Request For Proposal (RFP) to Conduct Hydrogeological
Survey under the Advancing Quality Access through Resilient Infrastructure, System and Engagement (AQUARISE)
RFP No: 2008359
Issue date: February 26, 2026
Issuing organization: Catholic Relief Services, Liberia Program
Closing date: March 16, 2026, at 4.00 PM GMT
Submission method: Sealed envelope
Type of agreement: Service Contract
Catholic Relief Services (CRS) Liberia is implementing a 2-year Urban water supply project in Montserrado and Margibi Counties. This project is financed by CRS Private Resources and seeks to provide targeted beneficiaries access to basic water services by constructing a mini stand-alone water supply system in one community each within Montserrado and Margibi Counties. The overarching goal of the project is to transform water service delivery and urban agriculture in Montserrado and Margibi counties by piloting an integrated digital governance model and climate-smart irrigation system. Leveraging CRS’ proven HELPS II water infrastructure, this investment will:
Purpose:
This contract engages the services of an experienced company to conduct a hydrogeological survey to determine the quantity of groundwater within the targeted area for the construction of a water supply system. The hydrogeological survey is a key requirement for the selection of spots for the construction of boreholes which will supply water to the water storage facilities in Margibi and Montserrado counties. This study will be done to confirm the availability of sufficient groundwater to supply the water storage facility.
Scope of Work:
The scope of work is focused on the conduct of a hydrogeological survey to determine the quantity of groundwater at a particular location before selection for the construction of a water supply system. This activity is very important as it paves the way for site selection to construct the water supply system. The hydrologist will supervise the drilling/construction of two boreholes to supply water to the storage facility/tower.
Deliverables/Expectations:
Timeline/Work schedule:
Hydrogeological Investigation
It is expected that this activity will take no more than 5 days to complete, tentatively from March 23 – 27, 2026. 2-days to conduct the hydrogeological survey and three days to develop and present the report/findings to CRS.
Supervision of Borehole Drilling
The supervision of borehole drilling in both Margibi and Montserrado is expected to be completed in 5 days, with the exact start and end dates to be determined by CRS and the consultancy firm at a later date.
Locations:
The hydrogeological investigation (survey) will be conducted in Jacob Town Rehab Community, Montserrado County and Weala Community in Margibi County.
Key Working Relationships:
Internal: CRS Head of Programming, Program Quality Manager, Construction and WASH Specialist.
Period of Performance
The total period of performance for the work to be accomplished under this SoW will be for 10 days. CRS and the firm will determine the exact timeline for the full completion of activities under this consultancy. The consultancy firm will receive full payment upon completion of the assignment and contingent upon the satisfactory acceptance of all deliverables by the AQUARISE Project Team/CRS.
Proposed Budget Breakdown
The consulting firm will provide a detailed, realistic and itemized budget to produce the expected outputs. The payment will be made in trenches based on key deliverables
Requirements:
Application Submission Procedure:
Interested firms are required to submit the following documentations:
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: 2008359
Bids must be received no later than March 16, 2026, at 4.00 PM GMT
Failure to comply with these instructions may result in disqualification.
Expected delivery time: The duration of this consultancy is 5 days 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 including overview of the firm, years of operation, areas of specialization, and organizational structure.
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.
Workplan based on the methodology outlined
Contracts for similar hydrogeological or water resource assessment projects completed in the last 3 years. Contact details for client references for verification.
Detailed, realistic and itemized budget to produce the expected outputs including detailed cost breakdown of professional fees, equipment, field expenses, reporting, etc. The budget must comply with the terms of references provided.
Bids are to be delivered to CRS office before 4:00 PM GMT, no later than March 16, 2026.
Envelopes Labeling:
Both envelopes should be enclosed in an outer sealed envelope labeled with:
RFP Number: 2008359
RFQ Name: Hydrogeological Survey under the Advancing Quality Access through Resilient Infrastructure, System and Engagement (AQUARISE).
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:
| Criteria | Additional details for scoring | Score |
| Tech01 Methodology, Approach & Understanding of the Assignment
| Understanding of assignment & context (10 point): Demonstrate clear understanding of the assignment, and the context, recognizing constraints and expectations.
Proposed methodology (10 points): Alignment with ToR, feasibility, and appropriateness. proposed hydrogeological investigation approach, techniques, tools and data analysis methods. Risk assessment, safeguards & mitigation (5 points): Identification of potential hazards and Inclusion of risk‑mitigation measures to ensure safety, environmental protection, and data integrity. | 25 points |
| Tech02 Key personnel qualifications and experiences (Annex III) – Team composition should cover: Team leader: Hydrogeologists and 2 other key technical staff: Geophysicists and GIS experts. | Refer to Annex III. Certification and CVs of at least three (3) staff: One (1) Team Leader-Hydrogeologists. Two (2) other key technical staff-Geophysicists and GIS experts.
Both Team Leader & key staff must have demonstrated expertise in conducting hydrological surveys.
Points will be allocated as follows: Team Leader Hydrogeologists: – 5+ years of experience – 10 points – 3-4 years of experience – 5 points – Anything else is 0
Key Technical staff; Geophysicists and GIS experts.(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 hydrogeological investigations, groundwater modeling, aquifer characterization, and urban water system assessments in similar context. | Bidder to provide contracts and their completion certificates
Similar assignments completed within Liberia/West Africa in hydrogeological investigations, groundwater modeling, aquifer characterization with high-quality reports, clear data interpretation, actionable recommendations, and adherence to international standards (e.g. WHO, UNICEF WASH guidelines).
4+ contracts in the last 3 years – 11 points 3 contracts in the last 3 years – points 2 contracts in the last 3 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). | 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
Quality assurance systems (5 points): Capability to deploy modern geophysical equipment (e.g., electrical resistivity imaging, borehole logging tools), GPS/GIS tools, and data analysis software necessary for reliable survey results. | 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 (3 points): Capability to deploy modern geophysical equipment (e.g., electrical resistivity imaging, borehole logging tools), GPS/GIS tools, and data analysis software necessary for reliable survey results. Value‑added approaches, technology use, efficiencies in fieldwork. | 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. 2008359, 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
Supporting Documents for each key personnel
Note: For key personnel to be validated, Bidder MUST fill out ANNEX III AND provide (a), and (b). 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