Procurement and Supply of Crane Truck for Transmission and Distribution Department

PROCUREMENT AND SUPPLY OF CRANE TRUCK FOR TRANSMISSION AND DISTRIBUTION DEPARTMENT

Date:  1st October 2024

Company Name:  National Water and Electricity Company

Contract Title: PROCUREMENT AND SUPPLY OF CRANE TRUCK FOR TRANSMISSION AND DISTRIBUTION DEPARTMENT

IFB No: NAWEC/TDD/ICB/CRANE/2024

  1. The National Water and Electricity Company Limited (NAWEC) has budgeted funding for the Procurement and Supply of Crane Truck for Transmission and Distribution Department and intends to place a contract for the supply and delivery of these goods.
  2. The National Water and Electricity Company now invites sealed bids from eligible bidders for the supply of the following:

 

No. Description Specification QTY
1 Crane Truck As Specified 2
       

 

  1. Bidding will be conducted through the International Competitive Bidding (ICB) procedures in accordance with requirement of the Gambia Procurement Authority Act 2022.
  2. Interested eligible bidders may obtain further information from and inspect the Bidding Documents during official hours 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: naweccontractscommittee@nawec.gm; fkinteh@nawec.gm  mabah@nawec.gm;

 

4. 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 US $ 300.00 (Three Hundred United States Dollars). The method of Payment is bank transfer. The document will be sent via email upon payment and requesting the same on the written application.

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

6. A bid security shall be required. The amount and currency of the bid security shall be US $20,000.00 (Twenty Thousand United States Dollars), or Equivalent in GMD or any other convertible currency stated under ITB15.1

7. Bids must be delivered to the address below on or before 12:00hrs (local time) on Thursday 31st October 2024.

 

Managing Director
National Water and Electricity

53 Mamady Maniyang

P.O. BOX 609
Kanifing Industrial Estate

Banjul The Gambia

 

  1. Bids will be opened in the presence of bidders’ representatives who choose to attend in person at the address above at 12:30hrs (local time) Thursday 31st October 2024.

 

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