
6Ministry of Public Works Construction Company Certificate, category (B.1 – B.12)Local Registered Liberian BiddersEligibility & Contractual Compliance
7Association of Liberian Construction Contractors (ALCC) CertificateLocal Registered Liberian BiddersEligibility & Contractual Compliance
8Physical presence of Registered Liberian Entity (Lease or Rental agreement or Land Deed)All BiddersEligibility & Contractual Compliance
9Historical Contract Non-Performance Acknowledge, stamp and sign (Form CON – 2)All BiddersMinimum Qualifications Requirements (MQR)
10Environmental and Social (ES) Declaration Acknowledge, stamp and sign (Form CON – 3)All BiddersEligibility & Contractual Compliance
11Average Annual Construction Turnover Acknowledge, stamp, and sign with copies of financial statements within the last 5 years (Form FIN – 3.2)All BiddersMinimum Qualifications Requirements (MQR)
12Specific Construction Experience with at LEAST 1 (additional contract will grant points during Technical Evaluation) contracts within the last 5 years (Form EXP – 4.2 (a)) Acknowledge, stamp and signAll BiddersMinimum Qualifications Requirements (MQR)
13WASH Sectoral Clearence from the National WASH Commission of LiberiaAll BiddersEligibility & Contractual Compliance

Section VIII. Payment Schedule

PAYMENT SCHEDULE

This PAYMENT Schedule defines the Contractor’s obligations to complete the Works in Milestones (Sections) and corresponding payment percentages for the Works.

Milestone No.Description of Works/DeliverableIndicative Completion DatePayment %Withholding taxRemarks
1Advance Payment:

– After the signing of contract and the submission of a advance payment guarantee approved by CRS

May 202630%
2Foundation Work and Septic Tanks construction:

– Completion of Septic

– Completion of all foundation works

– Completion of floor slab

 

May 202625%
3Super Structure

– Completion of superstructure block walls

– Completion of roofing

– Completion of plastering

– Plumbing works

– Completion of tiling

June 202620%
4Finishing:

– Installation of doors and Colombo’s

– Construction of Ram

– Rainwater Collection system

– Painting

– Finishing and rendering

– Testing and commissioning

July 202615%
5Retention will be withheld until after the defect and liability period Dec 202610%

Section IX. Drawings

Section X. Bill of Quantities

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

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

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

View other jobs

Stay Updated with New Jobs!

Get instant notifications when new job opportunities are posted on Liberia HR Jobs Board.