Request For Proposal (RFP) for Vocational skills and capacity building training to train 75 participants of the HELINA V project, located in New Kru Town and Johnsonville.
RFP No: FY2523
Issue date: November 7, 2025
Issuing organization: Catholic Relief Services, Liberia Program
Closing date: November 25, 2025, 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 vocational skills and capacity building trainings in Liberia to submit their Proposal for the training of 75 participants of the HELINA V project, located in New Kru Town and Johnsonville. The training will focus on equipping participants with income-generating vocational skills in areas such as pastry making and catering, cosmetology, and tailoring. The selected service provider will be responsible for implementing a series of vocational training activities aimed at equipping project participants—40 in Johnsonville and 35 in New Kru Town—with foundational, income-generating skills. Training will focus on practical areas such as pastry making and catering, cosmetology, and tailoring
CRS, with support from The Church of Jesus Christ of Latter-day Saints (LDS), is currently implementing the second year of the Healthy Living through Integrated Nutrition Activities (HELINA IV) project — also referred to as HELINA V. Building on the successes of previous phases, the current implementation period spans from October 1, 2025, to September 30, 2026.
The primary objective of HELINA V is to improve the nutritional status of Adolescent Girls and Young Women (AGYW)—particularly those who are pregnant or aged 25 and under—and their children aged 0 to 23 months. To achieve this, the project delivers integrated interventions including nutrition education, livelihood support through vocational and business skills training, promotion of Savings and Internal Lending Communities (SILC), and kitchen gardening. HELINA V is being implemented in the West Point, New Kru Town, and Johnsonville communities within Montserrado County.
CRS Liberia is seeking an independent institution or group to deliver income-generating vocational skills training for HELINA V participants in Montserrado County, specifically targeting the Johnsonville and New Kru Town communities.
The purpose of this Terms of Reference (ToR) is to engage the services of a qualified and experienced institution or group that specializes in vocational skills training. The selected entity will be responsible for conducting training for 75 participants of the HELINA V project, located in New Kru Town and Johnsonville. The training will focus on equipping participants with income-generating vocational skills in areas such as pastry making and catering, cosmetology, and tailoring.
The selected service provider will be responsible for implementing a series of vocational training activities aimed at equipping project participants—40 in Johnsonville and 35 in New Kru Town—with foundational, income-generating skills. Training will focus on practical areas such as pastry making and catering, cosmetology, and tailoring.
In addition to delivering core training modules, the provider will identify and facilitate on-the-job training opportunities for approximately 30% of the top-performing participants. This will support their transition into self-employment or formal job placement.
Upon successful completion of the training, all graduating participants will receive start-up materials to enable them to apply their newly acquired skills and begin generating income to support their livelihoods.
The consultant is expected to propose a methodology that effectively facilitates the delivery of vocational training to project participants. While the specific approach may vary based on the consultant’s expertise and experience, it is anticipated that the methodology will incorporate a blended instructional model to ensure comprehensive and practical learning outcomes.
This approach should include:
The blended methodology is intended to enhance participant understanding, retention, and application of vocational skills for sustainable income generation.
| Deliverable | Description | Timeline | Payment Allocation |
| 1. Inception Report | Submission of an inception report detailing refined approaches (methodology, workplan, etc.), and an outline of initial activities and plans based on the outcome of the inception meeting with project stakeholders. | Two weeks upon contract signing | 40% |
| 2. Training Completion Report | A comprehensive report confirming the completion of vocational training for all 75 participants. Supporting documentation should include attendance records and photos of practical sessions. | Within 5 months | 30% |
| 3. Distribution Confirmation of Start-up Kits | Signed distribution sheets confirming the provision of start-up materials to all vocational training graduates to support the application of acquired skills. | Within 7 months | 30% |
| 4. Internship Commitments | Signed letters of commitment between the service provider and local businesses confirming internship placements for at least 30% of the graduates for a minimum duration of four weeks. | ||
| 5. Final Report | Submission of a final, approved report summarizing all activities, outcomes, and lessons learned throughout the training period. |
Reporting Format
The final report is expected to be organized as follows:
| Date | Activity |
| November 7 – 25, 2025 | Submission period for application packages by interested groups/organizations. The package should include a detailed program proposal, pricing, and duration of the proposed services. |
| November 26 – December 5, 2025 | Bid Evaluation process. |
| December 10-12, 2025 | Signing of contract agreements with the selected service provider to initiate training activities with project participants. |
Project Location: Johnsonville and New Kru Town Communities.
Note: Comparable assignments refers to past experiences in vocational skills training for Adolescent Girls and Young Women (AGYW)—particularly those who are pregnant or aged 25 and under—and their children aged 0 to 23 months.
Payment schedule
Payment to the consultant for this assignment will be made in three (3) installments, subject to applicable statutory deductions, including withholding tax.
Please refer to the Expected Outputs and Deliverables table above for details on deliverables linked to each payment tranche.
Post-qualification Actions
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: FY2523
Bids must be received no later than November 25, 2025, at 4:00 PM.
Failure to comply with these instructions may result in disqualification.
Expected delivery time: 5 months.
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
Contractual Obligation and Future Disqualification
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
Cover Letter (Maximum one page)
Technical proposal including methodology and detailed workplan
Company profile
References from previous clients.
Contracts for similar research work conducted in the past 5 years.
Detailed budget including budget notes which complies with the terms of references provided.
Bids are to be delivered to CRS office before 4:00 PM no later than November 25, 2025.
Envelopes Labeling:
Both envelopes should be enclosed in an outer sealed envelope labeled with:
RFP Number: FY2523
RFQ Name: Vocational skills and capacity building training to train 75 participants of the HELINA V project, located in New Kru Town and Johnsonville.”
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 |
| Relevant experience: Demonstrated experience in conducting similar vocational skills training, with a minimum of three (3) comparable assignments within the last five (5) years. Must provide evidence of past work, including signed contracts along with interim payment certificates or work/service completion certificates. | Three (3) contracts or more awarded in the last 5 years – 15 points Two (2) contracts awarded in the last 5 years – 10 points. One (1) contract awarded in the last 5 years – 5 points. Anything else is 0 | 15 points |
| References (3) | Provide a minimum of three previous clients; A detailed list of previous clients must be provided, specifying the names of clients, duration of each assignment, and contact details (official email addresses and phone numbers). (3 points for each) | 9 points |
| Key personnel qualifications and experiences | CVs of at least three (3) staff (Team leader & two (2) other key staff). Both Team Leader & key staff must have at least bachelor’s degree and five (5) years of experience in comparable assignments. Points will be allocated as follows: Note: Comparable assignments refers to past experiences in vocational skills training for Adolescent Girls and Young Women (AGYW)—particularly those who are pregnant or aged 25 and under—and their children aged 0 to 23 months. Team Leader: · Bachelor’s degree and 5 years of experience – 5 points · Bachelor’s degree and 3 years of experience – 2.5 points · Anything else is 0
Key staff (points will be allocated for each of the two key staff): · Bachelor’s degree and 5 years of experience – 5 points · Bachelor’s degree and 3 years of experience – 2.5 points · Anything else is 0
| 15 points |
| Methodology for carrying out the assignment – The firm is expected to propose a methodology that effectively facilitates the delivery of vocational training to project participants. | The methodology must provide: · Practical demonstrations to illustrate key vocational skills in real-time – 5 points
· Hands-on activities that actively engage participants and allow them to practice and internalize the skills being taught – 5 points
· Incorporation of innovative approaches that effectively enhance participants’ capacities and equip them with the necessary skills to establish and sustain income-generating businesses- 5 points | 15 points |
| Workplan and familiarity with the target communities. | Bidder must provide a detailed proposed workplan and demonstrate familiarity/understanding of the targeted communities.
Bidder must provide a schedule of activities along with their timelines from the inception to graduation. | 11 points |
| 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: Proposed methodology & workplan: Explanation on how the proposed methodology aligns with workplan provided – 25 points Potential risk and mitigation measure: Strategies to mitigate potential identified risks – 5 points Innovation in implementation: Strategies to improve efficiency by including innovative approaches in undertaking the assignment – 5 points | 35 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.
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. FY2523, 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: |
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)
☐Business registration, Tax Clearance, PPCC certificate and any required license (if any)
☐Business Brochure/Profile including names of management team/partners