RFP No: LBR/MON/AIM/MAR/2026/0849
Issued on: 23 March 2026
Closing Date & Time: 3 April 2026 at 17:00 hrs
LETTER OF INVITATION
To: Financial Service Providers (FSPs)
RFP Ref: LBR/MON/AIM/MAR/2026/0849
Date Issued: 23 March 2026
Validity of Proposal: 90 Days from the closing date
Closing Date and Time (Liberia Time): 3 April 2026 at 17:00 hrs
Background
BRAC Liberia is implementing the Accelerating Impact for Young Women (AIM) Programme in partnership with the Mastercard Foundation. The programme aims to economically empower young women through skills development, financial inclusion, and livelihood support.
As part of the programme, eligible participants will receive cash grants to support small business start-up or expansion.
To ensure secure, transparent, and efficient disbursement of funds, BRAC Liberia intends to establish a Framework Agreement with qualified Financial Service Providers (FSPs) to facilitate cash transfers across multiple programme locations.
Services Required
The objective is to engage qualified Financial Service Providers capable of:
You are invited to submit a Proposal to provide the following services: Cash Transfer Services. More details on the services are provided in the Terms of Reference (see Section 3). The Services are being procured by BRAC International (the Purchaser). The completed Proposal must be signed by your authorized representative; and must be valid for a minimum period as indicated above from the Closing Date of the RFP.
Any resulting contract will be established as a Framework Agreement with call-off arrangements for the provision of cash transfer services.
This Request for Proposal (RFP) is issued under an open competitive process and is publicly available to all eligible and qualified Financial Service Providers. This invitation is not transferable.
The RFP includes the following documents:
Please confirm receipt of this Letter of Invitation in writing at the following address:
bidsubmission.liberia@brac.net, indicating:
(a) That you have received the RFP; and
(b) Whether you intend to submit a proposal.
Yours sincerely,
Sumo Jallah
Head of Operations
BRAC Liberia
Table of Contents
Section 1: Instruction to Financial Service Provider (FSP) 6
Section 2: Proposal Data Sheet (PDS) 15
Section 3: Terms of Reference (TOR) 18
Section 4: Technical Submission Form 19
Section 5: Financial Service Provider’s Organisation 21
Section 6: Financial Service Provider’s Experience 23
Section 7: Financial Submission Form 26
Commissions and Gratuities (if any) 27
Section 8: General Conditions of Contract (GCC) 28
Section 8: Special Conditions of Contract (SCC) 28
Section 8: General Conditions of Contract 29
8.2 RELATIONSHIP BETWEEN THE PARTIES 30
8.3 AUTHORITY OF LEAD MEMBER 30
8.5 OBLIGATIONS OF THE PURCHASER 30
8.7 PERSONNEL AND SERVICE POINTS 32
8.8 PERFORMANCE OF THE SERVICES 32
8.12 TERMINATION AND SUSPENSION 33
8.13 DISPUTES AND ARBITRATION 34
1.1.1 Financial Service Providers (FSPs) are invited to submit separate Technical and Financial Proposals. The currency of the Proposal shall be US$ or any other freely convertible currency. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract with the selected FSP. The FSP shall inform itself fully of all circumstances and conditions relating to submitting a Proposal, including site visits if appropriate, and shall satisfy itself as to the correctness and sufficiency of the RFP documentation. By submitting a Proposal, the FSP understands that all provisions and conditions in this RFP (as potentially amended pursuant to Art. 1.1.12 below) shall fully and automatically apply to its Proposal.
1.1.2 If a pre-proposal meeting will take place this will be stated in the Proposal Data Sheet (PDS).
1.1.3 The estimated number of man-months for the Services or the budget is given in the PDS. The PDS will also state if the Purchaser envisages the need for continuity for downstream work and whether or not training is an essential part of the assignment. The type of Contract (Lump Sum or Time Based) is as stated in the PDS.
1.1.4 The Purchaser will state in the PDS if the FSP is subject to payment of any local taxes. Any such amounts shall not be included in the Financial Proposal as they will not be evaluated, but they will be discussed at contract negotiations, and applicable amounts will be included in the Contract.
1.1.5 The FSP shall prepare its Proposal using the Proposal Response Forms (PRF) in Section 4, as detailed in the PDS. In case of an association or joint venture, each member shall complete the PRF as detailed in the PDS. The completed and signed PRF, together with the required supporting documentation, will form the Proposal and shall be the basis on which the Proposal will be evaluated.
1.1.6 An FSP responding to the RFP may not associate with any other FSP that is responding to the RFP. In case FSPs are responding as an association, partnership or joint venture, the partners shall indicate who will act as the leader of the joint venture. In all cases all partners shall be jointly and severally liable. The composition or the constitution of the association or joint venture shall not be altered without the prior consent of the Purchaser. Association or joint venture arrangements shall be detailed in the Proposal.
1.1.7 If the FSP proposes to subcontract any component of the Services then the FSP shall provide details of the proposed subcontractors indicating the proposed part of the services that would be subcontracted and the relevant experience of that subcontractor, including a statement that the proposed subcontractor(s) is/are eligible under the conditions of the RFP.
1.1.8 FSPs may only submit one proposal. An FSP that submits more than one Proposal or participates as a member of an association or a joint venture in more than one Proposal will cause all the Proposals with that FSP’s participation to be disqualified.
1.1.9 Alternative Proposal(s) shall only be permitted, if so stated in the PDS.
1.1.10 The Proposal shall remain valid for the number of days stated in the PDS. In exceptional circumstances, the Purchaser may request that FSPs extend the Proposal validity period. The request and the FSP’s response shall be made in writing. The FSP may refuse the request, but its Proposal will no longer be considered. The FSP agreeing to the request will not be required or permitted to otherwise modify its Proposal for the period of the extension.
1.1.11 FSPs may request a clarification of any of the RFP documents up to the number of days indicated in the PDS before the proposal submission date. Any request for clarification must be sent in writing to the Purchaser’s address indicated in the PDS. The Purchaser will respond in writing, or by standard electronic means and will send written copies of the response (including an explanation of the query but without identifying the source of inquiry) to all FSPs.
1.1.12 At any time before the submission of Proposals, the Purchaser may amend the RFP by issuing an addendum in writing. The addendum shall be sent to all FSPs and shall be binding on them. FSPs shall acknowledge receipt of all amendments. To give FSPs reasonable time in which to take an amendment into account in their Proposals the Purchaser may, if the amendment is substantial, extend the deadline for the submission of Proposals.
1.1.13 The FSP shall prepare the proposal in the English language and submit one original and the number of copies specified in the PDS to the submission address provided on the cover page of the RFP. The proposal shall be clearly marked “Original” or “Copy” as appropriate.
1.1.14 An authorised representative of the FSP shall sign where so indicated in the PRS the original Technical and Financial Proposals. The authorisation shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been duly authorised to sign.
1.2 CORRUPT OR FRAUDULENT PRACTICES
1.2.1 The Purchaser requires that FSPs and their agents (whether declared or not), personnel, sub-contractors, sub-consultants, service providers and suppliers observe the highest standard of ethics during the selection and execution of contracts.
1.2.2 Should any corrupt, fraudulent, collusive, coercive or obstructive practices of any kind come to the knowledge of the Purchaser, it shall, in the first place, allow the FSP to provide an explanation and shall take action when a satisfactory explanation is not received.
1.2.3 In pursuance of this requirement, the Purchaser will reject a Proposal if it determines that the FSP recommended for award has, directly or through an agent or other third party, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question.
1.2.4 For the purposes of this provision, the terms set forth below shall apply:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value (whether tangible or intangible) to influence the action of a person involved in making decisions;
(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Purchaser and includes dishonestly obtaining any such benefit by way of deception, forgery or other means;
(iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;
(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
(v) “obstructive practice” is deliberately destroying, falsifying, altering or concealing evidence material to the investigation or making false statements to investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or acts intended to materially impede the exercise of the Purchaser’s rights.
1.3 ORIGIN OF FSP SERVICES AND GOODS AND SERVICES
1.3.1 FSP Services, including all parties constituting the FSP, shall not have the nationality of any country, and Goods and Services may not be supplied from those countries, prohibited by the legislation of country or by any international Agreement of which Country is a signatory, or by an Act of Compliance with a Decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations. The countries covered by this prohibition, and any conditions applicable, at the time of issuing this RFP are as listed in the PDS.
1.4 ANTI-TERRORISM
1.4.1 The Purchaser requires that FSPs and their agents (whether declared or not), personnel, sub-contractors, sub-consultants, service providers and suppliers comply with all applicable Anti-Terrorism Laws (as hereinafter defined) and do not engage in or conspire to engage in any transaction that evades or avoids, or has the purpose of evading or avoiding, or attempts to violate, any of the prohibitions set forth in any Anti-Terrorism Law. “Anti-Terrorism Laws” shall mean any laws relating to terrorism or money laundering, including: Anti-Terrorism Act of Respected Country (as may from time to time be amended, renewed, extended, or replaced) and any international conventions related to terrorism and counter-terrorism.
1.5 QUALIFICATIONS OF THE FSP
1.5.1 To qualify for an award of Contract, the FSP shall demonstrate that it possesses the necessary professional and technical qualifications or competence, financial resources, equipment and other physical facilities, managerial capability, experience in the required field of operation and personnel to perform the Contract, as indicated in the PDS.
1.5.2 The Purchaser shall disqualify the FSP if it finds that the information submitted in a Proposal concerning its qualifications is false, misleading or incomplete.
1.6 PROPOSAL SUBMISSION AND OPENING
1.6.1 Proposals may be submitted in either hard copy and/or electronically as specified in the PDS. For hard copy submissions, the original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL”. Similarly, the original Financial Proposal shall be placed in a separate sealed envelope clearly marked “FINANCIAL PROPOSAL” followed by the RFP number and the name of the assignment, and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address, reference number, RFP number, and name of Tenderer and be clearly marked “DO NOT OPEN BEFORE [as stated in the PDS]”. Failure to comply fully with this Clause will constitute grounds for declaring the Proposal non-responsive and rejecting it.
1.6.2 For hard copy submissions, the Proposal may only be delivered by hand, mail or by courier service to the Purchaser at the address and by the time and date stated on the cover page of the RFP. For electronic submissions the Proposal shall be submitted as set out in the PDS.
1.6.3 A Proposal received after the deadline for submission will remain unopened and may be collected by the FSP if it so wishes. If not collected within 3 months after the proposal closing date it may be disposed of.
1.6.4 The Purchaser shall open the Technical Proposals as soon as reasonably practicable after the deadline for their submission. The Proposal opening may either be Public, with FSPs allowed to attend, or not Public, without FSPs invited to attend, as detailed in the PDS. The envelopes with the Financial Proposals shall remain sealed and securely stored.
1.6.5 An FSP may withdraw its Proposal by submitting a notice of withdrawal before the deadline for submission of Proposals. The notice must be submitted identifying the RFP Number and clearly marked “Withdrawal of Proposal”. The withdrawal will be recorded at the Proposal Opening, but the withdrawn Proposal will not be opened or further considered.
1.6.6 The FSP may amend its Proposal by submitting a notice of amendment before the deadline for submission of Proposals. The notice, and amended Proposal, must be submitted identifying the RFP Number and clearly marked “Amendment of Proposal”. The amended Proposal will be opened and recorded at the Proposal Opening and considered in the subsequent evaluation of Proposals.
1.6.7 The Purchaser will not be responsible for, or pay for, any expense or loss, which may be incurred by an FSP in the preparation of its Proposal.
1.7 EXAMINATION AND EVALUATION OF PROPOSALS
1.7.1 Proposals properly received shall be evaluated in line with the evaluation criteria and selection method stated in the PDS by a Proposal Evaluation Committee (PEC) appointed by the Purchaser. The Purchaser’s determination of a proposal’s responsiveness shall be based upon the contents of the proposal itself, and any supporting documents, as required.
1.7.2 To assist in the examination and evaluation of the Proposals, the Purchaser may ask the FSP for clarification of its Proposal. The FSP may also be called upon to supply information additional to that provided in its Proposal to demonstrate to the satisfaction of the Purchaser that the FSP has the capacity to perform the Services specified. The FSP shall within the time specified comply with any such requests. Should the FSP fail to submit any or all of the information required, in the time stipulated, its Proposal may be treated as non-compliant and rejected.
1.7.3 Any attempt by an FSP to influence the Purchaser’s evaluation of any Proposal or the Purchaser’s award decisions will result in the rejection of its Proposal.
1.7.4 The Purchaser shall evaluate the Technical Proposal on the basis of its responsiveness to the Terms of Reference given in Section 3. Using the technical evaluation criteria set out in the PDS the Proposal shall be evaluated, including an analysis of weaknesses and strengths, and the technical score of the Proposal shall be determined by the addition of the scores awarded for all evaluation criteria.
1.7.5 The Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP, and particularly the Terms of Reference, or if it fails to achieve the minimum technical score indicated in the PDS.
1.7.6 Financial Proposals of technically responsive Proposals which achieve the minimum technical score may either be opened publicly in the presence of the FSPs’ representatives who choose to attend, or not in public with no FSP present as indicated in the PDS. Where the opening is to be public, the applicable FSPs will be informed in time to be able to make arrangements for participation in the financial opening. The name of the FSPs, their technical scores and their total price shall be read aloud and recorded. Minutes of the Financial Opening will be documented. Costs incurred by the FSPs’ participation in the financial opening shall be borne fully by the FSPs.
1.7.7 For the purpose of the financial evaluation prices quoted by FSPs will be converted into a single currency and at the rate stated in the PDS. When correcting computational errors, in case of discrepancy between a partial amount and the total amount, or between words and figures the partial amount and words will prevail, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the partial amount, in which case the total amount as quoted shall govern and the partial amount shall be corrected. In addition to the above corrections, the cost of items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities. The formula for determining the financial scores shall be as stated in the PDS.
1.7.8 The weights of the technical evaluation result and financial evaluation result for each proposal shall be as stated in the PDS.
1.7.9 The FSP whose Proposal has achieved the highest combined score shall be recommended for award of Contract subject to any negotiations that may be required.
1.8 NEGOTIATIONS
1.8.1 Negotiations, if required, are likely to be held by the date and at the address indicated in the PDS.
1.8.2 Negotiations may include a discussion of the Technical Proposal, the proposed technical approach and methodology, work plan, organisation, staffing, and any suggestions made by the FSP to improve the Terms of Reference. The Purchaser will record any agreed changes in the minutes which will be signed by both Parties and which will form part of the Contract.
1.8.3 The financial negotiations will reflect the agreed technical modifications in the cost of the services. Unless there are exceptional reasons, the financial negotiations will involve neither the remuneration rates for staff nor other proposed unit rates.
1.8.4 Before contract negotiations, the Purchaser will require assurances that the Professional staff will be actually available. The Purchaser will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death, medical incapacity or other reason acceptable to the Purchaser. If this is not the case and if it is established that Professional staff were offered in the proposal without confirming their availability, the FSP may be disqualified. Any such proposed substitute shall have equivalent or better qualifications and experience than the original candidate and be submitted by the FSP within the period of time specified.
1.8.5 The Purchaser reserves the right to request from the FSP, at any time before contract signature, documentation supporting the data/information based on which its Expression of Interest was shortlisted at the EOI stage (if applicable), and/or additional documentation supporting the data/information provided in its proposal. If the FSP fails to provide such documentation, or the documentation is not satisfactory for the Purchaser, or if the documentation provided proves that the data/information provided at EOI stage or in its proposal was inaccurate or incorrect, the Purchaser will not enter into negotiations with that FSP or, if negotiations have been initiated or concluded, shall not sign a contract under any circumstance. In these cases, Art. 1.8.7 below shall apply accordingly.
1.8.6 At the end of these negotiations, after all material business, financial, technical and legal issues have been resolved, the Purchaser will incorporate the results of any negotiations into a draft Contract, which shall be initialled by both parties.
1.8.7 If negotiations fail, the Purchaser will invite the FSP whose Proposal is ranked second to negotiate a Contract.
1.9 ACCEPTANCE OR REJECTION OF ANY OR ALL PROPOSALS
1.9.1 The Purchaser reserves the right to accept or reject any Tender, and to cancel the Tender process and reject all Tenders, at any time prior to the award of Contract, without thereby incurring any liability to the affected Tenderer(s).
1.10 APPROVAL AND NOTIFICATION OF CONTRACT AWARD
1.10.1 The FSP whose Proposal has been selected will be notified by the Purchaser, prior to the expiration of the Proposal validity period. On completion of any negotiations and provision by the FSP of any other documentation that may be required by the Purchaser, the Purchaser shall issue to the FSP the Contract. The FSP shall return a signed copy of the Contract within 7 days of the issue. The Purchaser will publish the award of contract on its website and promptly notify all other FSPs who have submitted proposals.
1.11 NOTIFICATION AND DEBRIEFING OF UNSUCCESSFUL FSPs
1.11.1 Following signature of the Contract the Purchaser shall promptly in writing notify all the other FSPs that their Proposals have been unsuccessful and communicate to them the name of the successfully selected FSP.
1.11.2 Within five days of receipt of a written request by any unsuccessful FSP the Purchaser shall communicate the reasons why its Proposal was not successful. Information concerning the Award of Contract shall be posted on the Purchaser’s website.
1.12 COMPLAINT HANDLING
1.12.1 If the FSP has been rejected at any stage of the evaluation and negotiation but is not satisfied with the explanation or information obtained in a debriefing provided pursuant to 1.11 above it may submit a complaint. The process to handle and resolve an FSP’s complaint is described in 1.12.2 below:
1.12.2 A complaint will be dealt with as follows:
(a) The choice of procurement methods for consulting services and a decision by the Purchaser to reject all tenders shall not be the basis for a complaint/appeal.
(b) An FSP shall submit its complaint/appeal for consideration through three stages in consecutive order, e.g., Head of Finance, Head of Internal Audit, and Country Director (CD) of BRAC Liberia.
(c) An FSP shall submit its complaint, in writing, within ten (10) working days of when it became aware of the circumstances giving rise to the complaint. This should be supported by material evidence.
(d) An FSP shall submit its complaint in the first instance to the Head of Finance, BRAC Liberia, at the address stated in the PDS. The Head of Finance shall consider the complaint and decide whether to reject it or implement any corrective action. He/She shall issue a written decision to the FSP within 15 working days of receipt of the complaint, stating either the reasons for the rejection of the complaint or advising on the corrective action that has been taken, copying the decision to the Country Director (CD) of BRAC Liberia.
(e) When a complaint is being considered at any level, the tender examination, evaluation and approval process will continue, but Notification of Award Letter (NOAL) shall not be issued until a final decision on the complaint has been received or the supplier does not pursue the complaint at a higher level.
(f) If the tenderer/supplier is not satisfied with the written decision or fails to receive the written decision within the specified time period stated at (d) above and wishes to pursue its complaint, it shall within 10 working days after the date of receipt of the written decision, address the same complaint in writing to the Head of Internal Audit, BRAC Liberia, at the address as stated in the PDS.
(g) The Head of Internal Audit, BRAC Liberia, shall consider the subject matter of the complaint and decide whether to reject it or implement any corrective actions. The complainant will be informed about the decision within 15 working days.
(h) If the tenderer/supplier is not satisfied with the written decision of the Head of Internal Audit, BRAC Liberia, or fails to receive the written decision within the specified time period stated at (g) above and wishes to pursue its complaint, it shall, within 15 working days from the date of receipt of the decision, address the same complaint in writing to the Country Director (CD), BRAC Liberia, at the address stated in the PDS.
(i) The Country Director (CD), BRAC Liberia, shall consider the subject matter of the complaint and decide whether to reject the complaint or to implement any corrective action. Within 15 working days of receipt of the complaint, the CD shall issue a written decision to the supplier stating either the reason for the rejection of the complaint or advising on the corrective action that has been taken, copying the decision to the Head of Internal Audit, BRAC Liberia; Head of Finance; and Head of Operations/In charge, BRAC Liberia.
(j) The decision of the CD shall be final, and concerned purchaser/officials shall act upon such decision immediately.
Instructions for completing the Proposal Data Sheet are provided, as needed, in the italic notes for the relevant ITC Clauses.
| ITC Clause | Amendments of, and Supplements to, Clauses in the Instruction to Financial Service Providers (FSPs) |
| ITC 1.1.2 | A pre-proposal meeting is not applicable. |
| ITC 1.1.3 | The resulting Contract will be a Framework Agreement with call-off arrangements. |
| BRAC Liberia does not guarantee any minimum volume of services under this Framework Agreement. | |
| ITC 1.1.4 | All applicable taxes shall be governed by the laws of Liberia. Bidders are responsible for compliance with all applicable tax regulations. |
| ITC 1.1.5 | All Forms attached in Section 4 must be duly completed and submitted. |
| In addition, the following documents are required: | |
| • Company registration certificate | |
| • Valid business license | |
| • Regulatory approval (e.g. Central Bank) | |
| • Tax compliance certificate | |
| • Audited financial statements (last 3 years) | |
| ITC 1.1.9 | Alternative proposals are not permitted. |
| ITC 1.1.10 | Proposal validity shall be 90 days from the submission deadline. |
| ITC 1.1.11 | Clarifications may be requested up to 7 days before the submission deadline. |
| For clarification purposes only: | |
| Attention: BRAC Liberia Procurement Unit | |
| Email: [insert email] | |
| ITC 1.1.13 | Proposals shall be submitted electronically in PDF format. |
| No hard copies are required. | |
| ITC 1.3.1 | Not applicable. |
| ITC 1.5.1 | The following additional documents are required: |
| • Evidence of experience in similar assignments | |
| • Description of payment systems and platforms | |
| • Proof of liquidity capacity and agent network coverage | |
| ITC 1.6.1 | Proposals shall be submitted electronically via email to: [insert email]. |
| Submission Deadline: 3April 2026 at 17:00 (Liberia Time) | |
| ITC 1.6.4 | Proposal opening will not be public. |
| ITC 1.7.1 | The selection method is Quality and Cost Based Evaluation (70% Technical, 30% Financial). |
| ITC 1.7.4 | Technical Evaluation Criteria: |
| 1. Experience in cash transfer/digital payment services – 20 points | |
| 2. Geographic coverage & agent network – 25 points | |
| 3. Technical approach & delivery model – 20 points | |
| 4. Systems (reporting & dashboard) – 15 points | |
| 5. Risk, fraud & compliance controls – 10 points | |
| 6. Financial capacity – 10 points | |
| Total: 100 points | |
| ITC 1.7.5 | Minimum Technical Score required: 70 points |
| ITC 1.7.6 | Financial proposals will not be opened publicly. |
| ITC 1.7.7 | Currency: USD |
| Financial score formula: | |
| Sf = 100 × (Fm / F) | |
| ITC 1.7.8 | Technical Weight: 70% |
| Financial Weight: 30% | |
| ITC 1.8.1 | Negotiations (if required) will be conducted with the highest-ranked bidder. |
| ITC 1.12.2 (d) | Complaints should be addressed to: |
| Head of Finance | |
| BRAC Liberia | |
| ITC 1.12.2 (f) | Complaints escalation: |
| Head of Internal Audit | |
| BRAC Liberia | |
| ITC 1.12.2 (h) | Final escalation: |
| Country Director | |
| BRAC International |
TERMS OF REFERENCE (TOR) FOR SELECTION OF A FINANCIAL SERVICE PROVIDER FOR CASH TRANSFER DISBURSEMENT
| Project/Program Title:Accelerating Impact for Young Women (AIM) | ||||||||||||||||||||||||||||||||||||||||||||||
| Services description:Cash Transfer Service Providers Duration of Framework Agreement:1 year (renewable annually based on performance for a maximum of 3 years). Project Sites: Bong/Gbranga, Boys Town, Lofa, Paynesville, Saint Paul/VOA Supervisor/Manager:Jenneh M. Gbao – Head of Programme | ||||||||||||||||||||||||||||||||||||||||||||||
BRAC Liberia is implementing theAccelerating Impact for Young Women (AIM) Programmein partnership with theMastercard Foundation. The programme seeks to economically empower young women through skills development, financial inclusion, and livelihood support initiatives. As part of the livelihood support component of the programme, over 23,339eligible participants are expected to receive cash grantsto support small business start-up or expansion across various livelihood sectors, including petty trade, agriculture, and livestock-related enterprises. To ensure thesecure, transparent, and efficient disbursement of these funds, BRAC Liberia intends to establish a framework arrangement with qualified financial service providers capable of facilitating cash transfers to programme participants across the targeted project locations listed below. Boys Town Region– Boys Town, Airport, Thinker Village, Buchanan Central, Buchanan North Branches, Bong / Nimba Regions– Totota, Gbarnga, Ganta, Tapeta, Sacleapea, Karnplay, and Sanniquellie. Lofa Region– Zorzor, Kowlini, Foya, Kolahun Branches Paynesville Region– Mount Barclay, Johnsonville, Kakata, Paynesville |South, Congo Town, and Paynesville North Branches. VOA Region– Barnesville, Cardwell, VOA Junction, Clara Town, Logan Town, and New Kru Town Branches, Grand Jedeh County / Zwedru Region– Boleyville, and Zwedru Branches | ||||||||||||||||||||||||||||||||||||||||||||||
| ||||||||||||||||||||||||||||||||||||||||||||||
| Eligibility Requirements for Service Providers. The potential cash transfer service providers must demonstrate the following capabilities:
| ||||||||||||||||||||||||||||||||||||||||||||||
The selected service provider will be responsible for the following:
Target Beneficiaries The cash transfers will be provided to eligible programme participants participating in theAccelerating Impact for Young Women (AIM) Programmewho have completed the required programme components and qualified to receive livelihood support grants for small business start-up or expansion. Under the Framework Agreement, BRAC Liberia may issue disbursement instructions for eligible beneficiaries across programme locations as required during the implementation period. The final beneficiary lists and approved grant amounts will be provided to the selected service provider prior to each disbursement cycle. BRAC Liberia will provide:
| ||||||||||||||||||||||||||||||||||||||||||||||
| ||||||||||||||||||||||||||||||||||||||||||||||
| Key Activities/Tasks | Output(s)/Deliverable(s) | Expected Time frame | ||||||||||||||||||||||||||||||||||||||||||||
| Secure and Timely Disbursement of Funds | Disbursement of cash transfers to approved beneficiaries in accordance with the payment schedule provided by BRAC, ensuring secure, accurate, and timely transactions. | Within 48–72 hours after funds are transferred to the service provider or as agreed in the payment schedule. | ||||||||||||||||||||||||||||||||||||||||||||
| Transaction Confirmation Reports | Submission of transaction confirmation reports after each payment cycle, detailing the number of beneficiaries paid, transaction amounts, dates of payment, and payment status. | Within 2 working days after each payment cycle. | ||||||||||||||||||||||||||||||||||||||||||||
| Financial Reconciliation Reports | Provision of detailed reconciliation reports for each payment cycle, including funds received, funds disbursed, pending transactions, and any reversals or adjustments. | Within 5 working days after each payment cycle. | ||||||||||||||||||||||||||||||||||||||||||||
| Proof of Beneficiary Payment | Documentation confirming receipt of funds by beneficiaries, such as signed payment sheets, digital confirmation logs, or system-generated payment acknowledgments. | Submitted with each payment cycle report. | ||||||||||||||||||||||||||||||||||||||||||||
| Disbursement Progress Updates | Regular communication and updates to BRAC on the progress of payments, including any operational challenges, delays, or system issues affecting disbursement. | Weekly updates during active disbursement periods. | ||||||||||||||||||||||||||||||||||||||||||||
| ||||||||||||||||||||||||||||||||||||||||||||||
5.1 Technical Evaluation:
The price should be reduced for each component of the proposed work. The total amount of points allocated for the price component is 30. The maximum number of points will be allocated to the lowest price proposal that is opened and compared among those invited firms/institutions which obtain the threshold points in the evaluation of the technical component. All other price proposals will receive points in inverse proportion to the lowest price, e.g.: Max. Score for price proposal * Price of lowest priced proposal Score for price proposal X = —————————————————————- Price of proposal X
| ||||||||||||||||||||||||||||||||||||||||||||||
The total value of services under this Framework Agreement will depend on the number of beneficiaries and the cash transfer cycles implemented during the contract period. For planning purposes, BRAC Liberia anticipates thatapproximately USD 5 Million may be transferred to programme beneficiaries during the first year of implementationunder this Framework Agreement. The actual value of transactions and associated service fees will depend on the specific disbursement instructions issued by BRAC Liberia from time to time. |
BRAC Liberia will agree with selected service providers on applicable service fees, transaction charges, and withdrawal costs per participant. Under no circumstances shall programme participants be required to pay any fees, commissions, or charges in order to access the funds disbursed under this programme. All approved service fees and transaction costs associated with the disbursement of funds will be borne by BRAC Liberia. The service provider must clearly disclose all applicable charges in their financial proposal. No additional fees, hidden charges, or unapproved costs shall be imposed on either BRAC Liberia or programme participants during the implementation of the contract. Payments to the service provider will be made based on verified disbursement reports and reconciliation of transactions submitted to BRAC Liberia. |
This engagement will have clear roles and responsibilities of both entities to deliver this assignment on time and with quality. BRAC Liberia will do the following.
The selected online cash transfer service provider will: –
|
Interested service providers are required to submit both technical and financial proposals, together with the following supporting documentation. Administrative and Legal Documents Bidders must submit the following:
Technical Proposal The technical proposal should include:
3. Financial Proposal The financial proposal should clearly indicate:
4. Financial Capacity Documentation To demonstrate financial and institutional capacity, bidders must submit:
|
The service provider must ensure the confidentiality and protection of all beneficiary data shared by BRAC. |
The provider must implement adequate fraud prevention and anti-money laundering controls |
Section Name and Title Signature Date |
Section Name and Title Signature Date |
Name and Title Signature Date |
To:
BRAC Liberia – Country Procurement Department
[Insert Address]
Date: [Insert Date]
Ladies/Gentlemen:
We, the undersigned, hereby submit our Proposal in response to the Request for Proposal (RFP) for the provision of cash transfer services under a Framework Agreement, in accordance with the requirements outlined in the RFP documents.
We confirm that we have carefully reviewed and fully understood the RFP, including the Instructions to Financial Service Providers (FSPs), Proposal Data Sheet (PDS), Terms of Reference (TOR), General Conditions of Contract, and Special Conditions of Contract. We agree to be bound by all provisions and conditions contained therein.
We are submitting our Proposal:
[Indicate as applicable: as a single entity / in association with the following partner(s)]
<Insert name and location (city, country) of any associated firm, or state “Not Applicable”>
Our Proposal shall remain valid for the period specified in the RFP and shall remain binding upon us and may be accepted at any time before the expiration of that period.
We confirm that:
We further confirm that:
We understand that:
We acknowledge that all provisions of the RFP (including any addenda issued) are fully applicable to our Proposal.
We further understand that BRAC Liberia reserves the right to accept or reject any or all Proposals without incurring any liability.
Yours sincerely,
Authorised Signature: ___________________________
Name and Title of Signatory: _____________________
Name of Firm: _________________________________
Address: _____________________________________
Firm’s Seal/Stamp: _____________________________
Provide a brief description of the background, structure, and operations of your organisation, including any associated partners relevant to this assignment.
| Item | Details (To be completed by FSP) |
| Name of Financial Service Provider (FSP) | |
| Registered Address | |
| Telephone | |
| Email Address | |
| Name(s) of Directors / Senior Management | |
| Country of Registration | |
| Registration Number | |
| Regulatory License / Approval (e.g. Central Bank) | |
| Business Certificates (if any) |
| Year | Annual Turnover (USD) |
| [Year 1] | |
| [Year 2] | |
| [Year 3] |
We certify that the information provided above is true and accurate to the best of our knowledge.
| Signed | ___________________________ |
| Date | ___________________________ |
| Name and Designation | ___________________________ |
| Duly authorised to sign on behalf of | ___________________________ |
Using the format below, the Financial Service Provider (FSP) must provide information on relevant assignments where it has delivered cash transfer, digital payment, or similar financial services, either individually or as part of a consortium.
| Item | Details (To be completed by FSP) |
| Assignment Name | |
| Name of Client | |
| Address of Client | |
| Location & Country | |
| Approximate Value of the Contract (USD) | |
| Value of Services Delivered by FSP (USD) | |
| Duration of Assignment (months) | |
| Start Date (month/year) | |
| Completion Date (month/year) | |
| Total Number of Beneficiaries Served | |
| Geographic Coverage (regions/areas covered) | |
| Delivery Modality Used (e.g. mobile money, bank transfer, agent-based cash-out) | |
| Name of Partner(s) / Associated Entity (if any) |
Narrative Description of Assignment:
[Provide a brief description of the assignment, including objectives, scope, and scale]
Description of Services Provided:
[Clearly describe the services delivered, including:
We certify that all information provided in this form is true and accurate to the best of our knowledge.
We understand that supporting documentation may be requested at any stage of the procurement process, and failure to provide such documentation may result in rejection of our proposal.
Authorised Signature: ___________________________
Name & Title of Signatory: _______________________
Name of Financial Service Provider (FSP): _______________________
Firm Seal/Stamp: _______________________________
To:
BRAC Liberia – Country Procurement Department
[Insert Address]
Date: [Insert Date]
We, the undersigned, hereby submit our Financial Proposal for the provision of cash transfer services under the Framework Agreement, in accordance with the requirements of the RFP.
We confirm that our Financial Proposal is based on the pricing structure outlined below and includes all applicable service fees, transaction charges, and associated costs.
We understand that:
Our Financial Proposal shall remain valid for the period specified in the RFP and shall be binding upon us.
| Cost Component | Unit | Price (USD) | Remarks (if any) |
| Transfer fee per beneficiary | Per transaction | ||
| Withdrawal fee (if applicable) | Per beneficiary | ||
| Bulk disbursement fee (if applicable) | Per batch | ||
| Account / wallet setup fee (if any) | Per beneficiary | ||
| Other charges (specify) |
We confirm that:
| Name and Address of Agent/Recipient | Amount and Currency | Purpose |
| [FSP to enter or state “None”] |
We understand that BRAC Liberia is not bound to accept any or all proposals received.
Yours sincerely,
Authorised Signature: ___________________________
Name and Title of Signatory: _____________________
Name of Financial Service Provider (FSP): _____________________
Address: _______________________________________
Firm Seal/Stamp: ________________________________
STANDARD REQUEST FOR PROPOSALS (RFP) DOCUMENTS
Conditions of Contract
Section 8: General Conditions of Contract (GCC)
8.1. General Provisions ………………………………………………………………….. 37
8.2. Relationship between the Parties …………………………………………….. 38
8.3. Authority of Lead Member ……………………………………………………….. 38
8.4. Notices …………………………………………………………………………………. 39
8.5. Obligations of the Purchaser ……………………………………………………. 39
8.6. Obligations of the Financial Service Provider (FSP) ……………………. 40
8.7. Personnel and Service Points …………………………………………………… 41
8.8. Performance of the Services ……………………………………………………. 42
8.9. Insurance and Risk Cover ………………………………………………………. 42
8.10. Variations …………………………………………………………………………… 43
8.11. Terms of Payment ……………………………………………………………….. 43
8.12. Termination and Suspension …………………………………………………. 44
8.13. Disputes and Arbitration ……………………………………………………….. 45
8.14. Force Majeure ……………………………………………………………………. 46
Section 9: Special Conditions of Contract (SCC)
Section 9: Special Conditions of Contract (SCC) …………………………… 47
8.5.1 General Obligations
8..5.2 Payments
8.5.3 Information
8.5.4 Assistance and Exemptions
8.5.5 Purchaser Property and Data
8.6.1 Standard of Performance
8.6.2 Assignment and Subcontracting
8.6.3 Confidentiality and Data Protection
8.6.4 Conflict of Interest
8.6.5 No Unauthorized Charges
8.6.6 Fraud Prevention and Compliance
8.6.7 Reporting Obligations
8.6.8 Responsibility for Funds
8.8.1 Location
8.8.2 Effectiveness of Contract
8.8.3 Commencement
8.8.4 Completion
8.8.5 No Minimum Commitment
8.9 INSURANCE AND RISK COVER
8.12.1 Termination for Default
8.12.2 Termination for Insolvency
8.12.3 Termination for Convenience
8.12.4 Termination by the FSP
8.12.5 Suspension of Payments
8.12.6 Suspension of Funding
8.12.7 Suspension of Services
8.13.1 Amicable Settlement
8.13.2 Dispute Resolution
8.13.3 Arbitration
8.14.1 No Breach of Contract
8.14.2 Extension of Time
8.14.3 Payments
Section 9 : Special Conditions of Contract
| GCC Clause | Amendments of, and Supplements to, Clause in the General Conditions of Contract |
| GCC 8.1 (1) | The Purchaser is represented by: Summo Jallah |
| GCC 8.1 (2) | The Financial Service Provider (FSP) is represented by: [Insert name of authorised representative] [Insert name of FSP] [Insert address] Tel: [insert telephone number] Email: [insert email address] |
| GCC 8.1 / 85.1 | The Contract Manager appointed by the Purchaser is: Alexis Keni -Keni ,BRAC Liberia Monrovia, Liberia Tel: Email: |
| GCC 8.3 (2) | The Lead Member is: [Insert name of entity / representative] [Insert contact details] If not applicable, state: Not Applicable |
| GCC 8.4 | The addresses for submitting notices shall be: For the Purchaser: BRAC Liberia – Country Procurement/Operations Department Monrovia, Liberia Email: bidsubmission.liberia@brac.net For the FSP: [Insert name] [Insert FSP name] [Insert address] Email: [insert email] |
| GCC 8.5.4 | The Purchaser shall provide the following assistance: • Approved beneficiary lists • Disbursement instructions and schedules • Monitoring and verification support • Clarifications required for payment execution |
| GCC 8.6.9 (c) | The following actions shall require the Purchaser’s prior written approval: • Subcontracting or outsourcing any material part of the services • Changes to agreed payment delivery channels or service points • Changes affecting reporting formats, timelines, or transaction controls |
| GCC 8.8.1 | The services shall be performed in BRAC Liberia operational locations, including but not limited to: Bong/Gbarnga, Boys Town, Lofa, Paynesville, Saint Paul/VOA, and other locations as specified in disbursement instructions. |
| GCC 8.8.2 | The date of effectiveness shall be the date of signature by both parties, unless otherwise stated in the Contract Agreement. |
| GCC 8.8.3 | The FSP shall commence services within 5 days of the date of effectiveness or as per specific disbursement instructions issued by the Purchaser. |
| GCC 8.8.4 | The Framework Agreement shall remain valid for one (1) year, renewable annually based on satisfactory performance, up to a maximum of three (3) years. |
| GCC 8.8.4 / 8.8.5 | This Framework Agreement does not guarantee any minimum quantity or value of services. Engagements shall be made on an as-needed basis through specific disbursement instructions. |
| GCC 8.9 | Insurance requirements shall be governed by applicable law and the FSP’s regulatory obligations. The Purchaser may request proof of insurance or financial risk cover at any time. |
| GCC 8.11 (2) | Payments shall be made based on: • Successfully completed and verified transactions • Submission of transaction reports • Submission of reconciliation reports • Acceptance of supporting documentation by the Purchaser |
| GCC 8.11 (3) | Payment shall be made within 30 days of receipt of a valid invoice and satisfactory supporting documentation. No payment shall be made for failed, reversed, or unsupported transactions. |
| GCC 8.11 (4) | Advance payment is not applicable, unless exceptionally approved in writing by BRAC Liberia. |
| GCC 8.11 | The FSP shall clearly disclose all fees, commissions, and charges in its financial proposal. No hidden or additional charges shall be applied during contract execution. |
| GCC 8.11 | Under no circumstances shall beneficiaries be charged any fees. Any breach shall constitute a material breach of contract. |
| GCC 8.11 | The FSP shall ensure 100% liquidity availability at all service points prior to each disbursement cycle. |
| GCC 8.11 | Service Level Requirements: • Minimum 95% of transactions completed within 48 hours • Transaction failure rate not exceeding 2% • Failed transactions resolved within 72 hours |
| GCC 8.12.1 | In addition to GCC provisions, the following shall constitute grounds for termination for default: • Failure to meet service timelines • Repeated transaction failures • Inadequate liquidity • Data breaches • Fraud or unauthorized deductions |
| GCC 8.12.3 | The Purchaser may terminate the Framework Agreement for convenience by written notice, without affecting obligations for completed services. |
| GCC 8..13 | Disputes shall first be resolved amicably. If unresolved, disputes shall be referred to arbitration in accordance with the laws of Liberia. |
| GCC 8.14.3 | During Force Majeure, payments shall only be made for services actually performed and verified up to the point of interruption. |