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.

  • Location:
  • Salary:
    negotiable
  • Job type:
    Bid / ToR/RFQ/RFP/EOI
  • Posted:
    3 weeks ago
  • Category:
    Bid / ToR/RFQ/RFP/EOI
  • Deadline:
    November 25, 2025

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

Section I: Request for Quotation

1. Introduction

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

Background:

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.

Purpose:

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.

Key Activity

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.

Methodology

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:

  • Practical demonstrations to illustrate key vocational skills in real-time;
  • Structured theoretical content delivered through tools such as PowerPoint presentations;
  • Hands-on activities that actively engage participants and allow them to practice and internalize the skills being taught.
  • Incorporation of innovative approaches that effectively enhance participants’ capacities and equip them with the necessary skills to establish and sustain income-generating businesses.

The blended methodology is intended to enhance participant understanding, retention, and application of vocational skills for sustainable income generation.

Expected Outputs and Deliverables:

DeliverableDescriptionTimelinePayment Allocation
1. Inception ReportSubmission 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 signing40%
2. Training Completion ReportA 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 months30%
3. Distribution Confirmation of Start-up KitsSigned distribution sheets confirming the provision of start-up materials to all vocational training graduates to support the application of acquired skills.Within 7 months30%
4. Internship CommitmentsSigned 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 ReportSubmission 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:

  1. Executive Summary
  2. Introduction
  3. Overview of Training Program
  4. Detailed Activity Summary
  5. Training Outcomes/Achievements
  6. Conclusion and Recommendations
  7. References
  8. Annexes:
    1. List of participants
    2. Training Evaluation
    3. Terms of Reference.

Timeline and Key Milestones:

DateActivity
November 7 – 25, 2025Submission 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, 2025Bid Evaluation process.
December 10-12, 2025Signing of contract agreements with the selected service provider to initiate training activities with project participants.

Project Location: Johnsonville and New Kru Town Communities.

Qualifications and Experience required for the Team Leader and Key Staff:

  • Team Leader: Must possess a minimum of a bachelor’s degree.
  • Key Staff: Each key team member should hold at least a bachelor’s degree.
  • Relevant Experience: Demonstrated experience in conducting similar vocational skills training, with a minimum of three (3) comparable assignments within the last five (5) years. Applicants must provide evidence of past work, including copies of award letters, interim payment certificates, completion certificates, and signed agreements.
  • Assignment Portfolio: A detailed list of related assignments must be included, specifying the names of clients, duration of each assignment, and contact details (official email addresses and phone numbers).
  • Community Familiarity: Prior experience working in or familiarity with the beneficiary communities—Johnsonville and New Kru Town—is considered an added advantage.
  • Communication Skills: Excellent written and spoken communication skills in English are required.

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

  • Verification of accuracy, correctness and authenticity of the information provided by the bidder on the administrative, technical, and financial documents submitted.
  • Inquiry and reference checking with the entity that may have done business with the bidder.
  • Inquiry and reference checking with other previous clients on the quality of performance of ongoing or previous contracts completed.
  • Physical inspection of the bidder’s branches or other places where business transpires, with or without notice to the bidder.

2. Instructions to Bidders

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.

3. Eligibility Criteria (Administrative evaluation)

Bidders must meet the following eligibility criteria to be considered:

  • Submit bids no later than November 25, 2025, at 4.00 PM

Eligibility criteria

Admin Pass Mark is a pass or Fail

  • Submit a valid business registration
  • Submit a valid tax clearance
  • Submit a signed quotation submission form (Annex I)
  • Submit a signed experience form (Annex II)
  • Company profile

Section II: Specific Requirement for Service Delivery

Contractual Obligation and Future Disqualification

  • The selected service provider will be contractually obligated to deliver the services as per the provided terms of references within the required timeframe.
  • Failure to meet this obligation without written notice may result in penalties and contract termination.
  • Proposals Content

The following documents must be submitted for the submission to be considered:

  1. Technical proposal envelope

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.

  1. Financial Proposal envelopes

Detailed budget including budget notes which complies with the terms of references provided.

Section IV: Terms and Conditions

  • Delivery Location: Catholic Relief Services – 16th street Sinkor and Gardiner Avenue, Seaside, C-140 Building
  • Latest Delivery Date: As per contract.
  • Payment terms: N30.
  • Currency: USD.

Section V: Proposals Submission

  1. Submission instructions

Bids are to be delivered to CRS office before 4:00 PM no later than November 25, 2025.

Envelopes Labeling:

  • Technical Proposal: Clearly labeled as “Envelope 1: Technical Proposal – Tender for Vocational skills and capacity building training to train 75 participants of the HELINA V project, located in New Kru Town and Johnsonville. “
  • Financial Proposal: Clearly labeled as “Envelope 2: Financial Proposal – Tender for Vocational skills and capacity building training to train 75 participants of the HELINA V project, located in New Kru Town and Johnsonville.”

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:

3. Important Notes

  • Late submissions will not be considered.
  • Incomplete or improperly labeled submissions may result in disqualification.
  • Bidders may be required to provide additional information or participate in a clarification meeting.
  • CRS reserves the right to accept or reject any quotation and annul the bidding process and reject all quotations at any time prior to the award of the contract, without thereby incurring any liability to the affected bidder or bidders.

Section VI: Selection Process

CRS will review received proposals within the deadline through a three-step process:

  • Determination of eligibility.
  • Technical review of eligible proposals.
  • Scoring and ranking of the eligible proposals based on the assessment criteria outlined in the Evaluation Methodology section to identify the highest-ranking proposal.

Section VII: Evaluation Methodology

The methodology of evaluation will be based on “Quality and Cost-Based Selection (QCBS)” as follow:

  • Technical quality and cost are both considered.
  • Weighting is applied to quality and cost scores to determine the overall score.
  • The proposal with the highest combined score is selected.

Section VIII: Evaluation Criteria

Only submission that meets the eligibility criteria (administrative evaluation) will be considered for technical and financial evaluation.

4. Technical Evaluation – Weight: Tech Weight is 60%

CriteriaAdditional details for scoringScore
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 experiencesCVs 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
Total100

 

Technical Pass mark is 70 points

5. Financial Evaluation – Weight: Fin Weight is 40%

Arithmetical errors will be rectified on the following basis:

  • If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected.
  • If the Supplier/Vendor does not accept the correction of errors, its quote will be rejected.
  • If there is a discrepancy between words and figures, the amount in words will prevail.

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

6. Combining Score Calculation

The total score for each bidder will be the sum of the weighted technical score and weighted price.

  • Technical score and financial score are combined using the predetermined weights.
  • Combined Score = (Technical Score x TechWeight) + (Financial Score x FinWeight).

Section IX: Award Criteria

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.

Section X: Rejection of Award

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.

Section XI: Cost of Providing Quotes

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.

Section XII: Clarification and Amendments of Request for Quotation

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.

Section XIII: Important Additional Information

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:

Annex I. Quotation Submission Form FY2523

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:

  1. Our company and our personnel have no conflicts of interest in any activities that could represent, if we are selected, a conflict of interest with CRS.
  2. Our company confirms that the bidder or subcontractors have not been associated, or in any way involved, directly or indirectly, in the preparation of the project, specifications, and/or other documents used in this tender.
  3. Our company, its affiliates, or subsidiaries (including subcontractors or suppliers of any part of the contract) have not been declared ineligible by CRS in accordance with Section I. 3: Eligibility Criteria.
  4. We have not offered and will not offer any gift and/or favor of any kind in exchange for this request for quotation and will never do so during the execution of any awarded contract.

 

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:

 

Annex II. Past Experience Form for FY2523

Purchases orders or contracts signed by both parties must be provided for each experience.

No.Description of Goods/ServicesCountryClientContact Details of client (email and phone numberContract ValueYear of completion
1
2
3
4
5

 

Authorized Signature:

 

 

Date:
Name of the authorized signatory:Functional title of signatory:

Annex III. Submission Checklist for Bidders

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

 

 

 

This job has expired.

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

View other jobs