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)

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

REQUEST FOR EXPRESSIONS OF INTEREST – Social Safeguards Specialist for Project Implementation Unit

REQUEST FOR EXPRESSIONS OF INTEREST

 

The Gambia

ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

 

Loan No./Credit No./ Grant No.: IDA/ D4070

 

Assignment Title: Social  Safeguards Specialist for Project Implementation Unit

Reference No. (as per Procurement Plan): GM-NAWEC-275376-CS-INDV

 

The ECOWAS Regional Electricity Access Project (ECOWAS-REAP) funded by the World Bank is a series of projects aims to increase people’s access to reliable energy services, which is one of the major challenges in the ECOWAS region. It builds on the ECOWAS Rural and Peri-Urban Electrification Master Plan, designed to meet the short- and medium-term needs of the Member States in terms of access to electricity as well the regional interconnection projects funded by the World Bank under the ECOWAS Power Generation and Transmission Master Plan implemented by WAPP.

 

The proposed project is the first of two in a series of projects (SOP) to provide access to 1.1 million people in Guinea-Bissau, Mali, and The Gambia. The project will finance the expansion of medium- and low-voltage networks from the high-voltage substations of the Gambia River Basin Development Organization (Organisation pour la Mise en Valeur du Fleuve Gambie, OMVG) and Senegal River Basin Development Organization (Organisation pour la Mise en Valeur du Fleuve Sénégal, OMVS) to transform their power sectors and enable them to achieve their common objective of delivering more power to more consumers.

 

A Social Specialist is now being recruited by the Gambia Project Implementation Unit (PIU) to work on relevant project activities and ensuring strict compliance of project preparation and implementation activities with social safeguards regulations of the financing institutions and Gambian legislation.

In general, he/she will be responsible for providing advice and technical assistance to the project and all stakeholders to ensure acceptable quality of social risk and impact management in accordance with the World Bank’s operational policies and EHS guidelines and, where applicable, national regulations in The Gambia.

The successful applicant shall be engaged immediately on a full-time basis for two years and for additional years during the project implementation period depending on the satisfactory performance during contract duration.

 

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

 

Required qualifications:

  • (i) Master degree in social sciences such as political science or policy, sociology, anthropology, gender studies, social assessment studies, or related fields (with experience in areas relevant to social safeguards such as land acquisition or resettlement, vulnerable groups and individuals, gender, livelihoods, participation and civic engagement, social impact analysis, assessment of social risks).
  • (ii) At least 5 years’ experience in the region in compliance with social safeguards policies including involuntary resettlement.
  • (iii) Good knowledge of the relevant regulations/directives and operations of multilateral development organizations and executing agencies.
  • (iv) Demonstrated experience and knowledge of Bank operations and social safeguard policies, especially, experience and familiarity with complex safeguard work.
  • (v) Proven experience and skills in managing projects.
  • (vi) Proven capacity to work across multiple stakeholders, including government entities, civil society organizations (CSOs), local communities, and the private sector.
  • (vii) Demonstrated experience in the World Bank project cycle and procedures
  • (viii) Fluent in English with excellent written and oral skills.
  • (ix) Advanced computer skills and full proficiency in the use of relevant software applications in using computers and software such as Microsoft Office suite
  • (x) Participate in capacity-building training to strengthen competencies as need be.
  • (xi) Work with GBV consultant to strengthen capacity on addressing GBV/SHEA/VAC risks in the project.
  • (xii) Knowledge of local language like Mandinka, wolof, fula, or serere is a requirement since the project is intervening in rural areas.
  • (xiii) Familiarity with risks and mitigation measures related to gender-based violence (GBV) and Sexual Exploitation and Abuse/Sexual Harassment (SEA/SH) to ensure such risks/mitigation measures are included in the ESCP and SEP.

 

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 July 14th, 2022 

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 FloorCity:

Banjul

Country: The Gambia

Telephone: +220 996 1301/ 9967791/ 7009342

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

General Procurement Notice MILLENNIUM CHALLENGE ACCOUNT- GAMBIA (MCAG)

General Procurement Notice

MILLENNIUM CHALLENGE ACCOUNT-GAMBIA (MCAG)

Ministry of Petroleum and Energy

The Republic of The Gambia

The $25 million Millennium Challenge Corporation (“MCC”) Threshold Program with The Gambia is focused on supporting the country’s electricity sector, including critical policy and institutional reforms to develop more effective, accountable, and transparent governance for the sector, as well as improved utility operations.

MCC has contracted Crown Agents to perform Procurement Agent Services on behalf of the Government of The Gambia, for the procurements to be funded by the Threshold Program.

During the next nine months starting from March 1, 2022, the MCAG plans to begin procedures to procure the following services and goods :

Procurements for the period 1st March 2022 to 31st December 2022
Estimated Value – USD 22.1 million

Procurement of Services (to include Consultant Services)
* Power Sector Threshold Program Support Contractor (PSTSC)
* Data Quality Review
* Fiscal Agent Services
* Procurement Agent Services (Individual Consultants)

Procurement of Goods
* IT equipment (Computers, laptops, software, printers)
* Vehicles
* Office Furniture and general office supplies

All Contracts for Goods, Works and Services will be implemented according to the principles, rules and procedures set out in the MCC Program Procurement Guidelines which can be found at the MCC’s website.

Procurements are open to all bidders from all eligible countries as defined in the MCC Program Procurement Guidelines. Specific procurement notices for contracts to be tendered will be announced, as they become available, on United Nations Development Business (http://www.devbusiness.com/), dgMarket: http://www.dgmarket.com/), and other media outlets.

Interested eligible contractors and consultants who wish to be included on the mailing list to receive a copy of advertisements, or those requiring additional information, should contact:
Procurement Agent for the Millennium Challenge Account – Gambia Zenobia Maddy
Email: zenobia.maddy@uk.crownagents.com

PUBLIC NOTICE – CONSTRUCTION OF 225kV TRANSMISSION LINE FROM BRIKAMA POWER STATION TO SALAGI FOREST PARK

PUBLIC NOTICE – CONSTRUCTION OF 225kV TRANSMISSION LINE FROM BRIKAMA POWER STATION TO SALAGI FOREST PARK

The Government of The Gambia (GOTG) has received financing from the World Bank to implement the Project called Gambia Electricity Restoration and Modernization Project (GERMP); this Project will construct a high voltage 225 kV transmission and distribution line that will start from the Brikama power station to Jabang at the edge of the Salagi Forest Park, where a 225/33 kV substation will be built.

For orientation, the transmission line will start at the edge of the Salagi Forest Park and run along the buffer zone of the Forest up to the Forest billboard at Jamwelleh about 1.8 km off the Sukuta-JambangJelly Highway. From the Forest billboard the line will run towards the border between Mariama Kunda and Jabang, Labakoreh, Yuna and Latrya before turning left, crossing the Sukuta-Jambangjelleh Highway toward the proposed Solar Power Plant in Jambur.

The line will go along the Bamba and Nyambai Forest Parks, crossing the Brikama-Serrekunda Highway to the Brikama power plant.

We want to remind the public that a consultant was hired in 2019/ 2020 to develop the Resettlement Action Plan (RAP) to identify all those persons affected and value land and other properties which will be affected along this corridor. The Consultant met and interviewed only 71 affected persons out of the 490 identified affected plots of land along the corridor.

Another Consultant has been actually hired to implement the resettlement action plan in order to compensate all the identified affected persons.

Therefore, any person(s) who have properties along the corridor but have never been contacted by NAWEC or any of its Contractors and Consultants should endeavor to contact the Alkalolu of the communities through which the line will pass to ascertain whether his/her property has been affected.

Alternatively, all affected persons should immediately contact NAWEC Project Implementation Unit (PIU) or the SD-Focus Ltd, the Consultant in charge of implementing the Resettlement Action Plan (RAP) in order to be counted for compensation. SD-Focus Ltd can be contacted on telephone (7488510/9204411/3600825/5044127), or at its office at Latriya.

In addition, anyone who believes that he/she should have been included in the socio-economic census but was not included is also urged to contact the project’s Grievance Redress Committee (GRC) through one of the contacts listed below.

This is important because when the construction of the line commences, any impacted properties along the identified corridor will be demolished.

If you have questions or concerns about this, please contact the project’s GRC. You can also visit the PMU office, which is located at Emporium Complex, 114 Kairaba Avenue, Kanifing Municipality, The Gambia.

For further information, contact the GERMP Project Management Unit:

Invitation to Tender – Supply and Installation of NAWEC Primary Substations and Rehabilitation/Upgrading of Transmission Network within OIC Concentrated Area

SUBJECT:      Invitation  to tender

PROJECT: Supply and Installation of NAWEC Primary Substations and Rehabilitation/Upgrading of Transmission Network within OIC Concentrated Area

TENDER NO: [ICB/RT/NAWEC/ OIC/001]

 

  1. Government of The Gambia (the “Beneficiary”) has received financing from the Saudi Fund for Development through the Ministry of Finance and Economic Affairs for the Supply and Installation of NAWEC Primary Substations and Rehabilitation/Upgrading of Transmission Network within OIC Concentrated Area being executed by the National Water and Electricity Company (the “Executing Agency”).

 

  1. The Executing Agency hereby invites interested Saudi Arabian Contractors to submit Tenders either individually or in Joint venture with Gambian contractors to submit bids for these works. Only eligible contractors under the contract for electrical and civil works are invited to bid and implement the construction of the following:
  2. Substations Upgrade and New Construction
  3. Augmentation of Bijilo Substation
  4. Augmentation of Mile2 Substation
  5. New Banjulinding Substation
  6. New Banjulinding Customer Service Centre
  7. 33kV OHTL LI-LO for New Banjulinding Substation
  8. 11kV OHTL from New Banjulinding Substation
  9. 11kV UG Cables from New Banjulinding Substation
  10. 11kV OHTL from Kotu Tank Substation
  11. Replacement of Ring Main Units
  12. Replacement of Faulty Cable Section at the Airport

 

 

  1. Network Enhancement
  2. Upgradation of Seventeen (17) number. 11/0.4kV Overloaded Secondary

Substations

  1. Upgradation of Four (04) number. 33/0.4kV Overloaded Secondary Substations
  2. Offloading & Expansion of 11/0.4kV Secondary Substations at Thirty-Four

(34) number. locations

  1. Offloading & Expansion of 33/0.4kV Secondary Substations at Eighteen

(18) number. locations

  1. Installation/Replacement of 11kV Load Break Switches at Seven (07) number.

locations

  1. Replacement of 1000kVA transformer with 2000kVA Transformer and

associated replacement of LV Switchgear at the Airport.

 

  1. Above mentioned works will be financed by Saudi Fund for Development (SFD). Any contract award or any matter in connection with this Tender or indeed this project will be subject to the approval of the above funding institution.
  2. A firm will be selected based on fulfilment of technical requirement and overall competitive cost and in a Full Technical Proposal (FTP) format as described in this RFP, in accordance with the policies of the SFD, detailed in the Guidelines – which can be found at the following website: sfd.gov.sa
  3. Construction is envisioned to commence during the month of April 2022 for a total period of Twelve (12) months and an additional twelve (12) months as Defects Liability Period.
  4. Interested bidders are required to pay, a non-refundable fee of Three Hundred US Dollar (300 US) for the Tender documents. The payment shall be made in cash, Bank transfers, or a certified bank cheque in favor of the Employer, NAWEC, whose address is:

National Water & Electricity Company Limited,

Office of the Managing Director

53, Mamady Manyang Highway,

P.O. Box 609, Banjul The Gambia

  1. The tender is open to Saudi Arabian contractors only and Saudi Arabian/Gambian joint venture contractors (i.e. Saudi Arabian contractors solo or Joint Venture of Saudi Arabian and Gambian company).

 

  1. All Tenders, must be made and submitted strictly in accordance with the Instructions to Tenderers, must reach the following address not later than Thursday, 31st March 2022, 12.00Hrs. (GMT),

The Managing Director,

National Water & Electricity Company Limited,

53, Mamady Manyang Highway, Kanifing,

P.O. Box 609, Banjul The Gambia

 

  1. Tenders received after this date (or any unauthorized extension thereof) will be rejected or returned unopened to the Tenderer(s).
  2. All Tenderers are invited to attend the opening of the Tenders to be held at the office of The Managing Director of National Electricity and water company on the date of Tender submission as specified in item  above or any subsequent dates stipulated by the  Executing Agency during the Tender process.
  3. The tender shall remain valid for 120 days from the closing date.
  4. If you have any queries or questions on the Tender documents, these must be made in writing or by fax to the Executing Agency at the address given at least Twelve (12) calendar days prior to submission of Tender date to give allowance for a reply to reach you. Oral explanations or instructions given before the award of the Tender will not be binding upon the Executing Agency. All clarifications together with their response will be circulated to all tenderers.
  5. Any information given to you concerning this Tender will be furnished to all prospective Tenderers as an amendment to the Tender documents if it is deemed that such information would be prejudicial to uninformed Tenderers.
  6. An official obligatory site visit is scheduled for 15st February 2022. Only interested bidders who made the Tender documentation’s purchase payment (refer item 6 above) will be permitted 15. All participating Tenderers are requested to assemble at Headquarter of NAWEC by 10.00 a.m. (GMT). Members of NAWEC staff and the Consulting Engineer will conduct the site visit and will be available to answer the queries raised by the Tenderers.
  7. A pre-Tender meeting will be held on 16th February 2022 at the Headquarter of NAWEC Conference room @ 10.00 a.m. (GMT)

 

SPECIFIC PROCUREMENT NOTICE (SPN) The Design, Supply, and Construction of 33kV MV lines from the OMVG Substations (Brikama and Soma) with associated 33/0.4kV Distribution Substations, LV Networks and last mile connections for costumers

                                            

SPECIFIC PROCUREMENT NOTICE (SPN):

Standard Format for Invitation for Bids

 

Date: 25 November 2021

Loan No: ADF Grant No: 210015040530

ADF (TSF) Grant No: 5900155016059

IFB No: NAWEC-GEAP-CW-01

  1. This Invitation for Bids follows the General Procurement Notice (GPN) for this project that appeared in UNDB online AfDB137-06/12 of November 12th, 2019, online and on the African Development Bank Group’s Internet Website.
  2. The Government of The Gambia has received financing from the African Development Bank in various currencies towards the cost of The Gambia Electricity Access Project (GEAP). It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for Procurement of Plant Design, Supply, and Installation for electrification of Peri-urban/Rural communities from Brikama and Soma substations in The Gambia.
  3. The Project Implementation Unit through National Water and Electricity Company Ltd now invites sealed bids from eligible bidders for the Design, Supply, and Construction of 33kV MV lines from the OMVG Substations (Brikama and Soma) with associated 33/0.4kV Distribution Substations, LV Networks and last-mile connections for costumers.
  4. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address below (Monday – Friday) during office hours: 0800 hrs to 1600 hrs.
  5. A complete set of bidding documents 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 US$ 300 (Three Hundred US Dollars).
  6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Goods or Procurement of Works.
  7. Bids must be delivered to the above office on or before 12:00 p.m. on 2nd February 2022 and must be accompanied by a security of USD 380,000.

 

  1. Bids will be opened in the presence of bidders’ representatives who choose to attend at 12:30 on 2nd February 2022 at the offices of:

 

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

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

 

REQUEST FOR QUOTATIONS (RFQ) WORK – Renovation of Customer Service Centres

REQUEST FOR QUOTATIONS (RFQ) WORK

 

INVITATION TO QUOTE

 

Date: 28th September 2021

Project Title: Gambia Electricity Restoration and Modernization Project

Source of Funding (loan/credit/grant no.): D6530-GM

Contract Name: Renovation of Customer Service Centres

Contract Ref: GM-NAWEC-251310-CW-RFQ

 

 

  1. This project is financed by the World Bank through the above grant. The National Water & Electricity Company invites sealed quotations from eligible bidders for the Rehabilitation of (5) five NAWEC Customer Service Centers in the GBA.
  2. Eligible bidders should have experience in the construction of at least one contract of the nature and complexity equivalent to the Works described in this Invitation, during the last three years. The minimum size of the reference contract to be considered similar is $150,000. Bidders shall provide evidence of financial resources to successfully complete the Works in the amount of at least $60,000.
  3. A complete set of Request for Quotation (RFQ) documents in English will be provided to interested eligible bidders upon the submission of a written application to the address below.
  4. Clarifications

Any clarification request regarding this RFQ may be sent in writing to hnjie@nawec.gm, cc: to mfsanyang@nawec.gm , asallah@nawec.gm before      22nd October 2021.

 

  1. Submission of Quotations
  1. Signed quotations shall be submitted in the form attached to the address below or via email. Quotations submitted as email attachments.

Attention: Project Coordinator

Projects Management Unit

National Water and Electricity Company Limited

53, Mamadi Maniyang Highway

P.O.Box 609, Kanifing

The Gambia

Telephone:  +220 9961301/7009342/9967791

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

 

  1. The deadline for submission of Quotations is 29th October 2021 @ 12:00 pm local time

 

Invitation for Expression of Interest – Water Supply Project in the Great Banjul Area (WASIB)

Invitation for Prequalification

GAMBIA

Water Supply Project in the Great Banjul Area (WASIB)

Short-term – Emergency Works Component

SEPTEMBER 2021

The National Water and Electricity Company of Gambia (NAWEC) has received funds from Agence Française de Développement (“AFD“) and it intends to apply part of the funds to payments under the contract concerned by the present invitation, for Design & Build of the Short-term Works of the Water Supply Project in the Great Banjul Area (WASIB). The Employer intends to prequalify firms for attribution of this contract, comprising the following scope of work:

Emergency works
Rehabilitation of 8 damaged water tank liners
Design and build of 1 new elevated water tank for replacement (Serrekunda old tank – 500 m3) – including foundations and tower;
Design and build of 1 new water ground level reservoir for replacement (Serrekunda reservoir – 900 m3);
Replacement of 3 damaged elevated water tanks’ galvanised tank panels (tank only);
Replacement of 9 old transfer pumps
Upgrade of 2 transfer pumping stations (Brikama north line & Kotu ring)
Design and build of 2 boreholes in the airport sector (Airport 2 and 3), including equipment and connection to the transmission line to the Yundum new tank and MV line
Equipment of 1 borehole (Airport 1) in the airport sector and connection to the transmission line to the Yundum new tank and MV line;
Connection of 1 borehole (NASA) in the airport sector to the transmission line to the Yundum new tank and MV line;
Design and build of 2.58 km DN150-DN300 uPVC transmission main between NASA well and Yundum new elevated tank, including all joints, valves, accessories, and structure. Including topographic survey;
Purchase and implementation of bulk water metering: 36 on wells, 27 inlets/outlets of water tanks, 17 for treatment plants and pumps. Including 21 emitters for tanks outlet meters and 35 emitters for wells meters;
Construction of 8 new chambers for implementation of meters;
Replacement of faulty non-return valves: 27 at the inlet of elevated tanks, 32 for transfer pumps;
Replacement of inlet and outlet pipes of 8 elevated tanks;
Implementation of 21 regulation valves on elevated tanks.
Implementation of 6 float valves on elevated tanks;
Implementation of telemetric remote control-command of 21 elevated tanks, 16 wells of Brikama well field and 19 stand-alone wells;
Equipment of two control rooms for telemetric system and training (Brikama and Serrekunda);
Replacement of existing water treatment plant chlorination system by calcium hypochlorite, and O&M training on 5 WTPs.
Purchase of wells spare submersible pumps, motors, and impellers
Supply and delivery of truck with mounted crane for maintenance of submersible pumps
Purchase of 10 000 customer water meters
Laboratory equipment upgrade and training.

Interested eligible Applicants may obtain further information from and inspect the prequalification documents at the Office Managing Director National Water and Electricity Company Ltd (address below) from 8.00 am to 4.00 pm

A complete set of the prequalification documents in English may be obtained free of charge by interested Applicants on the submission of a written application to the address below. The documents will be sent to the Applicants by email.

Applications for prequalification should be submitted in sealed envelopes, delivered to the address below by 20th OCTOBER 2021, and be clearly marked “APPLICATION TO PREQUALIFY FOR DESIGN & BUILD OF THE SHORT-TERM WORKS OF THE WATER SUPPLY PROJECT IN THE GREATER BANJUL AREA (WASIB)“.

 

The Office of the Managing Director, National Water and Electricity Company Ltd.

PO BOX, 609   53 Mamadi Maniyang Highway kanifing, Banjul The Gambia

Telephone: 00220 -9962551

Email: adibba@nawec.gm

 

PRESS RELEASE FOR THE ATTENTION OF PERSONS AFFECTED BY THE PROJECT (PAP) BY THE JAMBUR SOLAR PV PLANT WITH BATTERY STORAGE

NATIONAL WATER AND ELECTRICITY COMPANY

———————–

———————–

 

 

 

PRESS RELEASE

FOR THE ATTENTION OF PERSONS AFFECTED BY

THE PROJECT (PAP) BY THE JAMBUR SOLAR PV PLANT WITH BATTERY STORAGE

As part of the Gambia Electricity Restoration and Modernization Project (GERMP), the Resettlement Action Plan (RAP) has identified different persons affected by the Jambur Solar PV Plant in the West Coast Region. For the implementation of the RAP, those affected persons need to be fairly compensated prior to the works.

The People Affected by the Project (PAP) are requested to contact without delay, the Consultant, INOVA, which is mandated by NAWEC to carry out the implementation of the Resettlement Action Plan (RAP) to provide their support for the payment of their compensation. The list of PAP who are not yet identified are attached on the Appendix.

The deadline for making the site available for this project is imminent. The Ministry of Lands and Regional Government (MoLRG) has issued the “NOTICE OF REQUIREMENT OF LAND FOR PUBLIC PURPOSE AT JAMBUR VILLAGE” in accordance with the Land Acquisition and Compensation Act (LACA).

The office of the Consultant, INOVA is in the village of Jambur on the laterite road near the Alkalo de Jambur house.

The Consultant can be reached by phone on the following numbers: 277 35 88 / 957 14 71/331 42 96

The Project Coordinator


Appendix: The list of PAPs who never appear in the office

PAP ID PAP Name
1 MKK 03 Aminata Bah
2 MKK 04 Fatou B. Sadibou, and Mariama Ceesay
3 MKK 06 Kabba Gassama
4 MKK 09 Kawsu Drammeh
5 MKK 29 Mamudou Gakana
6 MKK 34 Abdou Keita
7 MKK 35 Haji Gakana
8 MKK 37 Momodou Alpha Jallow
9 MKK 39 Saidou Muhamadou Jallow OK
10 MKK 42 Mamudou Ceesay
11 MKK 47 Alhaji Cham
12 MKK 50 Lamin Gibba
13 MKK 52 Modou Gomez
14 MKK 53 Hamidou Baldeh
15 MKK 57 Musa Sisso
16 MKK 69 Mama Jarra
17 MKK 71 Ebrima O. Badjie
18 MKK 72 Mustapha Sanyang
19 MKK 75 Baboucarr Y. Sanyang
20 MKK 76 Muhammed Sillah c/o Essa Jabby
21 MKK 77 Essa Jabby
22 MKK 82 Gibi Jallow c/o Momodou Alieu Jallow
23 MKK 83 Bubacarr Jallow
24 MKK 86 Seedou Sawo c/o Abdoulie Sawo
25 MKK 87 Gambian Living in Benin c/o Talhatu Jallow
26 MKK 91 Kawsu Sillah
27 MKK 95 Mahmud Ceesay
28 MKK 101 Fatoumata Barry
29 MKK 102 Mamadou Alieu Barry c/o Fatoumata Barry
30 MKK 104 Buray L. Joof
31 MKK 106 Ebrima Ceesay