Invitation of Tender (Implementation of Subcomponent 2b Activities)
Table of Contents
The below email is for interested individuals to also request the checklist and send queries: Liberia.Proculwep@plan-international.org
- Background Information on Plan International 3
- Summary of the Requirement 3
- ITT Overview and Instructions 3
- Specification and Scope of Requirement 5
- Selection Criteria 5
- Evaluation of offers 7
- Terms & Conditions 7
- Plan International’s Ethical & Environmental Statement 8
- Submission Checklist 8
- Background Information on Plan International
- Summary of the Requirement
- ITT Overview and Instructions
- Overview
- Instructions to Tenderers
- Plan Tender Dossier Reference: STA-ITT-LWEP-014 Tender Dossier
Key Dates and Timelines
| Activity | Deadline Date |
| Issue of Invitation to Tender | January 6,2026 at 2:00PM |
| Site Visit | January 30,2026 |
| Deadline for supplier submission of clarifications questions | January 21,2026 |
| Deadline for Plan to respond to clarification questions | January 14,2026 |
| Deadline for submission of offers | January 21,2026 |
| Mobilisation/Implementation Period | February 15,2026 to February 15,2027 |
3.4 Pricing
Bidders are required to complete the pricing schedule attached separately in ‘Annex B – Pricing Schedule.’ All prices must be quoted in United States dollars, and exclusive of Value Added Tax (VAT).It is expected that prices will be fixed for the duration of the contract and quotes valid for a maximum period of 90 calendar days following the Closing Date of this tender. If for any reason you are unable to guarantee fixed pricing for the duration of the contract, any projected price increases should be clearly stated in your tender.To ensure a fair and transparent process, Plan International will not be able to divulge budget information relating to this tender or associated Projects. It is expected that Bidders submit their best possible financial offer at the point of submission.The successful Bidder will be required to pay their staff who work on this contract at least the National Living Wage.- PURPOSE OF THE CALL FOR APPLICATIONS
- SCOPE OF WORK
- DELIVERABLES
- ELIGIBILITY CRITERIA
- Be legally registered in Liberia or internationally with ≥5 years’ experience in Liberia, specifically in the four counties
- Girls’ education, adolescent empowerment, and climate resilience programs.
- Community engagement with traditional/religious leaders, parents, and youth.
- Social norm change methodologies (e.g., dialogues, media campaigns).
- Have partnerships with MoE, MoGCSP, or local education authorities.
- Possess strong financial management systems and experience managing similar-scale funds.
- Show evidence of gender-responsive programming and commitment to safeguarding.
- IMPLEMENTATION ARRANGEMENTS
- 8.1 Timeline
- Duration: 18 months from contract signing.
- 8.2 Reporting Requirements
- Monthly: Activity updates
- Quarterly: Progress reports against work plans.
- Annual: Work plans and evaluation reports.
- Final: Comprehensive evaluation with lessons learned.
- Coordination
- Lead Entity: Work under LSP guidance, with direct coordination by MoGCSP and MoE.
- Stakeholders: Collaborate with county education officers, traditional/religious leaders, PTAs, and school clubs.
- Integration: Align with Component 1 (SASA!), Component 2a (ASRH/GBV services), and Component 3 (livelihoods).
- Selection Criteria
| Criteria | Tenderers must demonstrate…… | Weight | |
| Compliance | Tender Compliance and Completion |
| Pass/Fail. Bidders who do not meet these minimum requirements will not have their Bids further assessed. |
| Technical Proposal (65%)] | Example 1 Eligibility |
| 15% |
| Example 2, Experience | Proven Experience in Girls’education,adolescent empowerment, and climate resilience programs.Community engagement with traditional/religious leaders, parents, and youthHave partnerships with MoE, MoGCSP, or local education authoritiesLatest audit report, and tax compliance proof | 20% | |
| Example 3, Structure | Organizational profile and capacity statementTeam composition with CVs of key personnel | 15% | |
| Example 4, methodology | Provision of detailed implementation plan with timelines for all activities | 15% | |
| Gender Responsive (5%) | Gender Sensitive Practices and Policies | As part of our ongoing Gender ResponsiveProcurement Initiatives, Bidders will beallocated 5% of the overall score if they meetone or more of the following:
| 5% |
| Financial Proposal (30%) | Pricing Schedule |
| 30% |
- Evaluation of offers
- Decide not to award to any supplier
- Decide to award to one or more suppliers
- Decide to readvertise the opportunity
- Not necessarily accept the lowest cost offer
- Terms & Conditions
- Plan International will not be liable for any costs or expenses incurred in the preparation of your offer
- You or your company will undergo vetting checks against an Anti-Terrorism and Sanctions Database as part of due diligence protocols
- Plan International reserves the right to keep confidential the circumstances that have been considered for the selection of the offers
- Part of the evaluation process may include a presentation from the Bidder and a site visit by Plan International staff, where applicable and necessary
- Plan International reserves the right to alter the schedule of tender and contract awarding
- Plan International reserves the right to cancel this tender process at any time and not to award any contract
- Plan International reserves the right not to enter into or award a contract as a result of this invitation to tender
- Plan International does not bind itself to accept the lowest, or any offer
- Any attempt by the Bidder to obtain confidential information, enter into unlawful agreements with competitors or influence the evaluation committee or Plan International during the process of examining, clarifying, evaluating and comparing tenders will lead to the rejection of its offers and may result in the termination of a current contract where applicable
- You accept in full and without restriction the conditions governing this tender as the sole basis of this competition, whatever its own conditions of sale may be, which you hereby waive
- You have examined carefully, understood and comply with all conditions, instructions, forms, provisions and specifications contained in this tender dossier. You are aware that failure to submit a tender containing all the information and documentation expressly required, within the deadline specified, may lead to the rejection of the tender at Plan International’s discretion
- You are not aware of any corruption practice in relation to this competition. Should such a situation arise, we shall immediately inform Plan International in writing
- You declare that you are affected by no potential conflict of interest, and that you and our staff have no particular link with other Bidders or parties involved in this competition. Should such a situation arise during performance of the contract, you shall immediately inform Plan International in writing
- You accept Plan International’s standard terms of payment which are 30 days after the end of the month of receipt by Plan of a proper invoice or, if later, after acceptance of the Goods or Services in question by Plan International Ltd
- Plan International’s Ethical & Environmental Statement
- The organisation should establish environmental standards and good practices that follow the principles of ISO 14001 Environmental Management Systems, and in particular to ensure compliance with environmental legislation
- The organisation should seek to set reduction targets in areas where the organisation’s activities lead to significant environmental impacts
- Submission Checklist
| Document | Form |
| Annex B - Pricing Schedule | Please complete with all requested information and return in format. |
| Annex C - Technical Questions | Please complete with all requested information and return in format. |
| Annex D - Supplier Questionnaire | Please complete with all requested information and return in format. |
| Annex E - Non-Staff Code of Conduct | Please sign and date this document and return in PDF format. |
2 days ago
CONSTRUCTION OF AN EDUCATION HEALTH CENTER AT THE AM DOGLIOTTI PRECLINICAL CAMPUS AT FENDELL, IN LIBERIA
REQUEST FOR PROPOSAL
N°2005860
CONSTRUCTION OF AN EDUCATION HEALTH CENTER AT THE AM DOGLIOTTI PRECLINICAL CAMPUS AT FENDELL, IN LIBERIA
| Issuing Organization | Catholic Relief Services Liberia |
| Donor | Global Fund |
| Project | GC7: Scaling up Malaria Prevention, Treatment, and Control Interventions in Liberia for Sustained Impact |
| Budget Code | 1.066 |
| Issue Date | January 8, 2026 |
| Site Visit 1 | January 15, 2026 |
| Pre-Bid Meeting | January 16, 2026 |
| Site Visit 2 | January 21, 2026 |
| Request for Clarification Deadline | January 23, 2026 at 4:00 pm GMT |
| Submission Deadline | February 9, 2026 at 4:00 pm GMT |
| Contact Email | liberiarfq@crs.org |
| Type of Agreement | Contract Agreement comprised of the FIDIC Red Book (Second Edition 2017, Reprinted 2022) and Particular Conditions |
- Format of Submission. 5
- Method of Submission. 5
- Deadline for Submission. 6
- Price Submission. 7
- Clarification Request 7
- Validity Period. 7
- Code of Conduct and ESHS. 7
- Joint Venture Liability. 8
- Amendment and Bid Modification Procedures 8
- Tie-Breaking Rule. 8
- Negotiations. 8
- Award of Contract 8
- Rejection of award. 9
- Material Errors and Clarification. 9
- Modification or Withdrawal of RFP. 9
- Consequences of Falsification or Misrepresentation. 10
- Confidentiality and Data Privacy. 10
- Debriefing of Unsuccessful Bidders. 10
- Complaints and Appeals 10
- Contract Audits. 10
- General Requirements for all Contractors. 10
- General Requirements. 11
- Tender Security (Bid Security Guarantee) (Annex 1) 11
- Performance Security – Guarantee. 11
- Advance Payment Terms 11
- Contract Insurance. 11
- Withholding Tax. 11
- Goods Service Tax. 12
- Social Security Clearance Certificate. 12
- Statutory Compliance. 12
- Mandatory Local implementation Capacity and Partnership for International Bidders. 12
- Joint Venture Participation Restriction. 12
- Past non-performance or ES incidents Requirement 12
- Eligibility & Minimum Qualification Criteria. 13
- Administrative Evaluation. 21
- Contents of Envelope No. 1 / Zip File 1: Eligibility & Minimum Qualification Requirements 21
- Submission Format for Eligibility & Minimum Qualification Requirements (MQR) 21
- Technical Evaluation. 21
- Technical Scoring Protocol 23
- Contents of Envelope No. 2: Technical Proposal 23
- Submission Format for Technical Proposal 24
- Financial Evaluation. 24
- Conversation Rate. 25
- Contents of Envelope No. 3: Financial Proposal 25
- Submission Format for Financial Proposal 26
- Scope of Works. 27
- Deliverables. 32
- Deliverables Schedule. 33
- Design Drawings, Specification and Bill of Quantities 33
Section I. General Information
1. Purpose of the RFP
Catholic Relief Services (CRS), as Principal Recipient for GC7, invites qualified construction companies to submit proposals for the construction of an Education Health Center (EHC) in Fendell at the AM Dogliotti Preclinical Campus at the University of Liberia as shown in the drawing (Section IX). The construction of EHC is funded by the Global Fund to Fight AIDS, Tuberculosis and Malaria (the “Global Fund”). Time is of the essence with construction estimated to begin in March 2026 and end in December 2026.2. Project Background
The primary objective of this project is to construct a state-of-the-art EHC to support the strategic expansion of the University of Liberia College of Health Sciences. This facility will enhance the University’s capacity to accommodate a growing number of medical and health sciences students, while also serving as a dedicated learning and training environment for intern doctors, nurses, and other health professionals. The EHC will contribute to:- Strengthening Liberia’s health education infrastructure.
- Improving the quality of clinical training and academic instruction.
- Supporting national efforts to build a resilient and skilled health workforce, and
- Providing a sustainable platform for research, innovation, and community health engagement.
a. Site Location and Visit Requirements
Location: AM Dogliotti Preclinical Campus, University of Liberia (“Fendell Campus”)Type of work: Construction of an Education Health CenterSite visit: Two (2) grouped sites visit will be organized on January 15 and 21, 2026 at 10:00 am GMT. All interested Bidder should be at the entrance of the University of Liberia Fendell Campus at 10:00 am GMT. A Pre-Bid Meeting will be held both in person (for company based in Liberia) and online (for international bidders only) on January 16, 2026 at 9:00 am to 12:00 pm GMT at Corina Hotel (24th Street Sinkor). All interested bidders are encouraged to attend. To receive the meeting link, international bidders MUST register their interest by emailing liberiarfq@crs.org no later than 2 days before the pre-bid meeting. Attending the pre-bid meeting is highly recommended. Bidder MUST review the RFP prior to the pre-bid meeting.b. Registration Requirement
All interested bidders MUST register their intent to participate in this procurement process by submitting the following information to liberiarfq@crs.org no later than February 9, 2026 at 4:00 pm GMT:- Company Name
- Contact Person
- Position/Title
- Email Address
- Telephone Number
c. Registration Process
Send an email to liberiarfq@crs.org with the subject line: “Registration for RFP No. 2005860”. Attach or include the information (from b. Registration Requirement) in the body of the email.d. Importance of Registration
- Only registered bidders will receive official communications, including complete bid documents, amendments, clarifications, and addenda to the RFP.
- CRS will not be responsible for any failure by a bidder to receive such communications if the bidder has not registered.
- Registration is mandatory for participation in the pre-bid meeting and for access to any restricted annexes or documents. Failure to register means the Bidders is responsible for not receiving restricted annexes, documents or clarifications.
Section II. Instructions to Bidders (ITB)
Bidders are advised that all specific financial, time, and liability obligations are defined in the Particular Conditions (PC). The bid price MUST reflect the full cost of meeting these bindings contractual requirements.3. Format of Submission
e. Local Bidders
Local Bidders must submit their proposals in three (3) separate sealed envelopes, enclosed in an outer sealed envelope (where each envelope must be marked with bidder’s name and contact information) clearly labeled with the RFP reference number and subject line:- Envelope No. 1: RFP No: 2005860 Eligibility & Minimum Qualification Requirements.
- Envelope No. 2: RFP No: 2005860 Technical Proposal.
- Envelope No. 3: RFP No: 2005860 Financial Proposal.
f. International Bidders
To ensure proper evaluation, International Bidders must submit three (3) separate ZIP files corresponding to:- ZIP File 1: 2005860 Eligibility & Minimum Qualification Requirements_CompanyName
- ZIP File 2: 2005860 Technical Proposal_CompanyName
- ZIP File 3: 2005860 Financial Proposal_CompanyName
4. Method of Submission
g. Local Bidders
Local Bidders MUST submit three (3) hard copies of their proposals for each envelope in sealed envelope to:Catholic Relief Services – Liberia Program16th Street Gardiner Avenue Seaside, C-140 Building, Sinkor Monrovia, Liberiah. International Bidders
International Bidders may submit their proposals electronically via email to liberiaprocurement@crs.org with the following subject line: RFP No. 2005860. International Bidders may also submit hard copies via courier (by following Local Bidders format in sub-section (e)), but CRS will not be responsible for delays in delivery.i. Evaluation Sequence
The evaluation of proposals will follow a three-stage, sequential process based on the contents of the three (3) sealed envelopes/Zip files:Stage (1): Eligibility & Minimum Qualification Requirements (MQR) (Envelope No. 1 or ZIP File 1) (PASS/FAIL)The Evaluation Committee will first open and review Envelope No. 1 (Local Bidders) or the ZIP File 1 (International Bidders) to assess compliance with mandatory PASS/FAIL criteria. This stage is a prerequisite for opening Envelope No. 2 / Zip File 2.- 1.1 Eligibility Check
- 1.2 Administrative Compliance: Verification of all mandatory declarations, commitments, and forms
- 1.3 Minimum Qualifications Requirements (MQR): Verification of the minimum capacity threshold set out in subclause 36. Mandatory Eligibility & Minimum Qualification Criteria.
- Outcome: Only bidders who pass ALL criteria (1.1, 1.2 and 1.3) will proceed with the Technical Evaluation. Envelope No. 2 and. 3 (or corresponding ZIP File 2 and 3) of disqualified bidders will remain unopened and unevaluated; hence it is important to follow envelope content instructions (subclauses 38; 42 and 46).
- 2.1 Technical Scoring: Proposals are scored out of a maximum of 70 points based on Past Experience, Technical Methodology, Key Personnel, Pre-Construction Timeline and Environmental Health and Safety.
- 2.2 Technical Threshold: Only bidders who score a minimum technical score of 49 out of 70 points will qualify for Financial Evaluation.
- Outcome: Envelope No. 3 (or corresponding ZIP File 3) of bidders who do not meet the minimum technical score will remain unopened and unevaluated.
- 3.1 Arithmetical Correction
- 3.2 Abnormally Low Offers (ALO) and Unit Rate Analysis (URA)
- 3.3 Financial Scoring: Bids that pass the ALO/URA checks will be scored using the formula in subclause x. Financial Scoring Formula. The lowest Evaluated Price received 30 points.
5. Deadline for Submission
- Bids must be received no later than February 9, 2026 at 4.00 pm GMT.
- Late submission is defined as:
- Any proposal that arrives at the designated submission address after the exact time and date specified above, regardless of the reason for delay (e.g. courier issues, traffic, misrouting, or administrative errors).
- CRS reserves the right to consider or reject Late submission.
6. Price Submission
The project is Good Services Tax (GST)-exempt under the agreement with the Government of Liberia, aligned with Article 3.5 of the Donor’s Grant Regulation; hence, all prices and unit rates in the Bill of Quantities (BoQ) MUST be submitted exclusive of GST. The estimation of the items in this BOQ MUST include costs of material, transportation, manpower/labor, machinery, installation, and profit. No other costs will be included beyond this BOQ.Note: This project is funded by a donor (the Global Fund) with a strictly limited budget. The Guaranteed Maximum Price (GMP) reflects a hard cap in accordance with the Donor’s approved budget. The Employer does not have discretion to approve any increase in excess of the Donor’s budget and requirements. Bidders should price and plan their works on the basis that the GMP will not be increased.7. Clarification Request
To assist in the examination, evaluation and comparison of quotes, CRS may, at its discretion, ask the Bidder for clarification of its bid. 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 Bidder, amend the Request for Proposals. To afford prospective /Bidders reasonable time in which to take the amendments into account in preparing their offers, CRS may, at its discretion, extend the deadline for the submission of bids. Any addenda will be transmitted only to Bidders who have officially registered their intent to bid (b. Registration Requirement). CRS will also ensure that any Bidder who registers the submission deadline is immediately provided with all previously issued addenda and clarifications. All questions or requests for clarification must be submitted in writing to: liberiarfq@crs.org. Deadline for clarification requests: January 23, 2026, at 4:00 pm GMT. CRS will respond to the clarifications within 3 working days after the deadline.8. Validity Period
- Payment Terms: Payments shall be made in accordance with the milestone schedule defined in PC – Part B, Sub-Clause 14.4.
- Currency: USD
- Language: All bidding documentation, including installation and operating manuals, MUST be in English.
- Retention Period (for defect and liability): 6 months
9. Code of Conduct and ESHS
Adherence to the Code of Conduct and ESHS Management plan obligations are mandatory contractual requirements detailed in PC – Part B, Sub-Clause 4.25, 4.8 and 6.710. Joint Venture Liability
All JV members will be held Jointly and Severally Liable for the performance of the contract as set forth in the PC – Part B, Sub-Clause 1.1511. Amendment and Bid Modification Procedures
CRS reserves the right to modify any part of this Request for Proposal including the deadline for submission of bids, either at its own initiative or because of requests for clarification or otherwise from one or several prospective bidders. Bidders may modify or withdraw by means of a modification to the bid already submitted or by a notice of withdrawal, respectively. Modifications or notices of withdrawal shall be addressed in the same way as bids and must reach CRS. In case of a modification, the bidder should submit a full new proposal following the same procedures.12. Tie-Breaking Rule
In the event of a tie in final scores (Technical Score + Financial Score), CRS will apply the following criteria to determine the winning bidder:- Priority 1: Higher Technical Score: Preference will be given to the Bidder with the higher Technical Score.
- Priority 2: Critical Technical Categories. If the Technical Scores are also equal, the Bidder with the higher combined score in two criteria: Tech02 (Technical Methodology) and Tech03 (Key Personnel), shall be selected.
- Final Tiebreaker (If Necessary). Should a tie persist after applying Priority 2, the Bidder with the higher score in the Technical Methodology Criteria (Tech02) shall be selected.
13. Negotiations
The financial proposal is used to determine which proposals represent the best value and serves as a basis of negotiation before award of a contract. The financial proposal will include all costs associated with implementation of the technical proposal, including profit, and other fees. Supporting information must be provided in sufficient detail to allow for a complete analysis of each financial element or line item. CRS reserves the right to request additional financial information if the evaluation committee has concerns of the reasonableness, realism, or completeness of a Bidder’s proposed cost. Under no circumstances MAY FINANCIAL PROPOSAL INFORMATION BE INCLUDED IN ENVELOP 1 / ZIP FILE 1 AND ENVELOP 2 / ZIP FILE 2. Financial quotation must only be shown in the Financial Proposal. Best offer proposals are requested. It is anticipated that a contract will be awarded based on the original offers received. However, CRS reserves the right to request clarifications and conduct a negotiation with the entire bid committee in attendance, prior to award. At the sole discretion of CRS, Bidders may be requested to conduct oral presentations. If deemed an opportunity, CRS reserves the right to make separate awards per component or to make no award at all.14. Award of Contract
A Contract will be executed with the Bidder whose proposal is determined to be responsive to this solicitation document, meets the eligibility criteria stated in this RFP, meets the technical, management/personnel, and corporate capability requirements, and is determined to represent the best Value for Money (VfM) to CRS. Best Value for Money will be decided using a weighted scoring process. Upon being notified, the awarded bidder will confirm acceptance by submitting a Letter of Acceptance. (Annex 3).15. Rejection of award
This RFP does not obligate CRS to execute a contract, nor does it commit CRS to pay any costs incurred in the preparation and submission of the proposals. Furthermore, CRS reserves the right to reject any and all offers, if such action is considered to be in the best interest of CRS. CRS may reject any bid that is not substantively responsive to the terms and conditions of the RFP.16. Material Errors and Clarification
j. Material Errors
A Bid shall be considered materially deficient and non-responsive if the omission of information prevents the Evaluation Committee from verifying the Bidder's compliance with any mandatory Minimum Qualification Requirement (MQR), including but not limited to:- Missing signature.
- Incomplete or missing financial statements necessary to verify AACT.
k. Consequence
Any Bid deemed materially deficient shall be rejected and disqualified.l. Clarification of Non-Material Errors
CRS reserves the right to seek clarification for minor clerical omissions (missing phone number or stamp, minor formatting issues) that do not affect the substance of the MQR or the Bid Price. Such clarification requests will not be used to solicit missing mandatory documentation. For the purposes of financial (Financial Capabilities, Average Annual Construction Turnover) and experience criteria (Specific Construction Experience), substantially meet means fulfilling the quantitative requirement by at least 95% (95/100). Failure to meet any numerical threshold by more than 5% shall be deemed a material failure and result in disqualification. An Applicant may be conditionally qualified (for the next stage), that is, qualified subject to the Applicant submitting or correcting certain specified non-material documents or deficiencies to the satisfaction of CRS. Conditionally prequalified applies to an Applicant who has substantially met all criteria but has a minor, non-material deficiency (e.g., a missing stamp on mandatory forms). Note: Eligibility criteria (sanctions, conflicts of interest, bid security etc.) must be strictly met and cannot be substantially met.17. Modification or Withdrawal of RFP
CRS reserves the right, at its sole discretion, to amend, modify, or withdraw this Request for Proposal (RFP), in whole or in part, at any time prior to the deadline for submission of proposals. Any such changes will be issued as formal written amendments and communicated to all prospective bidders who have received the RFP. CRS will distribute amendments via liberiarfq@crs.org. Bidders are responsible for ensuring they have received all amendments prior to submission. CRS shall not be liable for any costs incurred by respondents as a result of such amendment, modification, or withdrawal.18. Consequences of Falsification or Misrepresentation
CRS reserves the right to verify the authenticity of any document or information submitted at any stage of the procurement process. If any document is found to be forged, altered, or misleading, whether intentionally or due to negligence, the following actions will be taken:- Immediate disqualification of the bidder from the current procurement process.
- CRS may contact the second-ranked vendor to initiate contracting procedures.
- Initiation of the process to blacklist the bidder from participating in future CRS procurement activities for a minimum period of six (6) months, subject to extension based on the severity of the infraction.
- Reporting to relevant national authorities (e.g., Public Procurement and Concessions Commission) and donor agencies, where applicable.
19. Confidentiality and Data Privacy
All information submitted by bidders will be treated as confidential and used solely for the purpose of evaluating proposals and administering the procurement process. CRS will not disclose any information relating to the evaluation of proposals or recommendations concerning contract award to any person not officially involved in the process. CRS will process all personal data submitted in accordance with its applicable internal privacy policy. Personal data will be used solely for the purposes of this procurement and will not be shared with third parties except as required by law or donor policy.20. Debriefing of Unsuccessful Bidders
Upon written request, unsuccessful bidders may receive a debriefing outlining the strengths and weaknesses of their proposal. Requests must be submitted to the email address; liberiarfq@crs.org within 5 days of notification of award.21. Complaints and Appeals
Any complaints regarding the procurement process must be submitted in writing to CRS through liberiaprocurement@crs.org within 7 days of the event giving rise to the complaint. CRS will acknowledge receipt and respond.22. Contract Audits
The Contractor must provide full cooperation for all compliance reviews and audit by CRS/Global Fund, as required by PC – Part B, Sub-Clause 4.25.23. General Requirements for all Contractors
Bidders MUST comply with General Requirements for all Contractors referenced into PC – Part B, Sub-Clause 4.9.Section III. Eligibility and Minimum Qualification Requirements (MQR)
To ensure fair competition and the selection of technically and financially capable vendors, CRS has established the following eligibility criteria. Bidders must demonstrate compliance through valid documentation. CRS reserves the right to request any Bidder to clarify its bid or to provide missing historical information that does not change the substance of the bid. The Organization may, at its sole discretion, allow a Bidder to rectify a non-material omission within a stipulated timeframe. (See subclause 16. Material Errors and Clarification)24. General Requirements
- Bidders may apply individually or as part of a Joint Venture.
- Joint Venture Members MUST designate a Lead Entity and submit one joint application.
- All Joint Venture Members MUST be clearly identified with defined roles and responsibilities.
- The Joint Venture Members can meet the eligibility requirements collectively. But if any member fails to meet a requirement that MUST be met individually, the whole Joint Venture will be disqualified.
- No subcontract is allowed in this RFP. This applies to the subcontracting of the main works.
- The cost of preparing the bid and negotiating the possible contract, including any related travel, is neither reimbursable nor can it be included in applicants’ Financial Proposal.
- Warranties and Representations: The Contractor MUST provide all legal representations and warranties required by the contract agreement, as defined in PC– Part B, Sub-Clause 4.25.
25. Tender Security (Bid Security Guarantee) (Annex 1)
m. Mandatory Requirement
The Bidder shall furnish, as part of its Bid, a Tender Security (or Bid Security Guarantee) in the amount of US$ 50,000.00. This is a mandatory eligibility requirement, and failure to submit the Tender Security in the required form and amount shall result in the immediate rejection of the Bid.n. Period of Validity
The Tender Security shall remain valid for a period of thirty-five (35) days beyond the expiry of the Bid Validity Period (90 days).o. Forfeiture
The Tender Security may be forfeited if a Bidder: (a) Withdraws its Bid during the Bid Validity Period (90 days). (b) Does not accept the correction of arithmetical errors, as specified in clause 44. Financial Evaluation subclause t. Correction of Arithmetic Errors.(c) Fails to sign the Contract Agreement or fails to furnish the required Performance Security after having been notified of the acceptance of its Bid.26. Performance Security – Guarantee
The Winning bidder MUST provide the Performance Security twenty percent (20% of the contract price) upon contract signing. Full requirements are in PC – Part B, Sub-Clause 4.2.27. Advance Payment Terms
The ten percent (10% of the contract price) Advance Payment is conditional upon submitting a valid Advance Payment Guarantee and satisfying all other requirements detailed in PC – Part B, Sub-Clause 14.2.28. Contract Insurance
The cost of insurance with specific minimum coverage limits MUST be priced by the Bidder and is fully specified in PC– Part B, Sub-Clause 19.2.29. Withholding Tax
CRS will deduct and remit Withholding Tax (WHT) on certified payments. The WHT rate and mechanism are governed by PC – Part B, Sub-Clause 14.1.30. Goods Service Tax
CRS exemption to tax on Goods Service Tax or any import tax is specified in PC – Part B, Sub-Clause 4.25.31. Social Security Clearance Certificate
- Local Bidders MUST provide proof of compliance with Liberia’s Social Security regulations by submitting a valid NASSCORP Social Security Clearance Certificate (also referred to as an Insurance Certificate).
- The Requirement for continuous social security throughout the project duration is a binding contractual obligation under PC – Part B, Sub-Clause 1.13.
32. Statutory Compliance
The Contractor is responsible for securing and maintaining all required local permits and registrations (e.g Labor Ministry for foreign staff) as detailed in PC – Part B, Sub-Clause 1.13.33. Mandatory Local implementation Capacity and Partnership for International Bidders
To ensure proper and timely implementation, including compliance with local labor and regulatory requirements (permitting and statutory compliance…), International Bidders (firms not registered as a Liberian entity) MUST demonstrate effective local implementation capacity. This MUST be evidenced by a formal partnership with a legally Registered Liberian Entity that will actively participate in the execution of the contract (as a participating member not a service provider). The partnership MUST be formalized through one of the following instruments:- Memorandum of Understanding (MoU): Clearly outlining the roles, responsibilities, and management structure for the execution phase.
- Joint Venture (JV) Agreement: Explicitly designating the Liberian partner's participation level and responsibilities.
34. Joint Venture Participation Restriction
p. JV Member’s Sole Participation
A firm participating as a member in a JV shall not be permitted to participate in any other capacity in the same bidding process. This means a JV member cannot submit another bid either as a single entity, or as a member in a different JV. Noncompliance with this requirement shall be treated as a Conflict of Interest. All bids in which the said firm is a constituent member will be declared non-responsive and rejected.q. No Separate Bids from JV Partners
No constituent member of a JV, including both Lead and Non-Lead Partners, shall be permitted to submit a separate bid as a single entity for this same contract. Submission of a separate individual bid by any JV member will result in the disqualification of both the individual bid and the JV bid.35. Past non-performance or ES incidents Requirement
The Bidder shall be subject to automatic disqualification and rejection of its Bid at the Minimum Qualification Requirements (MQR) stage if any of the following facts are disclosed in the Bidder’s submission (including Forms CON-2 and Forms CON-3) or discovered by the Employer during due diligence:- Contract Termination: Any declaration or evidence of a contract terminated for the Bidder's default or material breach in the past five (5) years.
- Major E&S/Integrity Breach: Any declaration or evidence of a material breach of the following Zero-Tolerance safeguards on a past contract, regardless of the funding source:
- Proven involvement in Sexual Exploitation, Abuse, or Harassment (SEAH) by the Bidder or its personnel.
- Proven use of Child Labor or Forced Labor.
- Sanctions/Exclusion: The Bidder or any of its Key Personnel are listed on sanctions list (including the Global Fund's Office of the Inspector General - OIG).
- Failure to Disclose: Any instance where the Bidder or its personnel provided false, inaccurate, or misleading information regarding past performance, legal status, or E&S compliance in any part of this Application. This will be grounds for rejection due to Fraud and Corruption.
36. Eligibility & Minimum Qualification Criteria
Bidders are required to meet the following criteria to be eligible to participate in this procurement:| Eligibility and Minimum Qualification Criteria | Compliance Requirements | Documentation | |||||
| No. | Subject | Requirement | Single Entity | Joint Venture | Submission Requirements | ||
| All Parties Combined | Each Partner | Lead Partner | |||||
| 1. Eligibility | |||||||
| 1.1 | Application Form (Acknowledge, stamp and sign) | Must meet requirement | N/A | N/A | Must meet requirement | Application Submission Form | |
| 1.2 (a) | Nationality and Legal Capacity | Nationality Legal right to conduct business | Must meet requirement | N/A | Must meet requirement | N/A | (1) Business Registration or Equivalent AND(2) Valid Tax Clearance Certificate or equivalent |
| 1.2 (b) | Nationality and Legal Capacity | Proof that no bankruptcy proceedings are pending against the Bidder | Must meet requirement | N/A | Must meet requirement | N/A | (1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual OR (2) Entity current audited financial statements. |
| 1.3 | Absence of Conflict of Interest | No Conflicts of interest Assessment Method Cross-reference the Applicant’s name and its affiliates against project’s record for consulting services provided(e.g design, supervision) | Must meet requirement | N/A | Must meet requirement | N/A | Form CoI – 1.3 |
| 1.4 | Articles of Incorporation or equivalent | Must Meet requirement | N/A | Must Meet requirement | N/A | Articles of Incorporation or equivalent | |
| 1.5 | Legal/Technical Capability (Local Bidders) | Local: (i) Hold Ministry of Public Works construction certification (Category B1 to B12, B20 and B60). (ii) Association of Liberian Construction Contractors (ALCC) certificate. (iii) Public Procurement and Concessions Commission (PPCC) certificate. | Must Meet requirement Must Meet requirement Must Meet requirement | N/A N/A N/A | Must meet requirement Must meet requirement Must meet requirement | N/A N/A N/A | Legal documents, certifications, licenses and permits |
| 1.6 | Legal/Technical Capability (International Bidders) | Licenses, Permits, and Certification from the host country for buildings constructions. | N/A | N/A | Must Meet requirement | Must Meet requirement | |
| 1.7 | Local Participation (International Bidders ONLY) | Demonstrate local implementation capacity via formal partnership with a registered Liberian Entity | Must meet requirement | N/A | Must meet requirement | N/A | Memorandum of Understanding (MoU) or Joint Venture (JV) Agreement |
| 1.8 | Physical presence of Registered Liberian Entity (Local Bidders ONLY) | Must meet requirement | N/A | Must meet requirement | N/A | (Lease or Rental agreement or Land Deed) | |
| 1.9 | Bid Security Guarantee | Must meet requirement | N/A | N/A | Must meet requirement | Annex 1 | |
| 2. Historical Contract Non-Performance | |||||||
| 2.1 | Historic of Non-Performing Contracts | Non-performance of a contract [1] did not occur as a result of contractor’s default since 1st January 2020. Assessment Method Checks for any contract termination due to the Applicant’s fault (poor quality, breach of contract) within the specified period | Must Meet requirement[2] | N/A | Must Meet requirement | N/A | Form CON-2 with court clearance |
| 2.2 | Environmental and Social (ES) past performance declaration | Declare any civil work contracts that have been suspended or terminated and/or performance security called by an organization for reasons related to the non-compliance of any environmental or social (including Sexual Exploitation and Abuse) contractual obligations in the past five (5) years[3]. | Must make the declaration. | N/A | must make the declaration.. | N/A | Form CON-3 ES Performance Declaration |
| 3. Financial Situation and Performance | |||||||
| 3.1 | Financial Capabilities | (i) The Applicant shall demonstrate that it has access to, or has available, liquid assets, lines of credit, and other financial means sufficient to meet the construction cash flow requirements estimated as US$ 360,000 (three hundred sixty thousand USD) for the subject contract(s) net of the Applicants other commitments (ii) The audited financial statement for the last five (5) years shall be submitted and must demonstrate the current soundness of the Applicant’s financial position and indicate its prospective long-term profitability. Applicants can substantially meet this criterion | Must meet requirement Must meet requirement | Must meet full requirement N/A | N/A Must meet requirement | MUST meet requirement Must meet requirement | Form FIN – 3.1 (The audited financial statement for the last five (5) years |
| 3.2 | Average Annual Construction Turnover | Minimum Average Annual Construction Turnover within the last five (5) years of US$ 2,500,000 (Two million five hundred thousand USD), calculated as total average certified payments received for contracts in progress or completed, as evidenced by the average Total Revenue/Turnover lines in the submitted Audited Financial Statements. Applicants can substantially meet this criterion | Must meet requirement | Must 100% meet requirement | Must meet 20%, (fifteen percent) of the requirement | Must meet 50%, (fifty percent) of the requirement | Form FIN – 3.2 |
| 4. Experience | |||||||
| 4.2 (a) | Specific Construction Experience | Participation as Contractor, Management Contractor or Subcontractor, or Joint Venture in AT LEASTthree (3) contractswithin the last five (5) years, each with a minimum value of US$ 500,000 (five hundred thousand USD). These contracts MUST have been Successfully or Substantially Completed and be similar in nature to the proposed works (STORY BUILDINGS: school, college, hospital, hotels & administrative buildings; real estate)Similarity shall be defined by the physical size, complexity, and the requirement for reinforced concrete/steel frame structures similar to the proposed works. | Must meet requirement | Must meet a minimum of 3 contracts | Must meet a minimum of one (1) contract | Must meet a minimum of two (2) contracts | Form EXP – 4.2 (a) with attachments (3 contracts within the last 5 years) |
Section IV. Evaluation Criteria
37. Administrative Evaluation
To ensure compliance and facilitate a fair evaluation process, bidders must submit the following administrative documents. These documents will be reviewed on a PASS/FAIL basis. Failure to submit any of the mandatory items, or submission of non-compliant versions, will result in automatic disqualification.Examples of non-compliance include (but are not limited to): Expired business or tax clearance, falsified documents, inconsistencies in submitted information, forged diplomas or documents with illegible.38. Contents of Envelope No. 1 / Zip File 1: Eligibility & Minimum Qualification Requirements
Bidders MUST submit three (3) copies of the eligibility and administrative documents. Envelop No.1 / Zip File 1 should be structured as a single, comprehensive document that addresses all criteria listed as per Sub-clause 36. Mandatory Eligibility & Minimum Qualification Requirements. Note: Bidder can find a complete checklist in Annex 9. Mandatory Eligibility & Minimum Qualification Requirements Checklist.39. Submission Format for Eligibility & Minimum Qualification Requirements (MQR)
All Eligibility and MQR documents MUST be submitted as per instruction in subclause 3. Format of Submission.40. Technical Evaluation
All technically compliant proposals will be evaluated using a weighted scoring system. The maximum technical score is 70 points. Only bidders who score at least 49 points will qualify for Financial Evaluation.| Criteria | Maximum points | Scoring Mechanism | |||||||||||||||||||||
| Tech01Past Experience: Demonstrate experience in successfully executing works that are substantially similar in nature, size, value, and complexity similar to the scope of this contract (e.g in constructing public buildings, storey/high-rise (STORY BUILDINGS: school, college, hospital, hotels & administrative buildings; real estate). | 15 | Eligibility: Points are awarded for additional contracts that meet subfactor 4.2 (a); each additional contract’s with a minimum value of US$ 500,000, that has been successfully or substantially completed and that are similar to the proposed works. Compliant Evidence to validate an experienceContract along with the following (issued by the Client/Employer): a) A signed Certificate of Substantial Completion or Final Acceptance Certificate ORb) A copy of the Final Interim Payment Certificate (IPC) or a letter from the client stating the Total Certified Value paid/due on that project. Score allocation1 additional contract: 5 points2 additional contracts: 10 points3+ contracts: 15 points | |||||||||||||||||||||
| Tech02Technical MethodologyEach section will be evaluated based on clarity, relevance, feasibility, and alignment with project scope of work. | 20 | Annex 4 contains full detailed scoring. | |||||||||||||||||||||
| Tech03Key Personnel assigned to the mission (Annex 6) – CVs inclusive of professional experience, education (BSc Degree minimum), and language skills must be provided for staff to be engaged. This scores the qualification. Project Manager proposed to have a bachelor’s degree with a minimum of Ten years of construction works of similar scale or larger. Project Engineer proposed to have a bachelor’s degree with a minimum of five years of experience, supervised a minimum of three projects of similar scale or larger. Architect proposed to have a bachelor’s degree with a minimum of five years of experience, supervised a minimum of three projects of similar scale or larger. Structural Engineer proposed to have a master’s degree with a minimum of five years of experience, supervised a minimum of three projects of similar scale or larger. Community Engagement Officer proposed to have a bachelor’s degree with a minimum of five years of experience, supervised a minimum of three projects of similar scale or larger. Environmental Health and Safety Officer proposed to have a bachelor’s degree with a minimum of three years of experience in conducting environmental health and social impact assessments. Experience of working on similar construction projects, managing environmental health and safety activities. | 16 |
| |||||||||||||||||||||
| Tech04Pre-Construction (Mobilization & Timeline)A timeline or schedule for Mobilization Plan Detail, Key Milestones and Critical Path and Contract Duration Feasibility. | 10 | Annex 7 contains full detailed scoring. | |||||||||||||||||||||
| Tech05Environmental Health and Safety | 9 | Annex 8 contains full detailed scoring. | |||||||||||||||||||||
| Total possible score | 70 |
41. Technical Scoring Protocol
The Evaluation Committee (EC) will assess proposals using two distinct scoring protocols:r. Simple Scoring Protocol (Tech01 & Tech03)
These criteria will be scored based on verification process against the defined thresholds (number of additional contracts and key personnel with minimum years of experience). The final score will be determined by consensus among the Evaluation Committee and recorded directly on the final scoring sheet.s. Average Scoring Protocol (Tech02, Tech04, Tech05)
The final score for these sections will be determined by the Arithmetic Average of the individual scores provided by the Committee Members. To ensure transparency, the EC will calculate the variance for every section. If the variance between the highest and lowest individual score equals or exceeds twenty five percent (25%) of the maximum points, the EC will be mandated to hold a review and documentation meeting. The purpose of this meeting is to document the reason for the significant technical disagreement, which will be included in the evaluation report for audit purposes.42. Contents of Envelope No. 2: Technical Proposal
Three (3) copies of the Technical Proposal must be submitted. It should be structured as a single, comprehensive document that addresses all criteria listed in the Technical Evaluation table:- Tech01: Past experience; at least three (3) additional contracts (different from the one submitted during eligibility phase) that meet subfactor 4.2 (a) and their signed Certificate of Substantial Completion or Final Acceptance Certificate AND a copy of the Final Interim Payment Certificate (IPC) or a letter from the client stating the Total Certified Value paid/due on that project.
- Tech02: Technical Methodology.
- Tech03: Key Personnel personnel assigned to the project with their biodata (Annex 6).
- Tech04: Pre-Construction (Mobilization & Timeline).
- Tech05: Environmental Health and Safety.
43. Submission Format for Technical Proposal
All technical documents must be submitted as per instruction in subclause 3. Format of Submission.44. Financial Evaluation
The Financial Proposal will be evaluated after the Technical Proposal has passed the minimum acceptable score 49 points and will be subjected to the following three sequential checks. A bid may be rejected at any point in the process.t. Correction of Arithmetic Errors
- The Evaluation Committee will check the bidder’s Bill of Quantity (BoQ) for any arithmetic errors. All technically qualified Bids are subject to this correction.
- Inconsistency Rule: if there is discrepancy between the unit rate and the total price obtained by multiplying the unit rate by the quantity, the unit rate as quoted will govern and the total price shall be corrected; unless in the opinion of CRS there is an obviously gross misplacement of the decimal point in the unit rate, in which case the unit rate will be corrected and the line item total respected or corrected in accordance with this paragraph, if need be
- Subtotal/Grand Total Rule: if there is an error in the summation of the subtotals, the subtotals will govern, and the Grand Total shall be corrected.
- Words vs. Figures: if there is a discrepancy between the amounts in figures and in words, the amount in words will govern, unless the amount in words is contradicted by the Inconsistency Rule.
- Bidder Acceptance: The corrected amounts will be substituted for the original amounts. The Bidder MUST accept the correction of the arithmetic errors. Refusal to accept the correction shall result in the rejection of the Bid.
- Evaluated Price: The price used for the Financial Scoring Formula will be the Corrected Bid Price.
u. Identification of Abnormally Low Offers (ALOs)
The purpose of this check is to identify Bids that are so low they raise material concerns about the bidder’s ability to perform the contract without compromising quality and safety. This check will be applied sequentially, starting with the Bidder submitting the Lowest Corrected Bid Price (Co1).- Abnormal Low Threshold: A bid will be classified as a Potential Abnormally Low Offer (ALO) if the Lowest Corrected Bid Price is more than fifteen percent (15%) below the Engineer’s Estimate (EE).
- ALO Procedure: If the Lowest Corrected Bid Price is identified as a Potential ALO, CRS will request the Bidder in writing to provide a detailed written explanation and justification for the low price within 3 (three) days.
v. Unit Rate Analysis (URA) and Unbalanced Bidding
The URA checks shall be performed concurrently with the ALO check on the Lowest Corrected Bid Price. URA is performed to prevent front-loading and non-responsive pricing on specific items, even if the total price is reasonable.- Targeted Items: The URA will be performed on the following critical Bill of Quantities (BoQ): Reinforced concrete for all concrete works; Roofing and Ceiling works; Finishes and hardware for entire building.
- URA Pass Criteria: For a Bid to pass, the URA, all specified targeted BoQ items MUST meet the following criteria:
- Unreasonably High Rate: No unit rate shall exceed the Engineer’s Estimate (EE) for that item by more than twenty percent (20%).
- Unbalanced Low Rate: No unit rate shall be lower than fifty percent (50%) of the EE for that item, unless the Bidder provides satisfactory written justification for the rate.
w. Financial Viability Decision and Sequential review
For bid identified as an ALO or having Unbalanced Unit Rates, CRS, in consultation with the Engineer and Global Fund shall decide whether to accept or reject the Bid. The Bid will be rejected if the Bidder’s explanation and evidence are not satisfactory for the low price and confirm that the Bidder can execute the Contract for the offered price without detriment to quality or ESHS standards. If the Lowest Corrected Bid Price is rejected, the Committee shall proceed to review the next Lowest Corrected Bid Price (Co2) by applying the same ALO and URA checks, continuing until a financially sustainable bid is confirmed.x. Financial Scoring Formula
Only Lowest Corrected Bid Price that pass the ALO and URA check proceed to the final financial scoring. Total financial score is 30 points allocated using: PF = 30 * Co/C, with- PF = attributed score for the Financial Proposal (points),
- C = Bidder’s corrected price of the Financial Proposal,
- Co = Lowest Corrected Bid Price
45. Conversation Rate
For the purpose of bid comparison and evaluation, all foreign currencies will be converted to United States Dollars (USD) using the OANDA Interbank Mid-Rate published on the day of the Bid Submission Deadline.46. Contents of Envelope No. 3: Financial Proposal
Bidders must submit three (3) copies of the Financial Proposal, which should include the following components:- Duly Signed and Stamped Letter of Tender (Annex 2) by the authorized personnel of the company
- Duly Signed and Stamped Detailed Bill of Quantities by the Authorized Personnel of the company. It MUST be submitted exactly as issued by CRS, without any changes to format, structure, or specifications. Any modification will result in automatic disqualification.
47. Submission Format for Financial Proposal
All financial documents must be submitted as per instruction in subclause 3. Format of Submission.Section V. Post-Qualification Actions
Following the evaluation of bids, CRS will undertake a post-qualification process to verify the accuracy and authenticity of the information and documentation submitted by the bidder. This process may include, but is not limited to:- Verification of accuracy and authenticity of the information provided by the bidder on the administrative, technical, and financial documents submitted.
- Inquiry and reference checking with entities 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 (if applicable).
- Background Checks: Reviewing the bidder’s history with CRS and other donors, including any record of contract faults, poor performance, or ethical violations.
- In-person meeting: An in-person meeting will be held with the selected bidder to discuss the details of the EHC Construction and address any questions or concerns the bidder may have before contracting.
48. Bid Clarification
The bid committee may seek clarifications from bidders after the technical and financial evaluations. The request for clarifications shall be in writing and sent to the authorized representative of the bidder by the CRS procurement person involved with the bid. The request shall provide the bidder with adequate time to respond, depending on the nature of the questions. Bidders shall be given a timeframe to submit clarifications to CRS. All requests for clarification shall be issued and responded to in writing, and no change in the price or substance of the bid shall be sought, offered, or permitted, except as required, in order to allow for correction of arithmetic errors discovered by CRS.Section VI. Scope of Work
49. Scope of Works
This scope of work is to be undertaken by the selected construction contractor. It includes the construction and handover of an Education Health Center at the University of Liberia College of Health Sciences, Fendell Campus. The construction activities described in this Scope of Work shall be governed by the signed Contract Agreement comprised of the FIDIC Red Book (Second Edition 2017, Reprinted 2022), including General Conditions, Particular Conditions, Technical Specifications, Drawings, and all Addenda. All referenced documents form an integral part of the Contract and shall be read together. Details of the scope of work include, but not limited to, the following activities:- PRELIMINARIES
- Transport manpower, materials, and equipment to the construction site.
- Set up temporary facilities: site office, kitchen, handwashing stations, and toilets.
- Secure the construction area with fencing using jungle poles/lumber for framing and 14-gauge zinc sheets.
- Provide essential safety measures: PPE for all workers, a first aid kit, and fire extinguishers.
- Ensure project visibility by installing a project billboard (design provided by CRS).
- SUB-STRUCTURE WORKS (FOUNDATION)
- Clear bushes from the site (100m x 85m).
- Remove topsoil and level the construction area (90m x 80m).
- Lay out the building footprint and excavate foundation trenches to 4’-6’’ depth and 2’ width.
- Backfill and hardcore filling up to 1 meter.
- Apply 3’’ sand blinding after foundation concrete and masonry works.
- Compact all filled areas to the specified density.
- Cast foundation strip footing at 12’’ thickness and column footings at 20’’ thickness.
- Construct reinforced short columns and tie beams as per drawings.
- Cast foundation slab with 4’’ thick concrete (C25, 4,000 psi) including formwork.
- Lay 8" x 16" x 8" hollow concrete blocks with 1" mortar joints.
- Foundation walls to extend 36’’ above ground level.
- All masonry works to follow approved drawings and specifications.
- Supply, cut, bend, and install reinforcement steel bars:
- Columns & beams: 20mm, 16mm, 12mm.
- Stirrups: 8mm.
- All reinforcement should be done in accordance with structural drawings, specifications, and BOQ.
- SUPER-STRUCTURE WORKS (GROUND FLOOR)
- Concrete Works: Cast columns, lintels, beams, and floor slab (C25, 4,000 psi) in accordance with the design and BOQ.
- Wall Construction: Lay 8" x 16" x 8" blocks for main walls; 4" x 16" x 8" blocks for bathroom partitions, dressed block both interior and exterior. Masonry measurements should be done in accordance with the design and BOQ.
- Doors & Windows: Fabricate and install metal, glass, plywood doors; aluminum-framed windows with glass panels and internal steel security bars. This should be done in accordance with the Doors and Windows Schedule in the design.
- Electrical Works: Complete wiring, conduits, outlets, switches, lighting, earthing system, and switchboards. This should be done in accordance with the electrical drawings and BOQ.
- Plumbing Works: Install water closets, basins, shower stalls, and connect to the water tower and drainage.
- Plaster all interior and exterior walls using fine aggregate mortar:
- Mix ratio: 1:2
- Thickness: ¾ inch
- Install:
- 24" x 24" non-slip ceramic tiles on classroom, library, laboratory, and conference room floors.
- 12" x 24" smooth ceramic tiles on bathroom walls.
- 12" x 24" non-slip ceramic tiles on bathroom floors.
- 24" x 48" ceramic tiles on classroom demonstration concrete tables.
- Bathroom finishes: 12" x 24" smooth ceramic tiles on walls; 12" x 24" non-slip tiles on floors.
- Demonstration tables: Smooth surface ceramic tiles 24" x 48" for the classrooms and labs demonstration tables. This should be done in accordance with the design and BOQ.
- Prepare all walls and surfaces with putty.
- Apply water-based primer.
- Finish with two coats of latex paint (interior and exterior).
- UPPER FLOOR (SUPER-STRUCTURE)
- Cast all reinforced concrete elements for the upper floor, including:
- Columns
- Lintels
- Beams
- Floor slab
- Provide all necessary formwork and support.
- Concrete grade: C25 (4,000 psi) as per structural drawings and BOQ.
- Ensure proper curing and compliance with approved specifications.
- Construct all upper-floor masonry walls using:
- 8" x 16" x 8" concrete blocks for main walls.
- 4" x 16" x 8" concrete blocks for bathroom partitions.
- Mortar joints: 1" thickness.
- All walls to be straight, plumb, and aligned per approved drawings.
- Supply, cut, bend, and install reinforcement bars for:
- Columns
- Beams
- Slabs
- Sizes: 20mm, 16mm, 12mm for main bars; 6mm for stirrups.
- All reinforcement per structural drawings and specifications.
- DOORS AND WINDOWS
- Fabricate and install various types of doors (single and double), including:
- Metal doors
- Glass doors
- Plywood doors
- All dimensions and designs per drawings and BOQ. Reference the Door & Window Schedule in the drawings.
- Fabricate and install aluminum-framed windows with glass panels (triple and double).
- Include protective steel bars on the interior for security.
- All works per approved drawings and specifications.
- ELECTRICAL WORKS
- Complete electrical installation for the upper floor, including:
- Site reticulation
- Cabling and wiring
- Conduits and accessories
- Power outlets, switches, and light fittings
- Earthing system and switchboards
- All works per electrical drawings, specifications, and BOQ.
- PLUMBING WORKS
- Install and connect all sanitary fixtures:
- Water closets (commodes)
- Face basins
- Shower stalls
- Ensure proper connection to water supply and drainage systems.
- All works per approved plumbing drawings.
- FINISHES AND HARDWARE
- Plaster all interior and exterior walls using fine aggregate mortar:
- Mix ratio: 1:2
- Thickness: ¾ inch
- Ensure smooth and even finish.
- Install:
- 24" x 24" non-slip ceramic tiles on classroom, library, laboratory, and conference room floors.
- 12" x 24" smooth ceramic tiles on bathroom walls.
- 12" x 24" non-slip ceramic tiles on bathroom floors.
- 24" x 48" ceramic tiles on classroom demonstration concrete tables.
- Prepare all walls and surfaces with putty.
- Apply water-based primer.
- Finish with two coats of latex paint (interior and exterior).
- ROOFING WORKS
- Construct roof using truss design fabricated from 2" galvanized square bars.
- Install 2" x 4" x 14' purlins.
- Provide scaffolding for safe installation.
- Fix long-span aluminum roofing sheets:
- Thickness: 0.7 mm
- Width: 3.5 ft
- Roofing felt
- Aluminum-zinc nails
- Roofing tape to seal nails
- 24" wide 28-gauge aluminum flashings for ridges, hips, and valleys.
- CEILING WORKS
- Install Masonite ceiling boards shaped to truss design.
- Ceiling strips: 2" x 48".
- Apply wood preservatives to all timber.
- Use:
- 2" x 6" x 14' braces
- 2" x 2" x 14' ceiling noggins
- EXTERNAL AND OTHER WORKS
- Provide light pole and wiring to connect EHC to the national grid (LEC).
- Construct a septic tank with:
- 6" concrete block walls
- Reinforced columns, beams, and slab using 12mm steel bars
- Include cesspool as per drawings and BOQ.
- Construct concrete aprons around the building:
- Length: 220 ft
- Width: 2 ft
- Height: 3 ft
- Position: 2 ft away from the main building.
- Construct pre-cast concrete curbs:
- Length: 323 ft
- Thickness: 4"
- Height: 20"
- Spread crushed rock within perimeter (60m x 50m).
- WATER SUPPLY SYSTEM
- Construct a water tower (capacity: 1,500 gallons) with one borehole.
- All works per approved water tower design and BOQ.
- SOLAR POWER INSTALLATION
- Install 20 KVA solar system, including:
- PV modules (warranty minimum 15 years)
- Lithium batteries (warranty minimum 8 years)
- Hybrid inverter (warranty minimum 5 years)
- Charge controller (warranty minimum 5 years)
- Remote monitoring system
- HANDOVERS
- Conduct a joint work completion inspection with CRS, MOH, the University, and the contractor.
- Identify defects or incomplete work (punch list).
- Ensure all items on the punch list are rectified before handover.
- Conduct joint testing of all systems: electrical, plumbing, solar power, water supply, and septic system.
- Commission equipment and verify operational performance.
- Remove construction debris.
- Clean all floors, walls, windows, and sanitary fixtures.
- Restore site to a safe and usable condition.
- Deliver all keys for doors, windows, and secured areas to CRS.
- Confirm connection to national grid (LEC), water supply, and functional solar system.
- Solar system operation and monitoring.
- Water tower and pump maintenance.
- Electrical and plumbing systems.
- Project name and location.
- Completion date.
- Confirmation of compliance with specifications.
- Signatures of Contractor and CRS.
- 6 months.
- Contractor remains responsible for fixing defects during this period.
50. Deliverables
The selected contractor shall be responsible for the following key deliverables under the scope of this RFP:- Pre-Construction Deliverables
- Site Preparation: Clearing of the site, leveling, removal of topsoil, fencing of the construction site and construction of temporary structures (offices, latrines etc.).
- Mobilization Plan: Equipment, materials, and workforce mobilization.
- Construction Schedule: Detailed timeline with milestones.
- Health & Safety Plan: Site safety protocols and emergency procedures.
- Environmental Management Plan: Waste disposal, dust control, and noise mitigation.
- Structural Deliverables
- Foundation Works: Completion of Excavation, footing, columns, block walls, grade beams, and slab construction.
- Superstructure: Completion of Columns, beams, walls, slab, and roofing.
- Staircases and Ramps: Completion of staircases and ramps for safe access between floors.
- Roofing System: Installation of steel trusses, roofing members, roofing sheets, and drainage.
- Architectural Deliverables
- Wall Finishes: Completion of plastering, painting, and cladding.
- Flooring: Completion of Tiling, concrete finishes, or other specified materials.
- Doors and Windows: Installation of frames, shutters, and locks.
- Ceilings: Completion of suspended or fixed ceiling systems.
- Mechanical, Electrical & Plumbing (MEP)
- Electrical Systems: Completion of wiring, lighting, sockets, connection to the national grid, and solarization.
- Plumbing Systems: Completion of water supply, drainage, and sanitary fittings.
- HVAC: Completion of ventilation and air conditioning systems.
- Fire Safety Systems: Install fire extinguishers and alarms.
- External Works
- Landscaping: Completion of grading, planting, and gravel paving.
- Drainage Systems: Install rainwater collection and wastewater management.
- Parking and Walkways: Complete access roads and pedestrian paths with gravel.
- Final Deliverables
- Construction Completion: Completion of all components of the EHC construction in accordance with the approved drawings, technical specification, and bill of quantities.
- Operation & Maintenance Manuals: Provide O&M manuals for installed systems.
- Testing & Commissioning Reports: Verification of system functionality by CRS and stakeholders.
- Completion Certificate: CRS issued work completion certificate, confirming 100% work completion.
- Warranty: Covering the defects liability period (6 months).
51. Deliverables Schedule
The works specified in the scope of work shall be completed within 300 calendar days from the time the Commencement Date. However, the bidder has the right to propose a realistic construction schedule based on their workplan and methodology. If the bidder’s proposed duration to complete the scope of work is over the estimated period provided by CRS, a negotiation between CRS and the winning bidder to find a middle ground will be conducted prior to the signing of Contract. The detailed construction schedule shall be part of the construction contract once agreed to with CRS.52. Design Drawings, Specification and Bill of Quantities
The design drawings, specifications and bill of quantities are shown in the given link. Design drawings for …. are contained in zip files, blank Bill of Quantities are shown in excel file and the Specification in pdf file.Section VII. Bid Forms
Application Submission Form[For a joint venture, either all members shall sign or only the authorized representative, in which case the power of attorney to sign on behalf of all members shall be attached]Date: [Insert day, month, year] RFP No. and title: 2005860 – EHC Construction To: CRS LiberiaWe, the undersigned, declare that:- We have examined and have no reservations to the Scope of Work, Specifications, Drawings, and related materials, including the Addendum, for the Construction of Education Health Center, located at the AM Dogliotti Preclinical Campus at Fendell, in Liberia.
- We offer to execute the Works for this Contract in accordance with the Design Drawings, Specification, Bill of Quantities, General and Special Conditions of the Contract accompanying this Declaration.
- Our Bid shall be valid for a period of ninety (90) calendar days from the date fixed for the submission of bids and shall remain for the bid validity period.
- If our offer or sworn declaration is accepted, we commit to obtain a Performance Security in the amount of twenty percent (20%) of the contract price for the due performance of the contract and an Advance Payment Guarantee equivalent to the proposed advanced amount of ten percent (10%) of the contract price.
- We have no conflict of interest in the current process.
- We have not been suspended by Catholic Relief Services USCCB or the Global Fund based on execution of a Bid Securing Declaration.
- Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by CRS or the Global Fund
- We understand that you are bound to accept only the highest quality of workmanship as dictated by the designs and specifications shared to all bidders prior to this declaration and that our firm accepts to uphold, observe such standard set forth by your organization.
- Suspension and Debarment: We, along with any of our Joint Venture Members, suppliers, consultants, manufacturers, or service providers for any part of the contract, are not subject to, and not controlled by any entity or individual that is subject to, a temporary suspension or a debarment imposed by CRS or the Global Fund or a debarment imposed by CRS or the Global Fund or any other public body. Further, we are not ineligible to participate in this project under the law of Liberia, US law, or under any requirement or decision of the United Nations, the Global Fund or any public international body, or under any Global Fund project.
- We understand that you may cancel the RFP process at any time and that you are neither bound to accept any Bid that you may receive nor are you required to award a contract under this RFP and under no circumstances shall CRS incur any liability to Bidders in connection with this RFP.
- We hereby declare that we are able to make the representations as set out in Appendix to the contract entitled “Contractor Representations and Warranties”. All information, statements and description contained in the Bid are in all respect true, correct and complete to the best of our knowledge and belief.
- We likewise certify/confirm that the undersigned, is duly authorized representative of the contracting firm, and granted full power and authority to do, execute and perform all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract. We further certify that every commitment, declaration, and acceptance contained within this Application Submission Form is made and accepted, including with respect to any Joint Venture, on a joint and several liability basis by all members of the Joint Venture.
- Legal Name of Joint Venture Member: [Insert legal name of Joint Venture here]
- Address of Joint Venture Member: [Insert address of Joint Venture here]
| I, the undersigned, Mr. or Mrs.: | __________________________________________________ | |
| Acting as: _________________________________________________________ | ||
| Company Authorized Representative: (Company Name, Address) _________________________________ | ||
| _____________________________________________________________________________ | ||
- Neither our company nor our staff have any conflict of interest in any activity that would place us, if selected, in a conflict of interest with CRS.
- Our company confirms that neither the applicant nor its Joint Venture Member(s) have been associated, or involved, in any way, directly or indirectly, in the preparation of the design, terms of reference and/or other documents used in the context of this call for tenders.
- Neither our company nor its affiliates or subsidiaries (including our Joint Venture Member(s) or suppliers of any part of the contract), have been declared ineligible by CRS or under any Global Fund project
- We have not and will not offer gifts or favours of any kind in exchange for this tender, and we will not do so throughout the performance of any contract awarded.
- Exclusive Participation: We confirm that our firm our firm is participating in this bidding process solely as a member of this Joint Venture.
| Non-Performing Contracts in accordance with Section III, Eligibility Requirements | |||
| Contract non-performance did not occur since 1st January 2020 in accordance with Section III, Eligibility Requirements, subfactor 2.1 Contract(s) not performed since 1st January 2020 in accordance with Section III, Eligibility Requirements, subfactor 2.1 | |||
| Year | Nonperformedportion ofcontract | Contract IdentificationTotal | Total ContractAmount (currentvalue, US$equivalent) |
| [insertyear] | [insert amountand percentage] | Contract Identification: [indicate complete contractname/ number, and any other identification]Name of Employer: [insert full name]Address of Employer: [insert street/city/country]Reason(s) for non performance: [indicate mainreason(s)] | [insert amount] |
| Pending Litigation | |||
| No pending litigation Pending litigation as indicated below. | |||
| Year of dispute | Amount in dispute (currency) | Contract Identification | Total ContractAmount(current value,US$equivalent) |
| [insertyear] | [insertamount] | Contract Identification: [indicate completecontract name, number, and any otheridentification] Name of CRS: [insert full name]Address of CRS: [insert street/city/country]Matter in dispute: [indicate main issues in dispute]Party who initiated the dispute: [indicate “CRS” or “Contractor”]Status of dispute: | [insert amount] |
| Litigation History | |||
| No Litigation History Litigation History as indicated below. | |||
| Year ofaward | Outcome aspercentage of NetWorth | Contract Identification | Total ContractAmount(currency), USDEquivalent(exchange rate) |
| [insertyear] | [insertpercentage] | Contract Identification: [indicatecomplete contract name, number, andany other identification] Name of CRS: [insert full name] Address of CRS: [insertstreet/city/country] Matter in dispute: [indicate main issuesin dispute] Party who initiated the dispute: [indicate “CRS” or “Contractor”] Reason(s) for Litigation and award decision [indicate main reason(s)] | [insert amount] |
| Environmental and Social Performance Declaration in accordance with Section Section III, Eligibility Requirements | |||
| No suspension or termination of contract: Employer has not suspended or terminated a contract and/or called the performance security for a contract for reasons related to Environmental, or Social (ES) performance since the last 5 years. Declaration of suspension or termination of contract: The following contract(s) has/have been suspended or terminated and/or Performance Security called by Employer(s) for reasons related to Environmental or Social (ES) performance since the last 5 years. Details are described below: | |||
| Year | Suspended orterminatedportion ofcontract | Contract Identification | Total ContractAmount (currentvalue, currency,exchange rate andUS$ equivalent) |
| [insertyear] | [insert amountand percentage] | Contract Identification: [indicate complete contract name/number, and any other identification]Name of Employer: [insert full name]Address of CRS: [insert street/city/country]Reason(s) for suspension or termination: [indicate mainreason(s) e.g. gender-based violence; sexualexploitation or sexual abuse breaches] | [insert amount] |
| [insertyear] | [insert amountand percentage] | Contract Identification: [indicate complete contract name/number, and any other identification]Name of Employer: [insert full name]Address of Employer: [insert street/city/country]Reason(s) for suspension or termination: [indicate mainreason(s) e.g. gender-based violence; sexualexploitation or sexual abuse breaches] | [insert amount] |
| [list all applicable contracts] | |||
| Performance Security called by an Employer(s) for reasons related to ES performance | |||
| Year | Contract Identification | Total Contract Amount (current value, currency, exchange rate and US$ equivalent) | |
| [insertyear] | Contract Identification: [indicate complete contract name/ number, andany other identification]Name of Employer: [insert full name]Address of Employer: [insert street/city/country]Reason(s) for calling of performance security: [indicate main reason(s)e.g. gender-based violence; sexual exploitation or sexual abusebreaches] | [insert amount] | |
- Bank Name: (Required to verify authenticity)
- Bank Address: (Required to verify authenticity)
- Name & Role of the authority issuing the certificate: (Required to verify authenticity)
- Date of Issue: (Must be within 30 days of submission deadline)
- Confirmation of Access to Funds: A statement from the bank confirming that the client (the Bidder) has access to immediately available unencumbered funds or an unused line of credit of at least US$ 360,000 (or equivalent).
| Annual Turnover (Audited Revenue) Data (construction only) | |||
| Year | Amount Currency | Exchange rate* | US$ equivalent |
| [indicate year] | [insert amount and indicate currency should be payment received for work completed or ongoing and not contract value] | [insert amount in US$equiv.] | |
| Average Annual Construction Turnover ** | |||
| Similar Contract No.[insert number] of [insert numberof similar contracts required] | Information | ||||
| Contract Identification | [insert contract name and number, if applicable] | ||||
| Award date | [insert day, month, year, as in 15 June, 2015] | ||||
| Completion date | [insert day, month, year, as in 03 October, 2017] | ||||
| Role in Contract[check the appropriate box] | Contractor Management | Contractor | Subcontractor | Member in JV | |
| Total Contract Amount | US$ [insert total contract amount in US$ equivalent] | ||||
| If member in a JV or subcontractor, specify participation in total Contract amount | [insert apercentageamount] | [insert totalcontract amountin localcurrency] | [insert exchange rate and totalcontract amount in US$equivalent]* | ||
| Employer's Name: | [insert full name] | ||||
| Address: | [indicate street / number / town or city / country] | ||||
| Telephone/fax number | [insert telephone/fax numbers, including country andcity area codes] | ||||
| E-mail: | [insert e-mail address, if available] | ||||
| Description of the similarity in accordance with scope of work in accordance with subfactor 4.2 (a) | [insert contract name and number, if applicable] | ||||
| 1. Amount | [insert amount in US$ in words and inFigures] | ||||
| 2. Physical size | [insert physical size of activities] | ||||
| 3. Complexity | [insert description of complexity] | ||||
| 4. Methods/Technology | [insert specific aspects of the methods/technologyinvolved in the contract] | ||||
| 5. Other Characteristics | [insert other characteristics if any] | ||||
Annex 1. Form of Tender Security (Bid Security Guarantee)
Guarantee No.: [ insert guarantee reference number ] The Guarantor: [ insert name and address of place of issue, unless indicated in the letterhead ] Name of Contract/Contract No.: [ insert reference number or other information identifying the contract with regard to which the tender is submitted]The Beneficiary (the “Employer”): CRS Liberia [ insert name and address of the Beneficiary ] We have been informed that [ insert name and address of the Tenderer ] (hereinafter called the “Applicant”) is submitting an offer for such Contract in response to your invitation, and that the conditions of your invitation (the “Conditions of Invitation”, which are set out in a document entitled Instructions to Tenderers) require his/her offer to be supported by a tender security. At the request of the Applicant, we [ insert name of Guarantor ] hereby irrevocably undertake to pay you, the Beneficiary/Employer, any sum or sums not exceeding in total the amount of US$ 50,000.00 (Fifty Thousand United States Dollars and Zero Cents) upon receipt by us of your demand in writing and your written statement (in the demand) that:- the Applicant has, without your agreement, withdrawn his/her offer after the latest time specified for its submission and before the expiry of its period of validity, or
- the Applicant has refused to accept the correction of errors in his/her offer in accordance with such Conditions of Invitation, or
- you awarded the Contract to the Applicant and he/she has failed to comply with Sub-Clause 1.6 of the Conditions of Contract, or
- you awarded the Contract to the Applicant and he/she has failed to comply with Sub-Clause 4.2.1 of the Conditions of Contract.
Annex 2. Letter of Tender
NAME OF CONTRACT: TO: We have examined the Conditions of Contract, Specification, Drawings, Schedules including the Bill of Quantities, the Contract Data and Addenda Nos for the above-named Contract and the words and expressions used herein shall have the meanings assigned to them in the Conditions of Contract. We offer to execute and complete the Works and remedy any defects therein, in conformity with this Tender which includes all these documents, for the sum ofAnnex 3. Letter of Acceptance
NAME OF CONTRACT: CONTRACT NUMBER: TO: Date: Your Reference: Our Reference: We thank you for your Tender dated for the execution and completion of the Works comprising the above-named Contract and remedying of defects therein, all in conformity with the terms and conditions contained in the Contract. We have pleasure in accepting your Tender for the Accepted Contract Amount of:Annex 4. Tech02 – Technical Methodology Scoring Matrix
| Section No. | Max Points | Excellent (100% - Full Compliance + Innovation) | Good (75% - Full Compliance) | Fair (50% - Partial Compliance) | Poor (0 Points - Missing/Non-Compliant) |
| I. Project Comprehension (4 Pts) | |||||
| 1. Summary of Approach | 1 | 1 Pt: Max 1 page. Identifies the 3 highest cost/risk items in the BoQ/Drawings and provides a specific mitigation statement for each. | 0.75 Pt: Max 1 page. Identifies the 3 highest risk items, but mitigation is generic. | 0.5 Pt: Summary is present but only paraphrases the RFP's project scope. | Missing, irrelevant, or exceeding 1-page limit. |
| 2. Understanding of Context and Challenges | 1 | 1 Pt: Identifies 3 or more unique, site-specific constraints that were not explicitly listed in the RFP. | 0.75 Pt: Identifies and discusses all major constraints listed in the RFP documents. | 0.5 Pt: Discusses only generic construction risks without site-specific analysis. | Section is missing, or analysis is copied boilerplate. |
| 3. Review of Design & Constructability | 1 | 1 Pt: Proposes a clear process and identifies at least one (1) specific, high-impact coordination conflict between trades (e.g., MEP vs. Structure) with a proactive resolution strategy. | 0.75 Pt: Proposes a general internal design review process with clear steps and responsibilities. | 0.5 Pt: General commitment to reviewing design without detailing a specific process or responsibility matrix. | Missing or fails to mention design coordination. |
| 4. Value Engineering Proposal | 1 | 1 Pt: Includes a process and one specific, quantifiable proposal for value engineering that demonstrably reduces cost or time without compromising quality. | 0.75 Pt: Includes a clear process for internal and external Value Engineering submissions and review. | 0.5 Pt: General statement of intent to perform Value Engineering without process or example. | Missing, or proposal would violate a mandatory requirement. |
| II. Core Execution Plan (13 Pts) | |||||
| 5. Technical Approach: Soundness of Methodology | 2 | 2 Pts: The methodology is structured, detailed all major phases and linked directly to the schedule/Gantt chart. | 1.5 Pts: The methodology is logical and complete but structured around major phases only. | 1 Pt: The methodology is presented but lacks detail or is not fully aligned with the project scope. | Missing, or is unusable/irrelevant to the project. |
| 6. Detailed Activity Schedule | 2 | 2 Pts: Provides a clear, detailed activity schedule using a Gantt Chart, including activity sequencing, the start date, and completion date of each activity, and logically links them to the 5. Technical Approach. | 1.5 Provides a clear, detailed activity schedule using a Gantt Chart, including activity sequencing, no start date, and completion date of each activity, and it not logically links them to the 5. Technical Approach. | 1 Pt: Provides a generic work schedule or simply paraphrases the BoQ/drawings without describing the activities and sequencing. | Missing, or proposes a non-feasible method. |
| 7. Quality Assurance/Control (QA/QC) Plan | 2 | 2 Pts: Includes an Inspection and Test Plan (ITP) with specific hold points and sign-off responsibilities for 3 critical structural or specialized elements (e.g., concrete, steal, blocks, specialized flooring). | 1.5 Pts: Provides a detailed QA/QC manual that generally outlines procedures for material testing and workmanship checks. | 1 Pt: General commitment to quality checks without detailing specific ITP steps or sign-off hierarchy. | Missing, or is purely a restatement of the project specifications. |
| 8. Materials Procurement Plan | 1 | 1 Pt: Includes a detailed, sequenced list of all long-lead time items with clear, confirmed sourcing, and required delivery dates. | 0.75 Pt: Lists major materials and components but does not specifically detail the long-lead time items or their lead times. | 0.5 Pt: Mentions procurement in general terms without detailing the process or specific material sourcing. | Missing, or proposes materials that are non-compliant with the specifications. |
| 9. Manpower Schedule | 2 | 2 Pts: Provides a detailed weekly/monthly schedule showing required staffing levels for 20 or more persons and demonstrates the plan for sourcing and mobilizing specialized trades for EHC. | 1.5 Pts: Provides a schedule with a total manpower counts but lacks detail on specialized roles or mobilization timing. | 1 Pt: Provide a simple chart with only total crew numbers without detailing roles, specialties, or schedule. | Missing, or the proposed staffing is insufficient for the project timeline and complexity. |
| 10. Equipment Management Plan | 2 | 2 Pts: Mandatory Annex Form used (Annex 5). Minimum list of essential equipment (1 excavator of 10-45 ton, 1 bulldozer of 350 hp minimum, 2 dump trucks of 14 cubic meters, 1 compactor of 1,200 LB minimum, 1 concrete mixer of 8 cubic meter minimum, 1 vibrator 20 m³/h minimum) + Specialized construction tools, a detailed dated utilization schedule linked to the (6). Detailed Activity Schedule. | 1.5 Pts: Mandatory Annex Form used (Annex 5). Minimum list of essential equipment (1 excavator of 10–45-ton, 1 bulldozer of 350 hp minimum, 2 dump trucks of 14 cubic meters, 1 compactor of 1,200 LB minimum, 1 concrete mixer of 8 cubic meter minimum, 1 vibrator 20 m³/h minimum) and a detailed Utilization Schedule showing mobilization/demobilization dates for all major plant. | 1 Pt: Mandatory Annex Form used (Annex 5) Minimum list of essential equipment (1 excavator of 10-45 ton, 1 bulldozer of 350 hp minimum, 2 dump trucks of 14 cubic meters, 1 compactor of 1,200 LB minimum, 1 concrete mixer of 8 cubic meter minimum, 1 vibrator 20 m³/h minimum) but the utilization schedule is generic, undated, or lacks detail on key plant usage periods. | Mandatory Annex Form is not used, OR the required Minimum list of essential equipment is missing from the submission. |
| 11. Site Organization and Layout Schedule | 1 | 2 Pts: Provides a scaled Site Layout schedule clearly showing all temporary work (offices, storage, labor camp, fence), access points, and designated safety areas. | 1.5 Pts: Provides a schedule with missing details. | 1 Pt: Provided a general written description of the site layout without an actual schedule. | Missing, or the plan violates site boundary restrictions. |
| 12. Risk Management Plan | 1 | 2 Pts: Identifies at least 3 high-impact projects risks and details mitigation measures with assigned responsibilities and timeline | 1.5 Pts: Identifies 3 risks but provides only generic mitigation strategies. | 1 Pt: Provides a list of general construction risks without specific mitigation actions. | Missing, or fails to list any risk. |
| III. Interface and Control (3 Pts) | |||||
| 12. Progress Monitoring | 1 | 2 Pts: Proposes a detailed, structured Monitoring Plan. | 1.5 Pts: Proposes a monitoring plan with clear details of "how the monitoring will be done". | 1 Pt: Proposes a monitoring plan without clear details of "how the monitoring will be done". | Missing, or monitoring plan method is clearly inadequate for the project complexity. |
| 13. Project Closeout and Handover Plan | 2 | 2 Pts: Detailed plan covering the sequencing of final functional testing, compilation of Operation & Maintenance (O&M) manuals, and a structured, multi-session training program for University of Liberia's staff on the usage of the building. | 1.5 Pts: Provides a general list of closeout requirements (testing, manuals, training) without a clear sequence or structure. | 1 Pt: General statement that O&M manuals and training will be provided upon completion. | Missing, or only addresses the physical construction completion, ignoring handover requirements. |
| TOTAL | 20 Pts | ||||
Annex 5. Tech02 List of Essential Equipment (owned or leased)
In the case of a Joint Venture, either of partner or member company must provide duly completed information.| Description(Type, Model, Make) | No. of | Year of Manufacture | 1) Ownership 2) Valid Rental OR Lease agreement3) Purchase Agreement | Capacity | MotorNo./Body No | Condition | PresentLocation | |
| 1 | Excavator | 1 | 10 – 45 ton | |||||
| 2 | Bulldozer | 1 | 350 horsepower minimum | |||||
| 3 | Dump Truck | 2 | 14 cubic meters minimum | |||||
| 4 | Compactor | 1 | 1200 LB minimum | |||||
| 5 | Concrete mixer | 1 | 8 cubic meters minimum | |||||
| 6 | Vibrator | 1 | 20 m3/h minimum | |||||
| 7 | ||||||||
| 8 | ||||||||
| 9 | ||||||||
| 10 |
- Photos of the equipment including Capacity details.
- Proof of Ownership (O.R./C.R./Deed of absolute sale)/Rental/Leased for equipment.
- Copy of degree (bachelor or master)
- Cv
- Photocopy of Valid Professional Licenses Identification Card or Valid Liberia Engineering Society Membership certificate (Only for Civil Engineer, Structure Engineer and Architect); and
- Photocopy of the Certificate of Training of the Construction Safety and Health Personnel/Safety Officer (EH and Safety Officer only)
| Section No. | Max Points | Excellent (100% - Full Compliance + Innovation) | Good (75% - Full Compliance) | Fair (50% - Partial Compliance) | Poor (0 Points - Missing/Non-Compliant) |
| 1. Mobilization Plan Detail | 5 | 5.0 Pts: Provides a detailed Pre-Construction Timeline (Gantt Chart) covering the first 30 days. This timeline should be fully integrated with TechCR02, Section 9 (Manpower) and Tech02, Section 10 (Equipment), and is supported by a written narrative. | 3.75 Pts: Provides a detailed Pre-Construction Timeline (Gantt Chart) covering the first 30 days, listing all major activities, but lacks full integration with the Manpower/Equipment schedules. | 2.5 Pts: Provides a written narrative of the first 30 days of work with key milestones, but no accompanying Gantt chart or visual schedule. | Missing, or timeline is generic and does not align with the Contract Start Date. |
| 2. Key Milestones & Critical Path | 3 | 3.0 Pts: Identifies the Critical Path activities for the entire project, links the main project phases directly to Tech02, Section 5 (Technical Approach), and clearly marks the target completion dates for 3 major EHC milestones. | 2.25 Pts: Provides a comprehensive Gantt chart for the full contract duration, but the Critical Path is not clearly identified or justified. | 1.5 Pts: Provides a high-level bar chart or simple list of milestones without showing task dependencies or a clear completion date for all major phases. | Submission only lists the final contract completion date without any interim milestones. |
| 3. Contract Duration Feasibility | 2 | 2.0 Pts: The proposed contract duration is demonstrably less than the maximum period allowed in the RFP and the methodology (Tech02) justifies the accelerated schedule. | 1.5 Pts: The proposed duration is exactly the maximum period allowed and is fully justified by the activity sequencing. | 1.0 Pt: The duration meets the requirement, but the sequencing logic (Tech02, Section 6) shows a high risk of delay or lacks float for key activities. | The proposed duration exceeds the maximum allowed time in the RFP. |
| TOTAL | 10 Pts |
Annex 6. Tech05 – Environmental Health and Safety
| Section No. | Max Points | Excellent (100% - Adaptive and Proactive) | Good (75% - Compliant and Detailed) | Fair (50% - Basic Compliance and General) | Poor (0 Points - Non-Compliant/Missing) |
| 1. Occupational Health & Safety (OHS) | 3 | 3.0 Pts: Provides a Site-Specific Safety Plan detailing procedures for 3 High-Risk Construction Activities with a clear emergency response flowchart for each. | 2.25 Pts: Provides a comprehensive Safety Manual detailing standard safety procedures, but no clear hierarchy of safety personnel and responsibilities. | 1.5 Pts: Provides a general commitment to safety and lists mandatory personal protective equipment (PPE) but lacks site-specific procedures or detailed risk assessment. | Missing, or relies solely on a boilerplate corporate policy without site adaptation. |
| 2. Environmental Management (EMP) | 3 | 3.0 Pts: Details a specific, measurable plan for managing EHC-specific waste management that includes segregation, authorized disposal sites, and monitoring procedures. | 2.25 Pts: Provides a detailed plan for managing standard construction waste and addresses dust/noise mitigation. | 1.5 Pts: Provides a general commitment to environmental compliance and promises to manage waste but lacks specific methods or disposal site confirmation. | Missing, or proposes a method that violates local environmental regulations. |
| 3. Social/Safeguarding Plan (Inclusion & Risk) | 3 | 3.0 Pts: Submission includes a comprehensive Social/Safeguarding Policy Framework that fully details the mandatory Code of Conduct for all personnel, outlines the procedure for the Grievance Redress Mechanism (GRM), and describes the methodology for managing community interfaces. | 2.25 Pts: Includes a Code of Conduct and a basic plan for managing community complaints or grievances (Grievance Redress Mechanism, GRM). | 1.5 Pts: General commitment to local hiring and avoidance of social harm but lacks a formal Code of Conduct or a defined GRM for the community. | Missing, or plan shows no awareness of Global Fund social safeguarding requirements (e.g., GBV, child labor). |
| TOTAL | 9 Pts |
Annex 7. Mandatory Eligibility & Minimum Qualification Requirements Checklist
| # | Required Document | Applicable to | Evaluation Stage |
| 1 | Application Submission Form Acknowledge, stamp and sign | Lead Entity | Eligibility & Contractual Compliance |
| 2 | Business Registration Certificate OR equivalent AND Valid Tax Clearance Certificate OR equivalent | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 3 | (1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual OR (2) Entity current financial audited statements. | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 4 | Declaration of Absence of Conflict of Interest Acknowledge, stamp and sign (Form CoI – 1.3) | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 5 | Articles of Incorporation OR equivalent | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 6 | Ministry of Public Works Construction Company Certificate, category (B.1 - B.12, B.20 & B.60) | Local Bidders (ONLY) | Eligibility & Contractual Compliance |
| 7 | Association of Liberian Construction Contractors (ALCC) Certificate | Local Bidders (ONLY) | Eligibility & Contractual Compliance |
| 8 | PPPCC Certificate of Registration | Local Bidders (ONLY) | Eligibility & Contractual Compliance |
| 9 | Licenses, Permits, and Certification from the host country for buildings constructions. | International Bidders (ONLY) | Eligibility & Contractual Compliance |
| 10 | Demonstrate local implementation capacity via formal partnership (Memorandum of Understanding or Joint Venture Agreement) with a Registered Liberian Entity. The MoU/JV Agreement should describe the role of the partner in the venture. | International Bidders (ONLY) | Eligibility & Contractual Compliance |
| 11 | Physical presence of Registered Liberian Entity (Lease or Rental agreement or Land Deed) | Local Bidders (ONLY) | Eligibility & Contractual Compliance |
| 12 | Form of Tender Security (Bid Security Guarantee) (Annex 1) | Lead Entity | Eligibility & Contractual Compliance |
| 1313 | Historical Contract Non-Performance Acknowledge, stamp and sign (Form CON – 2) | Each Joint Venture Member | Minimum Qualifications Requirements (MQR) |
| 14 | Environmental and Social (ES) Declaration Acknowledge, stamp and sign (Form CON – 3) | Each Joint Venture Member | Eligibility & Contractual Compliance |
| 15 | Bank Certificate to confirm Financial Situation and Performance (Form FIN – 3.1) | Lead Entity | Minimum Qualifications Requirements (MQR) |
| 16 | Average Annual Construction Turnover Acknowledge, stamp and sign with copies of financial statements within the last 5 years (Form FIN – 3.2) | Each Joint Venture Member | Minimum Qualifications Requirements (MQR) |
| 17 | Specific Construction Experience with at LEAST 3 (additional contracts will grant points during Technical Evaluation) contracts within the last 5 years (Form EXP – 4.2 (a)) Acknowledge, stamp and sign | Each Joint Venture Member | Minimum Qualifications Requirements (MQR) |
| 18 | Audited Financial Statements (including Balance Sheets, Income Statements, and Notes) for the last five (5) financial years | Each Joint Venture Member | Eligibility & Contractual Compliance |
Section IX. Drawings
Section X. Bill of Quantities
Section XI. Construction Contract Template
https://fidic.org/books/construction-contract-2nd-ed-2017-red-book-reprinted-2022-amendmentsThe form of contract is attached as Annex ( ) The Conditions of Contract comprise the “General Conditions”, which form part of the “Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer ” Second Edition 2017, reprinted 2022 with amendments, published by the Fédération Internationale des Ingénieurs-Conseils (FIDIC), the Contract Data (Particular Conditions – Part A) and the “Special Provisions” (Particular Conditions – Part B), which include amendments and additions to such General Conditions.” The provisions to be found in the Special Provisions (Particular Conditions – Part B) take precedence over the equivalent provisions found under the same Sub-Clause number(s) in the General Conditions, and the provisions of the Contract Data (Particular Conditions – Part A) take precedence over the Special Provisions (Particular Conditions – Part B).” The FIDIC General Conditions may be found at: FIDIC | Construction Contract 2nd Ed (2017 Red Book, Reprinted 2022 with amendments) | International Federation of Consulting EngineersContractor shall indicate with its bid any proposed changes to the form of contract. Contract Form FlexibilityThe contract form attached to this RFP is provided as a draft for reference. CRS may propose modifications during negotiations to reflect project requirements, applicable laws, or risk allocation. Respondents may also propose alternative language for consideration, provided such changes do not conflict with mandatory provisions of the RFP. Final terms will be subject to mutual agreement.[1] Non performance, as decided by CRS, shall include all contracts where (a) non performance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the applicant have been exhausted.[2] This requirement also applies to contracts executed by the Applicant as JV member.[3] CRS may use this information to seek further information or clarifications during the bidding stage and the associated due diligence. 3 days ago
Financial officer
Professional experience: At least three years of relevant experience in a finance/admin function in the field at an appropriate level, with sound understanding of working in Non-Governmental Organizations (NGOs).
- Strong background in administration, operations management, risk management, internal auditing and financial management
- Proven ability to provide support, guidance and training to financial and non-financial staff and peers
- Communication and reporting skills, both verbally and in writing
- Ability to work to deadlines with good prioritization and time management skills
- Ability to work in a cross-cultural and complex environment
- Experience in multi-currency accounting desired
- Willingness to conduct field work as may be required
- Commitment to uphold EdM’s Vision, Mission, Core Values, goals, policies
- Experience in grant financial reporting
- Experience working with multicultural and multidisciplinary teams
CONDITIONS:
- Status: indefinite contract (local employment contract).
- Post based in Gbarnga with regular trips to the provinces and potentially in the sub-
- Start date:
- Salary: based on
- Interviews and tests will be organised in Gbarnga and Travel expenses related to recruitment are not covered by Entrepreneurs du Monde.
- CV (maximum 4 pages)
- Cover letter to be written in English language
- A document in English presenting your most beautiful achievement related to the position to be filled (in 1 page)
3 days ago
Civil Engineer
Organization: The Premier Group Liberia, Inc,Employment Type: Full-TimeBackgroundThe Premier Group Liberia, Inc., is seeking a qualified and experienced Civil Engineer to support the implementation and supervision of civil works projects at an outstation location. The position requires a hands-on professional capable of working in remote environments and managing construction activities effectively.Key Responsibilities
- Plan, supervise, and monitor civil engineering works in accordance with approved designs, specifications, and standards.
- Oversee construction activities, contractors, and site personnel to ensure quality, safety, and timely delivery.
- Prepare technical reports, progress updates, and site inspection documentation.
- Review and interpret engineering drawings, bills of quantities, and technical specifications.
- Ensure compliance with environmental, health, and safety requirements.
- Coordinate with project managers, local authorities, and community stakeholders.
- Provide technical guidance and problem-solving support during construction.
- Bachelor’s Degree in Civil Engineering or related field.
- Minimum of four (4) years of relevant professional experience in civil engineering works.
- Proven experience working out of town / in remote or outstation locations or a willingness to do so.
- Strong knowledge of construction supervision, materials, and quality control.
- Ability to work independently with minimal supervision.
- Good communication and reporting skills.
- Experience with infrastructure projects such as water supply systems, roads, drainage, or buildings.
- Proficiency in engineering software and MS Office applications.
5 days ago
FIELD SERVICE TECHNICIAN/RESEARCH PLATFORM
Deadline for submission: Thursday, January 15, 2026, at 5:00 pm Liberia TimeAbout PREVAILPREVAIL, or the Partnership for Research on Vaccines and Infectious Diseases in Liberia is a clinical research partnership between the U.S. Department of Health and Human Services and the Liberian Ministry of Health.Summary of PositionThe Field Service Technician will be responsible for installing, validating, calibrating, maintaining, troubleshooting, and repairing a wide range of equipment and instrumentation in PREVAIL clinical and research laboratories and sites, ensuring efficient operation and optimal performance. This role requires strong technical expertise, repairing sensitive biomedical equipment, analytical skills, excellent problem-solving skills, and the ability to effectively communicate with the laboratory staff and management.
Description of Responsibilities:
- Install and configure equipment
- Ensure proper functioning of all components during commissioning processes.
- Install laboratory equipment and instrumentation, ensuring proper setup and functionality.
- Perform calibration and validation of PREVAIL equipment according to manufacturer specifications
- Use diagnostic tools and technical manuals to identify and resolve problems
- Diagnose and repair mechanical, electrical, and software-related issues with laboratory instruments.
- Provide timely and effective solutions to minimize disruption to laboratory operations
- Provide on-site and remote technical support to laboratory staff.
- Document all maintenance and repair work performed.
- Perform routine maintenance and inspections to ensure equipment operates efficiently.
- Diagnose and repair mechanical, electrical, and software-related issues.
- Conduct routine inspections and maintenance of laboratory equipment to ensure optimal performance.
- Identify and address potential issues to minimize downtime and extend equipment life.
- Replace defective components or parts as needed.
- Train lab technicians on the proper operation, care, and maintenance of laboratory equipment.
- Address concerns and escalate unresolved issues to the appropriate laboratory management team
- Adhere to all safety guidelines and protocols during on-site visits.
- Ensure compliance with manufacturer specifications, PREVAIL policies
- Ensure all work adheres to safety guidelines, manufacturer protocols, and regulatory standards.
- Maintain detailed records of service activities, including maintenance logs, repair documentation, Incident reports, installation and calibration records, etc.
- Assist in preparing equipment for audits and regulatory inspections.
- Provide detailed reports to management on recurring issues
- Communicate effectively with team and department held to understand their needs and provide tailored solutions.
- Preform regular stock take of all equipment and parts
- Develop and review SOP for equipment maintenance, calibration and troubleshooting
- Provide technical support for the procurement of lab equipment.
- Validate, troubleshoot, and repair all relevant PREVAIL instrumentation and infrastructure.
- Perform annual preventative maintenance of equipment, calibration of pipettes, centrifuges, freezers, fridges, and maintain all temperature and camera monitoring systems at sites
- Ensure that all tools are maintained and calibrated as required
- Problem-solve daily equipment issues with sometimes limited resources
- Perform assignments independently as well as part of a team
- Provide regular updates to the team on project progress/status
- Will be under the supervision of the PREVAIL Laboratory Management
- Works on problems of moderate scope that require analysis of data or identifiable factors.
- Exercises judgment within defined policies and procedures to determine appropriate action.
- Decisions made generally affect delays in schedules and failure to achieve the goals of the department.
- Other duties as assigned
- Willingness to travel extensively to PREVAIL sites.
- Physical ability to lift and handle laboratory equipment safely.
- Availability to work flexible hours, including evenings and weekends, if needed.
- Excellent oral and written communication skills.
- Excellent organizational and analytical skills.
- Project or technical leadership required.
- Supervisory or management experience required.
- Must be able to read, write, and speak fluent English
- Proficiency in troubleshooting and repairing laboratory instruments.
- Knowledge of laboratory practices and compliance standards (e.g., ISO 15189, CAP, GLP).
- Ability to interpret schematics, blueprints, and technical manuals
- Excellent time management and organizational abilities.
- Capability to work independently
- Education: Bachelor’s Degree with training in repair and maintenance of biomedical mechanical equipment.
- Preferred Job-related Experience: At least three (3) years of related work experience. Must have experience in the use, inspections, preventive maintenance, repairs, calibration, verification, safety, and operational checks of a variety of diagnostic medical equipment.
6 days ago
Business Development Officer (BDO)
Job Title: Business Development Officer (BDO)Location: Liberia (with nationwide reach)Reports to: Chief Executive OfficerEmployment Type: Full-TimeLevel: Mid–Senior (Growth & Revenue Leadership)About the CompanyLiberia HR Jobs Board. It is the largest Job Board and Digital Innovation Company in Liberia, serving thousands of candidates and employers nationwide. The company delivers innovative solutions, including:
- Job Posting & Talent Advertising
- Talent Sourcing & Placement
- Human Resource Information Systems (HRIS)
- Business Management & Accounting Systems
- Custom Software development
- Time & Attendance and Access Control solutions
- Business Growth & Revenue Generation
- Develop and execute aggressive but realistic business growth strategies aligned with company goals.
- Identify and convert new revenue streams across job posting, HRIS, sourcing & placement, and business management solutions.
- Achieve and exceed monthly, quarterly, and annual revenue targets.
- Design pricing strategies, packages, and subscription models for employers and institutions.
- Sales & Client Acquisition
- Lead direct sales to employers, SMEs, NGOs, corporations, and institutions.
- Build and manage a strong sales pipeline and CRM system.
- Conduct product demos and presentations for HRIS and business management systems.
- Negotiate contracts, close deals, and ensure smooth onboarding of clients.
- Marketing & Brand Expansion
- Plan and execute integrated marketing campaigns (digital, field, corporate, and community-based).
- Strengthen the Liberia HR Jobs Board brand as the #1 trusted HR and job platform in Liberia.
- Oversee content, social media, employer engagement campaigns, and visibility initiatives.
- Monitor market trends, competitor activity, and customer behavior.
- Partnerships & Strategic Alliances
- Build strategic partnerships with:
- Corporations and SMEs
- NGOs and international organizations
- Government agencies
- Training institutions, universities, and business associations
- Structure win-win partnership models that increase reach, users, and revenue.
- Represent the company at forums, conferences, career fairs, and business events.
- Product Growth & Innovation Support
- Work closely with technical and product teams to:
- Improve HRIS adoption
- Increase platform usage
- Introduce new features based on market demand
- Collect market feedback and translate it into product improvement opportunities.
- Market Intelligence & Reporting
- Conduct market research to identify growth opportunities and untapped sectors.
- Track KPIs, sales performance, campaign ROI, and client retention metrics.
- Prepare weekly and monthly growth reports for management decision-making
- Leadership & Representation
- Act as a brand ambassador and trusted face of the company.
- Mentor junior sales or marketing staff (as the team expands).
- Uphold professionalism, innovation, and ethical business practices.
- Bachelor’s degree in Business Administration, Marketing, Management, Economics, or related field (Master’s is an advantage).
- Minimum 3–5 years of experience in business development, sales, marketing, or partnerships (tech, HR, or digital services preferred).
- Proven track record of meeting or exceeding sales and revenue targets.
- Strong understanding of Liberia’s business, employment, and digital landscape.
- Strategic thinking & execution
- Strong sales, negotiation, and closing skills
- Digital marketing and branding knowledge
- Partnership development and relationship management
- Excellent communication and presentation skills
- Data-driven decision making
- High integrity, confidence, and self-motivation
- Ability to work independently and under pressure
- Increased employer subscriptions and platform usage
- Expanded HRIS and business management system adoption
- Strong national partnerships and enterprise clients
- Measurable revenue growth and market dominance
- Recognized brand leadership in Liberia’s HR tech space
- Work with Liberia’s leading HR and digital innovation company
- Be a core driver of national-level impact and growth
- Opportunity to shape the future of recruitment and HR technology
- Competitive compensation with performance-based incentives
- Career growth into senior leadership roles
Liberia HR Jobs
1 week ago
REGISTERED NURSE AIDE
The job
- We are seeking applicant for the position of REGISTERED NURSE AIDE
- Citizenship. Liberian.
- Education and Professional Qualifications. Minimum High School Graduate and Graduate form Recognized Nurse Ade Institution.
- Minimum Experience. Minimum 3 years work experience as a Registered Nurse Ade and as a team leader.
- Applications should be submitted at our HR Offices at the Head office near the Port of Buchanan, and Palm Bay office, District #4, Buchanan, Grand Bassa County.
- Do not enclose original education certificates or employers’ references but photo copy. Do enclose a cover letter (Word document) that describes your last job and experiences.
- Only applications that satisfy our requirements will be acknowledged Short listed
- Closing date 15th January 2026
2 weeks ago
REGISTERED NURSE
The jobWe are seeking applicant for the position of REGISTERED NURSE (RN).Requirements
- Citizenship. Liberian.
- Education and Professional Qualifications. University / TNIMA or Recognized Institution.
- Minimum Experience. Minimum 5 years work experience as a Registered Nurse and as a team leader.
- Applications should be submitted at our HR Offices at the Head office near the Port of Buchanan, and Palm Bay office, District #4, Buchanan, Grand Bassa County.
- Do not enclose original education certificates or employers’ references but photo copy.
- Do enclose a cover letter (Word document) that describes your last job and experiences.
- Only applications that satisfy our requirements will be acknowledged Short listed
- Closing date 15th January 2026
2 weeks ago
Master Trainer (MT)
Position Title: Master Trainer (MT)Duty Station: Montserrado, Margibi, and Grand BassaReport to: Teaching & Learning Officer/Project ManagerWork Hours: Full-Time-Contractual; 45 hours per week; typically, Monday through Friday from 8:00 am to 4:00 pm, with the flexibility to work additional hours or on weekends on an as-needed basis.Duration: Eight MonthsAbout UMOVEMENTFounded in 2011, Youth Movement for Collective Action (UMOVEMENT) is a registered, non governmental, non-political, and non-profit organization that strongly believes a good education is the key to breaking the cycle of poverty and creating a better future for children and their families. UMOVEMENT programs complement the effort of the Ministry of Education and the Sustainable Development Goals (SDGs: 3, 4, 5&16). The core programs of Youth Movement for Collective Action are Education, Health Promotion, Disease Prevention, & Livelihood.UMOVEMENT is Liberia’s unrivaled national youth-led education NGO with vast experience working in the education sector (developing educational programs for governmental and non governmental entities, providing training for teachers and staff to upgrade the educational system, conducting livelihoods training for Liberian youth, etc.). The organization does have a long history of ensuring demonstrated records of accountability and transparency with donors, beneficiaries, including stakeholders.Meanwhile, Youth Movement for Collective Action invites qualified individuals for the position indicated above.Criteria for Hiring a Master Trainer for Leaders in Teaching Liberia • Master's Degree in Education (preferred/encouraged)
- Bachelor's Degree in Education with at least two years of teaching experience at the secondary level, from an accredited Teacher Training Institute or Educational College
- Have attended specialized master trainers' trainings recognized by the Ministry of Education for a duration of at least 75 clock hours, and must have received a valid certificate or degree of completion
- Have attended regular Continuous Professional Development Training offered or accounted for by the Ministry of Education for the sole purpose of efficiently delivering an assigned curriculum
- Prior experience conducting in-service teacher training is highly valued
- Have strong communication and presentation skills
- Proficiency in ICT tools and digital teaching methods (added advantage)
- Willing to learn and train others with an understanding of common teaching challenges and student learning obstacles
- Demonstrated strong content knowledge in science and/or mathematics
- Familiarity/Experience with hands-on, inquiry-based, and project-based STEM teaching approaches
| Preference will be given to equally qualified women applicants.Completed detailed application documentation as specified above, referring to Vacancy # 001 Master Trainer (MT) & County Applying for should be sent to the email below: umovementliberia@gmail.comNote: Deadline for Submission of application-December 29, 2025Youth Movement for Collective ActionYWCA Building, 2nd FloorCongo Town, Tubman BoulevardMonrovia, LiberiaP.O. Box 1699 |
2 weeks ago
SUPPLY OFFICER
Context
MSF (Doctors without Borders) is a non-profit medical organization, which provides assistance to populations in distress, victims of natural or man-made disasters and victims of armed conflict. MSF does so irrespective of gender, race, religion, creed, or political convictions. MSF observes neutrality and impartiality in the name of universal medical ethics and the right to humanitarian assistance. Its members undertake to respect their professional code of ethics and to maintain complete independence from all political, economic, or religious powers.
MSF has a long history in Liberia starting in the 1990’s until 2012 during both civils wars, followed by Ebola responses in 2014. The ongoing project of MSF in Montserrado County includes support to health authorities for the provision of free mental health & epilepsy treatment.
Summary of the PositionTitle: Supply OfficerWork Location: Monrovia, Liberia
Contract: Fixed Term Contract to Opened ended
Opening Date: 25th December 2025
Closing Date: 13th January 2026 @ 5pm
THE MAIN PURPOSE
Performing the day-to-day implementation of supply procedures and ensuring efficient administrative processes for one or more areas of the supply programmes (Order Processing, Transport and Customs, updating supply information & Procurement related activities, etc.) at coordination or project level according to MSF protocols, standards and procedures to ensure the optimal running of the mission
ACCOUNTABILITIES/RESPONSIBILITIES (non-exhaustive)
•
Performing the day-to-day activities ensuring an efficient running of the administration processes of the supply activities following the supply procedures according to MSF standards and protocols.
The activities can include one or more of the following areas:
•
Order Processing: Performing the day-to-day order processing activities in a particular supply office (coordination or project level)
•
Purchasing: Performing the day to day purchasing activities in a particular supply office (coordination or project level)
•
Assist the SM in Transport and Customs: Performing the day-to-day procedures and administrative processes for the clearance and transportation of goods in a particular supply office (coordination or project level) ensuring an efficient shipment of goods
•
Performing administrative procedures related to his/her supply activity(ies), verifying the compliance to MSF procedures, standards and protocols
•
Ensuring that all necessary tools and management procedures are followed to avoid stock ruptures, losses and excess stocks in the mission
•
Performing delegated tasks according to his / her activity(ies) and as specified in his/her job description
REQUIRED SKILLS AND COMPETENCIES
▪
Education: Minimal Secondary Education; Desirable technical diploma in supply chain or commerce related studies.
▪
Experience: At least 2 years’ experience in supply chain related jobs or in the logistics department. Desirable proven understanding of MSF Field Logistics or Non- Governmental Organization.
▪
Languages: English
▪
Knowledge: Computer proficiency in excel, MS Word, internet, etc.
▪
Competencies: result and quality orientation, teamwork, flexibility, service orientation, stress management
REMUNERATION
According to the MSFW salary scale (Level 5) in Liberia
HOW TO APPLY? Below are the two options:
- Submit your CV, diplomas or certificates, motivation letter, and copy of national ID Card by emailing to: msfw-liberia-recruitment@waca.msf.org with the Subject: Supply Officer – Monrovia
- Submit your application with the required document in a sealed envelope at WaCA Office. The envelope must be labelled ‘Supply Officer – Monrovia’