Request for Proposal for refurbishment TES Activities – REACH (Re-launch)

March 12, 2026
Application ends: March 17, 2026

Apply for this job

Job Description

Tender Name:  Request for Proposal for refurbishment TES Activities – REACH (Re-launch)

Project: Reach Malaria project

Tender Number: SL5376 refurbishment

Published on 12th March 2026

Deadline Submission date: 17th March 2026, 2:00 PM GMT

Evaluation Method: Quality and Cost Based Selection

Type of Contract: Fixed price Contract

If you have any questions, please contact: sierraleonerfq@crs.org 

 

Delivery Instructions:  

Interested vendors may submit their bids via one of the following methods: 

  1. Sealed envelope

Bidders can submit their proposals in two (2) separate sealed envelopes, enclosed in an outer sealed clearly labeled with the RFQ reference number:

  • Envelope No. 1: Mandatory Administrative Eligibility (Pass/Fail)
  • Envelope No. 2: Financial Proposal

Complete, stamped and signed offer to be delivered in sealed envelope on or before 17th March 2026- before 2:00 PM with tender number and description on it (SL5376_Refurbishment TES Activities – REACH (Re-launch) to CRS head office located at 6 Jagiko Drive Hill Station, Freetown.

  1. Online application

Bidders must submit two (2) separate ZIP files corresponding to:

  • ZIP File 1: Mandatory Administrative Eligibility (Pass/Fail)
  • ZIP File 2: Financial Proposal

Online application must be submitted by email to SL.bids@crs.org on (SL5376_Refurbishment TES Activities – REACH (Re-launch) The file should not exceed 15 MBs.  

For further information about CRS office address please contact: sierraleonerfq@crs.org 

 

Payment Terms 

  1. Quotation should remain valid for a period of at least ninety (90) days from the submission closing date.  
  2. Payment shall be after delivery, within 30 working days of receiving correct & detailed invoice. 
  3. Payment shall be via bank transfer or check. 
  4. Payment shall be made upon verification and acceptance of goods per purchase order and upon presentation of correct, itemized invoices. 

 

Acceptance of Payment Terms 

Do you accept the above payment terms? 

Yes 

No 

Bid Requirements  

Offers that do not meet the following will be automatically rejected regardless of price: 

1. The vendor should sign and stamp next to handwritten corrections or corrections made with whiteout.   

2. Offers must be complete, signed in a clear date and stamped on all pages.  

3. Clear Specification of Items quoted for must be included

Multiple Locations
This Request for Proposals covers refurbishment works at three (3) locations: Jembeh CHC, Hanga CHC, and Kalangban CHC.

Bidders may submit a quotation covering one, two, or all three locations.

Where a bidder submits a quotation for more than one location, the work shall be implemented simultaneously, not sequentially, in order to meet project timelines.

Mandatory Administrative Eligibility(pass/fail)

Bidder must submit the following mandatory administrative documents at the time of bid submission: 

  • Offers must be received before the stated deadline.  
  • Valid Business Registration Certificate 
  • Current NRA Tax clearance certificate or payment receipt for the last 3 months.

Failure to submit either of the above documents at bid submission will result in the bid being declared non-responsive and excluded from evaluation.

Mandatory Technical Compliance (pass/fail)

Bidders that pass the administrative eligibility stage must meet the following mandatory technical requirements.

Failure to meet any of the requirements below will result in the bid being declared technically non‑responsive and excluded from further evaluation.

The bidder must commit to completing the works within a maximum of ten (10) calendar days from contract award.

Bids proposing a delivery period exceeding 10 days, or failing to clearly state the delivery period, will be considered technically non‑responsive.1. Completion Date

Technical Evaluation

Bidder that passes the administrative eligibility stage will be technically evaluated following the procedure below.

Total Technical score: 40 points

Minimum Qualifying Technical Score: 15 points. 

1. Past experience (20 points)

Supplier’s experience for which the bidder has applied (Similar experience (renovation, refurbishment and any other building experience)

Evidence used: certificates of completion signed by clients

• 2 certificates of completion signed by the client: 10 points

• 1 certificate of completion signed by the client: 5 points

• 0 certificate of completion signed by the client: 0 points

2. Completion date (15 points)

Among technically responsive bids, the bidder proposing the shortest delivery time will receive the full 15 points.

Other bidders will be scored proportionally based on their proposed delivery time relative to the shortest delivery time.

Evidence used: Date provided in the BoQ

3. Location / Local Presence:

Preference will be given to bidders with an established operational presence in Jembeh, Hanga, or Kalangban, to facilitate supervision, rapid response, and coordination during implementation.

Bidders with an operational presence in the above locations will receive the full 5 points.

Other bidders will receive 0 points.

Operational presence means a functioning office, workshop, or permanent staff based in the location.

Evidence used: Any ONE of the following is sufficient:

1. Utility bill (electricity/water) for an office/workshop in Jembeh, Hanga, or Kalangban OR

2. Lease or tenancy agreement for premises in the location OR

3. Letter from local authority / city council confirming presence OR

4. Photos of the office/workshop clearly

Financial Evaluation (60 points)

The lowest-priced proposal will receive the full 60 points. Other proposals will be scored proportionally based on their price relative to the lowest bid.

Overall Score

The total score for each bidder will be the sum of the technical and financial score as such: Technical + Financial. The contract will be awarded to the bidder with the highest combined score.

Pre‑Award Administrative Verification

The following documents are required prior to contract signature or issuance of a Purchase Order and will be verified during pre-award due diligence for the successful bidder:

  • Valid NASSIT certificate or payment receipt for the last 3 months.
  • Valid Copy of City council registration certificate 
  • Copy of 15% GST registration

The successful bidder will be required to submit these documents within ten 48 hours after notification of award. Failure to regularize pre-award administrative requirements may result in cancellation of the award and award to the next ranked bidder. Upon written request and for justified reasons, CRS may grant a one-time extension of up to 24 hours.

Additional Contractual Documentation

The successful bidder may be required to submit additional contractual documents prior to contract/purchase order signature, including but not limited to:

  • CRS Code of Conduct for Supplier.
  • Vendor Declaration Form.

 

  

Company name:    

 

Legal address:   

 

Telephone Number:   

 

Email:    

 

Representative Name:   

 

City council registration certificate Number:    
15% GST registration Number:   
Delivery Period
Warranty Period
Do you have partnerships with any other companies (such as shared management / staff / office / bank account)?  Do you 

cooperate with any other companies in preparing offers or providing of goods or services?  

 
If the answer for previous question is yes, please provide details here including the names of partner companies.   
Other comments:   
Signature 

 

 
Date 

 

 

 

Multiple Locations
This Request for Proposals covers refurbishment works at three (3) locations: Jembeh CHC, Hanga CHC, and Kalangban CHC.

Bidders may submit a quotation covering one, two, or all three locations.

Where a bidder submits a quotation for more than one location, the work shall be implemented simultaneously, not sequentially, in order to meet project timelines.

 

Jembe Community Health Center
BILLS OF QUANTITIES FOR REPAIR AND 
MAINTENANCING OF TES SITE AT JEMBE CHC
Completion Date: 
S/N DESCRIPTION OF ITEMQUANTITY UNIT
ELECTRICAL INSTALLATION 
1 4-way main switch                                                  6  Pcs 
2 200amp Change Over                                                   1  Pcs 
3 A/C Switch  Pcs 
4 13amp Socket  Pcs 
5 Complete Installation of A/C Fitting 1   Unit  
6 Two gang switch 6   Pcs 
7 Led Centre Light  Pcs 
8 Extension   Pcs 
9 Cable 2.5mm roll                                                  1  Pcs 
10 Cable 1.5mm roll                                                  2  Pcs 
11 Standing fan                                                  2  Pcs 
12 13amp Socket Double                                                  6  Pcs 
13 3 Gang Switch                                                  6  Pcs 
14 Led Centre Light                                                  5  Pcs 
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
PLUMBING 
1Inspection work to be carried out to easy the flow of water into the lab : “Proposedly Provision” 1Lump Sum 
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
WOODEN WORK 
1 Leakages removing of Zinc and sealing replacing Celotex                                                12  pcs 
2 28mm  Gauge zinc                                                  1  Bundle  
3 Celotex  120cmx240cm                                               18  pcs 
4 Fillet bundle 5cmx370cm                                                  3  pcs 
5 Lab stool 50cmx50cmx90cm                                                  3  pcs 
6 Office Table 150cmx80cmx90cm                                                  2  pcs 
7 Changing drawer locks and cupboard wall shelf                                                     1  pcs 
8 Office dining Chair 50cx50cm/90cmx50cm                                                  5  pcs 
9 Centre table maintenance 150x80x90c                                                  1  pcs 
10 Fiber (Formica) 280cmx130cm                                                   6  pcs 
11 Window guard 120cmx120cm                                                  3  pcs 
12 Rubber Mat Rug                                                  2  pcs 
16 Wired Nail                                                   1  Carton 
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
WINDOW COTTON 
14 Window Cotton single                                                  6  pcs 
15 Window Cotton Double                                                  6  pcs 
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
PAINTING 
1Emotion paint drum (Sandstone)3Gallon 
2Oil paint gallon4Gallon 
3Emotion paint  (weather shield)6Gallon 
Total 
SUMMARY 
BILLS OF QUANTITY FOR REPAIR AND MAINTENANCE OF TES SITE AT KALANGBA CHC
ITEMS DESCRIPTION QUANTITY UNIT 
Electrical Replacement and repair if lighting fixtures and fitting to enhance illumination  50pcs
Plumbing Changing and repairing of plumbing fitting and fixtures to enhance he sanitary (Water flow) 1Pcs
Wooden Work Repair and maintenance of wooden furniture and to designed new 71pcs
Window Cottons To enhance privacy 12Set
Painting Beautifying the aesthetic looks of the walls13pcs
Contingencies Uncertainty Lump SumLump Sum 
Labor Labor Lump SumLump Sum 

                

     

HANGA
BILLS OF QUANTITIES FOR REPAIR AND 
MAINTENANCING OF TES SITE AT HANGA CHC
Completion Date
S/N DESCRIPTION OF ITEMQUANTITY UNIT
ELECTRICAL INSTALLATION 
1L.E.D Light6Pcs
213amp Socket Double6Pcs
3One Gang Switch6Pcs
44mm Twin Cable 1Pcs
5A/C Switch `4Pcs
6Installation of A/C Unit1Unit
72.5 mm Cable Roll2Pcs
81.5 mm Cable Roll2Pcs
10L.E.D Light Center2Pcs
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
PLUMBING 
1Inspection and maintenance carried Through the water circulating from the main tank to the lab facility 1Lump Sum 
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
WOODEN WORK 
4Drawer lock 10pcs
5Drawer Handle 10pcs
8Fiber (Formiaka) 240cmx120cm4pcs
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
PAINTING 
1Golden Brown Gallon 4 
2White Paint Gallon 2 
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
TILING 
1600×600 floor Tile Cartoon 10 
2Grouts Packet 8 
3Bag of cements  50kg6 
4Water By Liters  ( 1000 Lits)1 
Total 
SUMMARY 
BILLS OF QUANTITY FOR REPAIR AND MAINTENANCE OF TES SITE AT KALANGBA CHC
ITEMS DESCRIPTION QUANTITY UNIT 
Electrical Replacement and repair if lighting fixtures and fitting to enhance illumination  30pcs
Plumbing Changing and repairing of plumbing fitting and fixtures to enhance he sanitary ( Water flow) 1Pcs
Wooden Work Repair and maintenance of wooden furniture and to designed new 24pcs
Painting Beautifying the aesthetic looks of the walls6pcs
Tiling 600*600 25Carton 
Contingencies Uncertainty Lump SumLump Sum 
Labor Labor Lump SumLump Sum 

                                               

 

KALANGBA 
BILLS OF QUANTITIES FOR REPAIR AND 
MAINTENANCING OF TES SITE AT KALANGBA CHC
Completion Date: 
S/N DESCRIPTION OF ITEMQUANTITY UNIT
ELECTRICAL INSTALLATION 
1L.E.D Light8Pcs
213amp Socket Double8Pcs
3One Gang Switch6Pcs
4Two Gang Switch8Pcs
5A/C Switch `6Pcs
6Installation of A/C Unit1Unit
72.5 mm Cable Roll1Pcs
81.5 mm Cable Roll2Pcs
913 amp Socket double 6Pcs
10L.E.D Light Center6Pcs
11One gang Switch7Pcs
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
PLUMBING 
1Solvent4Tin
2Sink Tap2pcs
3¾ Non Return Pipe6pcs
4¾  Adaptor 5pcs
5Non Return Valve4pcs
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
WOODEN WORK 
1Stool Lab (50cmx50cmx98cm)3pcs
2Lab Bench (40cmx2050cm)3pcs
3Microscope1pcs
4Drawer lock 12pcs
5Table on Maintenance 150cmx80cmx90cm3pcs
6Door Locks12pcs
7Celotex 240cmx120cm6pcs
8Fiber (Formika) 280cmx130cm4pcs
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
FURNITURE 
1Office Table 150cmx80cmx90cm2 
2Dining Chair 4 
3Still Long Bench 40cmx250cm2 
4Chairs 50cmx50cm/90cm x50cm3 
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
WINDOW COTTON 
1Single Rod 3 
2Single Cotton Materials3 
3Double Rod3 
4Double Cotton Material 3 
5Door locks (Kale)2 
Total 
S/N DESCRIPTION OF ITEMQUANTITY  
TILING 
1600 X 600 Floor Tile   2Carton
SUMMARY 
BILLS OF QUANTITY FOR REPAIR AND MAINTENANCE OF TES SITE AT KALANGBA CHC
ITEMS DESCRIPTION QUANTITY UNIT 
Electrical Replacement and repair if lighting fixtures and fitting to enhance illumination  59pcs
Plumbing Changing and repairing of plumbing fitting and fixtures to enhance he sanitary ( Water flow) 21Pcs
Wooden Work Repair and maintenance of wooden furniture and to designed new 44pcs
Furniture Purchase of new office Furniture11pcs
Window Cottons To enhance privacy 14pcs
Tiling 600*600 2Carton 
Contingencies Uncertainty Lump SumLump Sum 
Labor Labor Lump SumLump Sum 

 

Attachment (1) – Specification 

 

 

Attachment (2) – Code of Conduct

 Supplier / Service Provider Code of Conduct  

 

Catholic Relief Services (CRS) has committed to the principles of responsible sourcing, and we expect our suppliers and service providers to fully follow the applicable contractual obligations to include CRS terms & conditions, local and relevant/otherwise applicable laws and to adhere to internationally recognized environmental, social, and corporate governance standards. We also expect our suppliers to implement these standards with their suppliers and subcontractors, as inspired by the United Nations Global Compact initiative, the United Nations Guiding Principles and Human Rights, the International Labor Organization’s Declaration on Fundamental Principles and Rights at Work, ETI Base Code, and applicable CRS’ Policies, Procedures and Standards

 

1) SOCIAL 

  • Prohibit all forms of harassment, sexual harassment, exploitation and abuse, including sexual exploitation and abuse, and trafficking in persons.  All sexual activity with a child, defined as person under the age of 18 years, is considered sexual abuse regardless of local age of consent. 
  • Have mechanisms in place to actively prevent, address, and respond to harassment, sexual harassment, exploitation and abuse, including sexual exploitation and abuse, and trafficking in persons. 
  • Support the protection of internationally proclaimed human rights and prohibit forced, bonded, and involuntary labor and child labor. 
  • Do not recruit or employ children under the age of 15 years. Do not recruit or employ children under 18 years for work that is mentally or physically dangerous or interferes with schooling. 
  • Treat employees with dignity and respect and supply a workplace that is safe and hygienic, complies with national laws, and is free from discrimination on the basis of race, gender, age, religion, sexuality, culture or disability. 
  • Provide accessible and confidential reporting mechanisms for employees and other stakeholders to report concerns or suspicions of any forms of harassment, abuse and exploitation described above and potentially unlawful practices by management or employees. 
  • Commit to protecting reporters or whistleblowers from retaliation. 
  • Uphold the freedom of association and the right to collective bargaining as set out within applicable laws. 
  • Ensure wages and working hours meet national legal standards. 

 

2) GOVERNANCE 

  • Abide by all applicable national and international trade laws and regulations including but not limited to antitrust, trade controls, and sanction regimes. 
  • Consider business integrity as the basis of business relationships. 
  • Prohibit all types of bribery, corruption, money laundering and terrorism financing 
  • Forbid gifts to private or public officials that aim to influence business decisions or otherwise encourage them to act contrary to their obligations. 
  • Respect the privacy and confidential information of all your employees and business partners as well as protect data and intellectual property from misuse. 
  • Have data protection and managements standards in place that address data collection, safeguarding, sanitation and disposal. The data owner is aware of the data provision terms and conditions and supplies consent as per CRS Responsible Data Values and Principles 
  • Implement a proper Compliance Management policy and procedure, which facilitate compliance with applicable laws, regulations, and standards. 

 

3) ENVIRONMENT 

  • Follow all applicable environmental, health and safety regulations. 
  • Promote the safe and environmentally sound development, manufacturing, transport, use and disposal of your products. 
  • Ensure by using proper management policies and procedures that product quality and safety meet the applicable requirements. 
  • Protect your employees’ and neighbors’ life and health, as well as the public at large against hazards inherent in your processes and products. 
  • Use resources efficiently, apply energy-efficient and environmentally friendly technologies and reduce waste, as well as emissions to air, water, and soil. 

Because CRS is a recipient of numerous grants or contracts provided by governmental, public, and private donors, all suppliers and service providers are hereby notified that other donor-specific compliance measures may be included in the legal instrument through which goods or services are procured. 

CRS reserves the right to conduct due diligence audits or assessments to ensure your compliance and will take reasonable steps to investigate or otherwise take appropriate action to address concerns. CRS reserves the right to terminate any relationship for non-adherence to the abovementioned requirements. 

Should you have any concerns or suspicions of any forms of harassment, abuse and exploitation described above and in CRS’ Safeguarding Policy, illegal or improper conduct, CRS requires you to report through any of the following channels: 

  • CRS Management 
  • CRS Whistleblower site: http://bit.ly/crshotline 
  • Email: alert@crs.org 
  • Phone/Skype: 1-866-295-2632 
  • Mail: (mark “Confidential”) Attention: General Counsel  

Catholic Relief Services 

228 W. Lexington Street 

Baltimore, MD 21201 

Ensuring the principles of sustainable development in our supply chain is important to CRS. We hope that as our partner you show your commitment via compliance with your own code of conduct or company policies that embrace these standards. 

In accepting business from CRS in the form of a purchase order, contract, or agreement, you are implicitly accepting your organization’s roles and responsibilities outlined in this document