Specific Procurement Notice Request for Bids Good (Two-Envelope Bidding Process) – Procurement and Supply of Single & Double cabin Pick-up Vehicles

Specific Procurement Notice

Request for Bids

Good

(Two-Envelope Bidding Process)

Country: The Gambia

Name of Project: Electricity Restoration and Modernization Project (GERMP)

Contract Title: Procurement and Supply of Single & Double cabin Pick-up Vehicles

Loan No./Credit No./ Grant No.: D6530

RFB Reference No.: GM-NAWEC-453864-GO-RFB

  1. The Republic of The Gambia has received financing from the World Bank toward the cost of the Gambia Electricity Restoration and Modernization Project and intends to apply part of the proceeds toward payments under the contract[1]for Supply of pickup vehicle. 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 by letter of credit.
  2. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for the procurement and supply of double and single cabin pick-up vehicles.
  3. Bidders shall comply with the following specific experience and qualifications requirements:

(a) Financial Capability: Bidder shall submit audited financial statements or, if not required by the law of Bidder’s country, other financial statements acceptable to the Purchaser, for the last 3 years prior to bid submission deadline, demonstrating the current soundness of the Bidder’s financial position. For a joint venture, this requirement shall be met by each member.

(b) Specific Experience: The Bidder shall demonstrate that it has successfully completed at least 3 contracts within the last 5 years prior to bid submission deadline, each with a value of at least US$500,000 that has been successfully and substantially completed and that are similar in nature and complexity to the Goods and Related Services under the Contract. For a joint venture, this requirement may be met by all members combined.

(c) Documentary Evidence: The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement:

 

(d) Manufacturing experience and Technical Capacity: For the items under the Contract that the bidder is a manufacturer, the Bidder shall furnish documentary evidence to demonstrate that:

 

(i) it has manufactured goods of similar nature and complexity for at least 3 years prior to the bid submission deadline; and

  1. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” (Edited September 2023 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
  2. Interested eligible Bidders may obtain further information from NAWEC’s Project Implementation Unit office and inspect the bidding document during office hours 8:00 a.m to 4:00 p.m at the address given below.
  3. The bidding document in English language 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$300. The method of payment will be electronic transfer. The document will be sent by email.
  4. Bids must be delivered to the address below on or before 12:00 p.m. of March 6th 2025. Electronic Bidding will not be permitted. Late Bids will be rejected. The outer Bid envelopes marked “Original Bid”, and the inner envelopes marked “Technical Part” will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend, at the address below on March 6th, 2025, at 12:30 p.m. at PIU Conference room. All envelopes marked “Second Envelope: Financial Part” shall remain unopened and will be held in safe custody of the Purchaser until the second public opening.
  5. All Bids must be accompanied by a Bid Security of US$8,000.
  6. 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.
  7. The address(es) referred to above is:

Project Coordinator

Project Implementation Unit

National Water and Electricity Company Limited (NAWEC)

Emporium III Building, Fajara

Banjul, The Gambia

Telephone: +220 3664125/3182113/7009342

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