The news is by your side.

View Job Vacancies

Consultancy
Monrovia
Posted 5 days ago

Design and Configuration of the Mano River Union Road Development & Transport Facilitation Programme (MRU 2 & 3) Projects funded by the African Development Bank in the Sun Accounting System under the Mano River Union Road Development & Transport Facilitation Programme (MRU/RDTFP) Phase III: Paving of Kelipo to Putuken (11.5km) & Putuken to John Davis Town (50km) Consultancy Services

Sector: Transport

Financing Agreement Reference:  ADF Loan No:2100150042947     

                                                           ADF Grant No:2100155041470  

                                                           ADF Loan No:5900150003351

Programme ID: P-Z1-DB0-209

February 27, 2025

The Government of the Republic of Liberia has received funds from the African Development Bank (AfDB) Group towards the cost of the Upgrading of the Mano River Union Road Development & Transport Facilitation Programme (MRU/RDTFP) Phase III: Paving of Kelipo to Putuken (11.5km) & Putuken to John Davis Town (50km) and intends to apply part of the proceeds for payments under the contract for the designing of MRU 2&3 projects into SunSystems Accounting Software for Reporting Purposes Consultancy Services.   

The Consultant is expected toensure the professional Design and Configuration of the Mano River Union Road Development & Transport Facilitation Programme (MRU 2 & 3) Projects funded by the African Development Bank in the Sun Accounting System with their respective reference data information to enable data capture and generate financial reports. Key activities to be carried out under the assignment includes: Designing the projects into the Subsystems accounting database to enable the generation of project’s financial statements, Running the SunSystems database utilities and choose the option to re-link the SunSystems data database and domain database, Loading available project life budget and annual budget for each funding source of each of the project stated above, train staff of PFMU in capturing data in Sun6 and generate the designed reports in vision, etc.

The Ministry of Public Works now invites eligible consultants (firms) to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (i) information detailing the company’s existence and areas of expertise (ii) list of similar assignments and experience in similar conditions, (iii) list of overall permanent and temporary staff in fields related to the assignment (iv) evidence of past performance (v) any other relevant information. Consultants may constitute joint-ventures to enhance their chances of qualification.

Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’s “Procurement Policy and Methodology for Bank Group Funded Operations” (BPM), dated October 2015”, using the Least Cost Selection (LCS) method which is available on the Bank’s website at http://www.afdb.org. The MPW is under no obligation to shortlist any consultant who expresses interest. The assignment is expected to be carried out for a period of nineteen (19) weeks.

Interested consultants may obtain further information at the address below during office hours 8:00 AM – 4:00 PM Monrovia Time. Detail information can be obtained from the Terms of Reference by clicking on this link below: https://docs.google.com/document/d/1HA8vGOtD08w0t00yo308nmBnCd8_xbnX/edit?usp=drive_link&ouid=106088255555837609669&rtpof=true&sd=true

Expressions of interest must be delivered to the address below by March14, 2025 at 3:00 PM Monrovia Time and mention “Expression of Interest for Design and Configuration of the Mano River Union Road Development & Transport Facilitation Programme (MRU 2 & 3) Projects funded by the African Development Bank in the Sun Accounting System under the Mano River Union Road Development & Transport Facilitation Programme (MRU/RDTFP) Phase III: Paving of Kelipo to Putuken (11.5km) & Putuken to John Davis Town (50km) Consultancy Services”. Interested consultants have the option to submit their EOIs in PDF format by email.

Mano River Union Road Development & Transport Facilitation Programme

Attn: Mr. Rawlings Baco Kesselly - Programme Coordinator

Ministry of Public Works, Lynch Street South, Monrovia, Liberia

Telephone: +231-886-844/839 / +231-776-844-839

Emails: [email protected]/[email protected]

 and [email protected]/[email protected]

Design and Configuration of the Mano River Union Road Development & Transport Facilitation Programme (MRU 2 & 3) Projects funded by the African Development Bank in the Sun Accounting System un...

Reference No: RREA/LIRENAP/O&M-01
Issue Date: February 19, 2025
Closing Date: March 10, 2025
 
Background
The Government of Liberia has received financing from the World Bank toward the cost of the Liberia Renewable Energy Access Project (LIRENAP). The project is being implemented by the Rural and Renewable Energy Agency of Liberia (RREA), an autonomous agency of the Government of Liberia with mandate to secure modern energy access for all in Liberia. For details on the RREA, please check https://rrealiberia.org/new/.
A component of LIRENAP appertains to decentralized electrification in Lofa County, Liberia, which mainly involves the construction of the Solar Power Plant mini-grid with the following characteristics: (i) 5.0 MW solar PV plant with a 7.0 MWh lithium-ion battery energy storage system (BESS), (ii) a 1.8 MW back-up diesel power plant; (iii) 135 km of 33 kV distribution lines; (iv) 235 km of low voltage distribution lines; (v) at least 10,317 service connections to provide access to electricity for about 50,000 people, including small businesses, associations, and public institutions in Lofa County, Republic of Liberia.
Objective(s) of the Assignment
The overall objective of this assignment is to operate and maintain the Lofa County hybrid mini-grid and its infrastructure for a period of 10 years with possible extension of up to 20 years, ensuring high-quality service with a minimum of 16 hours/day of operation for the first 18 months and 24 hours/day thereafter, maintaining an average service availability index (ASAI) of over 95%. At the end of the contract, the firm will transfer assets back to RREA. Additional duties include paying government fees through an affermarge arrangement, managing repairs and replacements, and fulfilling obligations outlined in Liberia's utility regulations and mini-grid codes.
 
Description of General Requirements
The private firm’s responsibilities will include but not be limited to the following:
Obtain required operation licenses from Liberia Electricity Regulatory Commission pursuant to the Electricity Mini-grid Code of Liberia (access here: Liberia Electricity Regulatory Commission | LERC)
Safeguard the T&D network and diesel power plant until commissioning of the Solar PV +BESS after which commercial operation starts
Operate and maintain the mini-grid and its associated infrastructure
Carry out repairs, major rehabilitations, replacement of parts for all assets in line with an approved business plan
Carry out studies to justify the necessity of expansion, renewal and extension of generation and distribution assets,
Commercially operate the mini-grid including the exclusive right to charge, collect revenues from customers and cover the cost for major rehabilitations and replacement of assets in line with an approved business plan,
Develop and implement an Operational Environmental and Social Management Plan (O-ESMP) to ensure compliance with environmental, health, safety, and social safeguard measures throughout the operation and maintenance of the mini-grid as the World Bank Standard.
Pay to relevant government institutions required fees, levies, and taxes as per law,
Mobilize financing (equity or debts) for working capital,
Transfer all mini grid assets back to RREA at the end of the O&M period.
Submission of Expressions of Interest
The RREA now invites qualified firms (“Operator”) to indicate their interest in providing the Services.  Interested Firms should provide information and documentary evidence to demonstrate that they have the required qualifications and relevant experience to perform the Services. The shortlisting requirements are:
 
Core line of business and years in business: 
The firm shall be registered/ incorporated as a firm with core business in the field of the assignment.
 
Qualification and Experience of the Firm
 Firm shall have  a minimum of 10 years of operational and maintenance experience as either the sole operator or a primary consortium partner for at least three hybrid mini-grids. These mini-grids should include   solar systems, with a total capacity of at least 2.0 MW, and/or serving a minimum of 6,000 active clients.
Proven ability to operate and maintain hybrid systems that combine solar, battery, and diesel technologies. The firm should demonstrate experience of working within Sub-Saharan Africa, in particular in rural areas, A demonstration of the successful completion of at least two similar assignments in the region will be an added advantage
 
Technical and managerial capability of the firm:
Operational and Technical Proficiency:
Extensive experience in Power Quality and Load Management for mini-grids.
Demonstrate proficiency in providing O&M services, including predictive maintenance, customer service, and connection expansion for mini-grid systems, ensuring client satisfaction and efficient system utilization
Demonstrate ability to address and manage power theft and commercial losses effectively, minimizing losses and ensuring sustainability
Demonstrate ability to expand household connections through innovative approaches
Demonstrate experience in leveraging finance for replication or expansion of the renewable energy mini grids
 Institutional and Managerial Strength:
The firm should demonstrate that they have a reputation for excellence, supported by a strong institutional capacity, technical expertise, and a robust managerial framework.
Evidence of a high-quality management system, supported by a team of competent technical staff.
Financial Capability:
Demonstrate financial capacity to manage the projected expenditures prior to collection of adequate revenues (estimated to be at least US$ 1 million).
Experience in investing in mini grids in developing countries, particularly in contexts where financial and technical challenges are prevalent.
 
Environmental and Social Requirements:
Interested firms must demonstrate their experience in integrating environmental and social sustainability into mini-grid operations by providing for each of their reference projects information on:
Compliance with environmental, social and safety regulations;
Engagement with stakeholders, mitigation of social impact, design and implementation of community benefit programs and handling of complaints;
Organization of waste management, in particular of lithium-ion and diesel residues
Management of occupational health and safety;
Gender and social inclusion; and
Integration of climate resilient measures in mini grid operation.
 
To demonstrate their qualifications and experience in meeting the above shortlisting/selection criteria, Consultants are requested to submit, as a minimum, the supporting documentation and meet requirements listed below. 
 A company profile (or link to website), including core areas of business.
Company information: name, status, address, telephone number, facsimile number, year of establishment, contact person for the Project) number of permanent staff and partners, fields of expertise.
Evidence of how the applicant meets the criteria in section C above including provision of details of most relevant projects undertaken for the specified years, including value of previous services, location, number of staff involved in the contract, name of the Client, name of partners for contract execution and share of services, contract commencement and completion dates, a brief description of the contract.
Audited financial statements for the past 3 years.
A firm can only use its own qualifications and experience and not of its parent, sister, or subsidiary companies or its employees. The firm's incorporation/trade/registration documents are issued by the concerned government authority of the country of the firm.
The firm must not exceed 7 MB in submitting to expression of interests
 
RREA reserves the right to request the firm for verification of any submitted document/information.
 
Key Experts will not be evaluated at the shortlisting stage
 
Invitation
 
The RREA now invites eligible Firms with required technical and financial capacities to indicate their interest in providing the Services. Interested Firms must provide information indicating that
An Operator will be selected using the Quality and Cost-Based Selection (QCBS) method based on the World Bank’ Procurement Regulations, September 2023.
Further information and the detailed Terms of Reference (TOR) for the assignment can be obtained electronically at the following email addresses and Website, from Mondays to Fridays, from 0900 to 1600 hours GMT:
Email: [email protected],[email protected],[email protected],[email protected],[email protected]              Website: www.rrealiberia.org
 
Expression of Interest clearly marked Services for the Operation, Maintenance and Customer Management of Lofa County Hybrid Mini Grid, must be delivered in a written form (in electronic/mail copy) to the address below, on or before 4:00 p.m. Local Time, on March 10, 2025.
 
Attn: Samuel Bocay Nagbe Jr.
          Executive Director
          Rural and Renewable Energy Agency
          LEC Sub-station, Newport Street
          1000 Monrovia 10, Liberia
          Email: samuelnrrealiberia.org
Electronic submission should also be copied to the following addresses:
[email protected]; [email protected]; [email protected],[email protected],[email protected]
Only shortlisted firm will be issued the Request for Proposals.

Reference No: RREA/LIRENAP/O&M-01Issue Date: February 19, 2025Closing Date: March 10, 2025 BackgroundThe Government of Liberia has received financing from the World Bank toward the cost of the Li...

Specific Procurement Notice

Invitation for Bids

Procurement of Works (For Non-Construction Firm)

Country: Liberia

Name of Project: Rural Economic Transformation Project (RETRAP) – Additional Financing Contract Title: As Per the Contract Packages below:

Loan No./Credit No./ Grant No.: IDA 72670 

Project No.: P175263

RFB Reference No.: As per the Contract Packages below

  1. The Government of Liberia through the Ministry of Agriculture has received additional credits in the amount of 30 million from the IDA Crisis Response Window – Early Response Financing CRW-ERF as additional financing (AF) to the Republic of Liberia for the Rural Economic Transformation Project (RETRAP) and intends to apply part of the proceeds toward payments under the contract for the Procurement of Works for Non-construction Firm:  The Rehabilitation of Existing lowland for Rice Production (clearing, ploughing and harrowing  with the packages below:

2 The Ministry of Agriculture through the Project Implementation Unit now invites sealed Bids from eligible Bidders for the below Procurement Contract Packages below:

Lot#LocationContract Packages  Bid RefQty.Bid Security Amount (USD)Delivery Period
  NIMBA COUNTY   
Lot-1Nimba, SahnpaRehabilitation of 200 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA- 478787-CW-RFB (Lot 1)200 hectaresNotarized Bid securing Declaration90-100 days
Lot-2Nimba, Camp 1 and Gbehley-GehRehabilitation of 150 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)  LR-PMU-MOA- 478787-CW-RFB (Lot 2)150 hectaresNotarized Bid securing Declaration90-100 days
Lot-3Nimba, GbedinRehabilitation of 100 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA- 478787-CW-RFB (Lot 3)100 hectaresNotarized Bid securing Declaration90-100 days
Lot#LocationContract Packages  Bid RefQty.Bid Security Amount (USD)Delivery Period
Lot-4Nimba,Yarwin mesonnah and KpatuoRehabilitation of 190 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA- 478787-CW-RFB (Lot 4)190 hectaresNotarized Bid securing Declaration90-100 days
  BONG COUNTY 
Lot-1Bong: Garmue, Miller Town, FetuahRehabilitation of 95 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA478792-CW- RFB(Lot 1)95 hectaresNotarized Bid securing Declaration90-100 days
Lot-2Bong:Salala, SuakokoRehabilitation of 128 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA478792-CW- RFB(Lot 2)128 hectaresNotarized Bid securing Declaration90-100 days
Lot-3Bong: Sarwolor, Sannoyea, Jorquelleh, FuamahRehabilitation of 102 hectares of Existing lowland for Rice Production (clearing, plough, harrowingLR-PMU-MOA478792-CWRFB(Lot 3)102 hectaresNotarized Bid securing Declaration90-100 days
N/ABong: FuamahRehabilitation of  200 hectares of Existing upland for Maize Production (clearing, plough & harrowing) LR-PMU-MOA- 478825-CW-RFB200 hectaresNotarized Bid securing Declaration90-100 days
  LOFA COUNTY 
Lot-1Lofa: Foya DistrictRehabilitation of 200 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA- 478795-CW-RFB (Lot 1)200 hectaresNotarized Bid securing Declaration90-100 days
Lot-2Lofa: Vahun DistrictRehabilitation of 100 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA478795-CW- RFB(Lot 2)100 hectaresNotarized Bid securing Declaration90-100 days
  MONTSERRADO, GRAND CAPEMOUNT AND BOMI COUNTIES 
Lot-1Montserrado, Grand CapemountRehabilitation of 75 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA478796-CWRFB( Lot 1)75 hectaresNotarized Bid securing Declaration90-100 days
Lot-2BomiRehabilitation of 150 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA478796-CWRFB( Lot 2)150 hectaresNotarized Bid securing Declaration90-100 days
  GRAND BASSA AND MARGIBI COUNTIES 
Lot-1Grand BassaRehabilitation of 194 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA- 478805-CW-RFB (Lot 1)194 hectaresNotarized Bid securing Declaration90-100 days
Lot-2MargibiRehabilitation of 200 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)LR-PMU-MOA478805-CW- RFB(Lot 2)200 hectaresNotarized Bid securing Declaration90-100 days
Lot#LocationContract Packages  Bid RefQty.Bid Security Amount (USD)Delivery Period
  RIVERCESS, MARYLAND, SINOE AND GRAND KRU COUNTIES 
N/AMaryland, Rivercess, Sinoe, G Kru )Rehabilitation of 116 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)- LR-PMU-MOA- 478809-CW-RFB116 hectaresNotarized Bid securing Declaration90-100 days

3. Bidding will be conducted through national competitive procurement  as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” Procurement Regulations for IPF Borrowers (Procurement in Investment Project Financing – Goods, Works, Non-Consulting and Consulting Services; July 2016) and revised November 2017, July 2018, November 2020 and September 2023 is open to all eligible Bidders as defined in the Procurement Regulations (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations and is open to all eligible Bidders as defined in the Procurement Regulations. 

4. Interested eligible Bidders may obtain further information from STAR-P and RETRAP Office World Bank /IFAD Project Implementation Unit (PIU), Ministry of Agriculture, 1st Floor

    LIBSUCO Building, Japan Freeway (Formerly Somalia Drive), Gardnerville – Monrovia, Liberia and inspect the bidding documents for each contract package during office hours 0900 to 1600 hours at the address or email addresses given below.

    5. The bidding document in English may be obtained by interested Bidders (Agriculture firm/Aggregator) Not for Construction Firm upon the submission of a written application to the address below. The document will be sent by email in PDF. 

    6. Bids must be delivered to the address below on or before 24th March 2025 at 1400hrs or 2:00pm Monrovia time clearly marked with the contract package and reference number. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on 24th March 2025 at 14:05hrs or 2:05pm Monrovia time. 

    7. All Bids must be accompanied by a Notarized Bid Securing Declaration on your firm’s letterhead in the format and sample in the bidding.

    8. The address referred to above is  

    Galah Toto

    National Program Coordinator

    Project Implementation Unit (PIU), Ministry of Agriculture

    Smallholder Agriculture Transformation & Agribusiness Revitalization Project (STAR-P)/ Rural

    Economic Transformation Project (RETRAP)

    1st Floor LIBSUCO Building, Japanese Freeway (Formerly Somalia Drive) 

    Gardnersville – Monrovia, Liberia

    Tel +231-777576980

    Email: [email protected] and cc:  [email protected] 

    Signed by: Galah Toto

                     National Program Coordinator – STAR-P/RETRAP

    Specific Procurement Notice Invitation for Bids Procurement of Works (For Non-Construction Firm) Country: Liberia Name of Project: Rural Economic Transformation Project (RETRAP) – Additional Financi...

    Procurement Notice
    Monrovia
    Posted 7 days ago

    SPECIFIC PROCUREMENT NOTICE

    RFB No: LR-MPW-474310-GO-RFB

    PROJECT ID No.: P169718

    CREDIT No.: IDA-D7122-LR

                Date of Issue: February 20, 2025

    1.        The Government of Liberia has received financing from the World Bank toward the cost of the Liberia Urban Resilience Project (LURPP), and intends to apply part of the proceeds toward payments under the contract for Design, Supply, Installation of Integrated Solar PV Streetlight System in Selected Communities in Paynesville (Lot I) and Bushrod Island (Lot II): “For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing, except for those payments, which the contract provides to be made through letter of credit.

    2.        The Liberia Urban Resilience Project (LURP) now invites sealed Bids from eligible Bidders for Design, Supply, Installation of Integrated Solar PV Streetlight Systems in Selected Communities in Paynesville (Lot) , and Bushrod Island (Lot II) as shown below:

    LOTITEM DESCRIPTIONQUANTITYBID SECURITY AMOUNT (US$)DELIVERY PERIOD
    IPaynesville Community9.9 Km15,000.00Within 6 weeks after contract signature
    IIBushrod Island13.59 Km20,000.00

    NB: More details on the required specifications are contained in the bidding documents. A margin of preference shall NOT apply. Bidders may quote for either one lot or all the lots. Each lot as defined in the ITB 19.1 will be evaluated and awarded separately.

    3.        Bidding will be conducted through the national competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” Fifth Edition of September 2023 (“Procurement Regulations”) and is open to all eligible Bidders as defined in the Procurement Regulations.

    4.        Interested eligible Bidders may obtain further information from Liberia Urban Resilience Project Office on the Compounds of the Ministry of Public Work, Lynch Street, Monrovia (Please state the name of the procurement officer and email) and inspect the bidding document during office hours Monday to Friday 9am-5pm GMT at the address given below.

    5.        The bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of US$100.00. The method of payment will be a direct payment into Rural Energy Fund Account No: Swift Code No. held with or at the Finance Department of LURP and submitting the payment advice as evidence to collect the Bidding Documents. An additional amount will be charged for deliveries by courier.

    6.        Bids must be delivered to the address below on or before 3:00 pm GMT on March 19, 2025. Electronic bidding will notbe permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on March 19, 2025 at 3:00 pm GMT.

    7.        All Bids must be accompanied by a Bid Security in the amounts indicated in the table above for each lot, in the form of a bank guarantee.

             Note: Bid Security is required for each lot as per the percentages indicated against each lot. Bidders have the option of submitting one Bid Security for all lots (for the combined total amount of all lots) for which Bids have been submitted. However, if the amount of Bid Security is less than the total required amount, the Purchaser will determine for which lot or lots the Bid Security amount shall be applied.

    8.        Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.

    9. For bidders’ eligibility, bids must be submitted together with the following: -

    • Letter of Bid in the prescribed format
    • Bid Security
    • Valid Business Registration Certificate
    • Articles of Incorporation
    • Valid LRA Tax Clearance Certificate
    • Manufacturer’s Authorization Letter
    • Renewable Energy and Rural Electrification Authority (REREA) License
    • Most recent three (3) Year Audited Financial Statement (2023, 2022 and 2021)

    10.  The addresses referred to above are:

    For  bid clarification purposes:
    The purchaser’s address is
    Gabriel S. Flaboe Sr.
    Project Coordinator LURP Office, Ministry of Public Works,
    Lynch Street Monrovia,
    Liberia Email address: [email protected] 
    cc: [email protected]  
    For Bid submission purposes only,
    The Purchaser’s address is:
    Gabriel S. Flaboe, Sr.
    Project Coordinator 
    LURP Office
    Ministry of Public Works
    South Lynch Street
    Monrovia Liberia  

    SPECIFIC PROCUREMENT NOTICE RFB No: LR-MPW-474310-GO-RFB PROJECT ID No.: P169718 CREDIT No.: IDA-D7122-LR             Date of Issue: February 20,...

    REQUEST FOR EXPRESSION INTEREST (INDIVIDUAL CONSULTANCY)

    PROJECT ID: P172012

    Subject: Request for Expression of Interest (REOI) for provision of Consultancy Services as an Environmental Specialist for LSMFP Project

    Reference No: LR-NAFAA-470424-CS-INDV

    Assignment Title: Environmental Specialist

    The Government of Liberia through the National Fisheries & Aquaculture Authority has received financial support from the World Bank Group in support of the Liberia Sustainable Management of Fisheries Project (LSMFP) in Liberia and intends to apply part of the proceeds towards the recruitment of an Environmental Specialist.

    The National Fisheries & Aquaculture Authority (NaFAA) through the Liberia Sustainable Management of Fisheries Project (LSMFP) seeks to recruit an Environmental Specialist who will be responsible for environmental management oversight of the project and support and advise the NaFAA on environmental requirements, compliance and capacity building. It should be noted that the Environmental Specialist will implement the assignment in close collaboration with the Social Specialist in the PIU.

    The National Fisheries and Aquaculture Authority (NaFAA) now invites eligible individual consultants to indicate their interest in performing the Services. Interested Individual Consultants should provide updated Curriculum Vitae (CV) and relevant documents indicating that they have the required qualifications and relevant experience to perform the Services.

    The shortlisting criteria includes the following qualifications:

    • Master's degree in Environmental Science/Environmental Engineering/ Environmental Management/Environmental Impact assessments, or related fields of study (a combination in environmental science and engineering would be an added advantage);
    • Minimum of 7 years of professional experience in similar role on World Bank-funded or other donor-financed projects;
    • Good oral and written communication skills and fluent in English;
    • Strong interpersonal relations and ability to work in multidisciplinary teams;
    • A drive for results while working with limited supervision and under tight timelines;
    • Willingness to conduct field travels;
    • Ability to work effectively and independently with limited supervision; and
    • Ability to compile reports quickly within deadlines.          
    • Proficient communication skills in English, both written and oral;

    The detailed Terms of Reference (TOR) for the assignment can be found at the following websites and PIU office:

    1. www.nafaa.gov.lr
    2. www.emansion.gov.lr
    3. https://nafaa.gov.lr/projects/lsmmfp

    The attention of interested individual Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017, August 2018, and November 2020 setting forth the World Bank’s policy on conflict of interest. Please refer to paragraph 3.17 of the Procurement Regulations on conflict of interest related to this assignment which is available on the Bank’s website at http://projectsbeta.worldbank.org/en/projects-operations/products-and- services/brief/procurement-new framework.

    An Individual Consultant will be selected in accordance with the Individual Consultant Selection (ICS) method set out in the Procurement Regulations.

    Further information can be obtained at the address below during office hours, i.e., 0900 to 1600 hours GMT.

    Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by Thursday March 6, 2025 @ 4:00PM GMT

    Liberia Sustainable Management of Fisheries Project (LSMFP) Attn: The Project Coordinator

    Mesurado Pier, Freeport of Monrovia Tel: +231770532901/ +231770538462

    E-mail: [email protected]  [email protected]

    Cc: [email protected], [email protected]

    REQUEST FOR EXPRESSION INTEREST (INDIVIDUAL CONSULTANCY) PROJECT ID: P172012 Subject: Request for Expression of Interest (REOI) for provision of Consultancy Services as an Environmental Specialist for...

    REQUEST FOR EXPRESSIONS OF INTEREST

    Operation, Maintenance and Customer Management of Lofa County Hybrid Mini Grid

    Reference No: RREA/LIRENAP/O&M-01

    Issue Date: February 20, 2025

    Closing Date: March 6, 2025

    1. Background

    The Government of Liberia has received financing from the World Bank toward the cost of the Liberia Renewable Energy Access Project (LIRENAP). The project is being implemented by the Rural and Renewable Energy Agency of Liberia (RREA), an autonomous agency of the Government of Liberia with mandate to secure modern energy access for all in Liberia. For details on the RREA, please check https://rrealiberia.org/new/.

    A component of LIRENAP appertains to decentralized electrification in Lofa County, Liberia, which mainly involves the construction of the Solar Power Plant mini-grid with the following characteristics: (i) 5.0 MW solar plant with a 7.0 MWh lithium-ion battery energy storage system, (ii) a 1.8 MW back-up diesel power plant; (iii) 135 km of 33 kV distribution lines; (iv) 235 km of low voltage distribution lines; (v) at least 10,317 service connections to provide access to electricity for about 50,000 people, including small businesses, associations, and public institutions in Lofa County, Republic of Liberia.

    Objective(s) of the Assignment

    The overall objective of this assignment is to operate and maintain the Lofa County hybrid mini-grid and its infrastructure for a period of 10 years with possible extension of up to 20 years, ensuring high-quality service with a minimum of 16 hours/day of operation for the first 18 months and 24 hours/day thereafter, maintaining an average service availability index (ASAI) of over 95. At the end of the contract, the firm will transfer assets back to RREA. Additional duties include paying government fees through an affermarge arrangement, managing repairs and replacements, and fulfilling obligations outlined in Liberia's utility regulations and mini-grid codes.

    • Description of General Requirements

    The private firm’s responsibilities will include but not be limited to the following:

    • Obtain required operation licenses from Liberia Electricity Regulatory Commission pursuant to the Electricity Mini-grid Code of Liberia (access here: Liberia Electricity Regulatory Commission | LERC)
    • Operate and maintain the mini-grid and its associated infrastructure
    • Carry out repairs, major rehabilitations, replacement of parts for all assets in line with an approved business plan
    • Carry out studies to justify the necessity of expansion, renewal and extension of generation and distribution assets,
    • Commercially operate the mini-grid including the exclusive right to charge, collect revenues from customers and cover the cost for major rehabilitations and replacement of assets in line with an approved business plan,
    • Develop and implement an Operational Environmental and Social Management Plan (O-ESMP) to ensure compliance with environmental, health, safety, and social safeguard measures throughout the operation and maintenance of the mini-grid as the World Bank Standard.
    • Pay to relevant government institutions required fees, levies, and taxes as per law,
    • Mobilize financing (equity or debts) for working capital,
    • Transfer all mini grid assets back to RREA at the end of the O&M period.
    • Submission of Expressions of Interest

    The RREA now invites qualified firms (“Operator”) to indicate their interest in providing the Services.  Interested Firms should provide information and documentary evidence to demonstrate that they have the required qualifications and relevant experience to perform the Services. The shortlisting requirements are:

    1. Core line of business and years in business: 
      1. The firm shall be registered/ incorporated as a firm with core business in the field of the assignment.
    • Qualification and Experience of the Firm
    1.  Firm shall be well versed with a minimum of 10 years of operational and maintenance experience as either the sole operator or a primary consortium partner for at least three hybrid mini-grids. These mini-grids should include   solar systems, with a total capacity of at least 2.0 MW, and/or serving a minimum of 6,000 clients.
    2. Proven ability to operate and maintain hybrid systems that combine solar, battery, and diesel technologies. The firm should have solid experience working within Sub-Saharan Africa, A demonstration of the successful completion of at least two similar assignments in the region will be an added advantage
    • Technical and managerial capability of the firm:
      • Operational and Technical Proficiency:

    Extensive experience in Power Quality and Load Management for mini-grids.

    Expertise in managing Customer Care and Marketing for mini-grid systems, ensuring client satisfaction and efficient system utilization.

    • Demonstrate ability to address and manage Power Theft and Commercial Losses effectively, minimizing losses and ensuring sustainability, experience in Investing in Mini Grids in developing countries, particularly in contexts where financial and technical challenges are prevalent.
    •  Institutional and Managerial Strength:
    1. The firm should demonstrate that they have a reputation for excellence, supported by a strong institutional capacity, technical expertise, and a robust managerial framework.
    2. Evidence of a high-quality management system, supported by a team of competent technical staff and the financial soundness necessary to support large-scale operations.
    3. Financial Capability:
    4. Demonstrated capacity to secure working capital, with at least US$ 1 million available for project initiation and operation.
    • Environmental and Social Requirements:

    Interested firms must demonstrate experience in integrating environmental and social sustainability into mini-grid operations, including compliance with regulations, stakeholder engagement, waste management (particularly for lithium-ion and diesel residues), Occupational Health and Safety, gender and social inclusion, and the integration of climate-resilient measures.

    To demonstrate their qualifications and experience in meeting the above shortlisting/selection criteria, Consultants are requested to submit, as a minimum, the supporting documentation listed below. 

    1.  The firm's company brochures (or link to website) and including the core areas of business.
    2. Company information: name, status, address, telephone number, facsimile number, year of establishment, contact person for the Project) number of permanent staff and partners, fields of expertise.
    3. Details of most relevant projects undertaken for the specified years above, including value of previous services and value, closed area, location, number of staff involved in the contract, name of the Client, name of partners for contract execution and share of services, contract commencement and completion dates, a brief description of the contract and the above Environmental and Social information.
    4. Letters of recommendation from previous Employers.
    5. RREA reserves the right to request the firm for verification of any submitted document/information.
    6. A firm can only use its own qualifications and experience and not of its parent, sister, or subsidiary companies or its employees. The firm's incorporation/trade/registration documents are issued by the concerned government authority of the country of the firm.
    7. The firm must not exceed 7 MB in submitting to expression of interests

    Key Experts will not be evaluated at the shortlisting stage

    The RREA now invites eligible Firms with required technical and financial capacities to indicate their interest in providing the Services. Interested Firms must provide information indicating that

    An Operator will be selected using the Quality and Cost-Based Selection (QCBS) method based on the World Bank’ Procurement Regulations, September 2023.

    Further information and the detailed Terms of Reference (TOR) for the assignment can be obtained electronically at the following email addresses and Website, from Mondays to Fridays, from 0900 to 1600 hours GMT:

    Email: [email protected],[email protected],[email protected],[email protected],[email protected]              Website: www.rrealiberia.org

    Expression of Interest clearly marked Services for the Operation, Maintenance and Customer Management of Lofa County Hybrid Mini Grid, must be delivered in a written form (in electronic/mail copy) to the address below, on or before 4:00 p.m. Local Time, on March 6, 2025.

    1. Attn: Samuel Bocay Nagbe Jr.
    2.           Executive Director
    3.           Rural and Renewable Energy Agency
    4.           LEC Sub-station, Newport Street
    5.           1000 Monrovia 10, Liberia
    6.           Email: samuelnrrealiberia.org
    7. Electronic submission should also be copied to the following addresses:
    8. [email protected]; [email protected]; [email protected],[email protected],[email protected]

    Only shortlisted firm will be issued the Request for Proposals.

    REQUEST FOR EXPRESSIONS OF INTEREST Operation, Maintenance and Customer Management of Lofa County Hybrid Mini Grid Reference No: RREA/LIRENAP/O&M-01 Issue Date: February 20, 2025 Closing Date: Mar...

    SPECIFIC PROCUREMENT NOTICE

    Locally Published Tender

    Plan International Liberia (PIL) has been a recipient of The Global Fund (wwW.theglobalfund.org/en/) financing since 2012, with experience mainly in the Malaria and, in2021 became one of the Principal Recipients of the TB/HIV components. PIL has implemented activities largely in the following intervention areas;

                 Diagnostic Treatment and IPTp for Malaria

    • Nationwide Long-Lasting Insecticidal Net (I-LIN) distribution

                 Support & Care for people at risk for HIV/AIDS

                 HIV response to key population

    • Community TB in high burden areas

    Over the years, PIL has managed over US$45 million in grant funds, implementing program activities mainly in Nimba, Margibi, Bomi, Lofa Bong, Grand Bassa, Maryland Sinoe, and Monsterrado. Also, as part of the I-LIN mass campaign, PIL has distributed LLlNs across all counties in Liberia.

    Recently, PIL was awarded the Principal Recipient role for the GC7 HIV/TB grant, with a 3-year implementation period (1 January 2024 to 31 December 2026). The grant budget is approximately US$44 million and the grant contributes to national efforts for reducing the number of HIV/AIDS related deaths; to reduce mother-to-child transmission of HIV; to reduce the numbers of men who have sex with men and sex workers living with HIV; and to reduce the TB mortality and incidence rates and the prevalence of DRR-TB and/or MDR-TB prevalence among new patients.

    As part of the grant requirement, Plan International Liberia is inviting sealed Bids from potential and qualified vendor' s/service providers for the procurement of          printing Materials as listed in (ANNEX B).

      Descri tionQuantiComment
    1NACPPrinting Tools.1 LotDetail information is available in the Invitation to Tender

    Requirements include Valid Tax Clearance, Current Business Registration and Past Performance Record including names & contacts.

    A detailed and complete set of the Bid Document can be obtained from Plan International Liberia Country Office located behind zone 3 Police Station, Congo Town — Monrovia.

    All Bids must be placed in a sealed envelope and dropped into the tender box situated on the Ground Floor of

    Plan International Liberia Country Office on or before March 7, 2025 @ 4:30 PM. Bids will be opened on March 10, 2025 at 11:30 AM in the presence of bidders' representatives who choose to attend. The opening will take place in the conference room of Plan-Liberia. All late bids will be rejected.

    All bids should be clearly marked as indicated below:

    Attention: Country Director

    Plan International Liberia

    Country Office, Congo Town,

    Behind Zone 3 Police Station

    Ref#: FY25/PL/GF/2025/ Printing of NACP/ARfLe

    Country 1 ctor

    Plan International Liberia

    SPECIFIC PROCUREMENT NOTICE Locally Published Tender Plan International Liberia (PIL) has been a recipient of The Global Fund (wwW.theglobalfund.org/en/) financing since 2012, with experience mainly i...

    Procurement Notice
    Monrovia
    Posted 2 weeks ago

           SPECIFIC PROCUREMENT NOTICE

    Locally Published Tender

    Plan International Liberia (PIL) has been a recipient of The Global Fund (www.theglobalfund.org/en/) financing since 2012, with experience mainly in the Malaria and, in2021 became one of the Principal Recipients of the TB/HIV components. PIL has implemented activities largely in the following intervention areas;

    • Diagnostic Treatment and IPTp for Malaria
    • Nationwide Long-Lasting Insecticidal Net (LLIN) distribution  
    • Support & Care for people at risk for HIV/AIDS
    • HIV response to key population
    • Community TB in high burden areas

    Over the years, PIL has managed over US$45 million in grant funds, implementing program activities mainly in Nimba, Margibi, Bomi, Lofa Bong, Grand Bassa, Maryland Sinoe, and Monsterrado. Also, as part of the LLIN mass campaign, PIL has distributed LLINs across all counties in Liberia.

    Recently, PIL was awarded the Principal Recipient role for the GC7 HIV/TB grant, with a 3-year implementation period (1 January 2024 to 31 December 2026). The grant budget is approximately US$44 million and the grant contributes to national efforts for reducing the number of HIV/AIDS related deaths; to reduce mother-to-child transmission of HIV; to reduce the numbers of men who have sex with men and sex workers living with HIV; and to reduce the TB mortality and incidence rates and the prevalence of DRR-TB and/or MDR-TB prevalence among new patients. 

    As part of the program implementation, Plan International Liberia is inviting sealed Bids from potential and qualified service providers for the renovation of Five (5) County health depots divided into three (3) Lots as listed in (ANNEX B). 

    SN #DescriptionQuantityComment
    Lot 1Renovation of county Drug Depots (Bomi & Gbarpolu Counties)2Detailed information is available in the Invitation to Tender and the TOR
    Lot 2Renovation of County Drug Depot (Margibi & Nimba Counties)  2Detailed information is available in the Invitation to Tender and the TOR
    Lot 3Renovation of county Drug Depot of Maryland County1Detailed information is available in the Invitation to Tender and the TOR

    Requirements include Valid Tax Clearance, Current Business Registration and Past Performance Record including names & contacts. 

    A detailed and complete set of the Bid Documents can be obtained from Plan International Liberia Country Office located behind zone 3 Police Station, Congo Town – Monrovia.

    All Bids must be placed in a sealed envelope and dropped into the tender box situated on the Ground Floor of Plan International Liberia Country Office on or before March 4, 2025 @ 4:30 PM. Bids will be opened on March 7, 2025 at 11 AM in the presence of bidders' representatives who choose to attend. The opening will take place in the conference room of Plan International Liberia. All late bids will be rejected.

    All bids should be clearly marked as indicated below:

    Attention: Country Director

    Plan International Liberia

    Country Office, Congo Town,

    Behind Zone 3 Police Station 

    Ref#: 2025/C19/Renovation of Five County Health Depots/001

    Signed: _______________________                                                    Approved: ________________________                           

    Acting Chief of Party, Global Fund Program                                                                    Country Director                                         

    Plan International Liberia                                                                                        Plan International Liberia

           SPECIFIC PROCUREMENT NOTICE Locally Published Tender Plan International Liberia (PIL) has been a recipient of The Global Fund (www.theglobalfund.org/en/) financing...

    Specific Procurement Notice

    Request for Bids

    Non-Consulting Services

    Country: Liberia

    Name of Project: Rural Economic Transformation Project (RETRAP) – Additional Financing

    Contract Title: As Per the Contract Packages below:

    Loan No./Credit No./ Grant No.: IDA 72670

    Project No.: P175263

    RFB Reference No.: As per the Contract Packages below

    1. The Government of Liberia through the Ministry of Agriculture has received financing from the World Bank to address the ongoing severe food and nutrition crisis in the nation and intends to apply part of the proceeds toward payments under the contract packages below:
    • The Ministry of Agriculture through the Project Implementation Unit now invites sealed Bids from eligible Bidders for the below Procurement Contract Packages below:
    No.Contract PackagesLocation  Bid RefQty.Bid Security Amount (USD)Delivery Period
    1.Procurement of Non-Consulting Service for the Rehabilitation of 175 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)- (Grand Capemount and Bomi CountiesG. Capemount and Bomi    LR-PMU-MOA-474960-NC-RFB175 hectaresNotarized Bid securing Declaration90-100 days
    2.Procurement of Non-Consulting Service for the Rehabilitation of 325 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)-Bong CoBong Co.      LR-PMU-MOA-474956-NC-RFB325 hectaresNotarized Bid securing Declaration90-100 days
    3.Procurement of Non-consulting Service for the Rehabilitation of 276 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)-(Grand Bassa and Rivercess CountiesGrand Bassa and Rivercess        LR-PMU-MOA-474958-NC-RFB276 hectaresNotarized Bid securing Declaration90-100 days
    4.Procurement of Non-consulting Service for the Rehabilitation of 300 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)-(Lofa County )Lofa          LR-PMU-MOA-474957-NC-RFB300 hectaresNotarized Bid securing Declaration90-100 days
    5.Procurement of Non-consulting Service for the Rehabilitation of 44 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)-( Sinoe, Grand Gedeh, Maryland and Grand Kru CountiesSinoe, Grand Gedeh, Maryland and Grand Kru      LR-PMU-MOA-474965-NC-RFB  44 hectaresNotarized Bid securing Declaration90-100days
    6.Procurement of Non-consulting Service for the Rehabilitation of 240 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)-( Margibi, and Montserrado  CountiesMargibi and Montserrado      LR-PMU-MOA-474969-NC-RFB240 hectaresNotarized Bid securing Declaration90-100days
    7.Procurement of Non-consulting Service for the Rehabilitation of 640 hectares of Existing lowland for Rice Production (clearing, plough, harrowing)-(Nimba Co)  Nimba Co.            LR-PMU-MOA-474953-NC-RFB640 hectaresNotarized Bid securing Declaration90-100 days
    8.Procurement of Non-Consulting Service for the Rehabilitation of 200 hectares of Existing upland for Maize Production (clearing, plough & harrowing) -upland (Bong Co)Bong Co.      LR-PMU-MOA-474049-NC-RFB200 hectaresNotarized Bid securing Declaration90-100 days

    3.     Bidding will be conducted through national competitive procurement using a as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” Procurement Regulations for IPF Borrowers (Procurement in Investment Project Financing – Goods, Works, Non-Consulting and Consulting Services; July 2016) and revised November 2017, July 2018, November 2020 and September 2023 is open to all eligible Bidders as defined in the Procurement Regulations(“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations and is open to all eligible Bidders as defined in the Procurement Regulations.

    4.     Interested eligible Bidders may obtain further information from STAR-P and RETRAP Office World Bank /IFAD Project Implementation Unit (PIU), Ministry of Agriculture, 1st Floor LIBSUCO Building, Japan Freeway (Formerly Somalia Drive), Gardnerville – Monrovia, Liberia and inspect the bidding documents for each contract package during office hours 0900 to 1600 hoursat the address or email addresses given below.

    5.     The bidding document in English may be obtained by interested Bidders upon the submission of a written application to the address below. The document will be sent by email in PDF.

    6.  A Pre-Bid Conference has been scheduled on Monday, February 24, 2025 at1:00pm Monrovia time in the Conference room of the World Bank /IFAD Project Implementation Unit (PIU), Ministry of Agriculture, 1st Floor LIBSUCO Building, Japan Freeway (Formerly Somalia Drive), Gardnerville – Monrovia, Liberia.

    7.     Bids must be delivered to the address below on or before 10th March 2025 at 1400hrs or 2:00pm Monrovia time clearly marked with the contract package and reference number. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on 10th March 2025 at 14:05hrs or 2:05pm Monrovia time.

    8.     All Bids must be accompanied by a Notarized Bid Securing Declaration on your firm’s letterhead in the format and sample in the bidding.

    9.     The address referred to above is

    Galah Toto

    National Program Coordinator

    Project Implementation Unit (PIU), Ministry of Agriculture

    Smallholder Agriculture Transformation & Agribusiness Revitalization Project (STAR-P)/ Rural Economic Transformation Project (RETRAP)

    1st Floor LIBSUCO Building, Japanese Freeway (Formerly Somalia Drive)

    Gardnersville – Monrovia, Liberia

    Tel +231-777576980

    Email: [email protected] and cc:  [email protected]

    Signed by: Galah Toto

                     National Program Coordinator – STAR-P/RETRAP

    Specific Procurement Notice Request for Bids Non-Consulting Services Country: Liberia Name of Project: Rural Economic Transformation Project (RETRAP) – Additional Financing Contract Title: As Per th...

                                                              INVITATION FOR BID

                                                NATIONAL COMPETITIVE BIDDING

                             PROCUREMENT OF GOODS – PRINTING &BINDING SERVICE

                                                       IFB NO. MOD/SBA/NCB/001/25

    1. The Ministry of National Defense (MOD) has received budgetary appropriation from the Government of Liberia FY 2025 National Budget and intend to apply part of it to fund eligible payments under the contract for the provision of Printing & Binding Service-IFB NO. MOD/SBA/NCB/001/25
    • Description of goods and quantity to be supplied:
    NO.PRODUCT DESCRIPTIONQUANTITY
    1.LETTER HEADSAs indicated in the bidding document
    2CALL CARDSAs indicated in the bidding document
    3ANNUAL REPORTSAs indicated in the bidding document
    4FINANCIAL REPORTSAs indicated in the bidding document
    5CIRCULARS AND NOTICESAs indicated in the bidding document
    • The Ministry of National Defense now invites sealed bids from eligible and qualified Liberian -owned businesses for the provision of printing and binding service.
    • Bidding will be conducted through the National Competitive Bidding (NCB) procedures enshrined in the 2010 Public Procurement and Concession Act (PPCA) and is open to only Liberian -owned businessesas enshrined in the Small Business Act (SBA)
    • Qualifications requirements include:
    • Article of Incorporation
    • Valid Business Registration
    • Valid Tax Clearance
    • Current PPCC Vendor Registration Certificate
    • Audited Financial Statement
    •  Past performance record to include the list of completed contracts, contract value, the name of clients, and contact number of clients
    • Performance Certificate or Letter of Recommendation from past clients
    • Letter of commitment to prefinance for at least four weeks
    • Copy of signed and notarized listing of both legal and beneficial owner of the business.
    • All interested eligible bidders may obtain copy of the bidding documents in English free of charge upon the submission of a written communication to the address below requesting copy beginning Thursday, January 30, 2025 from 9:00 AM – 4:00 PM Monday-Friday.

    Chief of Procurement

    Procurement Department

    Ministry of National Defense

    BTC Compound, United Nations Drive

    Monrovia, Liberia

    Cell: 0886772202 / 0770271928

    • Sealed bids must be delivered to the Procurement Department in DELTA Building at the Ministry of National Defense no later than Wednesday, February 26, 2025 at 11:30 am
    • Electronic bidding will not be permitted. Late bids will be rejected and return to bidders unopened. 
    • Bid will be opened in the presence of bidders who chose to attend or their representatives on Wednesday, February 26, 2025 at 11:30 am in the Alpha Building conference room of the Ministry of National Defense, BTC Compound, UN Drive.
    1. All sealed bids must be clearly marked with the address indicated below.
    1. The address is:

    PRINTING & BINDING SERVICE

    IFB NO. MOD/SBA/NCB/001/25

    Procurement Department

    Ministry of National Defense

    BTC Compound, United Nations Drive

    Monrovia, Liberia

    1. Bids shall be valid for a period of sixty (60) days after the deadline of bid submission.

    SIGNED: ___________________     APPROVED: _________________________

                    Massa Bannah                                          Dr. Augustine T. Larmin

                    Acting Procurement Director               Deputy Minister for Administration                                

                                     &n...

    INVITATION FOR BID

                                 NATIONAL COMPETITIVE BIDDING 

                 PROCUREMENT OF GOODS – SUPPLY OF RICE (DRY RATION)

                                               IFB NO. MOD/SBA/NCB/002/25

    1. The Ministry of National Defense (MOD) has received budgetary appropriation from the Government of Liberia FY 2025 National Budget and intend to apply part of it to fund eligible payments under the contract for the supply of Rice (Dry Ration)-IFB NO. MOD/SBA/NCB/002/25
    • Description of goods and quantity to be supplied:
    NO.PRODUCT DESCRIPTIONQUANTITYGRADE
    1.Long Grain Milled Rice in 25kg bags83,113 bags of 25kg5% broken
    • The Ministry of National Defense now invites sealed bids from eligible and qualified Liberian -owned businesses for the supply of rice (Dry Ration)
    • Bidding will be conducted through the National Competitive Bidding (NCB) procedures enshrined in the 2010 Public Procurement and Concession Act (PPCA) and is open to only Liberian -owned businessesas enshrined in the Small Business Act (SBA)
    • Qualifications requirements include:
    • Article of Incorporation
    • Valid Business Registration
    • Valid Tax Clearance
    • Current PPCC Vendor Registration Certificate
    • Audited Financial Statement
    • Bid Security of 2% of bid price in the form of bank guarantee valid for 60 days after the deadline for the submission of bid
    •  Past performance record to include the list of completed contracts, contract value, the name of clients, and contact number of clients
    • Performance Certificate or Letter of Recommendation from past clients
    • Letter of commitment to prefinance the quarterly (3 months) supply of rice
    • Copy of signed and notarized listing of both legal and beneficial owner of the business.
    • All interested eligible bidders may obtain copy of the bidding documents in English free of charge upon the submission of a written communication to the address below requesting copy beginning Thursday January 30, 2025 from 9:00 AM – 4:00 PM Monday-Friday.

    Chief of Procurement

    Procurement Department

    Ministry of National Defense

    BTC Compound, United Nations Drive

    Monrovia, Liberia

    Cell: 0886772202 / 0770271928

    • Sealed bids must be delivered to the Procurement Department in DELTA Building at the Ministry of National Defense no later than Wednesday, February 26, 2025 at 11:00 am
    • Electronic bidding will not be permitted. Late bids will be rejected and return to bidders unopened. 
    • Bid will be opened in the presence of bidders who chose to attend or their representatives on Wednesday, February 26, 2025 at 11:00 amin the Alpha Building conference room of the Ministry of National Defense, BTC Compound, UN Drive.
    1. All sealed bids must be clearly marked with the address indicated below.
    1. The address is:

    SUPPLY OF RICE (DRY RATION)

    IFB NO. MOD/SBA/NCB/002/25

    Procurement Department

    Ministry of National Defense

    BTC Compound, United Nations Drive

    Monrovia, Liberia

    1. Bids shall be valid for a period of sixty (60) days after the deadline of bid submission.

    SIGNED: ___________________     APPROVED: _________________________

                    Massa Bannah                                          Dr. Augustine T. Larmin

                    Acting Procurement Director               Deputy Minister for Administration                                

    INVITATION FOR BID                              NATIONAL COM...

    Invitation for Bid for the Supply of Goods and Services

    IFB NO. (As indicated in the bidding document)

    1. The Ministry of National Defense (MOD) has received budgetary appropriation from the Government of Liberia FY 2025 National Budget and intend to apply part of it to fund eligible payments under the contract for the supply of goods and services in separate contract packages as indicated below
    • Description of goods and services to be supplied:
    NO.CONTRACT PACKAGE DESCRIPTIONDEADLINE FOR SUBMISSION
    1.Office EquipmentWednesday, February 26, 2025 @ 10:00 a.m.
    2Building MaterialsWednesday, February 26, 2025 @ 10:30 a.m.
    • The Ministry of National Defense now invites sealed bids from eligible and qualified bidder for the above contract packages
    • Bidding will be conducted through the National Competitive Bidding (NCB) procedures enshrined in the 2010 Public Procurement and Concession Act (PPCA) and is open all bidders from Eligible Source Countries as defined in the guidelines
    • Qualifications requirements include:
    • Article of Incorporation
    • Valid Business Registration
    • Valid Tax Clearance
    • Current PPCC Vendor Registration Certificate
    •  Past performance record to include the list of completed contracts, contract value, the name of clients, and contact number of clients
    • Performance Certificate or Letter of Recommendation from past clients
    • Letter of commitment to prefinance for at least 4 weeks
    • Copy of signed and notarized listing of both legal and beneficial owner of the business.
    • All interested eligible bidders may obtain copy of the bidding documents in English free of charge upon the submission of a written communication to the address below requesting copy beginning Thursday, January 30, 2025 from 9:00 AM – 4:00 PM Monday-Friday.

    Chief of Procurement

    Procurement Department

    Ministry of National Defense

    BTC Compound, United Nations Drive

    Monrovia, Liberia

    Cell: 0886772202 / 0770271928

    • Sealed bids must be delivered to the Procurement Department in DELTA Building at the Ministry of National Defense no later than the date and time indicated in the bidding documents for each contract package.
    • Electronic bidding will not be permitted. Late bids will be rejected and return to bidders unopened. 
    • Bid will be opened in the presence of bidders who chose to attend or their representatives on the date and time indicated in the bidding documents for each contract package. in the Alpha Building conference room of the Ministry of National Defense, BTC Compound, UN Drive.
    1. Bids shall be valid for a period of sixty (60) days after the deadline of bid submission.

    SIGNED: ___________________     APPROVED: _________________________

                    Massa Bannah                                          Dr. Augustine T. Larmin

                    Acting Procurement Director               Deputy Minister for Administration                                 

    Invitation for Bid for the Supply of Goods and Services IFB NO. (As indicated in the bidding document) NO. CONTRACT PACKAGE DESCRIPTION DEADLINE FOR SUBMISSION 1. Office Equipment Wednesday, February ...

    Specific Procurement Notice (SPN)
    Request for Proposal (RFP)
    Information Systems
    (The Establishment of a Modern Call Center and Corporate Enterprise
    Communication System in favor of NaFAA)
    (Without Prequalification)
    Purchaser: National Fisheries & Aquaculture Authority (NaFAA)
    Project: Liberia Sustainable Management of Fisheries Project (LSMFP)
    Contract title: The Establishment of a Modern Call Center and Corporate Enterprise
    Communication System in favor of NaFAA
    Country: Monrovia, Liberia
    Loan No. /Credit No. / Grant No.: IDA-V3100
    RFP No: LR-NAFAA-394382-GO-RFB
    Issued on: January 24, 2025

    1. The National Fisheries & Aquaculture Authority (NaFAA) has received financing
      from the World Bank toward the cost of the Liberia Sustainable Management of
      Fisheries Project (LSMFP), and intends to apply part of the proceeds toward payments
      under the contract: The Establishment of a Modern Call Center and Corporate
      Enterprise Communication System in favor of NaFAA: “For this contract, the
      Borrower shall process the payments using the Direct Payment disbursement method, as
      defined in the World Bank’s Disbursement Guidelines for Investment Project Financing,
      except for those payments, which the contract provides to be made through letter of
      credit.”
      ii
    2. The National Fisheries & Aquaculture Authority (NaFAA) now invites sealed Bids from
      eligible Bidders for Establishment of a Modern Call Center and Corporate Enterprise
      Communication System in favor of NaFAA.
    3. Bidding will be conducted through national competitive procurement using Request for
      Proposals (RFP) as specified in the World Bank’s “Procurement Regulations for IPF
      Borrowers” July 2016, revised November 2017, revised July 2018, November 2020, and
      revised September 2023 (“Procurement Regulations”), and is open to all eligible Bidders as
      defined in the Procurement Regulations.
    4. Interested eligible Proposers may obtain further information from the Project Implementation
      Unit, 1
      st Floor, NaFAA Technical Office, Mesurado Pier, Freeport, Bushrod Island; and
      inspect the bidding document during office hours 0900 to 1600 hours.
    5. The Request for Proposal document in English may be requested by interested eligible
      Proposers upon the submission of a written application to the address below. The document
      will be sent by via email in pdf or in a format that cannot be altered.
    6. Proposals must be delivered to the address below on or before February 20, 2025 at l1:00am.
      Electronic procurement will be permitted. Late Proposals will be rejected. The outer Proposal
      envelopes marked “ORIGINAL PROPOSAL”, and the inner envelopes marked
      “TECHNICAL PART” will be publicly opened in the presence of the Proposers’ designated
      representatives and anyone who chooses to attend, via virtual link or should share link/means
      of contact at the address below on February 20, 2025 at 11:30 am on the same day. All
      envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe
      custody of the Purchaser until the second public Proposals opening.
    7. All Proposals must be accompanied by a Proposal Security” of (US$5,000.00) from a
      reputable bank in the form of a Bank Guarantee as stated in the bidding document.
    8. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose
      information on the successful Proposer’s beneficial ownership, as part of the Contract Award
      Notice, using the Beneficial Ownership Disclosure Form as included in the request for proposal
      document.
    9. The address (es) referred to above is:
      Attn: Project Coordinator
      Liberia Sustainable Management of Fisheries Project (LSMFP)
      1st Floor, National Fisheries & Aquaculture Authority, Technical Office
      Mesurado Pier, Coast Guard Base, Freeport of Monrovia, Liberia
      Cell #: 0886-532901/0770187326
      E-mail [email protected] /[email protected] / [email protected]

    Specific Procurement Notice (SPN)Request for Proposal (RFP)Information Systems(The Establishment of a Modern Call Center and Corporate EnterpriseCommunication System in favor of NaFAA)(Without Prequal...

    This website uses cookies to improve your experience. We'll assume you're ok with this, but you can opt-out if you wish. Accept Read More