Request For Proposal (RFP) for the Research on Barriers to Financial Access for Women-Led Enterprises and Farmer-Based Organizations under the Liberia Women Empowerment Project (LWEP)
RFP No: 2005530
Issue date: January 26, 2026
Issuing organization: Catholic Relief Services, Liberia Program
Closing date: February 12, 2026, at 4.00 pm
Submission method: Sealed envelope
Type of agreement: Service Contract
CRS is kindly inviting competitive tenders from qualified and credible Individuals or Organizations specialized in consultancy services and capacity of conducting consultancies to generate evidence‑based insights on demand, supply, and enabling‑environment barriers to access and use of finance by women-led enterprises/farmers/entrepreneurs, FBOs, and VSLA members, and to produce a bankable linkage strategy and implementation roadmap to connect these segments to appropriate Financial Services Providers (FSPs), including banks, MFIs, fintech/mobile money service providers, non-banking financial institutions (NBFIs), agricultural development banks, input dealers with credit, off‑takers, among others.
CRS in consortium with other partners is piloting the Liberia Women Empowerment Project (LWEP). The project is a three-year initiative implemented by the Ministry of Gender, Children, and Social Protection with funding from the World Bank. Operating across six counties, Bomi, Gbarpolu, Grand Cape Mount, Grand Gedeh, Montserrado, and Rivercess – the project aims to empower women by addressing harmful social norms, enhancing access to livelihoods, and strengthening institutional capacity to promote gender equality.
The purpose of this Terms of Reference (ToR) is to engage the services of a qualified consultancy firm or experienced institution in consultancy services to conduct research to generate evidence‑based insights on demand, supply, and enabling‑environment barriers to access and use of finance by women-led enterprises/farmers/entrepreneurs, FBOs, and VSLA members, and to produce a bankable linkage strategy and implementation roadmap to connect these segments to appropriate Financial Services Providers (FSPs), including banks, MFIs, fintech/mobile money service providers, non-banking financial institutions (NBFIs), agricultural development banks, input dealers with credit, off‑takers, among others.
The selected service provider will be responsible for implementing a series of consultancy activities as followed:
The consultant is expected to propose a methodology that effectively facilitates the delivery of the following:
Note: Sampling frames, sizes, and instruments will be finalized in an Inception Report.
Deliverables & Schedule
| # | Deliverable | Content | Format | Due |
| 1 | Inception Report & Workplan | Refined research questions; methodology & sampling; tools (drafts); ethical plan; revised workplan, etc. | Word + Gantt Chart | Week 1-2 |
| 2 | Data Collection Toolkit | Final questionnaires, FGD/KII guides, consent forms; enumerator manuals; Kobo Tool Box ODK/CommCare builds | Word/PDF + XLS/XLSForm | Weeks 2-3 |
| 3 | Fieldwork Progress Reports | Short update on sample realization, issues, mitigations | Word, Emails, text, calls | Weeks 3-6 |
| 4 | Clean Datasets & Codebook | Anonymized raw & clean data; audio recordings, transcripts, etc. | CSV/XLSX + Stata/SPSS/R | Weeks 7-8 |
| 5 | Draft Analytical Report | Findings (demand/supply/policy), barrier‑opportunity matrix, personas & journeys, FSP map, product concepts, business case | Word (30–50 pages) | Week 8 |
| 6 | Validation Workshop | Slide deck; facilitation; stakeholder feedback summary | PPT + Workshop Report | Week 9 |
| 7 | Final Report | Revised analysis; Linkage Strategy (quick wins + 6–12‑month roadmap), implementation plan (partners, resources), M&E results framework, risk/mitigation | Word + PPT (Exec Summary) | Week 10 |
| 8 | Policy Brief & Infographics | 2–4 pager for decision‑makers; 3–5 graphics for dissemination | Week 10 |
The final report is expected to be organized as follows:
CRS will evaluate the proposals and award the assignment based on technical and financial feasibility. Subsequently, short-listed Institutions May be invited for an interview and/or presentation. The Catholic Relief Services reserves the exclusive right to select the candidate it considers suitable for the assignment.
| Date | Activity |
| January 26- February 12, 2026 | Submission period for application packages by interested groups/organizations. The package should include a detailed program proposal, pricing, and duration of the proposed services. |
| February 13-18, 2026 | Bid Evaluation process. |
| February 18-20, 2026 | Signing of contract agreements with the selected service provider to initiate training activities with project participants. |
Project Location: All six LWEP counties: Bomi, Gbarpolu, Grand Cape Mount, Grand Gedeh, Montserrado, and Rivercess.
Consultant Qualifications (or Team Leader)
Payment will be made to the consultant as below:
| # | Deliverable | Percentage | Content | Format |
| 1 | Approved Inception Report with: – Detail workplan (Gantt Chart form) – Methodology and – Final Data Collection Toolkit | 20% | Refined research questions; methodology & sampling; tools (drafts); ethical plan; revised workplan, etc. Final questionnaires, FGD/KII guides, consent forms; enumerator manuals; Kobo Tool Box ODK/CommCare builds
| Word + Gantt Chart
Word/PDF + XLS/XLSForm
|
| 2 | Fieldwork Progress Reports, Clean Datasets & Codebook Address feedback from Progress Report | 40% | Short update on sample realization, issues, mitigations
Anonymized raw & clean data; audio recordings, transcripts, etc.
| Word, Emails, text, calls |
| 4 | 1. Validation Workshop report (including incorporation of final feedback) 2. Approved Final Report including Policy Brief & Infographics (2–4 pager for decisionmakers; 3–5 graphics for dissemination) |
40% | Slide deck; facilitation; stakeholder feedback summary
Revised analysis; Linkage Strategy (quick wins + 6–12month roadmap), implementation plan (partners, resources), M&E results framework, risk/mitigation
| PPT + Workshop Report
Word + PPT (Exec Summary)
|
Bidders are required to submit their proposals in two separate sealed envelopes (technical and financial proposals) enclosed with an outer sealed envelope with the reference number addressed to:
Catholic Relief Services, Liberia Program
16th Street Gardner Avenue
Seaside, C-140 Building,
Sinkor Monrovia, Liberia
Subject: RFP No: 2005530
Bids must be received no later than February 12, 2026, at 4.00 PM
Failure to comply with these instructions may result in disqualification.
Expected delivery time: The duration of this consultancy is 2.5 months after contract signing
Softcopy of this RFP, additional information or request for clarification can be requested at liberiarfq@crs.org.
Bidders must meet the following eligibility criteria to be considered:
Eligibility criteria
Admin Pass Mark is a pass or Fail
A Bid shall be considered materially deficient and non-responsive if it contains a deviation that:
Any Bid deemed materially deficient shall be rejected and disqualified.
CRS reserves the right to seek clarification for minor clerical omissions that do not constitute a material deviation.
Conditional Qualification: A Bidder may be conditionally qualified for the next stage (Technical Evaluation) if they have substantially met all mandatory criteria but have minor, non-material deficiencies. This applies specifically to:
Clarification request SHALL NOT be used to allow a bidder to alter the substance of their technical solution or change their bid price.
The following documents must be submitted for the submission to be considered:
Bid submission Form (Annex I)
Submit a signed experience form (Annex II).
Valid Business registration & Tax Clearance.
Company profile.
CV of key staff (Annex III).
Cover Letter (Maximum one page). The cover letter MUST NOT contain any financial proposal information.
Technical and financial proposals with a focus on addressing the assignment’s purpose and objectives, methodology to be used, key selection criteria, sample size from the study population and targeted age groups, draft data collection tools and interview guides.
Initial work plan based on the methodology outlined
Contracts for similar research work have been conducted in the past 5 years including at least 3 references from previous INGOs.
Bidders must submit a detailed, itemized budget accompanied by a Budget Assumptions Narrative that clearly explains how all costs were derived. The financial proposal must include:
Bidders must provide a written explanation describing the assumptions used to calculate all cost items, including:
Bids are to be delivered to CRS office before 4:00 PM, no later than February 12, 2026.
Envelopes Labeling:
Both envelopes should be enclosed in an outer sealed envelope labeled with:
RFP Number: 2005530
RFQ Name: Liberia Women Empowerment Project (LWEP) Financial Linkage Research Application.
Bidder’s Name and Contact Information:
CRS will review received proposals within the deadline through a three-step process:
The methodology of evaluation will be based on “Quality and Cost-Based Selection (QCBS)” as follow:
Only submission that meets the eligibility criteria (administrative evaluation) will be considered for technical and financial evaluation.
| Criteria | Additional details for scoring | Score |
| Tech01 Methodology, Approach & Understanding of the Assignment
| Understanding of assignment & context (10 point): Demonstrates clear understanding of barriers to financial access for women‑led enterprises, VSLAs, and FBOs in Liberia, and reflects LWEP context.
Proposed methodology & analytical rigor (10 points): Quality of mixed‑methods approach (quantitative, qualitative, sampling, tools), alignment with ToR, feasibility, and appropriateness. Local Presence & Language Capacity (5 points): Demonstrated experience in LWEP counties; ability to deploy local enumerators; language capability (Mande, Kru, Kpelleh); cost‑efficiency due to proximity.
Risk assessment, safeguards & mitigation (5 points): Inclusion of ethics, GBV/SEA safeguards, data protection, referral pathways, and risk‑mitigation measures. | 30 points |
| Tech02 Key personnel qualifications and experiences (Annex III) – Team composition should cover: Team Lead (Finance/Gender), Quantitative Specialist, Qualitative Lead, Field Coordinator, Data Manager, Policy/Regulatory Expert, and Local Language Research Staff. | CVs of at least three (3) staff: One (1) Team leader. Two (2) other key staff.
Both Team Leader & key staff must have demonstrated expertise in Agricultural/SME Finance, Gender & Women’s Economic Empowerment, and Digital Financial Services.
Points will be allocated as follows: Team Leader agricultural/SME finance: – 8+ years of experience – 10 points – 5-7 years of experience – 5 points – Anything else is 0
Key Technical staff (points will be allocated for each of the two key staff): – 5+ years of experience – 5 points – 3-4 years of experience – 2.5 points – Anything else is 0
Organizational staffing & management capacity (5 points): Clear team structure, roles, deployment plan, quality assurance responsibilities. | 25 points
|
| Tech03 Relevant Past Performance/Experience: Demonstrated experience in conducting similar research to generate evidence‑based insights on demand, supply, and enabling‑environment barriers to access and use of finance by women-led enterprises/farmers/entrepreneurs, FBOs, and VSLA members, and to produce a bankable linkage strategy and implementation roadmap to connect these segments to appropriate Financial Services Providers (FSPs), including banks, MFIs, fintechs/mobile money service providers, non-banking financial institutions (NBFIs), agricultural development banks, input dealers with credit, off‑takers, among others. | Bidder to provide contracts and their completion certificates
Similar assignments in Market diagnostics, financial inclusion studies, gender/WEE research, FSP mapping, VSLA/FBO linkages, etc. 4+ contracts in the last 5 years – 10 points 3 contracts in the last 5 years – 8 points 2 contracts in the last 5 years – 5 points 1 contract awarded in the last 5 years – 2.5 points. Anything else is 0
Quality of references: Three (3) reference letters confirming performance and deliverables. Each verifiable reference = 3 points (max 9 points). Liberia presence / regional experience: Demonstrated experience working in Liberia or similar markets (1 point) | 20 points |
| Tech04 Workplan, Deliverables & Implementation Strategy.
| Detailed workplan (10 points): Includes activities, sequencing, milestones, dependencies, staffing plan, and clear timeline aligning with the ToR’s 10‑week window
Quality assurance systems (5 points): Procedures for data quality, supervision, verification, enumerator training, secure storage, transcription quality, etc. | 15 points |
| Tech05 In-person presentation of bidder’s technical proposal. | Bidder will be required to demonstrate technical knowledge and understanding of the assignment. The presentation will include: Explanation of methodology & alignment with workplan (4 points): Clarity and depth of explanation demonstrating coherence between methods and workplan.
Risk mitigation measures (3 points): Demonstration of foreseen risks and credible mitigation strategies. Innovation & efficiency enhancements (3points): Value‑added approaches, technology use, efficiencies in fieldwork and analysis, or innovative data collection techniques. | 10 points |
| Total | 100 |
Technical Pass mark is 70 points
Arithmetical errors will be rectified on the following basis:
Offers that are found technically compliant shall be evaluated based on the lowest offer.
Financial scores are assigned to each proposal based on the cost evaluation, using the following formula: the lowest cost proposal receives the highest score PointLowestFin, and other proposals are scored relative to the lowest cost. The supplier with the lowest total price will receive a score of 100
Illustration: X and Y represent the lower offer and the offer for which the score needs to be calculated, respectively: Score = (X/Y)* 100
The total score for each bidder will be the sum of the weighted technical score and weighted price.
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:
If the selected bidder wishes to request an advance payment of ten percent (10%) of the contract price, s/he must provide a valid advance payment guarantee using the CRS template.
The contract will be awarded to the bidder with the highest combined score, calculated based on the weighted technical score and the 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.
CRS may reject any quote that is not substantively responsive to the terms and conditions of the RFQ.
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 will send a Notice of Award to the winning bidder. The winning bidder agrees to acknowledge the purchase order or contract by email upon award within one (1) business day under the terms and conditions stated herein.
Bidders shall bear all costs associated with the preparation and submission of the quote, and CRS will not be liable for those costs, regardless of the conduct or outcome of the solicitation.
To assist in the examination, evaluation and comparison of Quotes, CRS may, at its discretion, ask the Supplier/Vendor for clarification of its Quote. The request for clarification and the response shall be in writing and no change in price or substance of the Quote shall be sought, offered, or permitted.
CRS may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective supplier/vendor, amend the Request for Quotation. To afford prospective suppliers/vendors reasonable time to consider the amendments in preparing their offers, CRS may extend the deadline for the submission of quotes. Any amendments will be published in the same manner as the present tender.
General terms and conditions of CRS applicable to goods and services can be downloaded at the following address: http://CRS.org/vendor-terms/vendor-terms.pdf or obtained upon request from the CRS’ office and are applicable within the national legal context.
Vendors must not be associated or have been associated in the past directly or indirectly with a firm or any of its affiliates which have been engaged by CRS to provide services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods under this request for quotation.
Bidders, Suppliers and Service Providers, while conducting their activities, are expected to comply with the following policies and regulations:
The following document is part of this request for quotation and must be completed and returned with your offer.
Quotations must be completed according to the instructions in this request. Quotations must be completed in English, signed, and returned to CRS before the specified deadline. CRS’s terms and conditions applicable to goods and services are provided in Section XII: Important Additional Information.
I, the undersigned, having read CRS’s terms and conditions applicable to goods and services for the request for proposal No. 2005530, as stated in the attached document, hereby offer to provide the goods and services specified in this request for quotation at the price or prices indicated, in accordance with all specified specifications, and subject to CRS’s terms and conditions applicable to goods and services established or specified in the document.
I, the undersigned, declare that:
I, ____________________________________ (Name of authorized signatory) , certify that I am the_____________________________(position) _____________________of (legal name of the company)________________; by signing this request for quotation for and on behalf of (legal name of the company) _______________________________, I certify that all information contained in this document is accurate and true and that signing this offer falls within my authority.
| Authorized Signature:
| Date: |
| Name of the authorized signatory: | Functional title of signatory: |
Purchases orders or contracts signed by both parties must be provided for each experience.
| No. | Description of Goods/Services | Country | Client | Contact Details of client (email and phone number | Contract Value | Year of completion |
| 1 | ||||||
| 2 | ||||||
| 3 | ||||||
| 4 | ||||||
| 5 |
| Authorized Signature:
| Date: |
| Name of the authorized signatory: | Functional title of signatory: |
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 Employer Length of Service
_____ year(s) from _____ to ______
Supporting Documents for each key personnel
Note: For key personnel to be validated, Bidder MUST fill out Annex 6 AND provide (a), (b), (c) and (d). This is a PASS/FAIL to have the point.
Company Name: ______________________
Name of Key Personnel: ____________________
Role in the Proposal: _____________________________
Signature of Key Personnel: ____________________________
Date: _______________________________
Bid submission Form.
☐Price Quote which complies with the specifications/TOR provided
☐Signed Quotation Submission Form (Annex I)
☐Reference list- Past Experience Form (Annex II)
☐Key personnel Form (Annex III)
☐Business registration, Tax Clearance, PPCC certificate and any required license (if any)
☐Business Brochure/Profile including names of management team/partners