Request for Proposals No. RFP-LIT 2026-0002
Education Development Center, Inc.
(Hereafter referred to as “EDC”)
Request for Proposals for the Procurement of
Baseline Assessment for the Leaders in Teaching Liberia Project
Date of Issuance:
February 20, 2026
Education Development Center, Inc. (EDC) is an international nonprofit organization that develops, delivers, and evaluates innovative programs to address some of the world’s most urgent challenges. Our work includes research, training, educational materials, and strategy, with activities ranging from seed projects to large-scale initiatives. EDC enjoys a worldwide reputation for its excellence in program and fiscal management and for the impact of its work.
Mastercard Foundation’s Leaders in Teaching (LIT) initiative aims to transform secondary education across Africa by strengthening secondary-level teaching and learning so that young people have the 21st-century skills and competencies needed for employment, lifelong learning, and adult life. Working through a multi-partner implementation model, LIT is a holistic approach to enhancing teaching and learning, focusing on the following key programmatic pillars: 1) Teacher Recruitment, 2) Teacher Training, 3) Education Leadership and Management, and 4) Teacher Motivation.
This program aims to strengthen the quality of teaching and learning in secondary education in Liberia. Each program component under the respective LIT pillars will be implemented with a strong focus on inclusion and gender equity, addressing the unique needs of marginalized young women, youth with disabilities, and refugee students in underserved communities, and will be implemented through a strong partnership approach with the Ministry of Education, Education Development Center (EDC), and various local partners.
EDC’s work on the Leaders in Teaching project is funded by the Mastercard Foundation (the Foundation); organizations submitting proposals in response to this Request for Proposal (“RFP”) have no relationship with the Foundation under the terms of this RFP or any resultant contract. All communications regarding this RFP must be directed to EDC.
1.1 Purpose
The purpose of this RFP is to invite prospective Offerors to submit a proposal to provide Description of Baseline assessment services for the Leaders in Teaching project. The assessment will be carried out in selected schools across the fifteen (15) counties in Liberia with approximately 965 public schools and 1340 private schools.
1.2 Eligibility
This procurement is open to offers from research-based organizations who are legally registered in Liberia.
2.1 Original RFP Document
EDC shall retain the RFP, and all related terms and conditions, exhibits and other attachments, in original form in an archival copy. Any modification of these, in the Offeror’s submission or subsequent contract, is grounds for immediate disqualification.
2.2 RFP Provisions
2.3 Schedule of Events
The following schedule applies to this RFP but may change in accordance with EDC’s needs or unforeseen circumstances. Changes in this timeline will be announced as formal modifications to the RFP.
| LINE | TIME | DATE | STEP |
| A | 4:00 pm, Liberian time | February 26, 2026 | Deadline for requests for any clarifications from the EDC. Questions must be submitted in writing via email to LITinfo@edc.org |
| B | 4:00 pm, Liberian time | March 2, 2026 | Estimated date for issuance of any clarifications by EDC. All questions will be answered in one document and sent directly to all Offerors receiving this Request for Proposal |
| C | 4:00 pm, Liberia time | March 5, 2026 | Deadline for submission of Proposals, submitted in writing via email to LITinfo@edc.org |
2.4 Inspection and Acceptance
Under any contract awarded in response to this RFP, EDC may inspect and test the deliverables to determine whether such deliverables conform to the terms of the contract and its attachments. Unless otherwise agreed to in writing by EDC, EDC shall have a right to inspect deliverables for conformity before payment or acceptance of such deliverables, in accordance with Section 2-513(1) of the UCC. Payment for deliverables made before inspection for conformity shall not constitute an acceptance of such deliverables or impair EDC’s right to inspect such deliverables or any of EDC’s remedies, in accordance with Section 2-512(2) of the UCC. Deliverables rejected or supplies in excess of quantities ordered may be returned to the selected Offeror at the selected Offeror’s expense.
3.1 Offeror’s Understanding of the RFP
In responding to this RFP, the Offeror fully understands the RFP in its entirety and in detail, including making any inquiries to EDC as necessary to gain such understanding. Clarification questions must be submitted by potential Offerors—in writing—by the date and time listed in Section 2.3, Step No. 1. Responses will be published in writing. EDC reserves the right to disqualify at its sole discretion any Offeror who submits a proposal that is not responsive or that demonstrates less than such understanding. That right extends to cancellation of the contract if a contract has been made. Such disqualification and/or cancellation shall be at no fault, cost, or liability whatsoever to EDC.
3.2 Communication
Verbal communication shall not be effective. In no case shall verbal communication govern over written communications. All communication related to this RFP must be made in writing.
Offerors’ inquiries, questions, and requests for clarification related to this RFP are to be directed in writing in English before the date and time listed in Section 2.3, Step No. 1 to:
Education Development Center, Inc.
Attention: EDC/LIT Operations Team
E-mail: LITinfo@edc.org
3.3 Proposal Submission
Proposals must be provided on the Offeror’s letterhead or stationery and must be delivered via email to:
Education Development Center, Inc.
Attention: EDC/LIT Operations Team
E-mail: LITinfo@edc.org
The technical proposal and the cost proposal must be sent in separate emails. Proposals must have the subject line of “Proposal in response to RFP-LIT 2026-0002 and must include the number of emails (for example, Email 1 of 2, Email 2 of 2, etc.) in the subject line. The Proposal itself must include all documents required by the RFP in Word, Excel, or PDF and those documents must be attached to the email message(s); all attachments must be clearly labeled and must be numbered sequentially in order for EDC to review the Proposal. If the Proposal is sent in more than one email message, the Offeror must send all of the email messages with the Proposal submission on the same day and time the sending of the emails as closely as practicable.
It is the responsibility of the Offeror to ensure that the proposal is delivered to EDC by the deadline date listed in listed in Section 2.3, Step No. 3.
3.4 Complete Proposals
EDC will determine which proposals include the components required by the RFP and are considered to be a complete proposal. Please note that although EDC will determine certain proposals to be complete, this determination does not signify that an award will be made to one or any of the Offerors with complete proposals.
3.5 Minimum Requirements and Evaluation Criteria
3.5.1 Minimum Requirements
Offerors must meet the following minimum requirements:
Offerors that do not meet the minimum requirements listed above will not be considered eligible for potential funding and, therefore, proposals from these organizations will not be further evaluated. Proposals from organizations that meet the minimum requirements will be evaluated based on the following criteria listed below.
3.5.2 Evaluation Criteria
The purpose of this RFP is to identify those research-based organizations that have the interest, capability, and financial strength to provide the services identified in Section 4. EDC will evaluate proposals in accordance with this section and intends to award a contract to the responsible Offeror whose proposal represents the best value to EDC. “Best value” is defined as the offer that results in the most advantageous solution for EDC and Leaders in Teaching, in consideration of technical, cost, and other factors.
The submitted technical information will be scored by a technical evaluation committee using the technical criteria shown below.
Technical Evaluation Criteria:
| Criteria | Description | Maximum Points |
| Methodology and Technical Approach | · Merit of the technical proposal detailing including the; the proposed approach, data collection and analysis plan, and quality assurance measures. · Feasibility of the implementation schedule;
|
40 |
| Organizational and Management Capacity | · Demonstrated organization credibility, institutional capability, and experience in delivering high-quality, relevant research and evaluation activities; · Merit of the organizational profile of the offeror, including; curricula Vitae (CVs) of the proposed lead consultant and key team members, highlighting relevant experience; and any additional supporting documents that demonstrate relevant technical expertise of team members.
|
30 |
| Experience and Past Performance | · Demonstrated experience through samples of baseline, evaluation, or assessment reports from similar assignments previously conducted by the firm or lead consultant provided;
Experience working with NGOs, government Ministries, or other relevant clients in multiple counties in Liberia within the past 5 years.
|
20 |
| Financial Proposal | · Reasonableness of the financial proposal outlining professional fees, operational costs, and any other related expenses, presented in a clear and itemized format, including budget notes/narrative · Value for money.
| 10 |
| Total | 100 | |
Cost proposals will be evaluated. The evaluation of cost will include a determination of cost realism, completeness, and reasonableness. Cost realism is defined as the Offeror’s ability to project costs that are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the Offeror’s technical capacity.
Technical and cost will be evaluated relative to each other, as described herein. Technical is significantly more important than cost.
3.5.3 Competitive Range
EDC may establish a Competitive Range composed of only the most highly rated proposals. In certain circumstances, EDC may determine that the number of most highly rated proposals that might otherwise be included in the Competitive Range exceeds the number at which an efficient competition can be conducted. Should that be the case, EDC may then limit proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated offers. EDC may exclude a proposal if it is so deficient as to essentially require a new technical proposal. EDC may exclude a proposal so unreasonably priced, in relation to more competitive offers, as to appear that there will be little or no chance of becoming competitive. EDC may exclude an offer requiring extensive discussions, a complete re-write, or major revisions such as to allow an Offeror unfair advantage over those more competitive offers.
3.6 Selection
EDC is not obliged to award a contract on the basis of lowest proposed cost, or to the Offeror with the highest technical evaluation merit. Although for this procurement, Technical Proposal merits are considered significantly more important than cost/price relative to deciding who might best perform the work, cost factors must also be considered. Therefore, after the final evaluation of proposals, EDC intends to issue the contract to the Offeror whose proposal offers the best value to EDC considering both technical and cost factors. Further, EDC may award to a higher priced Offeror if a determination is made that the higher technical evaluation of that Offeror merits the additional cost/price.
EDC may award one or more contracts resulting from this RFP to the Offeror(s) whose proposal(s) conforming to this RFP offer(s) the best value. EDC may also (a) reject any or all proposals, (b) accept other than the lowest proposal, or (c) accept more than one proposal. Contracts may be issued for some or all of the deliverables.
EDC may award a contract without discussions with Offerors. As such, Offerors are strongly encouraged to submit their best proposals with their original submissions. EDC reserves the right to site visits and/or to conduct discussions, which may result in revisions to proposals, with one or more than one or all Offeror(s) if EDC determines, at its sole discretion, discussions to be necessary. Discussions may include oral presentations provided by the Offeror.
All of the requirements listed in Sections 4.1.1 and 4.1.2 must be met.
4.1 Statement of Work and Specifications
All of the requirements listed in Section 4.1 must be met.
4.1.1 Statement of Work
Scope of Work
Under the supervision of the Monitoring and Evaluation Director and the Deputy Country Director, the consultant/firm will:
Methodology
The baseline assessment will employ a mixed-methods approach that integrates quantitative and qualitative data collection techniques to ensure comprehensive, credible, and triangulated findings. Quantitative methods will include structured surveys administered to students, teachers, and school leaders to generate statistically representative data on key outcome indicators.
Qualitative methods will include Focus Group Discussions (FGDs) with teachers, with a specific focus on teacher motivation, professional experiences, and contextual factors influencing teaching practices and retention.
The sampling strategy must support both (i) precise estimation of outcome indicators at baseline and (ii) sufficient statistical power to detect changes between baseline and midline measurements in beneficiary schools, while accounting for the clustered nature of the data. Where feasible, it should also allow for comparisons by county and by ownership status.
All data collection will be conducted using digital data collection platforms to improve data quality, enable real-time monitoring, reduce data entry errors, and support efficient data management. The consultant will ensure that data collection tools are properly programmed, tested, and securely managed. Data will be disaggregated by relevant variables such as gender, school type, and geographic location, in line with project requirements. Quantitative and qualitative data will be systematically analyzed and triangulated to provide a robust baseline for future project monitoring and evaluation.
Quality Assurance
Robust quality assurance mechanisms will be applied throughout all phases of the baseline assessment to ensure the accuracy, reliability, and credibility of the findings. The EDC Monitoring and Evaluation team, in collaboration with the Ministry of Education (MoE), will provide technical oversight and quality assurance support during the design, data collection, analysis, and reporting stages of the assignment.
Quality assurance measures will include the review and approval of the inception report, data collection tools, and methodology prior to field deployment; supervision and spot checks during data collection; and routine data quality checks, including validation, consistency checks, and review of preliminary findings. The consultant will be required to address all technical comments and incorporate feedback provided by EDC and MoE in a timely manner.
These measures will ensure that the baseline assessment adheres to agreed methodological standards, ethical requirements, and project objectives, and that the final outputs are credible, usable, and aligned with national and donor expectations.
Key Outcome Indicators for the Baseline Assessment
At the student level, the main anticipated outcomes are increased interest, engagement, and self-efficacy in STEM, more active classroom participation, enhanced safety and well-being, and an improved ability to connect classroom learning to real-world issues.
At the teacher level, the main anticipated outcomes are improved safeguarding practices; strengthened capacity to design and deliver competency-based, participatory, and gender-responsive instruction; and more effective use of secondary schools have already been reached by the project and will therefore not be eligible for inclusion in the baseline.
assessment; increased confidence in the safe use of digital tools; and an enhanced ability to connect lessons to real-world issues. STEM teachers are also expected to increase their use of hands-on, learner-centered, and problem-solving–oriented teaching approaches.
At the school leadership level, the main anticipated outcomes are improved leadership practices across key domains, including instructional leadership, strategic planning and school management, ethics and accountability, collaborative and team leadership, communication and community engagement, and the promotion of a safe, inclusive school climate.
The assessment will measure the following outcome indicators:
Timeline and Deliverables Schedule for Baseline Survey
| Deliverable | Description | Format | Responsible Party | Duration |
| Inception Report | Desk Review (review of relevant project documents, past assessment reports from the Ministry of Education (MoE), and other materials to gain deeper contextual insights. Detailed methodology, work plan, data collection tools, and ethical protocols. | Word (10–15 pages) | Lead Consultant | 6 days from the start of the contract |
| Training of Enumerators | Workshop to train local enumerators on tools and survey techniques. | In-person (5 days) | Consultant + LIT MEL and MoE Team | 5 days |
| Field Data Collection | Completed surveys, Classroom observation, FGDs, and KII. | Digital (ODK/Kobo, SurveyCTO + Handwritten Note) | Enumerators + Consultant | 20 days |
| Draft Baseline Report | Preliminary findings with initial analysis and visualizations (maps, graphs). | Word (20–30 pages) | Consultant | 10 days |
| Incorporate feedback from EDC TEAM | EDC reviews the draft report and shares its feedback with the consultant. | Word documents | EDC TEAM and Consultant | 5 days |
| Validation Workshop | Partners (TWG) | Consultant | 1 day | |
| Final Baseline Report | Revised report with validated data and recommendations. | Word (30 pages + annexes) | Consultant | 5 days |
| Raw Datasets | Submit to EDC all cleaned and anonymized survey data, FGD/KII transcripts. | All baseline-related documents and materials | Consultant | 3 days |
4.1.3 Delivery Location
The selected Offeror(s) must deliver the deliverables to Education Development Center, Inc. (EDC) to: LITinfo@edc.org
4.1.4 Warranty
All Offerors must provide a document with proposed or applicable warranty for each of the deliverable in order for their proposal to be reviewed. In addition to any other express or implied warranties, Offerors must expressly warrant that:
The warranties set forth shall not be waived by reason of the acceptance of deliverables or payment therefore by EDC.
4.2 Travel
4.2.1 Travel
All Offerors must provide a table of proposed travel in order for their proposal to be considered. If the selected Offeror will not need to travel, please state this in the proposal.
Proposals must be submitted in English.
5.1. Technical Proposal Requirements
All proposals in response to this RFP must include the following:
5.2 Price Proposal Requirements
All Offerors must submit a cost breakdown for completing the work described in this RFP. In response to this RFP, EDC anticipates issuing a Purchase Order Contract. The price proposal must be in US dollars. All Offerors must provide a price guarantee that the proposal price remains valid for 120 days.
Offerors must provide a price summary as displayed below, as well as budget notes describing how the price was calculated. The total estimated amount for the contract in response to this RFP ranges between 65,000 to 80,000 (USD), subject to the availability of funds. Revealing the range of EDC’s cost estimate for the contract does not mean that Offerors should necessarily strive to meet the maximum amount. The price summary must be submitted in Microsoft Excel format and show all formulas.
The price summary, detailed budget, and all discussion of costs, including the budget notes, must be organized consistently with the cost categories specified below. If there is no proposed cost in a particular category, include 0 for that category.
| Price Summary | Amount | Budget Notes |
| Direct Labor | ||
| Salary and Wages | ||
| Fringe Benefits | ||
| Consultants | ||
| Other Direct Costs | ||
| Travel, Transportation, Per Diem, and Miscellaneous Travel Costs (Visas, inoculations, etc.) | ||
| Equipment and supplies | ||
| Training Costs | ||
| Any Other Direct Cost | ||
| Total Cost (Direct Labor Plus Other Direct Costs) |
5.2.2 Detailed Budget & Budget Narrative
The detailed budget must be submitted in Microsoft Excel format and show:
The budget notes must include information about how the amounts for each estimated cost were determined.
The following definitions of types of costs should be utilized in preparing the cost proposal.
Salary and Wages: Direct salary and wages should be proposed in accordance with the Offeror’s personnel policies. For example, costs of long-term and short-term personnel should be broken down by person-years, months, days, or hours.
Fringe Benefits: If fringe benefits are provided as part of an organization’s indirect cost rate structure, a copy of the organization’s Negotiated Indirect Cost Rate Agreement must be included in the cost proposal. If fringe benefits rates are not included in the organization’s Negotiated Indirect Cost Rate Agreement, a detailed cost breakdown by benefit types must be provided.
Consultants: This category is for services rendered by persons who are members of a particular profession or possess a special skill and who are not officers or employees of the Offeror. Costs of consultants should be broken down by person-years, months, days, or hours.
Travel, Transportation, and Per Diem: This category is for costs for transportation, lodging, meals, and incidental expenses. Costs must be broken down by the number of trips, domestic and international, cost per trip, per diem, and other related travel costs.
Equipment and Supplies: This category is for supplies and equipment. Costs must be broken down by type and units.
Training: For all types of training, costs should be broken down by types of training, participants, and types of costs (e.g., transportation, materials, facilities, etc.).
Other Direct Costs: Costs must be broken down by type and units.
One or more cost reimbursement contracts may be awarded in response to this RFP.
Payments will be made upon satisfactory completion and formal acceptance of deliverables by Education Development Center (EDC), as follows:
All payments are subject to compliance with contractual terms and satisfactory performance as determined by EDC.
EDC reserves the right to require the Offeror to provide a performance security or a bank guarantee.
In order for their proposal to be considered, the Offeror must complete and submit the Organizational Information and Certification Form, which is included as Annex A to this RFP, and submit all the attachments required by the form.
Annex C— Price Proposal Template
Annex A—Organizational Information and Certification Form
The Offeror must ensure that this form is duly completed and correctly executed by an authorized officer of the Offeror’s company.
A1. Organizational Information
Full legal name of the Offeror’s company:
Year the Offeror’s company was established:
Contact information regarding the proposal:
Offeror’s Unique Entity Identifier (UEI) Code [1]:
The Offeror certifies, by checking the applicable box(es), that:
The Offeror is a non-U.S. entity, and it operates as:
a corporation organized under the laws of (country name),
an individual,
a partnership,
a nongovernmental nonprofit organization,
a nongovernmental educational institution,
a governmental organization,
an international organization, or
a joint venture.
A2. References
Please list the names, email addresses, phone numbers, and contact people at three organizations to which the Offeror has provided services of a similar or larger size and scope during the last 36 months, whom EDC can call on as references, and a description of the services provided to each organization. It is recommended that the Offeror alert the contacts that their names have been submitted and that they are authorized to provide performance information if requested by EDC.
Reference #1:
Organization Name:
Contact Person:
Email Address:
Telephone Number:
Type of Services Provided:
Value of the Services Provided:
Month and Year During Which Services were Provided:
Reference #2:
Organization Name:
Contact Person:
Email Address:
Telephone Number:
Type of Services Provided:
Value of the Services Provided:
Month and Year During Which Services were Provided:
Reference #3:
Organization Name:
Contact Person:
Email Address:
Telephone Number:
Type of Services Provided:
Value of the Services Provided:
Month and Year During Which Services were Provided:
A3. Incorporation, Registration, and Litigation
The following documents must be included in your proposal.
Documentation showing the Offeror’s current legal incorporation in the country in which it is incorporated:
A copy of the Offeror’s articles of incorporation.
Attached
A copy of the Offeror’s current accreditation and active registration in Liberia, demonstrating that the organization can legally operate in Liberia.
Attached
A document showing the Offeror’s most recent tax clearance from the Liberian Revenue Authority.
Attached
A document showing the Offeror’s board members.
Attached
Documents showing the Offeror’s most recent financial audits, if available.
Attached
:The organization has not conducted an audit
Information regarding any current lawsuits, legal proceedings, court cases, or other litigation in which the Offeror, or any of the entities in the collaboration, is involved, regardless of the jurisdiction where the litigation resides.
Attached
Offeror certifies that it is not currently involved in any lawsuits, legal proceedings, court cases, or other litigation.
A4. Key Individuals
The names and titles of the Offerors’ key individuals are:
(a) the principal officers of the organization’s governing body (e.g., chairman, vice chairman, treasurer, and secretary of the board of directors or board of trustees):
(b) the principal officer and deputy principal officer of the organization (e.g., executive director, deputy director, president, vice president):
(c) the program manager(s) for the proposed contract:
(d) any other person who will have significant responsibilities for the administration of the US Government-financed activities or resources under the proposed delivery of the services:
A5. Awareness and Agreement to the Content of this RFP
By signing this form, the Offeror attests to its awareness and agreement to the content of this RFP and all accompanying calendar schedules and terms and provisions contained herein, including but not limited to the payment terms in Section 6.
A6. Compliance With Applicable Laws and Regulations
By signing this form, the Offeror agrees to comply with all applicable U.S. and Liberian federal laws and regulations. Offeror hereby certifies that it is not delinquent on any taxes. Offeror will cooperate with EDC in its efforts to comply with all laws, regulations, and any award terms and conditions imposed by EDC by the sponsor(s) of this project.
A7. Debarment and Suspension
The Offeror further certifies that their firm (check one):
IS
IS NOT
currently debarred, suspended, or proposed for debarment by any United States federal entity. The undersigned agree to notify EDC of any change in this status, should one occur, until such time as an award has been made under this procurement action.
A8. Proposal Validity
This proposal is submitted in response to an RFP issued by EDC. The undersigned is a duly authorized officer and hereby certifies that:
(Offeror Name)
agrees to be bound by the content of this Technical and Cost Proposal and agrees to comply with the terms, conditions, and provisions of the referenced RFP. The proposal shall remain in effect for a period of 120 calendar days as of the Due Date of the RFP.
A9. Authorized Negotiators
Person[s] authorized to negotiate on behalf of this firm for purposes of this RFP are:
| Name: | Title: | ||
| Signature: | Date: | ||
| Name: | Title: | ||
| Signature: | Date: |
A10. Signature
Signature of Authorized Officer:
| Name: | Title: | ||
| Signature: | Date: |
Attachment C – Professional Services Agreement General Terms and Conditions
[Terms and Conditions are subject to change at the time of contracting]
Provider hereby acknowledges and agrees that travel poses inherent dangers, including but not limited to criminal or terrorist acts and exposure to endemic diseases. Provider acknowledges and agrees that EDC has made no representation concerning Provider’s safety while on travel for EDC. Provider assumes all responsibility for understanding the inherent risks and any injury or damage that might result.
Provider is obligated to understand the rules and regulations that govern this Agreement. Provider will cooperate with EDC in its efforts to comply with all laws, regulations, and any award terms and conditions imposed on EDC by the sponsor(s) of this project.
[1].Offerors that currently have a UEI Code are requested to provide this information. Offerors who are not registered may do so at https://sam.gov/content/duns-uei. There is no charge for this registration. A UEI Code is not required for submission of a quotation but may be required before a contract is issued. Whether or not an Offeror currently has a UEI code will not affect the evaluation of the Offeror’s quotation