REQUEST FOR EXPRESSIONS OF INTEREST – External Auditor for GERMP

REQUEST FOR EXPRESSIONS OF INTEREST

 

The Gambia

Electricity Restoration and Modernization Project (GERMP)

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

 

Assignment Title:  External Auditor for GERMP

Reference No.: GM-NAWEC-312785-CS-LCS

The Government of the Gambia (GOTG) has received financing from the World Bank (IDA Grant D3090 and Grant D6530), European Union (EU), and European Investment Bank (EIB), towards the implementation of the Gambia Electricity Restoration and Modernization Project (GERMP) and intends to recruit an audit firm for the audit of the financial statements.

The Project Development Objectives are to improve the operational performance of the utility, and its capacity to dispatch variable renewable electricity.

The Gambia Electricity Restoration and Modernization Project (GERMP) is designed to support the implementation of immediate priority investments to restore the delivery of electricity services in targeted municipal and regional areas and complement fiscal stabilization efforts. The operation will improve the operational performance of the utility by improving the electricity supply and supporting the turnaround of NAWEC, and its capacity to dispatch variable renewable electricity. In this way, the project partly addresses the aspirations of the population for better public services.

There are four components to the project: (1) on-grid solar PV; (2) T&D restoration and modernization; (3) urgent institutional support for sector turnaround and (4) urgent actions to address the water crisis:

The objective of the audit of the Project financial statements (PFSs) is to enable the auditors to express an independent professional opinion on the financial position of the Project at the end of each fiscal year, and of the income and expenditure for the accounting period ending on that end.  The project’s books of account provide the basis for the preparation of the financial statements and are established to reflect the financial transactions in respect of the project.

 

  • Auditing of the Project Financial Statements (PFS) of GERMP in accordance with International Accounting Standards (IAS) and World Bank requirements;
  • Review of Statements of Expenditure and Interim Unaudited Financial Statements;
  • Review of designated accounts;
  • Preparing Management Letters and Audit Reports.

 

The total audit engagement is for a period of 3 years to review the accounts for the following accounting period:

The first period will be from the period ending December 2022, then December 2023 and December 2024.

 

National Water and Electricity Company now invite 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. The shortlisting criteria are:

 

The interested consulting firm should have (a single company or jointly if associated with other companies):

-At least 5 years of experience in the area of auditing in accordance with IAS;

-Experience in auditing at least one project financed by the World Bank within the last five years;

-A firm should have successfully implemented (completed) at least 1 contract of similar nature and complexity in the past 5 years in developing countries;

-A firm should be registered with the Gambia Institute of Chartered Accountants (GICA) and have necessary up-to-date permits to perform auditing services in The Gambia.

 

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” dated 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 in the form of a joint venture or a sub-consultancy to enhance their qualifications.

A Consultant will be selected in accordance with the Least- Cost-Based Selection (LCS) method set out in the Consultant Guidelines.

Further information can be obtained at the address below during office hours or click on the link below for the Terms of Reference.

GERMP External Auditor TOR

Expressions of interest must be delivered in written form to the address below (in person, by mail, by fax, or by e-mail) by 30th November 2022.

 

National Water and Electricity Company

Managing Director

Attn: 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: +220 996 1301/ 9967791/ 7009342

E-mail: hnjie@nawec.gm, mfsanyang@nawec.gm

 

REQUEST FOR EXPRESSIONS OF INTEREST Monitoring and Evaluation Specialist for Project Implementation Unit

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia

Electricity Restoration and Modernization Project (GERMP)

 

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

 

Assignment Title: Monitoring and Evaluation Specialist for Project Implementation Unit

Reference No. (as per Procurement Plan): GM-NAWEC-317405-CS-INDV

 

National Water and Electricity Company Ltd, NAWEC, is implementing the Gambia Electricity Restoration and Modernization Project, co-financed by The World Bank (WB) and the European Investment Bank (EIB). A Project Management Unit (PMU) has been created to coordinate this work within NAWEC and with numerous Government ministries and agencies.  The role of the PMU includes, inter alia, providing specialist support in the areas of social and environmental safeguards, procurement, financial management, monitoring and evaluation, and communications. The Monitoring and Evaluation Specialist will work under the direct guidance of the Project Coordinator in both the preparation and regular review of the project’s activities.

 

The M&E Specialist will provide technical leadership to develop the project results framework, monitoring plans, and indicators to capture project results and provide effective, accurate, and timely monitoring, evaluation, and reporting of all project activities.  The overall objective is to provide strategic and technical guidance in monitoring and evaluating the implementation of project interventions and provide general M&E support (technical + capacity building) to NAWEC particularly in reporting salient operational and financial parameters as detailed in the company’s strategic development plan (SDP) and ensuring compliance with the M&E requirements of GERMP co-financiers.

 

NAWEC now invites eligible individual consultants (“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. The consultant’s Letter of Expression of Interest and CV shall be submitted to the address below.

SCOPE OF WORKS

Oversee the development and implementation of the monitoring plan to capture the Project’s performance and results, including routine reporting, baseline and result assessments, and all monitoring for process and outcome evaluations.

 

The M&E Specialist will perform the following tasks:

 

Develop an overall Monitoring and Evaluation (M&E) Framework and Plan in accordance with the requirements and standards of the World Bank and the Government of the Gambia:

  • Lead efforts to monitor and evaluate project interventions, document results and provide feedback to stakeholders to guide decision-making;
  • Provide oversight and monitoring of field activities and ensures that these activities are coordinated with, complementary to, and supportive of NAWEC projects and or programs;
  • Develop and continuously refine the monitoring plan to ensure that the baseline information as well as targets are set well and understood by the project implementation units;
  • Undertake monitoring field visits with the Implementing Entities and or Development partner(s) where appropriate;
  • Undertake field visits to gather information on the perception of the community members or beneficiaries and other local stakeholders;
  • Lead and support the systematic gathering of quantitative and qualitative data and reporting on project progress;
  • Monitor data quality assurance and ensure periodic programmatic reports for GERMP are produced on time
  • Work closely with project implementation units and the World Bank when undertaking periodic reviews;
  • Assist to develop project-specific monitoring and evaluation plans in consultation with the PM and other stakeholders;
  • Assist the PM to implement a project-wide M&E framework, guidelines, and other tools for the various components under the project;
  • Work closely with NAWEC management to report on identified KPI’s and performance matrices

 

The Monitoring and Evaluation Specialist will be located full-time in Banjul, The Gambia, and perform his/her duties at the PIU (GERMP).

The expected contract duration is 12 months; an extension of this position may be considered and will be dependent upon satisfactory performance.

 

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

Monitoring_and_Evaluation_Specialist TOR

 

Required qualifications:

 

  • Advanced degree in Statistics, Data Science, Economics, Development studies, or related social sciences.
  • At least five (5) years experience in monitoring and evaluation and results-based management, including for projects financed by international donors.
  • Experience in a World Bank-funded project will be an asset;
  • Knowledge of Electricity utilities particularly in a planning function;
  • Excellent writing and analytical skills in drafting concept notes and reports;
  • Understanding and knowledge of computer applications such as MS Word, Excel, MS Project, and Database Management tools.

 

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.  A Consultant will be selected in accordance with the Individual Consultant selection method set out in the Procurement Regulations. Further information can be obtained at the address below during office hours from 08:00 to 16:00. 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 close of business November 11th, 2022 

Managing Director

Attn: Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building,

Fajara114 Kairaba AvenueFloor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 996 1301/ 9967791/ 7009342

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

THE GAMBIA ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP) PHASE 2 Environmental and Social Impact Assessment (ESIA) for the Three 30 kV/Mv Transmission Lines and Distribution Networks in the North Bank and Upper River Regions

THE GOVERNMENT OF THE GAMBIA

THE NATIONAL WATER AND ELECTRICITY COMPANY (NAWEC)

THE GAMBIA ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP) PHASE 2
Environmental and Social Impact Assessment (ESIA) for the Three
30 kV /Mv Transmission Lines and Distribution Networks in the
North Bank and Upper River Regions

 

Click on the link below to download the file.

GERMP_ ESIA_ Backbone Phase 2_ESIA

 

Specific Procurement Notice AMI & AMR-enabled Retail Water Meters with AMI Infrastructure and Test Bench Bids Submission deadline extension

Specific Procurement Notice

Request for Bids Goods

(One-Envelope Bidding Process)

 

Country: The Gambia

Name of Project: Electricity Restoration and Modernization Project

Contract Title: AMI & AMR-enabled Retail Water Meters with AMI Infrastructure and Test Bench

Loan No./Credit No./ Grant No.: IDA – D3090

RFB Reference No.: GM-NAWEC-302891-GO-RFB

Issued on: 21st July 2022

Reference to our Specific Procurement Notice for Supply of AMI & AMR-enabled Retail Water Meters with AMI Infrastructure and Test Bench published on 21st July 2022, National Water and Electricity Company Limited hereby extend the Bids Submission deadline to 19th October 2022 at 12:00 p.m. and opening at 12:30 p.m.

Specific Procurement Notice Request for Quotations Procurement of: Supply, Installation and Commissioning of 300sqmm underground power cable to connect the Brikama Switching Station to the Brikama OMVG Substation

Specific Procurement Notice

Request for Quotations


Procurement of:

Supply, Installation and Commissioning of 300sqmm underground power cable to connect the Brikama Switching Station to the Brikama OMVG Substation

 

Employer: National Water & Electricity Company Limited (NAWEC)

Project: Electricity Restoration and Modernization Project

Country: The Gambia

Loan No. /Credit No. / Grant No.: IDA-D3090

RFB No: GM-NAWEC-263229-GO-RFQ

Issued on: 27th July 2022

  1. The Republic of The Gambia (hereinafter called “Borrower”) has received financing from the International Development Association (IDA), the European Investment Bank and the European Union (the “Banks”) in the form of a credit and grant (hereinafter called “credit” and “grant”) toward the cost of Gambia Electricity Restoration and Modernization Project (GERMP). The National Water and Electricity Company (NAWEC), an implementing agency of the Borrower (hereinafter called “Client”), intends to apply part of the proceeds toward payments under the Contract for Procurement of: Supply, Installation and Commissioning of 300sqmm underground power cable to connect the Brikama Switching Station to the Brikama OMVG Substation. 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.
  2. The National Water & Electricity Company Limited now invites sealed Bids from eligible Bidders to provide:
  • 3 x 36 kV, 300 sq mm, Indoor Heat Shrinkable cable sealing End.
  • 3 x 36 kV, 300 sq mm, Outdoor Heat Shrinkable cable sealing end.
  • 36 kV, XLPE-N2XS (F) 2Y – Cable 300 sq mm, Cu, 6200 Meters
  • Laying of Cables, 680 Meters
  • Connection to the Breakers – 3 connections

Qualifications requirements:

  • Minimum average annual turnover for the last 3 years: US$1 million. The number shall be supported by audited financial statements.
  • Contractual experience: minimum 2 similar contracts during the last 5 years with a minimum contract price of US$300,000. Similar contracts shall include supply and laying of underground cable for a line of 36 kV or higher voltage with the distance of at least 500 meters.
  1. Bidding will be conducted through international competitive procurement using a Request for Quotations (RFQ) procedure as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” (July 1st, 2016, revised in November 2017 and August 2018) (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
  2. Interested eligible Bidders may obtain further information from National Water & Electricity Company, attention Haddy Njie email hnjie@nawec.gm and inspect the bidding document during office hours Monday to Thursday from 8:00am to 16:00pm and Friday from 8:00am to 12:30pm at the address given below.
  3. The RFQ document in English may be received by interested eligible Bidders upon the submission of a written application to the address below.
  4. Quotations must be delivered to the address below on or before 12:00 p.m. (local time), August 31st, 2022. Electronic bidding will not be permitted. Late submissions will be rejected. Quotations will be publicly opened same day in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on 12:30 p.m. (local time).
  5. 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.
  6. The address referred to above is:

 

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue, 2nd floor

City: Banjul

Country: The Gambia

Telephone: +220 996 1301/ 9967791/ 7009342

E-mail: hnjie@nawec.gm and mfsanyang@nawec.gm

Specific Procurement Notice – Request for Bids Goods – AMI & AMR-enabled Retail Water Meters with AMI Infrastructure and Test Bench

Specific Procurement Notice

Request for Bids

Goods

(One-Envelope Bidding Process)

Country: The Gambia

Name of Project: Electricity Restoration and Modernization Project

Contract Title: AMI & AMR-enabled Retail Water Meters with AMI Infrastructure and Test Bench

Loan No./Credit No./ Grant No.: IDA – D3090

RFB Reference No.: GM-NAWEC-302891-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 contracts for Supply of AMI & AMR-enabled Retail Water Meters with AMI Infrastructure and Test Bench. 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
  2. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for Supply of AMI & AMR-enabled Retail Water Meters with AMI Infrastructure and Test Bench as follows:

Lot 1: 15, 000 AMI & AMR-enabled Retail Water Meters with AMI Infrastructure

Lot 2: Test Bench

  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” (July 1st, 2016, revised in November 2017 and July 2018 and November 2020) (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
  1. Interested eligible Bidders may obtain further information from:

Mrs Haddy Njie – Project Coordinator

National Water & Electricity Company Limited

Emporium III Building, Fajara

114 Kairaba Avenue

Telephone: +220 9961301 / 9967791/ 7009342

Electronic mail address: hnjie@nawec.gm, mfsanyang@nawec.gm

and inspect the bidding document during office hours at the address given below.

  1. The bidding document in English may be purchased by interested Bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of US$300. The method of payment will be electronic transfer. The document will be sent by courier mail.
  2. Bids must be delivered to the address below on or before12:00 p.m. of 19th September 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 on 19th September 2022.
  3. All Bids must be accompanied by a Bid Security of

Lot 1: US$10,000

Lot 2: US$ 2,000

  1. The Basic qualification requirements for each lot are as follows:
  2. Bidder must have a minimum average turnover for the last 3 years of
    Lot 1: US$2.5 million
    Lot 2: US$ 300,000
  3. For each lot minimum number of 3 contracts for similar items completed in the last 5 years, with each contract being not less than
    Lot 1: US$1 million
    Lot 2: US$ 100,000
  4. 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.
  5. The address(es) referred to above is (are):

Attention: Mrs Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

The Gambia

Tel:+220 996 1301 / 9967791/ 7009342

Electronic mail address: hnjie@nawec.gm, mfsanyang@nawec.gm

 

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – Development of Comprehensive NAWEC Rebranding Framework – Inclusive of New Logo, Colour Scheme, and Branding Guidelines

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

 

The Gambia Electricity Restoration and Modernization Project (GERMP)

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

Assignment Title: Development of Comprehensive NAWEC Rebranding Framework – Inclusive of New Logo, Color Scheme, and Branding Guidelines

Reference No. (as per Procurement Plan): GM-NAWEC-299224-CS-CQS

 

Until recently NAWEC was experiencing a crisis. This resulted in rampant electricity outages; long waiting times for new accounts (meter applications); dilapidated cash offices across the country; and inadequate water supply being among some of the issues with which the organization is associated.  This situation follows a culmination of many years in which the organization had been poorly managed and prone to severe interference from the executive which led to it becoming bankrupt and most of its assets being obsolete.

 

Thanks to the intervention of development partners like the World Bank, ambitious projects like the Gambia Electricity Restoration and Modernization Project (GERMP) have been setup and, and they have instilled confidence and entrusted the new management to drive change.  NAWEC has been able to turn around its operations to what it is now.  Today, the financial situation in NAWEC has been stabilized, as a result, it has carried out major investments to significantly improve the erratic electricity and water supply; installed new systems to improve the customer experience among others. While this is an ongoing process, it is one that needs to be firmly understood by the public at large, and by its partners.

 

In view of these ongoing developments coupled with the government’s ambitious targets for its energy sector as clearly spelt out in the Strategic Roadmap and also in the National Development Plan, NAWEC has deemed it necessary to embark on a rebranding exercise that will explicitly signal to customers its ambitious mission and vision and make a very different visual identity and experience evident in all aspects of its engagement with the public.

 

The rebranding project will help establish a new identity that represents the core values as set out in its strategic development plan. Using a holistic approach, we want to launch a brand that can inspire trust and respect, while making clear that it represents a new chapter in NAWEC’s history.

Scope of Work

To create a bold and comprehensive visual identity and experience to support the launch of NAWEC’s new brand at a decisive time in the turnaround process.

The new brand should reflect NAWEC as a modern, professional, efficient water and electricity company with a strong customer service focus. The design task will include:

  • Establishing a new visual identity slogan, reflecting the agreed values and mission of NAWEC, and create a comprehensive branding guideline.
  • Develop master brand logo and brand architecture including colours, fonts, and style of visuals (photography, design illustrations).
  • The contract will be for a Firm, that will report to the PIU Coordinator.

National Water and Electricity Company Limited (NAWEC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services.

Required Firm Qualifications and Experience

 The Consultant must demonstrate experience in:

  • Must have been established in a similar business for the past 5 years.
  • Must have implemented 2 similar Contracts of the nature and complexity equivalent to the scope of work over the last 5 years.

The detailed Terms of Reference (TOR) for the assignment can be obtained below.

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.

Further information can be obtained at the address below during office hours from 08:00 to 16:00:

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 14th July 2022.

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: +220 996 1301/ 9967791/ 7009342

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

Specific Procurement Notice Request for Bids Goods – Supply of Equipment (Supply & Installation of 1600 KVA Diesel Generator, Wheeled Excavator and Crane Mounted Behind Cabin Truck)

Specific Procurement Notice

Request for Bids
Goods

(One-Envelope Bidding Process)

Country: The Gambia
Name of Project: Gambia Electricity Restoration and Modernization Project Contract Title: Supply of Equipment (Supply & Installation of 1600 KVA Diesel Generator, Wheeled Excavator and Crane Mounted Behind Cabin Truck).

Loan No./Credit No./ Grant No.:IDA – D3090 RFB Reference No.: GM-NAWEC-27781-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 contracts for the Supply and Installation of 1600Kva Diesel Generator, Wheel Hydraulic Excavator and Crane Mounted Behind Cabin Truck.

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.

a)The scope of supply includes:

Lot 1:Supply & Installation of 1600Kva Diesel Generator Lot 2: Wheeled Hydraulic Excavator
Lot 3: Crane Mounted Behind Cabin Truck

b)Qualification requirements:

Financial Capability: The Bidder shall submit audited financial statements or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Purchaser, for the last five (5) years for each lot 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.

➢Lot 1: Minimum average turnover for the last 5 years of US$600,000 ➢Lot 2: Minimum average turnover for the last 5 years of US$240,000 ➢Lot 3: Minimum average turnover for the last 5 years of US$300,000

 

 

c)Specific Experience: The Bidder shall demonstrate that it has successfully completed at least three (3)contracts within the last five (5) years for each lot prior to bid submission deadline, each with a value below that have 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.

Lot 1:
•Minimum number of 3 contracts for similar items completed in the last 5    years, with each contract being not less than US$240,000.

Lot 2:
•Minimum number of 3 contracts for similar items completed in the last 5    years, with each contract being not less than US$96,000.

Lot 3:

•Minimum number of 3 contracts for similar items completed in the last 5    years, with each contract being not less than US$120,000.

2. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for Supply & installation of 1600 KVA Diesel Generator, Wheeled Excavator and Crane Mounted Behind Cabin Truck.

3. Bidders may bid for one or several contracts, as further defined in the request for bid document. Bidders wishing to offer discounts in case they are awarded more than the contract will be allowed to do so, provided those discounts are included in the letter of bids.

4. 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” (July 1st, 2016, revised in November 2017 and August 2018)

(“Procurement Regulations”), (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.

5. The bidding document in English be purchased by interested Bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of US$150

6. Bids must be delivered to the address below on or before 8th August 2022 @ 12:00           p.m. 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 8th August 2022 at 12:30 p.m.

7. Interested eligible Bidders may obtain further information from

Attention: Mrs Haddy Njie-Project Coordinator
Address:  National Water & Electricity Company Limited, Project Implementation Unit, 114 Kairaba Avenue, Emporium II Building Fajara. P.O. Box 609, Banjul the Gambia
Floor/ Room number: Conference Room,1st Floor
City: Banjul

 

 

Country:  The Gambia
Telephone: +220 3664125/9967791
Email: hnjie@nawec.gm, mfsanyang@nawec.gm, asallah@nawec.gm and inspect the bidding document during office hours at the address given below.

8. All Bids must be accompanied by a Bid Security of:

Lot 1: USD 3,000
Lot 2: USD 1,000
Lot 3: USD 1,500
9. 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.

10. The address(es) referred to above is (are):

Attention: Mrs Haddy Njie-Project Coordinator
Address:  National Water & Electricity Company Limited,
Project Implementation Unit, 114 Kairaba Avenue, Emporium II Building Fajara, P.O. Box 609, Banjul the Gambia
Floor/ Room number: Conference Room,1st Floor
City: Banjul
Country:  The Gambia
Telephone: +220 3664125/9967791
Electronic mail:hnjie@nawec.gm, mfsayang@nawec.gm, asallah@nawec.gm

Specific Procurement Notice Request for Bids Goods – Supply of Equipment and Spare Parts for Water Distribution Network

Specific Procurement Notice

Request for Bids

Goods

(One-Envelope Bidding Process)

 

Country: The Gambia

Name of Project: Electricity Restoration and Modernization Project

Contract Title: Supply of Equipment and Spare Parts for Water Distribution Network

Loan No./Credit No./ Grant No.: IDA – D3090

RFB Reference No.: GM-NAWEC-254453-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 contracts for the Supply of Equipment and Spare Parts for Water Distribution Network. 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.

 

  1. The National Water and Electricity Company Limited (NAWEC) now invites sealed bids from eligible Bidders for the Supply of Equipment and Spare Parts for Water Distribution Network.
  2. 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” (July 1st, 2016, revised in November 2017 and August 2018) (“Procurement Regulations”), (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.

 

  1. The scope of supply includes:

 

Supply of equipment and spare parts for water distribution network

 

  1. Qualification requirements:

 

The following are required from bidders:

  • Minimum average turnover for the last 3 years of US$3 million
  • The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s).
  • Minimum number of 3 contracts for similar items completed in the last 5 years, with each contract being not less than US$ 1.2million

 

  1. Interested eligible Bidders may obtain further information from

Mrs Haddy Njie – Project Coordinator

National Water & Electricity Company Limited

Telephone: +220 9961301

Facsimile Number:  +220 4375990

Electronic mail address: hnjie@nawec.gm, mfsanyang@nawec.gm,asallah@nawec.gm

and inspect the bidding document during office hours at the address given below.

 

  1. The bidding document in English be purchased by interested Bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of US$300
  2. Bids must be delivered to the address below on or before12:00 p.m. 26th May 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 on 26th May 2022 at 12:30 p.m
  3. All Bids must be accompanied by a Bid Security of US$10,000 (Ten thousand US$)
  4. 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
  5. The address(es) referred to above is (are):

Attention:  Mrs. Haddy Njie – Project Coordinator

Address:  National Water & Electricity Company Limited,

53, Mamady Maniyang Highway, P.O. Box 609, Banjul The Gambia

Floor/ Room number: Conference Room,  1st Floor

City: Banjul

Country:  The Gambia

Telephone: +220 4375990

Facsimile Number:  +220 4375990

Electronic mail address: hnjie@nawec.gm,mfsanyang@nawec.gm

www.nawec.gm

Click on the link below to download a pdf copy.

SPN PROCUREMENT OF SPART PARTS

THE GAMBIA ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP) BACKBONE PHASE 2 Resettlement Action Plan (RAP) for the Three 30 kV/Mv Transmission Lines and Distribution Networks in North Bank and Upper River Regions

                                                                                                   

National Water Electricity Company                                                              The Government of The Gambia

THE NATIONAL WATER AND ELECTRICITY COMPANY (NAWEC)
THE GAMBIA ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP)
BACKBONE PHASE 2
Resettlement Action Plan (RAP) for the Three 30 kV/Mv Transmission Lines and Distribution Networks
in North Bank and Upper River Regions

Click on the link below to download the file.

GERMP_Backbone Phase 2_ RAP