INVITATION TO BID – Procurement and Supply of Diesel Engine Pick-up Vehicles

INVITATION TO BID

Date: 12th February 2024                                                                    Reference No.: NAWEC/ICB/VEH/012/2023

Project Name: Procurement and Supply of Diesel Engine Pick-up Vehicles

  • NINETEEN (19) UNITS OF DOUBLE CABIN PICK-UPS AND TWO (2) UNITS OF SINGLE CABIN PICK-UPS

Dear Sir/Madam:

You are hereby invited to be a Bidder in the Tender described herein. The Gambia Public Procurement Act defines a Tender as a type of Bid and anyone submitting a Tender or other Bid is known as a Bidder. Under the Tender process, there will be a public opening of all bids received at the place and at the time stated in paragraph 8 below.

1. NAWEC has budgeted funding for the procurement and Supply of Diesel Engine Vehicles and intends to place a Contract for the supply and delivery of these goods to support the operations of the company.

2. NAWEC now invites sealed bids from eligible bidders for the supply of the following.

Quantity Vehicle
21 Nineteen (19) Units of 4×4 Diesel Engine Double Cabin Pickups and Two (2) Units of 4×4 Diesel Engine Single Cabin Pick-ups

3. Bidding will be conducted through International Competitive Bidding (ICB) Procedure in accordance with requirement of the Gambia Public Procurement Authority Act of 2022.

4. Interested eligible bidders may obtain further information from and inspect the Bidding Document during official hours Monday to Thursday from 8:00 AM to 4:00 pm and Friday 8:00 am to 12:30 pm at the address given below:

Office of the Senior Procurement Manager
National Water and Electricity Company Limited
53 Mamadi Maniyang Highway
PO BOX 609
Kanifing

5. A complete set of Bidding Documents in English may be purchased by interested bidders upon submission of a written application to the above address and upon payment of a non-refundable fee of USD 300.00. The method of payment is Cash deposit / Bank Transfer. The document will be given in printed format and or via email upon payment and requesting the said document on written application.

6. The deadline for submission of inquiries and requests for clarifications is Ten (10) days before the deadline for bid submission. A pre-bid conference will not take place.

7. Electronic Bidding will not be permitted, and late bids will be rejected.

8. A bid Security shall be required. The amount and currency of the bid security (Bank Guarantee) USD 38,000.00.
9. Bid must be delivered to the address below on or before 12:00 PM on 14th March 2024.

Office of the Managing Director
National Water and Electricity Company Limited
53 Mamadi Maniyang Highway
PO BOX 609
Kanifing

10. Bids will be opened in the presence of Bidders’ representatives who choose to attend in person at the address above at 12:30 PM on 14th March 2024.
11. Guarantees provided by International Firms shall be confirmed by corresponding Local Banks.
12. Please note that NAWEC is not obliged to accept the lowest bid price.

 

INVITATION TO BID – Procurement and supply of Main Distribution Spares

INVITATION TO BID

 

Date: 27th November 2023 Reference No.: NAWEC/WD/ NCB//2023

Project Name: Procurement and supply of Main Distribution Spares

 

Dear Sir/Madam:

You are hereby invited to be a Bidder in the Tender described herein.  The Gambia Public Procurement Act defines a Tender as a type of Bid and anyone submitting a Tender or other Bid is known as a Bidder. Under the Tender process, there will be a public opening of all bids received at the place and at the time stated in paragraph 8 below.

1.The National Water and Electricity Company Limited (NAWEC) has budgeted funding for the Procurement and Supply of Main Distribution Spares and intends to place a Framework Contract for the supply and delivery of these goods for a period of One (1) year with the possibility of a Two (2) years extension based on satisfactory supplier assessment.

2.The National Water and Electricity Company now invites sealed bids from eligible bidders for the Procurement and Supply of Main Distribution Spares as follows:

 

No

 

DESCRIPTION SIZE QUANTITY DELIVERY PERIOD
 

1.

UPVC Pressure Pipe 90×4.3 x6, PN10

 

DN80 MM 150        Pieces Within 16 weeks after contract signature.
2.. UPVC Pressure Pipe

110×4.2×6 PN10

DN100 MM 200        Pieces  
3. UPVC Pressure Pipe160x6.2×5.8 PN10

 

DN150 MM 175        Pieces  
4. UPVC Pressure Pipe200x7.7×6 PN10

 

DN200 MM 150        Pieces  
5. UPVC Pressure Pipe

250×9.6×5.8 PN10

DN250 MM 20          Pieces  
6.. UPVC Pressure Pipe

 

315x15x6 PN12.5

DN300 MM 80          Pieces  
7. UPVC Pressure Pipe

355×16.9×6 PN12.5

DN355 MM 10          Pieces  
8.. UPVC Pressure Pipe

 

400×19.1×6 PN12.5

DN400 MM 15          Pieces  
9. UPVC Pressure Pipe450x21.5×6 PN12.5  

DN450 MM

10          Pieces  
10. UPVC Pressure Pipe

500×23.9×6 PN12.5

 

DN500 MM 10          Pieces  

 

 

3..  Bidding will be conducted through the National Completive Bidding Procedure in accordance with requirement of the Gambia Public Procurement Authority Act 2022.

 

  1. Interested eligible bidders may obtain further information from and inspect the bidding document during official hours Monday to Thursday from 8:00 am to 4:00Pm and Friday 8:00 am to 12:30 pm at the address give below.

 

Senior Procurement Manager

National Water and Electricity Company Limited

53 Mamadi Maniyang Highway

P.O. Box   609

Kanifing Industrial Estate

Email: ksambou@nawec.gm, snyang@@nawec.gm

Tel: +220 9969757 +220 3443037

 

  1. A complete set of Bidding Document in English Language may be purchased by interested Bidders upon submission of a written application to the e-mail addresses and upon payment of a non- refundable fee of GMD5,000.00. The method of payment is Bank transfer. The document will be sent via email.

 

  1. Electronic Bidding will not be permitted, and late bids will be rejected.

 

  1. A bid Security from a reputable Bank shall be required in the amount of GMD 140,000.00 (One hundred and forty thousand Dalasis).

 

 

  1. Bid must be delivered to the address below on or before 12:00pm (local Time) on Thursday 7th March 2024.

 

Managing Director

National Water and Electricity Company Limited

53 Mamadi Maniyang Highway

P.O. Box   609

Kanifing Industrial Estate

Email: njuwara@nawec.gm

Tel: +220 9969757/3443037

 

  1. Bids will be opened in the presence of Bidders representative who choose to attend in person at the address below at 12:30pm (local Time) on Thursday 7th March 2024.

Nawec Board Room

Headquarters Head Office

53 Mamadi Maniyang Highway

Kanifing.

 

  1. The deadline for submission of enquiry is Ten (10) days from the deadline for bid submission.

 

  1. The method of selection to be used for this procurement is compliance selection.

 

 

 

INVITATION TO BID – Procurement and supply of Borehole Materials

INVITATION TO BID

 Reference No.: NAWEC/WD/ ICB/001/2024

 Project Name: Procurement and supply of Borehole Materials

 

Dear Sir/Madam:

You are hereby invited to be a Bidder in the Tender described herein. The Gambia Public Procurement Act defines a Tender as a type of Bid and anyone submitting a Tender or other Bid is known as a Bidder. Under the Tender process, there will be a public opening of all bids received at the place and at the time stated in paragraph 8 below.

  1. The National Water and Electricity Company Limited (NAWEC) has budgeted funding for the Procurement and Supply of Borehole Materials.
  1. The National Water and Electricity Company now invites sealed bids from eligible bidders for the Procurement and Supply of Borehole Materials as follows:

 

LOT 1:

 

No DESCRIPTION QUANTITY DELIVERY PERIOD
 1. Well master riser pipe  150 meters Within 8 weeks after contract signature.
2.. Well master Coupler  6
3. 18.5 KW Pumps and Motors  3
4. 18. 5 KW Control Panel  3
5.  Steel Trunking 10

 

 

LOT 2:

 

 

No DESCRIPTION SIZE QUANTITY DELIVERY PERIOD
 1. Complete wellhead (hotdipped galvanized material)  DN400  3 Within 8 weeks after contract
2.. 90degree double ironbend (to be equipped with manometer)  DN150  3
3. Manometer (pressure gauge)  3/4″  3
4. Ductile iron tee D150 X 80 3
5. Butterfly valve DN80 3
6. Single orifice air valve DN80 3
7. Harnessed coupling DN150 3
8. Ductile iron flanged spigot 500mm long  DN150  3
9. Double flanged DI Kent water meter  DN150  3
10. All flanged ductile iron tee  DN150 X 80  3
11. Ductile iron sluice valve DN100 3
12. Ductile iron non return valve  DN150  3
13. Double flanged DI pipe 500mm long  DN150  3
14. Ductile iron sluice valve DN150 3
15. Double flanged bend 45degree  DN150  3
16. Ductile iron flanged adopter  DN150  3
17. Double flanged DI pipe 2000mm long  DN100  3
18. 45 Double flanged DI bend  DN100  3
19. Tap 3/4″ 3
20. Flat rubber gasket DN150 20
21. Flat rubber gasket DN100 20
22. Flat rubber gasket DN80 20
23. Bolts and nuts M20 X 70 150
24. Bolts and nuts M16 X 70 150

 

 

 

Lot 3

 

WELL HEAD and KIOSK CIVIL WORKS MATERIAL

 

Item Description Unit Qty
1. 12mm Iron rod Ea 135
2. 8mm Iron rod Ea 60
3. Sand Cubic 30
4. Basalt Cubic 30
5. Binding wire 5kg 6
6. Cement 50kg 240
7. 12mm plywood Ea 18
8. 2×2 Pine wood Ea 30
9. 2×3 Pine wood Ea 30
10. 4” Nail kg 30
11. 2”Nail kg 15

 

 

 

3. Bidding will be conducted through the International Completive Bidding (ICB) Procedure in accordance with requirement of the Gambia Public Procurement Authority Act 2022.

  1. Interested eligible bidders may obtain further information from and inspect the bidding document during official hours Monday to Thursday from 8:00 am to 4:00Pm and Friday 8:00 am to 12:30 pm at the address given below.

Senior Procurement Manager

National Water and Electricity Company Limited 53 Mamadi Maniyang Highway

P.O. Box 609

Kanifing Industrial Estate

Email: ksambou@nawec.gm, snyang@nawec.gm Tel: +220 9969757 +220 3443037

  1. A complete set of Bidding Document in English Language may be purchased by interested Bidders upon submission of a written application to the e-mail addresses and upon payment of a non- refundable fee of USD100.00. The method of payment is Bank transfer. The document will be sent via email.
  1. Electronic Bidding will not be permitted, and late bids will be rejected.
  1. A bid Security from a reputable Bank shall be required in the amount of USD 2,000.00 (Two thousand dollars).

 

  1. Bid must be delivered to the address below on or before 12:00pm (local Time) on 15th February 2024.

 

Managing Director

National Water and Electricity Company Limited

53 Mamadi Maniyang Highway

P.O. Box 609

Kanifing Industrial Estate Email: njuwara@nawec.gm

Tel: +220 9969757/3443037

INVITATION TO BID (TENDER) – Design and Construction of Perimeter Fence and Basse Office Building

INVITATION TO BID (TENDER)

 

Date: 24th  November 2023                                                       Reference No.: NAWEC/OT/WD/002/2023

 

Project Name: Design and Construction of Perimeter Fence and Basse Office Building.

 

Dear Sir/Madam:

 

You are hereby invited to be a Bidder in the Tender described in the following documents.  The Gambia Public Procurement Act defines a Tender as a type of Bid and anyone submitting a Tender or other Bid is known as a Bidder. Under the Tender process, there will be a public opening of all bids received as stated in 9 below.

 

  1. The National Water and Electricity Company has budgeted funds for the Design and Construction of Perimeter Fence and Basse Office Building. It is intended that part of these funds will be applied to eligible payments under the Design and Construction of Perimeter Fence and Basse Office Building.

 

 

  1. The National Water and Electricity Company now invites sealed Bids from eligible Bidders for the Design and Construction of Perimeter Fence and Basse Office Building. The Project shall have the following components:
  • Complete detailed Architectural design plans of the project.
  • Construction of office building from foundation to completion.
  • Fencing of office Complex
  1. The works to be effected shall be performed at Basse (Upper River Region) and the required time for the performance of the works is four (4) months (One month for design and three months for construction).

4. Bidding will be conducted through the National Competitive Bidding procedure in accordance with the requirement of the GPPA 2022.

  1. The deadline for submission of inquiries and for requests for clarifications is 18 th December 2023
  2. Interested eligible Bidders may obtain further information from and inspect the Bid documents at the office of Monday to Thursday from 8:00am to 4:00pm and Fridays 8:00am to 12:30pm at the address given below:

Managing Director
National Water and Electricity

53 Mamady Maniyang

P.O. BOX 609
Kanifing Industrial Estate

Email: ksambou@nawec.gm  snyang@nawec.gm  ldemba@nawec.gm

 

  1. A complete set of Bid documents in English language may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of D5,000.00 (Five Thousand Dalasis only)

 

  1. The provisions in the Instructions to Bidders and the General Conditions of Contract are the provisions of the Bid and Contract Documents for the Procurement of Complex Works of the Government of The Gambia.

 

  1. Bids must be delivered to the address indicated under Section 5 above on or before 12:00 Hours Banjul Time prompt on Monday 27th December 2023 and must be accompanied by a Bid Security D 69,000 (Sixty-Nine thousand Dalasis Thousand Dalasi) of the Bid Amount.

 

  1. Bids will be opened in the presence of Bidders’ representatives who choose to attend at the address indicated under Section 5 above at 12:30pm on 27th December 2023.

 

 

INVITATION TO BID – Procurement and Supply of Two Brand new Single Cabin Pick Up Vehicles

INVITATION TO BID

 

Date: 24th November 2023                                              Reference No.: NAWEC/EBU/OT/VEH/2023

 

Project Name: Procurement and Supply of Two Brand new Single Cabin Pick Up Vehicles

 

 

Dear Sir/Madam:

You are hereby invited to be a Bidder in the Tender described herein.  The Gambia Public Procurement Act defines a Tender as a type of Bid and anyone submitting a Tender or other Bid is known as a Bidder. Under the Tender process, there will be a public opening of all bids received at the place and at the time stated in paragraph 8 below.

 

  1. NAWEC has budgeted funding for the Procurement and Supply of Two Brand New Single Cabin Pick Up Vehicles for Emergency response operations of the Electricity Business Unit and intends to place a Contract for the supply and delivery of these goods to support the Electricity Business Unit.

 

  1. NAWEC now invites sealed bids from eligible bidders for the supply of the following.

 

Quantity Vehicle
2 Single Cabin Pick Up

 

 

  1. Bidding will be conducted through the Restricted National Competitive Bidding (NCB) Procedure in accordance with requirement of the Gambia Public Procurement Authority Act of 2022.

 

  1. Interested eligible bidders may obtain further information from and inspect the Bidding Document during official hours Monday to Thursday from 8:00 AM to 4:00 pm and Friday 8:00 am to 12:30 pm at the address given below:

 

           Office of the Senior Procurement Manager

           National Water and Electricity Company Limited

           53 Mamadi Maniyang Highway

           PO BOX 609

           Kanifing

 

  1. A complete set of Bidding Documents in English may be purchased by interested bidders upon submission of a written application to the above address and upon payment of a non-refundable fee of GMD 5,000 (Five thousand Dalasi only). The method of payment is through bank transfer/cash deposit to the designated NAWEC account. The document will be sent via email upon payment and requesting the said document on written application.

 

  1. Electronic Bidding will not be permitted, and late bids will be rejected.

 

  1. A bid Security shall be required; the amount and currency of the bid security is GMD 240,000 (Two Hundred and Forty Thousand Dalasi) Convertible currency stated in ITB 19.
  2. Bid must be delivered to the address below on or before 12:00 hrs Local time on 12th December 2023.

 

Office of the Managing Director

           National Water and Electricity Company Limited

           53 Mamadi Maniyang Highway

           PO BOX 609

           Kanifing

 

 

  1. Bids will be opened in the presence of Bidders’ representatives who choose to attend in person at the address above at 12:30 hrs (Local time) on 12th December 2023.

INVITATION TO BID -THE PROCUREMENT OF STATIC WATER METERS

INVITATION TO BID

 

Date:      24/11/2023                                                                                             Reference No. NAWEC/GCSDWBU/OT/009/2023

 

Project Name:     THE PROCUREMENT OF STATIC WATER METERS

 

Dear Sir/Madam:

You are hereby invited to be a Bidder in the Tender described herein.  The Gambia Public Procurement Act defines a Tender as a type of Bid and anyone submitting a Tender or other Bid is known as a Bidder. Under the Tender process, there will be a public opening of all bids received at the place and at the time stated in paragraph 8 below.

 

  1. The National Water and Electricity Company Limited (NAWEC) has budgeted funding for the procurement of Static Water Meters through an International Competitive Bidding and intends to place a Contract for the supply and delivery of these goods for a period of three (3) years.

 

DESCRIPTION                                                                               QUANTITY

  1. DN 15mm Static Water Meter                                               5,000 pcs
  2. DN 20mm Static Water Meter                                            15,000 pcs

 

  1. The goods to be supplied shall be delivered CIF Banjul International Seaport as per Incoterm 2020 and the required time for the supply of the goods is Four (4) Months after signature of the contract.

 

  1. Payment shall be made under this contract via Telegraphic Transfer as follows:

 

  • 50% Advance upon submission of a Bank Guaranty to be confirmed by a local bank and 50% within 30 days after receipt and acceptance of the goods by NAWEC.

 

  1. NAWEC now invites sealed Bids from eligible Bidders for the supply of­­­­­­­­­­­­­­­­­­­ the above-mentioned Goods

 

  1. The deadline for submission of inquiries and for requests for clarifications shall be Ten (10) days before the deadline for bid submission.

 

  1. Interested eligible Bidders may obtain further information from and inspect the Bid documents at the Office of the Senior Procurement Manager:

 

53 Mamady Maniyang Highway

PO Box 609

Kanifing

Tel: 9969757 / 9962556 / 9962006            

Email: ksambou@nawec.gm / snyang@nawec.gm / fkinteh@nawec.gm

 

  1. A complete set of Bid documents in English language may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of USD 300.00

 

  1. Bids must be delivered to The Office of the Managing Director at the address indicated in No. 5 above on or before 12.00 PM on 28th December 2023 and must be accompanied by a bid security of USD 65,400.00 from a reputable Bank.

 

  1. Bids will be opened in the presence of Bidders’ representatives who choose to attend at 12:30 PM on 28th December 2023 at the boardroom of NAWEC Head Office at:

 

     53 Mamady Maniyang Highway

     PO Box 609

     Kanifing.

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – Detailed Design and Support through Bidding Process for Additional Villages

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

 

The Gambia

ECOWAS Regional Electricity Access Project (ECOWAS-REAP)- P164044

Loan No./Credit No./ Grant No.: IDA- D4080

Assignment Title: Detailed Design and Support through Bidding Process for Additional Villages

Reference No.:  GM-NAWEC-364342-CS-CQS

 

The ECOWAS-Regional Electricity Access Project (REAP), a part of a Series of Projects (SOP) being implemented within the ECOWAS region, with a long-term view to achieving electricity distribution expansion within the Region. Funded by the IDA/World Bank, the SOP aims to increase the number of people in West Africa with access to reliable and affordable electricity, as articulated in the ECOWAS White Paper of 2006 for Increasing Access to Energy Services to People of the Sub-region.

 Specifically, the project aims to increase grid electricity access in the Republics of Guinea-Bissau, Mali, and The Gambia. It is expected to substantially increase the access to electricity to reach an access rate of almost 65 percent and 25 percent, in The Gambia and Guinea Bissau respectively, while Mali will increase its electricity access rate to 37 percent.

 The projects include the construction of about 160km of Medium Voltage (MV) lines, low voltage (LV) lines for about 93 villages in LRR, WCR, and NBR (some might be in other regions), distribution transformers for the about 93 villages, and a 2km bridge crossing between Farafenni and Soma.

 The main objectives of this assignment are as follows:

a.  Conduct a comprehensive topographical survey of the project area to gather essential data for the design and construction of the electrical infrastructure. 

b.   Develop a detailed design plan for the construction of 160km of MV lines and LV lines for 93 villages, ensuring efficient and reliable power distribution.

c.    Conduct studies to determine the appropriate distribution transformer requirements for the 93 villages, considering load demand, voltage regulations, and future expansion needs.

d.     Design a 2km bridge crossing to provide a safe and reliable route for the electrical infrastructure.

e.   Prepare the technical component of the bidding document, including Employer’s Requirements, data sheets of all materials to be used in the project, the price schedule and cost estimate, and the final Bill of Quantities (BoQ).

f.   Provide timely support in preparation of responses to clarifications and inquiries from bidders during the bidding process. Participate in pre-bid meeting and site visit.

g.     Participate in contract negotiation with potential contractors to finalize the agreement terms and conditions.

Scope of work:

The scope of work includes, but is not limited to, the following:

a.      Topographical Survey:

        Conduct a comprehensive topographical survey of the project area, covering the alignment of the MV lines, combine constructions, LV lines, and the proposed bridge crossing. 

      Collect accurate elevation data, contours, land features, and any other relevant information necessary for the design and construction of the electrical networks. This survey shall cover a corridor of 20m at least. All obstacles shall be well represented and a minimum of 50m between the points shall be considered. 

        Prepare detailed topographical maps and profiles with readable scales printed in at least A2 format.

b.     Detailed Design:

    Prepare a detailed design plan for the construction of about 160km of MV lines, including pole locations, conductor sizes, sag calculations, and necessary clearances.

        Design the LV lines to connect 93 villages, considering load requirements, voltage drop limitations, and appropriate conductor sizes. 

        Determine the optimal route for the MV and LV lines, considering terrain, environmental factors, and existing infrastructure.

        Prepare a design plan for the 2km bridge crossing, including the design of all the materials required and all the required studies and drawings in a very clear manner.

    This shall include the full calculation notes using Jove, mechanical and execution designs for the complete networks taking into account the weight of the transformers to be proposed.

        Prepare cost estimates.

c.      Studies for Distribution Transformers:

     Conduct load demand studies for each of the 93 villages to determine the appropriate capacity and number of distribution transformers required.

        Propose the most optimal location for each transformer.

        Analyse the voltage regulations and determine the optimal locations for the distribution transformers to minimize voltage fluctuations and ensure efficient power distribution.

    Consider future growth and expansion needs of the villages and recommend suitable strategies for accommodating increased load demand.

    Quantify all the households and public buildings, like schools, hospitals, health centers, etc. to be connected on each transformer, providing a list with names and phone numbers of each household head.

d.     Preparation of Bidding Document:

 Develop the Employer’s Requirements, clearly outlining the project’s objectives, technical specifications, and performance requirements.

    Create data sheets for all the equipment and materials required for the project, including specifications, technical parameters, standards, and any relevant certifications. 

        Prepare the price schedule, detailing the breakdown of costs for materials, labor, equipment, and any other project-related expenses.

     Compile the final Bill of Quantities (BoQ) document, providing a comprehensive list of items, quantities, for the construction and installation works.

e.      Clarification Responses:

        Review and respond, in collaboration with the PIU, to clarifications and inquiries from bidders during the bidding process.

        Provide necessary technical clarifications and ensure a clear understanding of the project requirements.

        Participate in pre-bid meeting and site visit.

f.      Contract Negotiation:

        Participate in contract negotiation with potential contractors.

        Collaborate with the client to finalize the agreement terms and conditions. 

        Address any technical concerns or modifications to ensure compliance with project requirements.

It is anticipated that the total level of effort for this assignment is 9 staff-months.

Reporting

Reports are to be submitted to NAWEC PIU. All supporting documents such as photographs, video graphs, maps, primary and secondary information collected, etc., taken during the assignment shall be submitted in support of the reports, along with an electronic copy of the documents.

Deliverables:

The following deliverables are expected:

a)     Topographical Survey:

        Comprehensive survey report, including accurate topographical maps, profiles, and relevant data.

        Digital copies of the survey data in a compatible format – excel, dwg drawings, and any necessary format.

b)     Detailed Design:

        Detailed design plan for the construction of 160km of MV lines.

        Detailed design plan for the LV lines connecting 93 villages and location of distribution transformers.

        Design plan for the 2km bridge crossing.

        A final detailed execution study for the whole the entire networks to construct.

        Detailed cost estimates (by different components/materials)

 

c)     Studies for the Distribution Transformers:

        Load demand study report for the 93 villages, including recommendations for distribution transformer capacity and locations.

        Analysis report on voltage regulations and strategies for efficient power distribution.

        List of clients to connected on each transformers

 

d)     Preparation of Bidding Document:

        Employer’s Requirements document.

        Data sheets of all equipment.

        Price schedule.

        Final Bill of Quantities (BoQ).

        Any other technical documentation required for the bidding process. 

e)     Clarification Responses:

Timely and comprehensive responses, in collaboration with the PIU, to bidders’ clarifications and inquiries during the bidding process. Participation and support in pre-bid meeting and site visit.

f)      Contract Negotiation:

        Finalized contract agreement with potential contractors, including all necessary modifications and technical considerations.

National Water and Electricity Company Limited (NAWEC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

Team for the Assignment:

The NGO/consulting firm shall dedicate a team of professionals to the site. The constitution of the Core Team and their required qualification and experience shall be as follows:

Position

Number required

Qualification/Experience

Project Senior Engineer/Manager

1

He/she shall have a minimum experience of 8 years in a similar role with at least two similar projects in the last 5 years. He/she shall be a Master’s Degree holder in Engineering or management

Lead Topographical Surveyors

2

A minimum of 5 years’ experience in a similar role with a Master’s Degree in Electrical Engineering, Civil Engineering, or a related field, with at least experience in two similar projects in the last 5 years is required.

Electrical Engineer Designer

1

A minimum of 5 years’ experience in a similar role with a Master’s Degree in Electrical Engineering, Civil Engineering, or a related field, with at least experience in two similar projects in the last 5 years is required.

Electrical Engineer

1

A minimum of 5 years’ experience in a similar role with a BSc Degree in Electrical Engineering, or a related field, with at least experience in two similar projects in the last 5 years is required

 

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 and revised November 2017 and July 2018 and November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

A Consultant will be selected in accordance with the Consultant’s Qualification-based Selection method set out in the Procurement Regulations.

The detailed Terms of Reference (TOR) for the assignment can be obtained at the link below:

ECOREAP Additional Villages TOR

Further information can be obtained at the address below during office hours: 

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 19th September 2023.

PIU-GAMBIA

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125/ 9967791/ 7009342

Electronic mail address: hnjie@nawec.gm, (and copy to mfsanyang@nawec.gm)

 

 

 

INVITATION TO BID – Procurement of works for the Construction of Basse and Jangjanbureh Revenue Offices

PROCUREMENT OF WORKS FOR CONSTRUCTION OF BASSE AND JANGJANGBUREH REVENUE OFFICE

Issued on: 24th August 2023

RT No: NAWEC/RT/WKS/B&JRO/002/2022

Employer: NAWEC

Country: THE GAMBIA

  1. The National Water and Electricity Company Limited (NAWEC) have budget funds towards the Procurement of works for the Construction of Basse and Jangjanbureh Revenue Offices.

 

  1. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for the procurement of the works as follows:

 

      LOT I: CONSTRUCTION OF BASSE REVENUE OFFICE

 

LOT II: CONSTRUCTION OF JANGJANGBUREH REVENUE OFFICE

 

  1. Bidding will be conducted through the National Competitive Bidding procedure (NCB) as specified in the GPPA Regulation of September 2019 and is open to all eligible Bidders as defined in the Procurement Regulations.

 

  1. Interested eligible Bidders may obtain further information from Mr. Kainding Sambou – Senior Procurement and Materials Manager and Mr. Famara Kinteh-Procurement Manager of National Water & Electricity Company Limited through the following Electronic mail addresses: ksambou@nawec.gm and fkinteh@nawec.gm to inspect the bidding document during office hours at the address given below.

 

  1. The bidding document in English shall be issued to interested firms at the cost of GMD5,000. The method of payment will be electronic transfer.
  2.    Bids must be delivered to the office of the Managing Director of NAWEC at the address below on or before 11:00 AM on 28th September 2023:

National Water & Electricity Company Limited

53, Mamady Maniyang Highway

P.O. Box 609

Banjul The Gambia.

 

  1. Electronic Bidding will not be permitted, and 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 28th September 2023 at 11:30 AM at NAWEC Conference Room at the address above.
  2. All Bids must be accompanied by a Bid Security from a reputable bank in the amount of Three Hundred and Thirty-Three Thousand Dalasi (GMD 333,000.00) for Lot I and Eighty-One Thousand Dalasi (GMD 81,000.00) for Lot II valid for 120 days. A combined bid security for both lots is allowed.
  3. Upon completion of the bidding process, all bidders will be informed of the outcome of the tender including the details and the price of the most responsive bidder recommended for award.

Invitation for Bids – Small Works Construction of Customer Service Center Complex

Invitation for Bids

Small Works

                   

Employer:                                    National Water & Electricity Company Limited

Project:                                        Gambia Electricity Access Project

Contract title:                              Construction of Customer Service Center Complex

Country:                                       The Gambia

Loan No. / Grant No.:                  210015040530

Procurement Method:                 Open Competitive Bidding (National) (OCBI)

OCBI/LCB No:                               NAWEC-GEAP-CW-02

Issued on:                                     25th October 2022

  1. The Government of the Gambia has received financing from the African Development Bank hereinafter called the Bank toward the cost of the Gambia Electricity Access Project and intends to apply part of the proceeds toward payments under the contract[1] for the Construction of One (1) Customer Service Center Complex. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the Bank’s Disbursement Guidelines and procedures for Investment Project Financing.

 

  1. The National Water & Electricity Company Limited now invites sealed Bids from eligible Bidders for the Construction of the Customer service Centre Complex in Kanifing.

 

  1. The center will be a befitting contact center affirming the company’s commitment to be a customer focus and to provide much-needed face-lift for NAWEC peers in the same industry in the subregion. This will also enable NAWEC to respond sufficiently to the expectations, perceptions, and situations of our invaluable customers.

 

  1. Bidding will be conducted through the Open Competitive Bidding (National ), OCBN procedures as specified in the Bank’s Procurement Framework dated October, 20152 , and is open to all eligible Bidders as defined in the Procurement Framework.

 

  1. Interested eligible Bidders may obtain further information from National Water & Electricity Company Project Implementation Unit and inspect the bidding document during office hours 08: 00 am to 16:000 pm at the address given below.

 

  1. 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 non-refundable fee of $150. The method of payment will be direct deposit to the project account. The document will be sent by email.

 

  1. Bids must be delivered to the address below on or before 20th December 2022. 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.

 

  1. All Bids must be accompanied by a Bid security amount of USD10,000.00.

 

  1. 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

 The address(es) referred to above is (are)

 

Project Coordinator

Project Implementation Unit

National Water and Electricity Company Limited (NAWEC)

Emporium III Building, Fajara

Banjul, The Gambia

Conference Room, 1st Floor

Telephone: +220 996 1301/+220 7009342

Email: hnjie@nawec.gm,asallah@nawec.gm, and mfsanyang@nawec.gm