Accounting Assistant
Education & Coachs
Cake PHP
COMMUNICATION AND ADVOCACY OFFICER
The Forum for African Women Educationalists (FAWE)
Full Time
2 days ago
PROGRAM OFFICER
Report to: Program Coordinator
Contract Type: Full-time Position
Functional Relationships: All team members and external stakeholders as required
Duty Station: Monrovia
ABOUT FAWE
FAWE Liberia, a national chapter of FAWE International, was launched at the Ministry of Education (MOE) on December 15, 1998 with a mandate to close the gender gap in education and contribute towards the achievement of the Education For All (EFA) goals. FAWE Liberia is officially registered with the Ministries of Planning, Foreign Affairs and Education as a local NGO.
FAWE Liberia’s national priority is to bridge the gender gaps in education by advocating for policy change to improve educational opportunities for girls and young women; to reach those counties in which branches have not yet been established; to execute awareness campaigns at the grass root levels on the need to educate the girl child at all levels; and to carry out development interventions in girls’ education and the empowerment of women.
The Forum for African Women Educationalists (FAWE) is a non-governmental organization that is non-political, voluntary, charitable, non-sectarian and does not discriminate based on race, ideology, color, nationality, or religious persuasion. At FAWE Liberia, we promote gender equity and equality in education in Liberia by fostering favorable policies and attitudes toward girls’ education.
Job Summary:
The Program Officer will be responsible for the effective implementation program activities to ensure alignment with FAWE's program objectives. This includes coordinating partnerships, facilitating training, and ensuring gender-responsive practices across all activities. The Program Officer will collaborate with the Program Coordinator (Monitoring.
Key Responsibilities:
• Collaborate with the Program Coordinator to plan and implement project activities, including TVET and bridging courses.
• Ensure adherence to program timelines and deliverables as outlined in the proposal.
• Coordinate sensitization workshops and stakeholder inception meetings.
• Facilitate mentorship, career guidance, and student support services.
• Support the development and popularization of FAWE models like Gender Responsive Pedagogy (GRP).
• Represent FAWE in national and regional engagements to build partnerships and advocate for gender-responsive policies.
Qualifications:
• Bachelor's degree in Education, Development Studies, Gender Studies, Program or project Management, Laws or Sociology.
• At least 3-5 years of experience in program implementation, particularly in education and gender-focused projects.
• Strong project management, communication, and coordination skills.
• Familiarity with Monitoring and Evaluation (M&E) frameworks.
• Commitment to FAWE’s mission of gender-responsive education.
Application Procedure
Review of applications will begin as soon as they are received, and only complete applications will be reviewed. If an outstanding applicant is identified early in the search process, we reserve the right to appoint before the deadline. For this reason, we encourage interested candidates to apply at the earliest possible opportunity.
Please submit a detailed CV and a Covering letter to email address recruitment@faweliberia.org with the subject line Program Officer by latest 6:00 pm GMT; 10th April 2026
The Forum for African Women Educationalists (FAWE)
2 days ago
SAFEGUARDING OFFICER
SAFEGUARDING OFFICER Report to: National CoordinatorContract Type: Full-time PositionFunctional Relationships: All team members and external stakeholders as requiredDuty Station: Monrovia ABOUT FAWE FAWE Liberia, a national chapter of FAWE International, was launched at the Ministry of Education (MOE) on December 15, 1998 with a mandate to close the gender gap in education and contribute towards the achievement of the Education For All (EFA) goals. FAWE Liberia is officially registered with the Ministries of Planning, Foreign Affairs and Education as a local NGO.
FAWE Liberia’s national priority is to bridge the gender gaps in education by advocating for policy change to improve educational opportunities for girls and young women; to reach those counties in which branches have not yet been established; to execute awareness campaigns at the grass root levels on the need to educate the girl child at all levels; and to carry out development interventions in girls’ education and the empowerment of women.
The Forum for African Women Educationalists (FAWE) is a non-governmental organization that is non-political, voluntary, charitable, non-sectarian and does not discriminate based on race, ideology, color, nationality, or religious persuasion. At FAWE Liberia, we promote gender equity and equality in education in Liberia by fostering favorable policies and attitudes toward girls’ education.Job purposeReporting to the National Coordinator, the Safeguarding will provide support to staff of FAWE to fully implement FAWE’s Safeguarding policy and standards across the Program and in all its activities.
The role will focus on strengthening a safe culture and environment, promoting safeguarding awareness, support and ensuring that across the program staff are encouraged and feel empowered to report safeguarding concerns.Key activities Safe Programming
- Support the Program Coordinator to identify safeguarding risks across the programme and work on ways to mitigate these risks.
- Coordinate the production of safeguarding awareness raising materials and their placement in program strategic locations.
- Support colleagues across the programme to review operating procedures, working methods and physical arrangements to improve safeguarding arrangements.
- Support Programme Partners to understand and carry out their safeguarding responsibilities and support the Programme to conduct due diligence of Partners.
- FAWE’s Safeguarding Policy as a foundation, support the publication, dissemination and implementation of policies, procedures and good practice documents and tools. This will include ensuring that procedures in different parts of the programme meet the needs of different stakeholder groups and are understood by different audiences.
- Work with the National Coordinator and HR Officer to develop a range of materials to raise awareness safeguarding standards and reporting mechanisms to ensure that high levels of awareness of standards of behavior, rights, obligations and reporting mechanisms across all areas of the programme.
- Work with the HR to develop or adapt and deliver general and role-specific training packages and materials for students, staff and other stakeholders that address the challenges and vulnerabilities at play in different contexts including FAWE’s School Programme/interventions. This will include conducting induction training (with HR), refresher training for all staff, students and support the roll out of Community awareness raising activities.
- Work with the National Coordinator and HR to develop, update and implement an annual calendar of trainings and awareness raising sessions.
- Work with the and HR Officer and Program Coordinator to evaluate all training interventions to ensure that participant knowledge, attitudes and behaviors have been positively influenced.
- Work with the National Coordinator, HR Officer and Program Coordinator to ensure that accurate records of all trainings are maintained.
- Provide advice on ways to increase Safeguarding awareness within FAWE.
- Receive and safely document safeguarding reports, respond in accordance with procedures, provide referral or next step advice.
- Act as an adviser to managers when safeguarding issues are raised or where there are concerns identified.
- Work with the National Coordinator to establish, manage reporting mechanisms at all levels and for those who come into contact with our work (including all staff, students, contractors, Board, PTA and communities).
- Be proactive about setting up relationships with external professional expertise such as statutory authorities, police, Ministry of Education, Ministry of Gender, Children & Social Protection and women, children and youth groups.
- Support the Program team and managers to strengthen safeguarding investigative capacity across the programme.
- Support the response to allegations and assist with the planning, management and support to investigations related to safeguarding. This will include providing professional advice whilst also taking into consideration the potential risks to personal safety for those involved.
- Support the programme to implement and comply with FAWE’s standards with regards to safe image and content gathering, storage and use.
- Provide briefing and trainings to internal and external stakeholders to ensure that FAWE’s processes are consistently followed by all school visitors.
- Support any postholders with specific responsibilities for safeguarding to ensure they understand and feel confident carry out their responsibilities.
- Represent FAWE at appropriate sector events on safeguarding and child protection and liaise with other safeguarding professionals to learn from best practice.
- Following a significant event (an investigation or incident) conduct lessons learnt exercises to ensure continuous learning and improvement.
- Attend to any other duties as instructed by the National Coordinator.
- Bachelor’s degree in Sociology (Social Work), Law or Gender studies.
- Minimum 5 years’ experience working in child protection or safeguarding
- Experience of working in a role that supports safeguarding, PSEA (Protection from Sexual Exploitation and Abuse) or the protection of children and vulnerable adults
- Experience of developing and delivering training and workshops to different audiences
- Strong communication skills, especially active listening, strong facilitation and presentation skills
- Ability to develop and maintain positive working relationships with colleagues at different levels of an organization
- Experience in conducting assessments, monitoring and report writing
- Strong organisational skills with the ability to manage and prioritize a heavy and varied workload to meet deadlines and work calmly under pressure
- Commitment to FAWE’s mission of gender-responsive education.
The Forum for African Women Educationalists (FAWE)
2 days ago
PROGRAM ACCOUNTANT
Report to: Finance ManagerContract Type: Full-time PositionFunctional Relationships: All team members and external stakeholders as requiredDuty Station: Monrovia
ABOUT FAWE FAWE Liberia, a national chapter of FAWE International, was launched at the Ministry of Education (MOE) on December 15, 1998 with a mandate to close the gender gap in education and contribute towards the achievement of the Education For All (EFA) goals. FAWE Liberia is officially registered with the Ministries of Planning, Foreign Affairs and Education as a local NGO.
FAWE Liberia’s national priority is to bridge the gender gaps in education by advocating for policy change to improve educational opportunities for girls and young women; to reach those counties in which branches have not yet been established; to execute awareness campaigns at the grass root levels on the need to educate the girl child at all levels; and to carry out development interventions in girls’ education and the empowerment of women.
The Forum for African Women Educationalists (FAWE) is a non-governmental organization that is non-political, voluntary, charitable, non-sectarian and does not discriminate based on race, ideology, color, nationality, or religious persuasion. At FAWE Liberia, we promote gender equity and equality in education in Liberia by fostering favorable policies and attitudes toward girls’ education.
Position Summary:
FAWE Liberia seeks to recruit a passionate, qualified and committed program accountant to provide our program team with accounting support. The overview of the duties for the position includes preparing project budgets and preparing financial reports. The individual should possess extensive experience in accounting and the ability to provide project managers with accurate financial information. Top-notch project accountants ensure consistent transactions and prepare reliable financial reports for donors and regulatory bodies.
The individual must align with FAWE Liberia values and is comfortable working collaboratively with a team, external stakeholders, and young people. This position lies within the Finance and Accounting Unit and reports. The role holder will be expected to work outside the usual role and be able to vary working hours accordingly.
Key Roles and Responsibilities- Maintain accurate financial records and process accounting transactions.
- Prepare monthly, quarterly, and annual financial statements and reconcile bank accounts.
- Assist in developing budgets, forecasts, and variance analysis.
- Ensure compliance with tax regulations and file statutory returns on time.
- Collaborate with the payroll team and support bank account management.
- Contribute to audits and implement cost-saving measures to support team goals.
- Support accounts payable, receivable, and fixed asset management.
- Monitor expenses and align them with budgets.
- Other responsibilities if require
- Bachelor’s degree in accounting, finance, or financial Management
- 3-5 years’ experience as a project accountant or similar.
- Proficiency in accounting software and ERP systems.
- Strong skills in budgeting, forecasting, and financial reporting.
- Advanced Excel skills and familiarity with the MS Office Suite.
- Experience in the NGO industry is a plus.
- Strong attention to detail and accuracy.
- Excellent organizational and time management skills.
- Proactive and analytical mindset with a collaborative approach.
- Strong work ethic and team player.
- In-depth knowledge of best practices in accounting.
- Advanced proficiency in managing general ledgers, journal entries, and accounting reconciliations.
- A commitment to the mission, vision, and values of FAWE Liberia
The Forum for African Women Educationalists (FAWE)
2 days ago
IT OFFICER
Report to: National Coordinator
Contract Type: Full-time Position
Functional Relationships: All team members and external stakeholders as required
Duty Station: Monrovia
ABOUT FAWE
FAWE Liberia, a national chapter of FAWE International, was launched at the Ministry of Education (MOE) on December 15, 1998 with a mandate to close the gender gap in education and contribute towards the achievement of the Education For All (EFA) goals. FAWE Liberia is officially registered with the Ministries of Planning, Foreign Affairs and Education as a local NGO.
FAWE Liberia’s national priority is to bridge the gender gaps in education by advocating for policy change to improve educational opportunities for girls and young women; to reach those counties in which branches have not yet been established; to execute awareness campaigns at the grass root levels on the need to educate the girl child at all levels; and to carry out development interventions in girls’ education and the empowerment of women.
The Forum for African Women Educationalists (FAWE) is a non-governmental organization that is non-political, voluntary, charitable, non-sectarian and does not discriminate based on race, ideology, color, nationality, or religious persuasion. At FAWE Liberia, we promote gender equity and equality in education in Liberia by fostering favorable policies and attitudes toward girls’ education.
ROLE PROFILE
FAWE is seeking to recruit high caliber and results-oriented individuals with integrity to partner with a dynamic professional team as IT Officer.
Reporting to the National Coordinator, the IT officer will maintain and manage FAWE’s computer network, software and hardware for effective functioning and efficiency of the system, and ensure FAWE’s IT standards and security are strongly adhered to.
Ket Activities:
IT Asset Management
• Recommend and assist in the procurement of printers and other spare parts or accessories as needed. Ensure compliance to FAWE IT Procurement Policy
• Maintain the ICT inventory register and asset movement and verify that all assets are registered in the assets register and coded.
• Configure, manage and maintain all FAWE’s IT Tools (laptops and Printers) to meet FAWE’s standards and performance.
• Proactively assess the IT tools performance and standards
• Ensure proper use of IT equipment by staff according to the guidelines. Ensure that the software and hardware efficiency is up to standard.
Networking
• Manage and maintain the FAWE’s internal office network (LAN, WAN)
• Closely work with internet service provider to provide quality accessible internet
• Perform proactive maintenance and reconfiguration of IT systems, including software and security updates on a regular basis.
• Improve network and computer security measures.
Software Installation
• Assure the active and up to date use of FAWE’s standard antivirus software
• Facilitate the installation of approved software and systems and IT tools and ensure quality of the applications.
• Manage and keep records of local software licensing agreements
Database Management
• Manage and maintain existing database to ensure integrity of data is maintained
• Training of staff in the use of data management systems available including support to strengthen data collection and reporting by field staffs.
• Supervise the implementation of data management at the all levels and the proper integration at FAWE’s offices
• Enforce use of SharePoint amongst staff and provide orientation on its use
• Timely facilitate the production of quality standard reports according to standard reporting templates and other adhoc reports as and when requested either by FAWE’s Management
• Ensure departmental files on SharePoint are maintained in line with set structure and standards
• Implement disaster recovery and back-up procedures, information security and control structures.
Information Management and Backups
• Support staff to upload data and information on SharePoint
• Ensure departmental files on SharePoint are maintained in line with set structure and standards
• Maintain and store safely the external backup. These must be well labelled and with reference to retrieve required when required.
Communication, support and email accounts
• Facilitate the set-up of the Email groups
• Provide helpdesk and troubleshooting assistance to staff in FAWE and in the field.
• Conduct training for staff in the use of hardware, software, security, and internet
• Enforce proper and efficient use of dongles, smartphones, sat phones, and other communication devices and maintain costs to an acceptable level
• Guide program team in the collection, maintenance and security of digital data through the use of devices like tablets
Information system security
• Create access restriction to IT hardware and software. This includes access privileges by staff to the shared departmental folders and levels of access.
• Implement security improvements
• Determine security violations and incidences by conducting periodic audits checks and report any violations.
• Upgrades system by implementing and maintaining security controls.
IT Compliance and standards
• Maintains quality service by following FAWE’s IT Policies, Procedures and standards.
• Ensure that all FAWE’s staff have been briefed and have signed the FAWE’s IT Policy. This includes consultants and visitors who have access to FAWE’s IT tools and Internet.
• In consultation with National Coordinator review and update the IT policy.
Other
• Attend to any other duties as instructed by the National Coordinator.
QUALIFICATION AND EXPERIENCE
• BA/ bachelor degree in Information Technology /or Information Science /or Computer Science and/or any other related qualification.
• Strong analytical thinking and troubleshooting skills
• Excellent knowledge of Windows, Office 365, Microsoft applications, Sage, Data Management, Backup recovery plan.
• Strong organization skills Strong project management, communication, and coordination skills.
• Commitment to FAWE’s mission of gender-responsive education.
• At least 3 years working experience in the related field and with experience in working with National/ International Program Systems; supported by databases would be a plus.
Application Procedure
Review of applications will begin as soon as they are received, and only complete applications will be reviewed. If an outstanding applicant is identified early in the search process, we reserve the right to appoint before the deadline. For this reason, we encourage interested candidates to apply at the earliest possible opportunity.
Please submit a detailed CV and a Covering letter to email address recruitment@faweliberia.org with the subject line Administrative Assistant by latest 6:00 pm GMT; 10th April 2025
The Forum for African Women Educationalists (FAWE)
2 days ago
HUMAN RESOURCES OFFICER
Report to: National Coordinator
Contract Type: Full-time Position
Functional Relationships: All team members and external stakeholders as required
Duty Station: Monrovia
ABOUT FAWE
FAWE Liberia, a national chapter of FAWE International, was launched at the Ministry of Education (MOE) on December 15, 1998 with a mandate to close the gender gap in education and contribute towards the achievement of the Education For All (EFA) goals. FAWE Liberia is officially registered with the Ministries of Planning, Foreign Affairs and Education as a local NGO.
FAWE Liberia’s national priority is to bridge the gender gaps in education by advocating for policy change to improve educational opportunities for girls and young women; to reach those counties in which branches have not yet been established; to execute awareness campaigns at the grass root levels on the need to educate the girl child at all levels; and to carry out development interventions in girls’ education and the empowerment of women.
The Forum for African Women Educationalists (FAWE) is a non-governmental organization that is non-political, voluntary, charitable, non-sectarian and does not discriminate based on race, ideology, color, nationality, or religious persuasion. At FAWE Liberia, we promote gender equity and equality in education in Liberia by fostering favorable policies and attitudes toward girls’ education.
ROLE PROFILE
Reporting to the National Coordinator, the job holder is responsible for all aspects of Human Resources management, leading the development and implementation of HR policies and best practices and support management in staff management in full compliance with the labor law.
SUMMARY JOB DESCRIPTION
• Implement national workforce management strategy in line with FAWE Liberia Human Resource
• Manual includes development and implementation of human resources policies.
• Responsible for manpower planning, recruitment, and selection.
• Ensure all new employees get a proper induction as per the Induction policy.
• Plan and implement staff training and development.
• Ensure all Health and Safety guidelines are followed, and rules adhered to.
• Manage employee discipline and grievance management.
• Implement a strategic performance management system.
• Ensure all employee records are updated at all times, devise and maintain an up-to-date employee database; and
• Responsible for developing and implementing employee compensation and benefits.
• Provide technical leadership in safeguarding and child protection
QUALIFICATION AND EXPERIENCE
• Degree in Human Resources Management, Business Administration, Business Management, Laws or any related field from a recognized Business of HR institution.
• At least five (5) years’ experience in human resources management and administration with three (3) years’ experience in the NGO sector.
• Comprehensive understanding of Liberian Labor laws and other international Human Resources regulations and standards.
• Exceptional interpersonal communication and relationship-building skills.
• Excellent Knowledge of HRMIS.
• MUST be Fluent in English (Written and oral).
• Member of a relevant professional HR body is an added advantage;
Application Procedure
Review of applications will begin as soon as they are received, and only complete applications will be reviewed. If an outstanding applicant is identified early in the search process, we reserve the right to appoint before the deadline. For this reason, we encourage interested candidates to apply at the earliest possible opportunity.
Please submit a detailed CV and a Covering letter to email address recruitment@faweliberia.org with the subject line Human Resource Officer by latest 6:00 pm GMT; 10th April 2026
The Forum for African Women Educationalists (FAWE)
2 days ago
FIELD OFFICER (3 roles)
Report to: Program OfficerContract Type: Full-time PositionFunctional Relationships: All team members and external stakeholders as requiredDuty Station: Bomi, Bong and Grand Gedeh ABOUT FAWE FAWE Liberia, a national chapter of FAWE International, was launched at the Ministry of Education (MOE) on December 15, 1998 with a mandate to close the gender gap in education and contribute towards the achievement of the Education For All (EFA) goals. FAWE Liberia is officially registered with the Ministries of Planning, Foreign Affairs and Education as a local NGO.
FAWE Liberia’s national priority is to bridge the gender gaps in education by advocating for policy change to improve educational opportunities for girls and young women; to reach those counties in which branches have not yet been established; to execute awareness campaigns at the grass root levels on the need to educate the girl child at all levels; and to carry out development interventions in girls’ education and the empowerment of women.
The Forum for African Women Educationalists (FAWE) is a non-governmental organization that is non-political, voluntary, charitable, non-sectarian and does not discriminate based on race, ideology, color, nationality, or religious persuasion. At FAWE Liberia, we promote gender equity and equality in education in Liberia by fostering favorable policies and attitudes toward girls’ education.Key Responsibilities:
- Conduct community sensitization forums and support awareness creation about FAWE programs.
- Work closely with local selection committees to ensure transparency in participant recruitment for bridging and TVET programs.
- Provide on-ground support for mentorship and training sessions.
- Ensure the timely collection of data for program monitoring and reporting purposes.
- Build and maintain relationships with community stakeholders, including schools, local leaders, and parents.
- Facilitate and document success stories and testimonials for program visibility.
- Bachelor’s degree in Social Work, Education, Community Development, Business or Public Administration.
- At least 3-5 years of experience in fieldwork or community-based programs.
- Proficiency in local languages and familiarity with community structures.
- Strong interpersonal and organizational skills.
- Ability to travel frequently and work in rural or marginalized communities.
The Forum for African Women Educationalists (FAWE)
2 days ago
DRIVER
Report to: Human Resource Officer
Contract Type: Full-time Position
Functional Relationships: All team members and external stakeholders as required
Duty Station: Monrovia
ABOUT FAWE
FAWE Liberia, a national chapter of FAWE International, was launched at the Ministry of Education (MOE) on December 15, 1998 with a mandate to close the gender gap in education and contribute towards the achievement of the Education For All (EFA) goals. FAWE Liberia is officially registered with the Ministries of Planning, Foreign Affairs and Education as a local NGO.
FAWE Liberia’s national priority is to bridge the gender gaps in education by advocating for policy change to improve educational opportunities for girls and young women; to reach those counties in which branches have not yet been established; to execute awareness campaigns at the grass root levels on the need to educate the girl child at all levels; and to carry out development interventions in girls’ education and the empowerment of women.
The Forum for African Women Educationalists (FAWE) is a non-governmental organization that is non-political, voluntary, charitable, non-sectarian and does not discriminate based on race, ideology, color, nationality, or religious persuasion. At FAWE Liberia, we promote gender equity and equality in education in Liberia by fostering favorable policies and attitudes toward girls’ education.
Job Summary:
Driver responsibilities include arranging regular cleaning and maintenance services for the vehicle, planning each route based on road and traffic conditions and managing the vehicle movement.
Ultimately, you will help us increase Staff satisfaction, making sure staff depend on you for their transportation needs to every part of Liberia.
To be considered for this role, you should have a valid driver’s license and a clean driving record with no traffic violations.
Key Responsibilities
• Ensure a vehicle Logbook is maintained in the vehicle and movement of vehicle is accurately logged or kept in line with FAWE Transport policy.
• Map out driving routes ahead of time to determine the most expedient trip
• Pick up staff from the place and at the time they’ve requested
• Assist staff with loading and unloading their luggage
• Listen to traffic and weather reports to stay up-to-date on road conditions
• Adjust the route to avoid heavy traffic or road constructions, as needed
• Answer staff questions about the area and local places of interest
• Ensure the car seats are clean and comfortable for all riders
• Schedule regular car service appointments and report any issues
• Book car wash and detailing services to maintain interior and exterior cleanliness of the car
Requirements and skills
• A high school diploma
• Proven experience as a Driver
• A valid driver’s license
• A clean driving record
• Familiarity with GPS devices
• Knowledge of area roads and neighborhoods
• Ability to support with packages and luggage
• Availability to occasionally work on weekends and night shifts
• Ability to remain calm in stressful driving situations (e.g. at rush hour and bad road)
• At least 3-5 years of experience in driving in and out on Monrovia
Application Procedure
Review of applications will begin as soon as they are received, and only complete applications will be reviewed. If an outstanding applicant is identified early in the search process, we reserve the right to appoint before the deadline. For this reason, we encourage interested candidates to apply at the earliest possible opportunity.
Please submit a detailed CV and a Covering letter to email address recruitment@faweliberia.org with the subject line Driver by latest 6:00 pm GMT; 10th April 2026
The Forum for African Women Educationalists (FAWE)
2 days ago
ADMINISTRATIVE ASSISTANT
Report to: Human Resource Officer & Safeguarding OfficerContract Type: Full-time PositionFunctional Relationships: All team members and external stakeholders as requiredDuty Station: Monrovia ABOUT FAWE FAWE Liberia, a national chapter of FAWE International, was launched at the Ministry of Education (MOE) on December 15, 1998 with a mandate to close the gender gap in education and contribute towards the achievement of the Education For All (EFA) goals. FAWE Liberia is officially registered with the Ministries of Planning, Foreign Affairs and Education as a local NGO.
FAWE Liberia’s national priority is to bridge the gender gaps in education by advocating for policy change to improve educational opportunities for girls and young women; to reach those counties in which branches have not yet been established; to execute awareness campaigns at the grass root levels on the need to educate the girl child at all levels; and to carry out development interventions in girls’ education and the empowerment of women.
The Forum for African Women Educationalists (FAWE) is a non-governmental organization that is non-political, voluntary, charitable, non-sectarian and does not discriminate based on race, ideology, color, nationality, or religious persuasion. At FAWE Liberia, we promote gender equity and equality in education in Liberia by fostering favorable policies and attitudes toward girls’ education.
ROLE PROFILE
FAWE is seeking to recruit high caliber and results-oriented individuals with integrity to partner with a dynamic professional team as Administrative Assistant. Reporting to Human Resource Officer, the Administrative Assistant will support effective day to day administrative and functioning for FAWE Liberia. This position will need an individual who is extremely organized and proficient at communicating both verbally and in writing. The position will entail writing and drafting of reports and documents.SUMMARY JOB DESCRIPTION
- Support the Human Resource and Administration Office function with drafting documents and policies and report writing.
- Responsible for drafting and writing various administrative reports and policies as may be assigned from time to time.
- Support procurement of inventory including documenting all equipment assigned to staff members.
- Supporting and maintaining filing systems in the HRIS, and developing administrative process improvements in the ERP System
- Support Coordinating contracts with vendors and suppliers, including managing invoices, and payment processes.
- Support administration tasks within the Administration section including recording minutes, arranging schedules of events, proof-read documents, etc.
- Booking air tickets for the teams and other travel itinerary as per instructions from Supervisor.
- Coordinate reservations, catering for meetings and other internal meeting venues.
- Manage the requisition of office utilities, like kitchen provisions, water, power, rentals, and garbage etc.
QUALIFICATION AND EXPERIENCE
- A university degree in Business / Public Administration, Human Resource, Laws Business Management, or any related field from a recognized School of Business or HR
- Computer literacy
- Accuracy and attention to detail
- MUST be Fluent in English (Written and oral)
- Excellent interpersonal skills, collaborative style and approach, and ability to work effectively
- Ability to plan and organize a substantial workload that includes complex, diverse tasks
- At least three 3-5 years’ work experience, with experience in the NGO sector is an added advantage
The Forum for African Women Educationalists (FAWE)
2 days ago
COMMUNICATION AND ADVOCACY OFFICER
Report to: Knowledge Management Officer
Contract Type: Full-time Position
Functional Relationships: FAWE Liberia’s Senior Management team, Program team, Government officials, and media representatives
Duty Station: Monrovia
ABOUT FAWE
FAWE Liberia, a national chapter of FAWE International, was launched at the Ministry of Education (MOE) on December 15, 1998 with a mandate to close the gender gap in education and contribute towards the achievement of the Education For All (EFA) goals. FAWE Liberia is officially registered with the Ministries of Planning, Foreign Affairs and Education as a local NGO.
FAWE Liberia’s national priority is to bridge the gender gaps in education by advocating for policy change to improve educational opportunities for girls and young women; to reach those counties in which branches have not yet been established; to execute awareness campaigns at the grass root levels on the need to educate the girl child at all levels; and to carry out development interventions in girls’ education and the empowerment of women.
The Forum for African Women Educationalists (FAWE) is a non-governmental organization that is non-political, voluntary, charitable, non-sectarian and does not discriminate based on race, ideology, color, nationality, or religious persuasion. At FAWE Liberia, we promote gender equity and equality in education in Liberia by fostering favorable policies and attitudes toward girls’ education.
Position Summary:
FAWE Liberia seeks to recruit a passionate, qualified and committed Communication and Advocacy Officer to design, manage, and implement the FAWE-Liberia’s communications strategy to increase the visibility and promote the work of FAWE-Liberia in the country, as well as increase awareness for FAWE-Liberia’s mandate and program among its partners, the media and the general public.
The successful candidate will support efforts to enhance the information flow and visibility of FAWE-Liberia’s programs in the country.
Key Roles and Responsibilities
Communications
Communications strategy: in liaison with FAWE-Liberia communications team and FAWE-Liberia Senior Management team coordinate the development and implementation of National Organization communications strategy.
Branding and marketing:- ensure that all communication products and project deliverables for external audience are appropriately branded.
Ensure that all FAWE-Liberia staff and partners understand and adhere to harmonized FAWE-Liberia and FAWE RS branding guidelines.
External and Internal Communications-in collaboration with Senior Management Team (SMT) develop clear and practical guidelines and protocols for internal and external communications.
Targeted Public messaging and media outreach- advise SMT and program staff on public messaging and media outreach. Supporting in drafting official briefing materials, strategic presentations, talking points, speeches, statements, etc.
Relations-develop and manage clear communication guidelines that support and nurture effective relations with FAWE-Liberia partners and FAWE RS as well as all FAWE National Chapters.
Local strategic partner relations- develop and manage partnership strategy and communication guidelines that support and nurture effective relations with FAWE-Liberia local partners.
Local resource mobilization-in close collaboration with SMT initiate and pursue local resource mobilization efforts including supporting proposal and concept note development with the overall objective of sustaining the mission.
Multi-media campaign-develop structured approach and procedures including relations with mainstream media to ensure that FAWE-Liberia becomes a partner of choice and reclaims it’s mandate in girls and women education and empowerment in Liberia.
Reporting- mainstream communication in FAWE-Liberia’s program and support effective process documentation and technical monthly/quarterly and annual reporting.
FAWE-Liberia Newsletter-in liaison with program team, lead development and dissemination of FAWE-Liberia newsletters and relevant reports and communications.
Website and social media-manage active FAWE-Liberia’s website and social media presence.
Event coordination- take leadership in coordinating key events ensuring high level professionalism.
Safeguarding-in liaison with SMT, support development, dissemination and embedding of safeguarding strategy, language, procedures in all communication products at national and community level.
Capacity building- provide training to staff and partners on communication.
Advocacy
Advocacy strategy-in liaison with FAWE-Liberia Senior Management team coordinate development and implementation of National Organization advocacy strategy.
Local advocacy efforts-in collaboration with Senior Management Team (SMT) develop clear and effective guidelines and protocols for sector-wide advocacy efforts in the country.
Sector representation- in liaison with SMT, represent FAWE-Liberia in relevant Forums.
Gender and inclusive development-be a focal point person for gender-advocating and championing integration of gender in all FAWE-Liberia program operations.
Develop and maintain targeted press lists designed to maximize influence and advocacy and identify opportunities to engage media in a proactive manner.
Drive evidence-based media strategies to achieve advocacy objectives, including developing media relationships, expanding FAWE-Liberia media range, coordinating FAWE Liberia media team, and acting as a press coordinator, to enhance FAWE-Liberia position as the go-to source for media on civil society in Liberia.
Support production process across a range of media (print, social media, video, audio), from storyboard, to planning, sourcing, and monitoring - of key advocacy outputs (solidarity alerts, media statements and releases, videos, infographics, research briefs).
Write, edit, and ensure quality copy for FAWE-Liberia key advocacy products, including media statements, op-eds, and social media.
Qualification Requirements
Degree in communication, Journalism.
Training in advocacy and/or behavior change communications will be a strong asset.
Minimum 3-5 years of practical experience in media, communications, and advocacy.
Experience of working at an international NGO or Civil Society in a similar position is an asset.
Excellent English written and verbal communications skills, including a flare for writing and communication, as well as sharp-eyed editing of diverse styles of writing.
Ability to work independently, suggest practical solutions and follow-up effectively on the management decisions.
Good knowledge of visual design and layout development for information materials
Good planning skills, proactivity, creativity, and ability to meet the established deadlines.
Skills in photography and image processing.
Ability to conceptualize, design and implement major information campaigns.
Excellent interpersonal and communications skills and ability to work under tight deadlines.
Good research and possess analytical skills;
Emotional intelligence: Remains calm in stressful situations.
Ability to travel to program areas on duty frequently.
Ability to uphold high levels of integrity and confidentiality.
A commitment to the mission, vision, and values of FAWE Liberia.
Working knowledge of French language
Gender, Social Work, Law, Project Management or Public Relations will be an added advantage.
Application Procedure
Review of applications will begin as soon as they are received, and only complete applications will be reviewed. If an outstanding applicant is identified early in the search process, we reserve the right to appoint before the deadline. For this reason, we encourage interested candidates to apply at the earliest possible opportunity.
Please submit a detailed CV and a Covering letter to email address recruitment@faweliberia.org with the subject line Communication & Advocacy Officer by latest 6:00 pm GMT; 10th April 2026
The Forum for African Women Educationalists (FAWE)
2 days ago
REQUEST FOR PROPOSAL N°2008064 -Construction of WASH Facilities in Massatine Town, Grand Cape Mount County, Liberia
REQUEST FOR PROPOSAL
N°2008064
Construction of WASH Facilities in Massatine Town, Grand Cape Mount County, Liberia
| Issuing Organization | Catholic Relief Services Liberia |
| Donor | CRS Private Fund |
| Project | Local LEADERSHIP |
| Budget Code | 100476 |
| Issue Date | April 1, 2026 |
| Site Visit | April 7, 2026 |
| Request for Clarification Deadline for Clarification | April 10, 2026 |
| Submission Deadline | April 16, 2026, at 4:00 pm GMT |
| Contact Email | liberiarfq@crs.org |
| Type of Agreement | Fixed Term Contract Agreement |
- Format of Submission. 5
- Method of Submission. 5
- Deadline for Submission. 6
- Price Submission. 6
- Clarification Request 6
- Validity Period. 7
- Amendment and Bid Modification Procedures 7
- Tie-Breaking Rule. 7
- Negotiations. 7
- Award of Contract 8
- Rejection of award. 8
- Material Errors and Clarification. 8
- Modification or Withdrawal of RFP. 9
- Consequences of Falsification or Misrepresentation. 9
- Confidentiality and Data Privacy. 9
- Debriefing of Unsuccessful Bidders. 9
- Complaints and Appeals 10
- Contract Audits. 10
- General Requirements. 10
- Advance Payment Terms 10
- Withholding Tax. 10
- Goods Service Tax. 11
- Statutory Compliance. 11
- Past non-performance or ES incidents Requirement 11
- Eligibility & Minimum Qualification Criteria. 11
- Administrative Evaluation. 15
- Contents of Envelope No. 1: Eligibility & Minimum Qualification Requirements. 15
- Submission Format for Eligibility & Minimum Qualification Requirements (MQR) 15
- Technical Evaluation. 15
- Technical Scoring Protocol 17
- Contents of Envelope No. 2: Technical Proposal 17
- Submission Format for Technical Proposal 18
- Financial Evaluation. 18
- Conversation Rate. 19
- Contents of Envelope No. 3: Financial Proposal 19
- Submission Format for Financial Proposal 19
- Scope of Works. 21
- Deliverables Schedule. 28
- Design Drawings, Specification and Bill of Quantities 28
Section I. General Information
1. Project Background
The Damien/Massatine Public School, located in Massatine Town in the northwestern region of Grand Cape Mount County, serves as a key educational institution for children within the township and surrounding communities. Originally constructed by the Catholic Church, the school was later transferred to the Government of Liberia for operation as a public elementary school. The institution currently enrolls 200 students, comprising 130 males and 70 females, and provides instruction from kindergarten through sixth grade. Massatine Town is home to the St. Damien Catholic Church and a small community clinic that delivers health-care services to more than 500 residents, predominantly people suffering from Hansen’s disease. These institutions, alongside the school, form the foundation of essential services within the town. While the school’s physical structure remains generally sound, the institution faces significant operational and service delivery constraints that hinder its ability to provide a conducive learning environment for students. These gaps include a lack of critical WASH services, latrine, clean water, and handwashing stations.2. Purpose of the RFP
The purpose of this RFP is to hire the services of an experienced construction company to construct WASH facilities that focuses on improving sanitation, hygiene, and access to safe water within the community through the construction of durable, gender-sensitive latrines for key institutions, including VIP latrines, child‑friendly for the school, pour‑flush latrine for the clinic, and the church. These facilities aim to eliminate open defecation, reduce environmental contamination, and enhance safety for students, patients, church members, and the broader community.- Two 4-cubical VIP latrines for the Damien/Massatine Public School
- One 3-cubical Pull-Flush Latrine for the St. Damien Catholic Church and
- One 3-cubical Pull-Flush Latrine for the Massatine Clinic
- Rehabilitation of one hand pump for the Massatine Public School
a. Sites Location and Visit Requirements
Location/Site: Massatine Town, Grand Cape Mount County.Type of work: ConstructionSite visit #1: Massatine Town, Grand Cape Mount County. One (1) group visit will be organized on April 7, 2026, at 8:30 am GMT. All interested Bidders should be at the St. Paul Bridge at 8:30 am GMT.Note: CRS will not be responsible for the Bidders' transportation.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 April 10, 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. 2008064”. 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)
The bid price MUST reflect the full cost of meeting these binding contractual requirements.3. Format of Submission
e. Bidders
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: 2008064 Eligibility & Minimum Qualification Requirements.
- Envelope No. 2: RFP No: 2008064 Technical Proposal.
- Envelope No. 3: RFP No: 2008064 Financial Proposal.
4. Method of Submission
f. Bidders
Bidders MUST submit three (3) hard copies of their proposals for each envelope in a sealed envelope to:Catholic Relief Services – Liberia Program16th Street Gardiner Avenue Seaside, C-140 Building, Sinkor Monrovia, Liberiag. Evaluation Sequence
The evaluation of proposals will follow a three-stage, sequential process based on the contents of the three (3) sealed envelopes:Stage (1): Eligibility & Minimum Qualification Requirements (MQR) (Envelope No. 1) (PASS/FAIL)The Evaluation Committee will first open and review Envelope No. 1 (Bidders) to assess compliance with mandatory PASS/FAIL criteria. This stage is a prerequisite for opening Envelope No. 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 27. 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 of disqualified bidders will remain unopened and unevaluated; hence, it is important to follow envelope content instructions (subclauses 29; 33;37).
- 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 Qualifying Score (MTQS) of 49 out of 70 points will qualify for Financial Evaluation.
- Outcome: Envelope No. 3 of bidders who do not meet the MTQS will remain unopened and unevaluated.
- 3.1 Arithmetical Correction
- 3.3 Financial Scoring: The lowest Evaluated Price received 30 points.
5. Deadline for Submission
- Bids must be received no later than April 16, 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).
6. Price Submission
The project is Good Services Tax (GST)-exempt under the agreement with the Government of Liberia; 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, installation, and profit. No other costs will be included beyond this BOQ.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: April 10, 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 Section IX Payment Schedule.
- Currency: USD
- Language: All bidding documentation, including installation and operating manuals, MUST be in English.
- Retention Period (for defect and liability): 6 months
9. 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.10. 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.
11. 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 AND ENVELOP 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.12. 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 2).13. 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 is not bound to accept the lowest or any quote and reserves the right to accept any quote in whole or in part and to reject any or all quotes without assigning any reason therefore and to Contract on any of the terms offered or on different terms. CRS may reject any bid that is not substantively responsive to the terms and conditions of the RFP.14. Material Errors and Clarification
h. 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 Total Annual Construction Turnover.
i. Consequence
Any Bid deemed materially deficient shall be rejected and disqualified.j. 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 (e.g sanctions, conflicts of interest etc.) must be strictly met and cannot be substantially met.15. 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.16. 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.
17. 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.18. 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.19. 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.20. Contract Audits
The Contractor must provide full cooperation for all compliance reviews and audit by CRS/CRS Private Fund.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 14. Material Errors and Clarification)21. General Requirements
- Bidders may apply individually.
- 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.
22. Advance Payment Terms
The thirty percent (30% of the contract price) Advance Payment is conditional upon submitting a valid Advance Payment Guarantee. Repayment shall be deducted in three (3) installment from each payment to Contractor from first interim payment.23. Withholding Tax
In accordance with the tax laws of the Republic of Liberia, CRS shall withhold applicable taxes from all payments made under this contract. The current withholding tax rate is:- 10% for services provided by resident entities
- Level of Effort
- Training/knowledge transfer
- Maintenance and Technical support.
24. Goods Service Tax
Bidder understand and acknowledge that the purchase and import of any goods or services using funds provided under this Agreement must be exempt from the relevant taxation applicable in the Host Country, including, but not limited to: (1) Customs duties, import duties, taxes or fiscal charges of equal effect levied or otherwise imposed on the goods or services imported into the Host Country under this Agreement, and (2) The value-added tax levied or otherwise imposed on the purcashes of goods and services using funds provided under this Agreement. The Contractor represents to CRS that the goods and services procured under this Agreement are not subject to any such taxes and that any such taxes will not be included in any invoice submitted by the Contractor to CRS. In the event that any such taxes are paid, CRS has the right to obtain a refund from the Contractor of any such tax payment.25. Statutory Compliance
The Contractor is responsible for securing and maintaining all required permits and registrations (e.g Labor Ministry for foreign staff).26. 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 CRS Private 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.
27. 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 | Documentation | ||||
| No. | Subject | Requirement | Type of requirement | Submission Requirements | |
| 1. Eligibility | |||||
| 1.1 | Application Form (Acknowledge, stamp and sign) | Must meet requirement | Application Submission Form | ||
| 1.2 (a) | Nationality and Legal Capacity | Nationality Legal right to conduct business from home countries | Must meet requirement | (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 | (1) A court clearance or confirmation that no bankruptcy proceedings are pending against the individual OR (2) Entity's last three years' 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 | Form CoI – 1.3 | |
| 1.4 | Articles of Incorporation or equivalent | Must Meet requirement | Articles of Incorporation or equivalent | ||
| 1.5 | Legal/Technical Capability (Bidders) | (i) Hold Ministry of Public Works construction certification (Category B1 to B12). (ii) Association of Liberian Construction Contractors (ALCC) certificate. | Must Meet requirementMust Meet requirement | Legal documents, certifications, licenses, and permits | |
| 1.6 | Physical presence of Registered Liberian Entity (Local Bidders) | Proof of physical presence in Liberia (Local Bidders) | Must meet requirement | (Lease or Rental agreement or Land Deed) | |
| 1.7 | No debarment | CRS will perform this screening using its internal compliance tools. Supply Must not be debarred from CRS or any international donor. | Must meet requirement | Bridger verification showing “No Match Found” | |
| 2. Experience | |||||
| 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] | 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 three (3) years[3]. | Must make the declaration. | Form CON-3 ES Performance Declaration | |
| 4.2 (a) | Specific Construction Experience | Participation as Contractor, Management Contractor or Subcontractor, or Joint Venture in AT LEAST one (1) contract implemented for a registered company, INGO, Government or registered local organization.within the last five (5) years, with a minimum value of US$ 20,000 (twenty thousand USD). The contract MUST have been successfully or Substantially Completed (80% and above) and be similar in nature to the proposed works. Similarity shall be defined as the construction of WASH facilities. | Must meet requirement | Form EXP – 4.2 (a) with attachments (1 contract within the last 3 years and certificate of completion) | |
| 5.1 | Sectoral Clearance | WASH Sectoral Clearence from the National WASH Commission of Liberia (Local Bidders) | Must meet requirement | Valid WASH Sectoral Clearance Certificate. | |
Section IV. Evaluation Criteria
28. 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.29. Contents of Envelope No. 1: Eligibility & Minimum Qualification Requirements
Bidders MUST submit three (3) copies of the eligibility and administrative documents. Envelop No.1 should be structured as a single, comprehensive document that addresses all criteria listed as per Sub-clause 27. Mandatory Eligibility & Minimum Qualification Requirements.Note: Bidder can find a complete checklist in Annex 7. Mandatory Eligibility & Minimum Qualification Requirements Checklist.30. 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.31. 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 Latriness, and storey/high-rise structures. | 15 | Eligibility: 15 Points will be awarded for one additional contract. The contracts must meet subfactor 4.2 (a): contract with a minimum value of US$ 20,000, that has been successfully or substantially completed, and that are similar to the proposed works. Contracts MUST have been implemented for a Register Company, INGO, Government or Register Local organization. Compliant Evidence to validate an experienceContract along with the following (issued by the Client/Employer): a) A copy of the contracts, 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 allocationOne (1) Contract provided during 1 additional contract: 15 points | |||||||||||||||
| Tech02Technical MethodologyEach section will be evaluated based on clarity, relevance, feasibility, and alignment with project scope of work. | 20 | Annex 3 contains full detailed scoring. | |||||||||||||||
| Tech03Key Personnel assigned to the mission (Annex 4)– 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 Engineer proposed to have a bachelor’s degree with a minimum of five years of construction works of similar scale or larger. Construction Supervisor 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. Community Engagement Officer proposed to have a bachelor’s degree with a minimum of three 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 | Error! Reference source not found.Annex 5 contains full detailed scoring. | |||||||||||||||
| Tech05Environmental Health and Safety | 9 | Annex 6 contains full detailed scoring. | |||||||||||||||
| Total possible score | 70 |
32. Technical Scoring Protocol
The Evaluation Committee (EC) will assess proposals using two distinct scoring protocols:k. 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.l. 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.33. 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 (along with Annex 4).
- Tech04: Pre-Construction (Mobilization & Timeline)
- Tech05: Environmental Health and Safety.
34. Submission Format for Technical Proposal
All technical documents must be submitted as per instruction in subclause 3. Format of Submission.35. 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 (3) sequential checks. A bid may be rejected at any point in the process.m. 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.
n. Financial Scoring Formula
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
o. Final Score Calculation
The contract will be awarded to the bidder with the highest combined score, calculated based on the weighted technical score and the weighted financial score. The evaluation committee will consider both technical and financial criteria to determine the bidder that offers the best overall value for money, ensuring the required technical specifications are met while achieving cost-effectiveness. The final score for each bidder will be the sum of the technical score and financial score, with a maximum of 100 points.- Technical Score: Maximum 70 points
- Financial Score: Maximum 30 points
- Final Score = Technical Score + Financial Score
p. 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 Bidder with the highest final score.- Abnormal Low Threshold: A bid will be classified as a Potential Abnormally Low Offer (ALO) if the financial proposal is more than fifty percent (50%) below the Engineer’s Total Estimate (EE).
- ALO Procedure: If the bid 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.
q. Financial Viability Decision and Sequential review
For bid identified as an ALO or having Unbalanced Total Cost, CRS, in consultation with the Engineer 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 top ranked bidder financial proposal fails the ALO, the Committee shall proceed to review the next top ranked bidder by applying the same ALO check, continuing until a financially sustainable bid is confirmed.36. 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.37. 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 1) 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.
38. 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 WASH facilities Construction and address any questions or concerns the bidder may have before contracting.
39. 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
40. Scope of Works
This scope of work is to be undertaken by the selected construction contractor. It includes the construction and handover of four institutional latrines. The construction activities described in this Scope of Work shall be governed by the CRS Standard Construction Contract, Technical Specifications, Drawings, and Bill of Quantities. All referenced documents form an integral part of the Contract and shall be read together. Details of the scope of work include, but are not limited to, the following activities:1.1 Site ClearanceThis includes removing bushes and trees to allow access and undisturbed construction work. The Contractor shall prepare the site or other areas indicated on the drawings, bill of quantities, or as instructed by the CRS Program Manager or partner supervisors, by carrying out a general clearance of the ground and by removing trees to permit the proper execution of the works. Stumps and major roots shall be grubbed out, and all combustible material arising shall be gathered into windrows and burnt. The Contractor shall take precautions to prevent the spread of fire to adjacent land/property.1.2 Excavation1.2.1 Ground Levels and Measurement of ExcavationAfter having completed the removal of the topsoil and before commencing any other excavation, the Contractor shall take levels at frequent intervals and agree upon them with the CRS Program Manager or Partner Supervisor. The depth of excavations shall be taken as the depth from the ground surface to the levels designated on the drawings or bill of quantities, except that if the Supervisor's Representative instructs additional excavation below the required formation level, the extra depth shall be added to the direct measurement.1.2.2 Excavation – GeneralExcavation shall be carried out in such a manner and in such climatic conditions as to avoid damage to or deterioration of suitable material that is designated for incorporation in the works. Where excavation reveals a combination of suitable and unsuitable materials the Contractor shall, wherever the Supervisor's Representative considers it practicable, carry out the excavation in such a manner that the suitable material is excavated separately for use in the works without contamination by the unsuitable material. Suitable material that is rendered unsuitable by the operations of the Contractor due to non-compliance with the specification shall be run to spoil and replaced by an equal quantity of excavation from the works. The excavation shall proceed with such portions at one time as the Supervisor's Representative may direct. All excavated material shall be deposited so that it will cause no damage or inconvenience to the public.1.3 Materials for Concrete1.3.1 AggregatesAggregates shall be hard, clean, and free of all organic material. They should conform to the appropriate national standards. Samples of all aggregates to be used SHALL be brought to the Employer’s Representative for approval before use. Coarse aggregates SHALL be comprised of well-graded material between 6mm and 15mm in size. Sand used for concrete SHALL consist of hard material of size not less than 4mm and shall contain no more than 5% silt. Sand used for cement mortar shall be fine-grained and if required, shall be screened through a 3mm sieve.1.3.2 CementCement SHALL be normal Portland cement delivered in 50kg bags. The bags shall be in perfect condition when delivered to the site and SHALL be more than 3 months old at the time of use. All broken bags or bags showing evidence of dampness or caking SHALL be immediately removed from the site. Reuse of spilled cement is not permitted.1.3.3 Steel reinforcementPlain mild steel bars with dimensions specified in the bill of quantities/drawings SHALL be used for the reinforced columns, beams, lintels, slabs, and other purposes. The Contractor SHALL remove any loose rust from the bars by brushing with a steel brush.1.3.4 WaterThe Contractor SHALL provide all water needed on the site. Water used for mixing concrete SHALL be clean and of a quality suitable for drinking.1.3.5 ConcretingConcrete mixes The following concrete mixes are specified:| Use | Mix ratio | Coarse aggregate size |
| In-situ footing and floor (Plain) | 1:2:4 | < 38mm |
| In-situ beam (R.C) | 1:2:4 | < 19mm |
| Precast slabs (R.C) | 1:2:4 | < 19mm |
- Before the order to commence any works, the Contractor is required to implement the Environmental Management Plan (EMP) as agreed with the Senior Project Officer. The plan shall spell out how the Contractor should achieve environmental targets and objectives specified in the EMP (Excerpts available for reference). The plan shall include, to the extent practicable and reasonable, all steps to be taken by the Contractor to protect the environment in accordance with the current provisions of national environmental regulations and or the EMP established for this project.
- Notwithstanding the Contractor's obligation under the above clause, the Contractor shall implement all measures necessary to restore the sites to acceptable standards and abide by environmental performance indicators specified under the EMP to measure progress towards achieving objectives during execution or upon completion of any works. These measures shall include, but not be limited to the following:
- Minimize the effect of dust on the surrounding environment resulting from earth mixing sites, asphalt mixing sites, dispersing coal ashes, vibrating equipment, temporary access roads, etc. to ensure the safety, health, and protection of workers and communities living downwind of dust-producing activities.
- Ensure that noise levels emanating from machinery, vehicles, and noisy construction activities are kept at a minimum for the safety, health, and protection of workers within the vicinity of high noise levels and communities near rock-blasting areas.
- Ensure that existing water flow regimes in rivers, streams, and other natural or irrigation channels are maintained and/or re-established where they are disrupted due to civil works being carried out.
- Prevent bitumen, oils, lubricants, and wastewater used/produced during the execution of works from entering into rivers, streams, irrigation channels, and other natural water bodies/reservoirs, and also ensure that stagnant water in uncovered borrow pits is treated in the best way to avoid creating possible breeding grounds for mosquitoes.
- Upon discovery of ancient heritage, relics, or anything that might or be believed to be of archaeological or historical importance during the execution of works, a report SHALL be made of such findings to the National Commission on Culture or the body with such mandate in fulfillment of the measures aimed at protecting such historical or archaeological resources.
- Discourage construction workers from engaging in the exploitation of natural resources such as hunting, fishing, collection of forest products, or any other activity that might harm the social and economic welfare of the communities.
- Implement soil erosion control measures to reduce surface run-off and help to prevent siltation, etc.
- Ensure that garbage, sanitation, and drinking water facilities are provided in construction workers' camps.
- Ensure that in as much as possible, materials are utilized to avoid importation of foreign materials and long-distance transportation.
- Ensure public safety and meet traffic safety requirements for the operation of work to avoid accidents.
- The Contractor shall indicate the period within which he/she shall maintain status on site after completion of civil works to ensure significant perturbations arising from such works have been considered.
- The Contractor shall adhere to the proposed activity implementation schedule and the monitoring plan/strategy to ensure effective feedback of monitoring information to project management and the Director/EPA so that impact management can be implemented properly, and if necessary, adapt to changing and unforeseen conditions.
- If the Contractor fails to implement the approved Environmental Management Plan after written instruction by the CRS Senior Project Officer to fulfill his obligation within the requested time, the Client reserves the right to arrange through the CRS Officer for execution of missing action by a third party on account of the Contractor.
- All vessels (drums, containers, bags, etc.) containing oil/fuel/surfacing materials and other hazardous chemicals must be bound to contain spillage. All waste containers, litter, and any other waste generated during the construction shall be collected and disposed of at designated disposal sites in line with the Waste Management Regulations of the Environmental Protection Agency of Liberia.
- All worksites and campsites shall have appropriately improved latrines for use by workers and site visitors, and open defecation shall not be practiced on or around the worksites or campsites
- All drainage and effluent from storage areas, workshops, and campsites shall be captured and treated before being discharged into the drainage system in line with national Water Pollution Control Regulations (as appropriate).
- Used oil from maintenance shall be collected and disposed of appropriately at designated sites or be re-used or sold for re-use locally.
- Entry of runoff to the site shall be restricted by constructing diversion channels or holding structures such as banks, drains, dams, etc. to reduce the potential of soil erosion and water pollution.
- Construction waste shall not be left in stockpiles along the road. Waste and other excess materials shall be used for rehabilitating borrow areas and landscaping around the road.
- If other spoil disposal sites are necessary, they shall be located in areas, approved by the CRS Senior Project Officer in consultation with GoL partners, of low land use value and where they will not result in material being easily washed into drainage channels. Whenever possible, spoiled materials should be placed in low-lying areas and should be compacted and planted with species indigenous to the locality.
- Contractors will have to indicate the source of material such as gravel for concrete production, sand bedding of pipes, or any other purpose.
- Contractors shall obtain appropriate licenses/permits from relevant authorities to operate quarries or borrow areas.
- The location of quarries and borrow areas shall be subject to approval by relevant authorities including traditional authorities if the land on which the quarry or borrow areas fall in the traditional land and by the Environmental Protection Agency of Liberia.
- New Extraction sites shall not be located in the vicinity of settlement areas, cultural sites, wetlands, or any other valued ecosystem component and shall not be located less than 10km from such areas.
- New Extraction sites shall not be located adjacent to stream channels wherever possible to avoid siltation of river channels. Where they are located near water sources, borrow pits and perimeter drains shall surround quarry sites.
- New Extraction sites shall not be located in forest reserves. However, where there are no other alternatives, permission shall be obtained from the Ministry (ies) in charge of Lands, Forestry and Mines and an environmental impact study shall be conducted.
- New Extraction sites shall not be located on high or steep ground or in areas of high scenic value.
- Only sites that can easily be rehabilitated shall be chosen. Areas with minimal vegetation cover such as flat and bare ground or areas covered with grass only or covered with shrubs with a height of less than 1.5 m.
- New Extraction site boundaries shall be demarcated and marked to minimize vegetation clearing.
- Vegetation clearing shall be restricted to the area required for the safe operation of construction work. Vegetation clearing shall not be done more than three months in advance of operation.
- New Extraction sites shall not be located in archaeological areas. Excavations in the vicinity of such areas shall proceed with great care and shall be done in the presence of relevant regulatory staff.
- Stockpile areas shall be located in areas where trees can act as buffers to prevent dust pollution. Perimeter drains shall be built around stockpile areas.
- The Contractor shall deposit any excess material per the principles of the EMP at areas approved by local authorities and/or the Project Officer.
- The Contractor has in advance of the commencement of work clarified with the authorities, dumpsites, or areas for hazardous deposits of contaminated liquid and solid materials, that cannot be used any longer as backfill.
- To the extent practicable rehabilitate the site progressively so that the rate of rehabilitation is similar to the rate of construction.
- Always remove and retain topsoil for subsequent rehabilitation. Soils shall not be stripped when they are wet as this can lead to soil compaction and loss of structure.
- Topsoil shall not be stored in large heaps. Low mounds of no more than 1 to 2m high are recommended.
- Re-vegetate the stockpile to protect the soil from erosion, discourage weeds, and maintain an active population of beneficial soil microbes.
- Locate stockpiles where they will not be disturbed by future construction activities.
- To the extent practicable reinstate natural drainage patterns where they have been altered or impaired.
- Remove toxic materials and dispose them of in designated sites. Backfill excavated areas with soils or overburden that is free of foreign material that could pollute groundwater and soil.
- Identify potentially toxic overburden and screen with suitable material to prevent mobilization of toxins.
- Ensure the reshaped land is formed to be inherently stable, adequately drained, and suitable for the desired long-term land use and that would allow natural regeneration of vegetation.
- Minimize the long-term visual impact by creating landforms, which are compatible with the adjacent landscape.
- Minimize erosion by wind and water both during and after the process of reinstatement.
- Compacted surfaces shall be deep ripped to relieve compaction unless subsurface conditions dictate otherwise.
- Re-vegetate the area with plant species that will control erosion, provide vegetative diversity, and that will through succession; contribute to a stable and compatible ecosystem. The choice of plant species for rehabilitation shall be done in consultations with local research institutions, the forestry department, and the local people, as they will be the long-term beneficiaries.
- The Contractor in advance of the construction work shall ensure all staff are equipped with appropriate PPEs (hard helmets, steel-toe boots, gloves, goggles, nose guards, etc.) that should be worn while on site. Spare PPEs (hard helmets, nose guards, and goggles) should be made available on-site for use by visitors and other inspection teams. Also, first aid kits should be available on-site to take care of minor injuries that may be inflicted due to the execution of work by field staff. There must be at least one staff on site always, with training on basic health and safety practiced.
- Adequate road signs to warn pedestrians and motorists of construction activities, diversions, etc. shall be provided at appropriate points.
- Construction vehicles shall not exceed a maximum speed limit of 40km per hour.
- Construction Completion: Completion of all components of the latrines construction in accordance with the approved drawings, technical specification, and bill of quantities.
- Hand Pump Rehabilitation: Rehabilitation of the Massatine Public School's existing hand pump.
- Warranty: Covering the defects liability period (6 months).
41. Deliverables Schedule
The works specified in the scope of work shall be completed within 60 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.42. 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 s, blank Bill of Quantities are shown in excel file and the Specification in pdf file.Section VII. Bid Forms
Application Submission FormDate: [Insert day, month, year] RFP No. and title: 2008064 – Latriness Construction To: CRS Liberia We, 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 Latrines in Massatine Town, Grand Cape Mount County Community.
- 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 an Advance Payment Guarantee equivalent to the proposed advanced amount of thirty percent (30%) 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 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.
- 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 a debarment imposed by CRS 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.
- 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]
| 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 CRS Private 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 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] | |
| 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. 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 2. 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 3. 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 | 2 | 2 Pt: Max 1 page. Identifies the 3 highest cost/risk items in the BoQ/Drawings and provides a specific mitigation statement for each. | 1.5 Pt: Max 1 page. Identifies the 3 highest risk items, but mitigation is generic. | 1 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 | 2 | 2 Pt: Identifies 3 or more unique, site-specific constraints that were not explicitly listed in the RFP. | 1.5 Pt: Identifies and discusses all major constraints listed in the RFP documents. | 1 Pt: Discusses only generic construction risks without site-specific analysis. | Section is missing, or analysis is copied boilerplate. |
| II. Core Execution Plan (13 Pts) | |||||
| 5. Technical Approach: Soundness of Methodology | 6 | 6 Pts: The methodology is structured, detailed all major phases and linked directly to the schedule/Gantt chart. | 4.5 Pts: The methodology is logical and complete but structured around major phases only. | 2.5 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 | 3 | 3 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. | 2 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. |
| 8. Materials Procurement Plan | 3 | 3 Pt: Includes a detailed, sequenced list of all long-lead time items with clear, confirmed sourcing, and required delivery dates. | 2 Pt: Lists major materials and components but does not specifically detail the long-lead time items or their lead times. | 1 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. |
| III. Interface and Control (3 Pts) | |||||
| 12. Progress Monitoring | 2 | 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 the Community-Based Enterprise (CBE) | 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 4. Tech03 – Key personnel (format of Biodata)
Give the detailed information of the key personnel who are scheduled to be assigned as full-time field staff for the project. Fill up a form for each key personnel. - Authorized Managing Officer / Representative - Sustained Technical Employee- Name : ____________________________________________
- Date of Birth : ____________________________________________
- Nationality : ____________________________________________
- Education and Degrees :_______________________________________
- Specialty : ____________________________________________
- Registration : ____________________________________________
- Length of Service with the Firm :___ Year from___ (months) _____ (year) To ____ (months) _____ (year)
- Years of Experience : ____________________________________________
- If Item 7 is less than five (5) years, give name and length of service with previous Clients for a five (5)-year period (attached additional sheet/s), if necessary:
- Languages : ____________________________________________
Annex 5. Tech04 - Pre-Construction (Mobilization & Timeline)
| 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 | 6 | 6.0 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. | 4 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. |
| 3. Contract Duration Feasibility | 4 | 4.0 Pts: The proposed contract duration is demonstrably less than the maximum period allowed in the RFP and the methodology (Tech02) justifies the accelerated schedule. | 2 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. Environmental Management Plan | 4 | 4.0 Pts: Details a specific, measurable plan for managing MINI STAND-ALONE LATRINESS-specific waste management that includes segregation, authorized disposal sites, and monitoring procedures. | 2 Pts: Provides a detailed plan for managing standard construction waste and addresses dust/noise mitigation. | 1 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 environmental regulations. |
| 3. Social/Safeguarding Plan (Inclusion & Risk) | 5 | 5.0 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. | 3 Pts: Includes a Code of Conduct and a basic plan for managing community complaints or grievances (Grievance Redress Mechanism, GRM). | 1.75 Pts: General commitment to 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 CRS Private Fund social safeguarding requirements (e.g., GBV, child labor). |
| TOTAL | 9 Pts |
Annex 7. Eligibility & Minimum Qualification Requirements Checklist
| # | Required Document | Applicable to | Evaluation Stage |
| 1 | Application Submission Form Acknowledge, stamp and sign | All Bidders | Eligibility & Contractual Compliance |
| 2 | Business Registration Certificate OR equivalent AND Valid Tax Clearance Certificate OR equivalent | All Bidders | 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. | All Bidders | Eligibility & Contractual Compliance |
| 4 | Declaration of Absence of Conflict of Interest Acknowledge, stamp and sign (Form CoI – 1.3) | All Bidders | Eligibility & Contractual Compliance |
| 5 | Articles of Incorporation OR equivalent | All Bidders | Eligibility & Contractual Compliance |
| 6 | Ministry of Public Works Construction Company Certificate, category (B.1 - B.12) | Local Registered Liberian Bidders | Eligibility & Contractual Compliance |
| 7 | Association of Liberian Construction Contractors (ALCC) Certificate | Local Registered Liberian Bidders | Eligibility & Contractual Compliance |
| 8 | Physical presence of Registered Liberian Entity (Lease or Rental agreement or Land Deed) | All Bidders | Eligibility & Contractual Compliance |
| 9 | Historical Contract Non-Performance Acknowledge, stamp and sign (Form CON – 2) | All Bidders | Minimum Qualifications Requirements (MQR) |
| 10 | Environmental and Social (ES) Declaration Acknowledge, stamp and sign (Form CON – 3) | All Bidders | Eligibility & Contractual Compliance |
| 11 | Average Annual Construction Turnover Acknowledge, stamp, and sign with copies of financial statements within the last 5 years (Form FIN – 3.2) | All Bidders | Minimum Qualifications Requirements (MQR) |
| 12 | Specific Construction Experience with at LEAST 1 (additional contract will grant points during Technical Evaluation) contracts within the last 5 years (Form EXP – 4.2 (a)) Acknowledge, stamp and sign | All Bidders | Minimum Qualifications Requirements (MQR) |
| 13 | WASH Sectoral Clearence from the National WASH Commission of Liberia | All Bidders | Eligibility & Contractual Compliance |
Section VIII. Payment Schedule
PAYMENT SCHEDULE This PAYMENT Schedule defines the Contractor's obligations to complete the Works in Milestones (Sections) and corresponding payment percentages for the Works.| Milestone No. | Description of Works/Deliverable | Indicative Completion Date | Payment % | Withholding tax | Remarks |
| 1 | Advance Payment:- After the signing of contract and the submission of a advance payment guarantee approved by CRS | May 2026 | 30% | ||
| 2 | Foundation Work and Septic Tanks construction:- Completion of Septic - Completion of all foundation works - Completion of floor slab | May 2026 | 25% | ||
| 3 | Super Structure- Completion of superstructure block walls - Completion of roofing - Completion of plastering - Plumbing works - Completion of tiling | June 2026 | 20% | ||
| 4 | Finishing:- Installation of doors and Colombo’s - Construction of Ram - Rainwater Collection system - Painting - Finishing and rendering - Testing and commissioning | July 2026 | 15% | ||
| 5 | Retention will be withheld until after the defect and liability period | Dec 2026 | 10% |
Section IX. Drawings
Section X. Bill of Quantities
[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 CRS may use this information to seek further information or clarifications during the bidding stage and the associated due diligence. 3 days ago
Invitation to Tender: ICT Server Procurement
Plan International is an independent development and humanitarian organization that advances children’s rights and equality for girls. We support children’s rights from birth until they reach adulthood. We also enable children to prepare for and respond to crises and adversity. Using our reach, experience, and knowledge, we drive changes in practice and policy at local, national, and global levels.
We have been building powerful partnerships for children for over 75 years and are active in more than 70 countries.
Plan International Liberia intends to upgrade its Local Infrastructure to remain on level with changes in technology; there is a need to improve and provide centralized data Management, enhanced security, improve system reliability by providing scalable resource sharing within our local networks. This will allow us to register all our servers in the global SOCS management systems to prevent cyber-threats and potential vulnerability. To enhance this, Plan International Liberia is procuring Four (4) Physical servers and Three (3) uninterrupted Power Supply (UPS) for its offices in Liberia.
Interested bidders can request the comprehensive tender document by emailing liberia.procurementinfo@plan-international.org
Bidders are expected to submit physical copies of their bids by or before 10th April 2026 @ 12:30pm at the address below.
Plan International Liberia Country Office
Fish Market Community,
Tubman Boulevard, Monrovia
Contact: 0770009000/0770009133.
All bids submitted after the deadline as indicated above will be rejected. The bid opening is scheduled for April 14, 2026, at 2:00 pm.
Each Bidder must submit only one offer. Submitting more than one offer, either by a single company or by two companies partially or fully owned by the same individual, will result in the disqualification of all involved parties without affecting the overall validity of the tender process.
Interested bidders can seek clarification on any aspect related to this by emailing liberia.procurementinfo@plan-international.org before April 6, 2026. All communication regarding this process must include the LBR_STA_ITT_SP_029
John Mbusa
Head of Operations / Deputy Country Director
Plan International Liberia
4 days ago
The Deputy Vice President for Academic Affairs
Cuttington University School of Graduate & Professional Studies located in Congo Town, Tubman Boulevard has vacancy for the following positions:Job Title: The Deputy Vice President for Academic Affairs Qualification: Master Degree or Doctorate Degree Experience: 10 years of working experience or above, in this discipline Responsibilities:
- Reporting to the Vice President of the Graduate School, the Deputy Vice President for Academic Affairs will support and assist in the leadership, management, and day-to-day oversight of the Academic matters at the Graduate School.
- Provide input into academic initiatives and work with Deans, faculty and other administrators to attain high quality student success rate.
- Work along with the deans to ensure adequate planning, and implementation of all academic programs.
- Oversee the planning of the academic calendar.
- Ensure that all academic records are properly documented and secured.
- Provide oversight in the sourcing of faculty, and recommending same to the Vice President for recruitment.
- Develop and implement the appraisal process of all lecturers and academic staff.
- Work closely with the administration to ensure that all support services and facilitates for implementing academic programs are secured and properly utilized.
- Promote the scholarship and overall professional development of faculty.
- Work with Deans to involve research programs for promoting academic excellence.
- Lead project proposals development to solicit funding, for activities of the University.
- Perform related tasks as may be instructed by the Vice President for Graduate School.
CUTTINGTON UNIVERSITY
4 days ago