Tender Notice: Request for Quotation for refurbishment TES Activities – REACH (Re-launch)

February 26, 2026
Application ends: March 5, 2026

Apply for this job

Job Description

Tender Name:  Request for Quotation for refurbishment TES Activities – REACH (Re-launch)
Project: Reach Malaria project
 
Tender Number: SL5343 refurbishment
Published on 26th February 2026
Deadline Submission date: 5th March 2026, 2:00 PM GMTEvaluation Method: Quality and Cost Based Selection
 
If you have any questions, please contact: SL_Procurement@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 02nd March 2026- before 2:00 PM with tender number and description on it (SL5343_Refurbishment TES Activities – REACH (Re-launch) to CRS head office located at 6 Jagiko Drive Hill Station, Freetown.

2. 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 (SL5343_Refurbishment TES Activities – REACH (Re-launch) The file should not exceed 15 MBs.

For further information about CRS office address please contact: SL_Procurement@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:

ÿ        Offers must be received before the stated deadline.

ÿ        Valid Business Registration Certificate

ÿ        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 VerificationThe 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:ÿ        Valid NASSIT certificate or payment receipt for the last 3 months.ÿ        Valid Copy of City council registration certificateÿ        Copy of 15% GST registrationThe 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 DocumentationThe 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/NDESCRIPTION OF ITEMQUANTITYUNIT
ELECTRICAL INSTALLATION
1 4-way main switch                                                 6 Pcs
2 200amp Change Over                                                 1 Pcs
3 A/C Switch3 Pcs
4 13amp Socket6 Pcs
5 Complete Installation of A/C Fitting1 Unit
6 Two gang switch6 Pcs
7 Led Centre Light4 Pcs
8 Extension2 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/NDESCRIPTION OF ITEMQUANTITY
PLUMBING
1Inspection work to be carried out to easy the flow of water into the lab : “Proposedly Provision”1Lump Sum
Total
S/NDESCRIPTION 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/NDESCRIPTION OF ITEMQUANTITY
WINDOW COTTON
14 Window Cotton single                                                 6 pcs
15 Window Cotton Double                                                 6 pcs
Total
S/NDESCRIPTION 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
ITEMSDESCRIPTIONQUANTITYUNIT
ElectricalReplacement and repair if lighting fixtures and fitting to enhance illumination50pcs
PlumbingChanging and repairing of plumbing fitting and fixtures to enhance he sanitary (Water flow)1Pcs
Wooden WorkRepair and maintenance of wooden furniture and to designed new71pcs
Window CottonsTo enhance privacy12Set
PaintingBeautifying the aesthetic looks of the walls13pcs
ContingenciesUncertaintyLump SumLump Sum
LaborLaborLump SumLump Sum

 

ElectricalReplacement and repair if lighting fixtures and fitting to enhance illumination50pcs
PlumbingChanging and repairing of plumbing fitting and fixtures to enhance he sanitary (Water flow)1Pcs
Wooden WorkRepair and maintenance of wooden furniture and to designed new71pcs
Window CottonsTo enhance privacy12Set
PaintingBeautifying the aesthetic looks of the walls13pcs
ContingenciesUncertaintyLump SumLump Sum
LaborLaborLump SumLump Sum

 

HANGA
BILLS OF QUANTITIES FOR REPAIR AND
MAINTENANCING OF TES SITE AT HANGA CHC
Completion Date
S/NDESCRIPTION OF ITEMQUANTITYUNIT
ELECTRICAL INSTALLATION
1L.E.D Light6Pcs
213amp Socket Double6Pcs
3One Gang Switch6Pcs
44mm Twin Cable1Pcs
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/NDESCRIPTION OF ITEMQUANTITY
PLUMBING
1Inspection and maintenance carried Through the water circulating from the main tank to the lab facility1Lump Sum

 

Total
S/NDESCRIPTION OF ITEMQUANTITY
WOODEN WORK
4Drawer lock10pcs
5Drawer Handle10pcs
8Fiber (Formiaka) 240cmx120cm4pcs
Total
S/NDESCRIPTION OF ITEMQUANTITY
PAINTING
1Golden Brown Gallon4
2White Paint Gallon2
Total
S/NDESCRIPTION OF ITEMQUANTITY
TILING
1600×600 floor Tile Cartoon10
2Grouts Packet8
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
ITEMSDESCRIPTIONQUANTITYUNIT
ElectricalReplacement and repair if lighting fixtures and fitting to enhance illumination30pcs
PlumbingChanging and repairing of plumbing fitting and fixtures to enhance he sanitary ( Water flow)1Pcs
Wooden WorkRepair and maintenance of wooden furniture and to designed new24pcs
PaintingBeautifying the aesthetic looks of the walls6pcs
Tiling600*60025Carton

 

ContingenciesUncertaintyLump SumLump Sum
LaborLaborLump SumLump Sum

 

KALANGBA
BILLS OF QUANTITIES FOR REPAIR AND
MAINTENANCING OF TES SITE AT KALANGBA CHC
Completion Date:
S/NDESCRIPTION OF ITEMQUANTITYUNIT
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 double6Pcs
10L.E.D Light Center6Pcs
11One gang Switch7Pcs
Total
S/NDESCRIPTION OF ITEMQUANTITY
PLUMBING
1Solvent4Tin
2Sink Tap2pcs
3¾ Non Return Pipe6pcs
4¾  Adaptor5pcs
5Non Return Valve4pcs
Total
S/NDESCRIPTION OF ITEMQUANTITY
WOODEN WORK
1Stool Lab (50cmx50cmx98cm)3pcs
2Lab Bench (40cmx2050cm)3pcs
3Microscope1pcs
4Drawer lock12pcs
5Table on Maintenance 150cmx80cmx90cm3pcs
6Door Locks12pcs
7Celotex 240cmx120cm6pcs

 

8Fiber (Formika) 280cmx130cm4pcs
Total
S/NDESCRIPTION OF ITEMQUANTITY
FURNITURE
1Office Table 150cmx80cmx90cm2
2Dining Chair4
3Still Long Bench 40cmx250cm2
4Chairs 50cmx50cm/90cm x50cm3
Total
S/NDESCRIPTION OF ITEMQUANTITY
WINDOW COTTON
1Single Rod3
2Single Cotton Materials3
3Double Rod3
4Double Cotton Material3
5Door locks (Kale)2
Total
S/NDESCRIPTION OF ITEMQUANTITY
TILING
1600 X 600 Floor Tile2Carton
SUMMARY
BILLS OF QUANTITY FOR REPAIR AND MAINTENANCE OF TES SITE AT KALANGBA CHC
ITEMSDESCRIPTIONQUANTITYUNIT
ElectricalReplacement and repair if lighting fixtures and fitting to enhance illumination59pcs
PlumbingChanging and repairing of plumbing fitting and fixtures to enhance he sanitary ( Water flow)21Pcs
Wooden WorkRepair and maintenance of wooden furniture and to designed new44pcs

 

8Fiber (Formika) 280cmx130cm4pcs
Total
S/NDESCRIPTION OF ITEMQUANTITY
FURNITURE
1Office Table 150cmx80cmx90cm2
2Dining Chair4
3Still Long Bench 40cmx250cm2
4Chairs 50cmx50cm/90cm x50cm3
Total
S/NDESCRIPTION OF ITEMQUANTITY
WINDOW COTTON
1Single Rod3
2Single Cotton Materials3
3Double Rod3
4Double Cotton Material3
5Door locks (Kale)2
Total
S/NDESCRIPTION OF ITEMQUANTITY
TILING
1600 X 600 Floor Tile2Carton
SUMMARY
BILLS OF QUANTITY FOR REPAIR AND MAINTENANCE OF TES SITE AT KALANGBA CHC
ITEMSDESCRIPTIONQUANTITYUNIT
ElectricalReplacement and repair if lighting fixtures and fitting to enhance illumination59pcs
PlumbingChanging and repairing of plumbing fitting and fixtures to enhance he sanitary ( Water flow)21Pcs
Wooden WorkRepair and maintenance of wooden furniture and to designed new44pcs

 

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:

 

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