REQUEST FOR PROPOSAL
N°2008064
Construction of WASH Facilities in Massatine Town, Grand Cape Mount County, Liberia
| Issuing Organization | Catholic Relief Services Liberia |
| Donor | CRS Private Fund |
| Project | Local LEADERSHIP |
| Budget Code | 100476 |
| Issue Date | April 1, 2026 |
| Site Visit | April 7, 2026 |
| Request for Clarification Deadline for Clarification | April 10, 2026 |
| Submission Deadline | April 16, 2026, at 4:00 pm GMT |
| Contact Email | liberiarfq@crs.org |
| Type of Agreement | Fixed Term Contract Agreement |
April 2026
Table of Contents
Section I. General Information. 4
Section II. Instructions to Bidders (ITB) 5
Section III. Eligibility and Minimum Qualification Requirements (MQR) 10
Section IV. Evaluation Criteria. 15
Section V. Post-Qualification Actions 19
Section VIII. Payment Schedule. 48
Section X. Bill of Quantities 51
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.
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.
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.
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.
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:
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.
The bid price MUST reflect the full cost of meeting these binding contractual requirements.
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:
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
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.
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.
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.
See subclause 35. Financial Evaluation for more details.
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.
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.
CRS reserves the right to modify any part of this Request for Proposal, including the deadline for submission of bids, either at its own initiative or because of requests for clarification or otherwise from one or several prospective bidders.
Bidders may modify or withdraw by means of a modification to the bid already submitted or by a notice of withdrawal, respectively. Modifications or notices of withdrawal shall be addressed in the same way as bids and must reach CRS. In case of a modification, the bidder should submit a full new proposal following the same procedures.
In the event of a tie in final scores (Technical Score + Financial Score), CRS will apply the following criteria to determine the winning bidder:
The financial proposal is used to determine which proposals represent the best value and serves as a basis of negotiation before award of a contract. The financial proposal will include all costs associated with implementation of the technical proposal, including profit, and other fees.
Supporting information must be provided in sufficient detail to allow for a complete analysis of each financial element or line item. CRS reserves the right to request additional financial information if the evaluation committee has concerns of the reasonableness, realism, or completeness of a Bidder’s proposed cost.
Under no circumstances MAY FINANCIAL PROPOSAL INFORMATION BE INCLUDED IN ENVELOP 1 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.
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).
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.
A Bid shall be considered materially deficient and non-responsive if the omission of information prevents the Evaluation Committee from verifying the Bidder’s compliance with any mandatory Minimum Qualification Requirement (MQR), including but not limited to:
Any Bid deemed materially deficient shall be rejected and disqualified.
CRS reserves the right to seek clarification for minor clerical omissions (missing phone number or stamp, minor formatting issues) that do not affect the substance of the MQR or the Bid Price. Such clarification requests will not be used to solicit missing mandatory documentation.
For the purposes of financial (Financial Capabilities, Average Annual Construction Turnover) and experience criteria (Specific Construction Experience), substantially meet means fulfilling the quantitative requirement by at least 95% (95/100). Failure to meet any numerical threshold by more than 5% shall be deemed a material failure and result in disqualification.
An Applicant may be conditionally qualified (for the next stage), that is, qualified subject to the Applicant submitting or correcting certain specified non-material documents or deficiencies to the satisfaction of CRS. Conditionally prequalified applies to an Applicant who has substantially met all criteria but has a minor, non-material deficiency (e.g., a missing stamp on mandatory forms).
Note: Eligibility criteria (e.g sanctions, conflicts of interest etc.) must be strictly met and cannot be substantially met.
CRS reserves the right, at its sole discretion, to amend, modify, or withdraw this Request for Proposal (RFP), in whole or in part, at any time prior to the deadline for submission of proposals. Any such changes will be issued as formal written amendments and communicated to all prospective bidders who have received the RFP. CRS will distribute amendments via liberiarfq@crs.org. Bidders are responsible for ensuring they have received all amendments prior to submission. CRS shall not be liable for any costs incurred by respondents as a result of such amendment, modification, or withdrawal.
CRS reserves the right to verify the authenticity of any document or information submitted at any stage of the procurement process. If any document is found to be forged, altered, or misleading, whether intentionally or due to negligence, the following actions will be taken:
CRS maintains a zero-tolerance policy for fraud, misrepresentation, and unethical conduct in its procurement processes.
All information submitted by bidders will be treated as confidential and used solely for the purpose of evaluating proposals and administering the procurement process. CRS will not disclose any information relating to the evaluation of proposals or recommendations concerning contract award to any person not officially involved in the process.
CRS will process all personal data submitted in accordance with its applicable internal privacy policy. Personal data will be used solely for the purposes of this procurement and will not be shared with third parties except as required by law or donor policy.
Upon written request, unsuccessful bidders may receive a debriefing outlining the strengths and weaknesses of their proposal. Requests must be submitted to the email address; liberiarfq@crs.org within 5 days of notification of award.
Any complaints regarding the procurement process must be submitted in writing to CRS through liberiaprocurement@crs.org within 7 days of the event giving rise to the complaint. CRS will acknowledge receipt and respond.
The Contractor must provide full cooperation for all compliance reviews and audit by CRS/CRS Private Fund.
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)
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.
In accordance with the tax laws of the Republic of Liberia, CRS shall withhold applicable taxes from all payments made under this contract. The current withholding tax rate is:
The withheld amount shall be remitted directly to the Liberia Revenue Authority (LRA), and evidence of tax paid shall be issued to the Contractor upon request.
It is the responsibility of the Contractor to ensure compliance with all applicable tax obligations in Liberia. CRS shall not be liable for any tax liabilities arising from the Contractor’s failure to comply with national tax laws.
Tax will be applied to the following:
Bidder understand and acknowledge that the purchase and import of any goods or services using funds provided under this Agreement must be exempt from the relevant taxation applicable in the Host Country, including, but not limited to:
(1) Customs duties, import duties, taxes or fiscal charges of equal effect levied or otherwise imposed on the goods or services imported into the Host Country under this Agreement, and
(2) The value-added tax levied or otherwise imposed on the purcashes of goods and services using funds provided under this Agreement.
The Contractor represents to CRS that the goods and services procured under this Agreement are not subject to any such taxes and that any such taxes will not be included in any invoice submitted by the Contractor to CRS. In the event that any such taxes are paid, CRS has the right to obtain a refund from the Contractor of any such tax payment.
The Contractor is responsible for securing and maintaining all required permits and registrations (e.g Labor Ministry for foreign staff).
The Bidder shall be subject to automatic disqualification and rejection of its Bid at the Minimum Qualification Requirements (MQR) stage if any of the following facts are disclosed in the Bidder’s submission (including Forms CON-2 and Forms CON-3) or discovered by the Employer during due diligence:
Note: Past non-performance or ES incidents will be evaluated based on their severity and relevance to the current contract’s risks. The key determinant for qualification is the Bidder’s integrity (full disclosure) and its current capacity to manage and resolve such issues. Only breaches related to integrity, contract termination for default, or CRS Private Fund zero-tolerance policies (child protection, sexual exploitation and abuse etc) will result in disqualification.
Bidders are required to meet the following criteria to be eligible to participate in this procurement:
| Eligibility and Minimum Qualification Criteria | Documentation | ||||
| No. | Subject | Requirement | Type of requirement | Submission Requirements | |
| 1. Eligibility | |||||
| 1.1 | Application Form (Acknowledge, stamp and sign) | Must meet requirement | Application Submission Form | ||
| 1.2 (a) | Nationality and Legal Capacity | Nationality Legal right to conduct business from home countries | Must meet requirement | (1) Business Registration or Equivalent AND (2) Valid Tax Clearance Certificate or equivalent | |
| 1.2 (b) | Nationality and Legal Capacity | Proof that no bankruptcy proceedings are pending against the Bidder | Must meet requirement | (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. | |
| 1.3 | Absence of Conflict of Interest | No Conflicts of interest
Assessment Method Cross-reference the Applicant’s name and its affiliates against project’s record for consulting services provided (e.g design, supervision) | Must meet requirement | Form CoI – 1.3 | |
| 1.4 | Articles of Incorporation or equivalent | Must Meet requirement | Articles of Incorporation or equivalent | ||
| 1.5 | Legal/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 | |
| 1.6 | Physical 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)
| |
| 1.7 | No debarment | CRS will perform this screening using its internal compliance tools. Supply Must not be debarred from CRS or any international donor. | Must meet requirement | Bridger verification showing “No Match Found” | |
| 2. Experience | |||||
| 2.1 | Historic of Non-Performing Contracts | Non-performance of a contract [1] did not occur as a result of contractor’s default since 1st January 2020.
Assessment Method Checks for any contract termination due to the Applicant’s fault (poor quality, breach of contract) within the specified period | Must Meet requirement[2] | Form CON-2 with court clearance | |
| 2.2 | Environmental and Social (ES) past performance declaration | Declare any civil work contracts that have been suspended or terminated and/or performance security called by an organization for reasons related to the non-compliance of any environmental or social (including Sexual Exploitation and Abuse) contractual obligations in the past three (3) years[3]. | Must make the declaration.
| Form CON-3 ES Performance Declaration | |
| 4.2 (a) | Specific Construction Experience | Participation 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 requirement | Form EXP – 4.2 (a) with attachments (1 contract within the last 3 years and certificate of completion)
| |
| 5.1 | Sectoral Clearance | WASH Sectoral Clearence from the National WASH Commission of Liberia (Local Bidders)
| Must meet requirement | Valid WASH Sectoral Clearance Certificate. | |
To ensure compliance and facilitate a fair evaluation process, bidders must submit the following administrative documents. These documents will be reviewed on a PASS/FAIL basis. Failure to submit any of the mandatory items, or submission of non-compliant versions, will result in automatic disqualification.
Examples of non-compliance include (but are not limited to): Expired business or tax clearance, falsified documents, inconsistencies in submitted information, forged diplomas or documents with illegible.
Bidders MUST submit three (3) copies of the eligibility and administrative documents. Envelop No.1 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.
All Eligibility and MQR documents MUST be submitted as per instruction in subclause 3. Format of Submission.
All technically compliant proposals will be evaluated using a weighted scoring system. The maximum technical score is 70 points. Only bidders who score at least 49 points will qualify for Financial Evaluation.
| Criteria | Maximum points | Scoring Mechanism | |||||||||||||||
| Tech01 Past Experience: Demonstrate experience in successfully executing works that are substantially similar in nature, size, value, and complexity similar to the scope of this contract (e.g in constructing Latriness, and storey/high-rise structures. | 15 | Eligibility:
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. | 20 | Annex 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 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. | 10 | Error! Reference source not found.Annex 5 contains full detailed scoring. | |||||||||||||||
| Tech05 Environmental Health and Safety | 9 | Annex 6 contains full detailed scoring. | |||||||||||||||
| Total possible score | 70 |
The Evaluation Committee (EC) will assess proposals using two distinct scoring protocols:
These criteria will be scored based on verification process against the defined thresholds (number of additional contracts and key personnel with minimum years of experience).
The final score will be determined by consensus among the Evaluation Committee and recorded directly on the final scoring sheet.
The final score for these sections will be determined by the Arithmetic Average of the individual scores provided by the Committee Members. To ensure transparency, the EC will calculate the variance for every section. If the variance between the highest and lowest individual score equals or exceeds twenty five percent (25%) of the maximum points, the EC will be mandated to hold a review and documentation meeting. The purpose of this meeting is to document the reason for the significant technical disagreement, which will be included in the evaluation report for audit purposes.
Three (3) copies of the Technical Proposal must be submitted. It should be structured as a single, comprehensive document that addresses all criteria listed in the Technical Evaluation table:
Failure to submit Technical Proposals structured in accordance with the relevant Annexes shall result in a score of zero (0) for the affected criterion
All technical documents must be submitted as per instruction in subclause 3. Format of Submission.
The Financial Proposal will be evaluated after the Technical Proposal has passed the minimum acceptable score 49 points and will be subjected to the following three (3) sequential checks. A bid may be rejected at any point in the process.
Total financial score is 30 points allocated using:
PF = 30 * Co/C, with
CRS reserves the right to accept or reject any bid, and to cancel the bidding process and reject all bids, at any time prior to the award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for such action.
The contract will be awarded to the bidder with the highest combined score, calculated based on the weighted technical score and the weighted financial score. The evaluation committee will consider both technical and financial criteria to determine the bidder that offers the best overall value for money, ensuring the required technical specifications are met while achieving cost-effectiveness.
The final score for each bidder will be the sum of the technical score and financial score, with a maximum of 100 points.
The purpose of this check is to identify Bids that are so low they raise material concerns about the bidder’s ability to perform the contract without compromising quality and safety. This check will be applied sequentially, starting with Bidder with the highest final score.
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.
For the purpose of bid comparison and evaluation, all foreign currencies will be converted to United States Dollars (USD) using the OANDA Interbank Mid-Rate published on the day of the Bid Submission Deadline.
Bidders must submit three (3) copies of the Financial Proposal, which should include the following components:
All financial documents must be submitted as per instruction in subclause 3. Format of Submission.
Following the evaluation of bids, CRS will undertake a post-qualification process to verify the accuracy and authenticity of the information and documentation submitted by the bidder. This process may include, but is not limited to:
The bid committee may seek clarifications from bidders after the technical and financial evaluations. The request for clarifications shall be in writing and sent to the authorized representative of the bidder by the CRS procurement person involved with the bid. The request shall provide the bidder with adequate time to respond, depending on the nature of the questions. Bidders shall be given a timeframe to submit clarifications to CRS. All requests for clarification shall be issued and responded to in writing, and no change in the price or substance of the bid shall be sought, offered, or permitted, except as required, in order to allow for correction of arithmetic errors discovered by CRS.
This scope of work is to be undertaken by the selected construction contractor. It includes the construction and handover of 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:
| Use | Mix ratio | Coarse 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
Specific Environmental Issues to be Considered.
Worksite/camp Site Waste Management
Material Excavation
Material Deposit
Rehabilitation and soil erosion prevention
Health and Safety
Final Deliverables
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.
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.
Date: [Insert day, month, year]
RFP No. and title: 2008064 – Latriness Construction
To: CRS Liberia
We, the undersigned, declare that:
Signed [insert signature(s) of an authorized representative(s) of the Applicant and signed by the authorized representative of each company forming any Joint Venture]
Name [insert full name of person signing the Application]
In the capacity of [insert capacity of person signing the Application]
Duly authorized to sign the application for and on behalf of:
Applicant’s Name: [insert full name of Applicant or the name of the JV
Address: [Insert full address: street number, city/town, country]
Date: [Insert day] of [Insert month], [Insert year]
Form CoI – 1.3
Declaration of Absence of Conflict of Interest
Print on the candidate’s letterhead if possible
Date:
Catholic Relief Services (CRS) Liberia Office
| I, the undersigned, Mr. or Mrs.: | __________________________________________________ | |
| Acting as: _________________________________________________________ | ||
| Company Authorized Representative: (Company Name, Address) _________________________________ | ||
| _____________________________________________________________________________ | ||
Declares that:
Finally, I authorize CRS to verify this information. I also agree to assume the consequences of any breach of this Agreement in connection with the performance of this Agreement.
Company Name: ______________________
Name of In-Charge: ____________________
Position: _____________________________
Signature: ____________________________
Date: _______________________________
Form CON – 2
Historical Contract Non-Performance, Pending Litigation and Litigation History
[The following table shall be filled in for the Applicant]
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 | |||
| Year | Non performed portion of contract | Contract Identification Total | Total Contract Amount (current value, US$ equivalent) |
| [insert year] | [insert amount and percentage] | Contract Identification: [indicate complete contract name/ number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Reason(s) for non-performance: [indicate main reason(s)] | [insert amount] |
| Pending Litigation | |||
| No pending litigation Pending litigation as indicated below. | |||
| Year of dispute | Amount in dispute (currency) | Contract Identification
| Total Contract Amount (current value, US$ equivalent) |
| [insert year] | [insert amount] | Contract Identification: [indicate complete contract name, number, and any other identification] Name of CRS: [insert full name] Address of CRS: [insert street/city/country] Matter in dispute: [indicate main issues in dispute] Party who initiated the dispute: [indicate “CRS” or “Contractor”] Status of dispute: | [insert amount] |
| Litigation History | |||
| No Litigation History Litigation History as indicated below. | |||
| Year of award | Outcome as percentage of Net Worth | Contract Identification | Total Contract Amount (currency), USD Equivalent (exchange rate) |
| [insert year] | [insert percentage] | Contract Identification: [indicate complete contract name, number, and any other identification] Name of CRS: [insert full name] Address of CRS: [insert street/city/country] Matter in dispute: [indicate main issues in dispute] Party who initiated the dispute: [indicate “CRS” or “Contractor”] Reason(s) for Litigation and award decision [indicate main reason(s)] | [insert amount] |
*The Bidder shall use the OANDA Interbank Mid-Rate published on the last day of the fiscal year.
Company Name: ______________________
Name of In-Charge: ____________________
Position: _____________________________
Signature: ____________________________
Date: _______________________________
Form CON – 3
ES Performance Declaration
[The following table shall be filled in for the Applicant]
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: | |||
| Year | Suspended or terminated portion of contract | Contract Identification | Total Contract Amount (current value, currency, exchange rate and US$ equivalent) |
| [insert year] | [insert amount and percentage] | Contract Identification: [indicate complete contract name/ number, and any other identification] Name of Employer: [insert full name] Address of CRS: [insert street/city/country] Reason(s) for suspension or termination: [indicate main reason(s) e.g. gender-based violence; sexual exploitation or sexual abuse breaches] | [insert amount] |
| [insert year] | [insert amount and percentage] | Contract Identification: [indicate complete contract name/ number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Reason(s) for suspension or termination: [indicate main reason(s) e.g. gender-based violence; sexual exploitation or sexual abuse breaches] | [insert amount] |
| [list all applicable contracts] | |||
| Performance Security called by an Employer(s) for reasons related to ES performance | |||
| Year | Contract Identification | Total Contract Amount (current value, currency, exchange rate and US$ equivalent) | |
| [insert year] | Contract Identification: [indicate complete contract name/ number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Reason(s) for calling of performance security: [indicate main reason(s) e.g. gender-based violence; sexual exploitation or sexual abuse breaches] | [insert amount] | |
The Bidder shall use the OANDA Interbank Mid-Rate published on the last day of the fiscal year.
Company Name: ______________________
Name of In-Charge: ____________________
Position: _____________________________
Signature: ____________________________
Date: _______________________________
Form FIN – 3.2
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) | |||
| Year | Amount Currency | Exchange rate* | US$ equivalent |
| [indicate year] | [insert amount and indicate currency should be payment received for work completed or ongoing and not contract value] | [insert amount in US$ equiv.] | |
| Average Annual Construction Turnover ** | |||
* The Bidder shall use the OANDA Interbank Mid-Rate published on the last day of the fiscal year being reported for each of the five years submitted.
* Average Annual Construction Turnover calculated as total Certified Payments received for work in progress or completed, divided by the number of years (5)
Eligibility Requirements subfactor 3.2
Calculation: Total Revenue (Year 1) + Total Revenue (Year 2) + Total Revenue (Year 3) + Total Revenue (Year 4) + Total Revenue (Year 5) 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 Amount | US$ [insert total contract amount in US$ equivalent] | ||||
| If member in a JV or subcontractor, specify participation in total Contract amount | [insert a percentage amount] | [insert total contract amount in local currency] | [insert exchange rate and total contract amount in US$ equivalent]* | ||
| Employer’s Name: | [insert full name] | ||||
| Address: | [indicate street / number / town or city / country] | ||||
| Telephone/fax number | [insert telephone/fax numbers, including country and city area codes] | ||||
| E-mail: | [insert e-mail address, if available] | ||||
| Description of the similarity in accordance with scope of work in accordance with subfactor 4.2 (a) | [insert contract name and number, if applicable] | ||||
| 1. Amount | [insert amount in US$ in words and in Figures] | ||||
| 2. Physical size | [insert physical size of activities] | ||||
| 3. Complexity | [insert description of complexity] | ||||
| 4. Methods/Technology | [insert specific aspects of the methods/technology involved in the contract] | ||||
| 5. Other Characteristics | [insert other characteristics if any] | ||||
*The Bidder shall use the OANDA Interbank Mid-Rate published on the last day of the fiscal year.
Note: In order to verify if the contracts have been successfully or substantially completed, each contract should be accompanied by:
1) A copy of signed Certificate of Substantial Completion or Final Acceptance Certificate of the Client/Employer OR
2) A copy of the Final Interim Payment Certificate (IPC) or a letter from the client stating the Total Certified Value paid/due on that project.
This form will be verified against the information of the Audited Financial Statement for the last five years.
The total certified payments claimed for any given fiscal year will be cross-checked against the Total Construction Turnover in the Audited Financial Statement. To account for standard retentions and accounting timing differences, the reported revenue in the financial statement MUST represent at least 80% of the total certified values claimed for that period.
In case of discrepancy (between certified payments and the audited financial statement) exceeding 20%, CRS reserves the right to seek clarification. Failure to provide a satisfactory reconciliation within the stipulated timeframe shall result in the rejection of the affected project experience. If the rejection brings the total number of qualifying projects below the mandatory five (5), the entire bid will be deemed non-responsive.
Company Name: ______________________
Name of In-Charge: ____________________
Position: _____________________________
Signature: ____________________________
Date: _______________________________
NAME OF CONTRACT:
TO:
We have examined the Conditions of Contract, Specification, Drawings, Schedules including the Bill of Quantities, the Contract Data and Addenda Nos for the above-named Contract and the words and expressions used herein shall have the meanings assigned to them in the Conditions of Contract. We offer to execute and complete the Works and remedy any defects therein, in conformity with this Tender which includes all these documents, for the sum of
[ currency and amount in figures ]
[ currency and amount in words ]
or such other amount as may be determined in accordance with the Contract.
We agree to abide by this Tender until [ date ] and it shall remain binding upon us and may be accepted at any time before that date.
If this offer is accepted, we will provide the specified Performance Security, commence the Works as soon as is reasonably practicable after the Commencement Date, and complete the Works in accordance with the above-named documents within the Time for Completion.
Unless and until a Contract Agreement is prepared and executed this Letter of Tender, together with your written acceptance thereof, shall constitute a binding contract between us.
We understand that you are not bound to accept the lowest or any tender you may receive. Signature in the capacity of
duly authorized to sign tenders for and on behalf of
Address:
Date:
NAME OF CONTRACT:
CONTRACT NUMBER:
TO:
Date:
Your Reference:
Our Reference:
We thank you for your Tender dated for the execution and completion of the Works comprising the above-named Contract and remedying of defects therein, all in conformity with the terms and conditions contained in the Contract.
We have pleasure in accepting your Tender for the Accepted Contract Amount of:
[ currency and amount in figures ]
[ currency and amount in words ]
which amount includes the Provisional Sums (if any).
In consideration of you properly and truly performing the Contract, we agree to pay you the Accepted Contract Amount or such other sums to which you may become entitled under the terms of the Contract, at such times and as prescribed by the Contract.
We acknowledge that this Letter of Acceptance creates a binding Contract between us, and we undertake to fulfil all our obligations and duties in accordance with the terms of this Contract.
Signed by: (signature) For and behalf of:
Date:
| Section No. | Max Points | Excellent (100% – Full Compliance + Innovation) | Good (75% – Full Compliance) | Fair (50% – Partial Compliance) | Poor (0 Points – Missing/Non-Compliant) |
| I. Project Comprehension (4 Pts) | |||||
| 1. Summary of Approach | 2 | 2 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 Challenges | 2 | 2 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 Methodology | 6 | 6 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 Schedule | 3 | 3 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 Plan | 3 | 3 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 Monitoring | 2 | 2 Pts: Proposes a detailed, structured Monitoring Plan. | 1.5 Pts: Proposes a monitoring plan with clear details of “how the monitoring will be done”. | 1 Pt: Proposes a monitoring plan without clear details of “how the monitoring will be done”. | Missing, or monitoring plan method is clearly inadequate for the project complexity. |
| 13. Project Closeout and Handover Plan | 2 | 2 Pts: Detailed plan covering the sequencing of final functional testing, compilation of Operation & Maintenance (O&M) manuals, and a structured, multi-session training program for 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 | ||||
Give the detailed information of the key personnel who are scheduled to be assigned as full-time field staff for the project. Fill up a form for each key personnel.
– Authorized Managing Officer / Representative
– Sustained Technical Employee
Name and Address of Client Length of Service
_____ year(s) from _____ to ______
Supporting Documents for each key personnel
(1) Copy of degree (bachelor or master)
(2) CV
Note: For key personnel to be validated, Bidder MUST fill out this Annex AND provide (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: _______________________________
| Section No. | Max Points | Excellent (100% – Full Compliance + Innovation) | Good (75% – Full Compliance) | Fair (50% – Partial Compliance) | Poor (0 Points – Missing/Non-Compliant) |
| 1. Mobilization Plan Detail | 6 | 6.0 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 Feasibility | 4 | 4.0 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. |
| TOTAL | 10 Pts |
| Section No. | Max Points | Excellent (100% – Adaptive and Proactive) | Good (75% – Compliant and Detailed) | Fair (50% – Basic Compliance and General) | Poor (0 Points – Non-Compliant/Missing) |
| 1. Environmental Management Plan | 4 | 4.0 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) | 5 | 5.0 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). |
| TOTAL | 9 Pts |
| # | Required Document | Applicable to | Evaluation Stage |
| 1 | Application Submission Form Acknowledge, stamp and sign | All Bidders | Eligibility & Contractual Compliance |
| 2 | Business Registration Certificate OR equivalent AND Valid Tax Clearance Certificate OR equivalent | All Bidders | Eligibility & Contractual Compliance |
| 3 | (1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual OR (2) Entity current financial audited statements. | All Bidders | Eligibility & Contractual Compliance |
| 4 | Declaration of Absence of Conflict of Interest Acknowledge, stamp and sign (Form CoI – 1.3) | All Bidders | Eligibility & Contractual Compliance |
| 5 | Articles of Incorporation OR equivalent | All Bidders | Eligibility & Contractual Compliance |
| 6 | Ministry of Public Works Construction Company Certificate, category (B.1 – B.12) | Local Registered Liberian Bidders | Eligibility & Contractual Compliance |
| 7 | Association of Liberian Construction Contractors (ALCC) Certificate | Local Registered Liberian Bidders | Eligibility & Contractual Compliance |
| 8 | Physical presence of Registered Liberian Entity (Lease or Rental agreement or Land Deed) | All Bidders | Eligibility & Contractual Compliance |
| 9 | Historical Contract Non-Performance Acknowledge, stamp and sign (Form CON – 2) | All Bidders | Minimum Qualifications Requirements (MQR) |
| 10 | Environmental and Social (ES) Declaration Acknowledge, stamp and sign (Form CON – 3) | All Bidders | Eligibility & Contractual Compliance |
| 11 | Average Annual Construction Turnover Acknowledge, stamp, and sign with copies of financial statements within the last 5 years (Form FIN – 3.2) | All Bidders | Minimum Qualifications Requirements (MQR) |
| 12 | Specific 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 sign | All Bidders | Minimum Qualifications Requirements (MQR) |
| 13 | WASH Sectoral Clearence from the National WASH Commission of Liberia | All Bidders | Eligibility & Contractual Compliance |
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/Deliverable | Indicative Completion Date | Payment % | Withholding tax | Remarks |
| 1 | Advance Payment: – After the signing of contract and the submission of a advance payment guarantee approved by CRS | May 2026 | 30% | ||
| 2 | Foundation Work and Septic Tanks construction: – Completion of Septic – Completion of all foundation works – Completion of floor slab
| May 2026 | 25% | ||
| 3 | Super Structure – Completion of superstructure block walls – Completion of roofing – Completion of plastering – Plumbing works – Completion of tiling | June 2026 | 20% | ||
| 4 | Finishing: – Installation of doors and Colombo’s – Construction of Ram – Rainwater Collection system – Painting – Finishing and rendering – Testing and commissioning | July 2026 | 15% | ||
| 5 | Retention will be withheld until after the defect and liability period | Dec 2026 | 10% |
[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.