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

 

REQUEST FOR EXPRESSIONS OF INTEREST – International Procurement and Contract Management Consultant

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia Regional Solar Park of The Gambia (RSPG) Project

Loan No./Credit No./ Grant No.: ESMAP Umbrella MDTF Grant No. TF0C5865 Assignment Title: International Procurement and Contract Management

Consultant

Contract REF# (As per Procurement Plan): GM-NAWEC-429428-CS-CDS

 

The Republic of the Gambia is implementing Regional Solar Park of The Gambia Project (RSPGP) financed by the World Bank. National Water and Electricity Company (NAWEC) is the Implementing Agency for RSPGP. The main Project Development Objective is to mobilize private investments through the piloting of a sustainable solar and battery energy storage system competitive bidding process.

 

NAWEC has set up a Project Implementation Unit (PIU), which will manage implementation of the Project, including procurement financed by the Project. PIU is also managing contracts’ implementation to ensure effective and efficient compliance with the Financing Agreement. An experienced International Procurement and Contract Management Advisor (the Consultant) will be required to enhance capacity of the PIU in managing various aspects of project/contract/procurement management in implementation of the Project in accordance with the World Bank Guidelines and Project legal documents. The Consultant will also provide on-the-job training and support the capacity building of the PIU staff, and perform other related activities, as the need may be.

OBJECTIVES

The objectives of the Consultant’s services are to provide support to the PIU in implementing project, contract management, and procurement activities under the Project and build capacity of PIU staff.

SCOPE OF WORK

  • Hands-on assistance in performing the following procurement and contract management activities without limitation:
    • Advising on the contract management processes with the goal of improving efficiency of contract implementation.
    • Advising on communication management with different stakeholders within and outside the project
    • Proactively identifying risks and proposing measures to prevent and/or mitigate them.
    • Advising on managing claims under

 

  • Reviewing progress reports and identifying potential gaps and risks, and suggesting solutions.
  • Reviewing contract activities for compliance with procedures and
  • Assisting in solving problems, which may arise during
  • Participation in discussions and contributing to decision making, especially on critical issues.
  • Assisting in establishing proper planning and record
  • Imparting project management knowledge and skills to the project staff to better manage and implement contracts.
  • Identifying risks, their ranking, and proposing risk mitigation
  • Advising on managing time, cost and quality in contract
  • Managing contract variations
  • Managing disputes and conflict resolution
  • Proper contract

 

  • Hands-on assistance and advising to the PIU procurement staff in performing the following procurement-related activities without limitation:
    • Preparation of TOR, REOI, Evaluation Reports, draft contracts based on the WB’s standard procurement documents.
    • Conducting proper communication with bidders, including drafting responses to bidders’ inquiries, debriefing, addressing bidders’
    • Negotiating finalizing and monitoring contracts with winning
    • Proper maintaining procurement records in
    • Providing capacity building, including on-the-job training of procurement staff.

WORKLOAD AND DURATION OF SERVICES

It is estimated that the workload will be 72 staff-days spread over the total contract period of one year. NAWEC, at its discretion, and based on the evaluation of performance, may extend the services. Services may include travel to Banjul as requested by the PIU (at least 3 trips are envisaged).

 

REPORTING OBLIGATIONS

Consultant will prepare the following reports:

  • Inception report within one month after contract commencement;
  • Bi monthly progress Report (i.e every other month)
  • Final report upon completion of the

FACILITIES TO BE PROVIDED BY THE PIU

The following facilities will be provided by the Client to the consultant free of charge.

  • Office space with desk shall be provided in the client’s office or as it may be
  • Access to office facilities: printing, photocopying,
  • Documents: All the documents and available data and information concerning the Project.
  • Internet facilities within the
  • Any site visits that may be required will be arranged by the

FACILITIES TO BE PROVIDED BY THE CONSULTANT

  • Personal computer and peripherals for his own
  • Mobile phone and communication (Telephone, internet outside office hours)
  • In City
  • The consultant will be responsible for arranging and paying for his accommodation and meals.

QUALIFICATIONS OF THE CONSULTANT

  • Master’s Degree from a reputable university in procurement, business administration, project management, engineering, economics or related Certification in procurement from a recognized institution (e.g., CIPS) is preferred. Certification in project management from a recognized institution (e.g., PMI) is preferred
  • Strong experience in power sector (private and public), including project management, contract management, and procurement of large contracts.
  • Strong experience in and knowledge of Independent Power Producer transactions, Power Purchase Agreements, project finance in power sector will be a strong advantage.
  • Strong experience and detailed knowledge of the World Bank latest procurement regulations and contract management requirements.
  • At least 15 years of proven successful procurement and contract management experience in the World Bank-funded projects in developing countries,

 

including experience in Sub-Saharan Africa is required. Relevant experience with other multilateral banks (AfDB, ADB, etc) will be also considered.

Experience in projects in small and fragile countries will be an advantage. Experience with power sector projects in the Gambia will be an advantage.

  • Strong experience in assessment of contract risks, organizational capacity development, training, implementation of systems in project implementation
  • Strong experience in and understanding of international development business, including sensitivity to cultural issues, leadership, communication,
  • Fluent in English with excellent written and spoken

 

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” September 2023 (“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.

Click on the following link for Procurement and Contract Management Consultant TOR.

 

Expressions of interest must be delivered in a written form to the address below (in person, or by fax, or by e-mail) by close of business October 8, 2024.

 

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: +220 996 1301/ 9967791/ 7009342

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

INVITATION TO BID – THE PROCUREMENT OF STATIC WATER METERS 

INVITATION TO BID

 

Date: 24/09/2024                                                                                         Reference No. NAWEC/ICB/WM/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 One (1) year with the possibility of a Two (2) year extension based on satisfactory performance.

 

DESCRIPTION                                                                               QUANTITY

  1. DN 15mm Static Water Meter                                               2,000 pcs
  2. DN 20mm Static Water Meter                                              10,000 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.

 

3. 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.

 

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

 

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

 

6. 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: 9962006 / 9962556             

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

 

7. 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

 

8. 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 31st October 2024 and must be accompanied by a bid security of USD 65,400.00 from a reputable Bank.

 

9. Bids will be opened in the presence of Bidders’ representatives who choose to attend at 12:30 PM on 31st October 2024 at the boardroom of NAWEC Head Office at:

 

     53 Mamady Maniyang Highway

     PO Box 609

     Kanifing.

INVITATION TO BID – Servicing of Digital Safes and Cash Counting Machines

SECTION 1 — INVITATION TO BID

 

Date: 11th September 2024                             Reference No.: NAWEC/GCSD/NCB/DS&CM/001/2024

 

  • Project Name: Servicing of Digital Safes and Cash Counting Machines

 

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 of Service for Servicing of Digital Safes and Cash Counting Machines and intends to place a Medium-Term framework Contract for the supply of these Services to support the operations of the company.
  2. NAWEC now invites sealed bids from eligible bidders for the supply of the following.

LOT 1: Servicing of Digital Safes

LOT 2: Servicing of Cash Counting Machines

  1. Bidding will be conducted through National Competitive Bidding (NCB) Procedure in accordance with requirement of the Gambia Public Procurement Authority Act of 2022.
  2. 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

           ATT: Procurement Manager SS (fkinteh@nawec.gm), Procurement Manager WBU (snyang@nawec.gm).

 

  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 Cash deposit. The document will be sent via email upon payment and requesting the said document on written application.
  2. 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.
  3. Electronic Bidding will not be permitted, and late bids will be rejected.
  4. A bid Security shall be required. The amount and currency of the bid security (Bank Guarantee) is GMD 45,600.00 for Lot 1 and GMD 17,280.00 for Lot 2. A combined security of these amounts will also be accepted.
  5. Bid must be delivered to the address below on or before 12:00 pm Local time on 17th October 2024 at the address given in 4. Above.
  6. Bids will be opened in the presence of Bidders’ representatives who choose to attend in person at the address above at 12:30 pm (Local time) on 17th October 2024.
  1. The method of selection to be used for this procurement is Least Cost Selection.
  1. NAWEC is not obliged to accept the lowest read-out bid price.

Job Vacancy – Senior Procurement Manager

NAWEC Building the future:After years of underinvestment NAWEC has commenced upon a major programme of transformation and change designed to modernise its infrastructure and re-engineer its systems, procedures and organisation. With the support of Government, Donors and Lenders major investments are happening in Transmission and Distribution networks, Generating plant, Water Infrastructure and Operating systems. NAWEC’s Group Mission is:” To ensure the safe, efficient and effective and environmentally friendly provision of affordable nationwide electricity, water and sewage services to satisfy customer requirements, achieve a financially sound position and contribute to the socio-economic development of The Gambia.

To progress our Mission and drive the Transformation NAWEC needs to recruit a Senior Procurement Manager.

The RoleNAWEC has one of the biggest Materials and Procurement portfolios in the Gambia and we wish to recruit the right person to take on the challenging task of managing the provision of Procurement and Materials Management services for all NAWEC.

This will include :-

  • Implementation of   procurement best practices across Nawec by development of procurement strategies, procurement planning , tendering, negotiation and supplier management processes.
  • Drive  supplier performance by designing, implementing and embedding supplier relationship and contract management processes.
  • Ensure that strategic material planning processes are in place to enable Nawec to function efficiently and effectively.
  • Work  closely with internal and external parties to ensure supply of materials is in place to satisfy Nawecs  requirements.
  • Put in place suitable Procurement and Materials management structures staffed by competent and well-motivated staff.
  • Lead the development of and Procurement management systems.

The Person

Will have a Third level qualification ideally to Masters level  and or Chartered  Membership of SIP [Chartered Institute of Purchase and Supply] along with a minimum of ten years’ experience in Materials Management or Procurement Management or Logistics management in a business of significant  scale.

Click on the link below for more information.

Senior Group Manager Procurement

The RewardsNAWEC has restructured its rewards package and can offer an attractive deal of Salary and Allowances for the right person. NAWEC can also offer a generous re-settlement package to applicants interested in returning home.
How to ApplyPlease send an e-mail recruitment@nawec.gm expressing your interest and indicating the position you are interested in along with a brief resume. Your resume should be no more than 2X A4 pages and should include basic information including Name, Address, Date of Birth, Education and Qualifications along with a brief listing of your employment  to date. Closing date for submission of applications is 1st August 2024.

Notice of Bid Submission Deadline Extension – Construction of Regional Customer Service Centres

Notice of Bid Submission Deadline Extension

Invitation for Bids [IFB] Small Works (One-Envelope Bidding Process)

IFB Number: NAWEC-GESREP-CW-01
Employer: National Water & Electricity Company Limited
Project: Gambia Electricity System Rehabilitation and Expansion Project
Contract Title: Construction of Regional Customer Service Centres
Country: The Gambia
Loan No. / Grant No.:
Procurement Method: Open Competitive Bidding (National) (OCBI)
OCBI/LCB No.: NAWEC-GESREP-CW-01
Issued On: 29th April 2024

Reference is made to our Specific Procurement Notice for the Procurement of works for the Construction of Regional Customer Service Centres in The Gambia published on 29th April 2024. The National Water and Electricity Company Limited hereby announces an extension of the Bids Submission deadline.

New Bids Submission Deadline: 4th July 2024 at 12:00 p.m.
Opening: 4th July 2024 at 12:30 p.m.

For more details, please refer to the official extension notice below:

SPN (GESREP) Extension Notice_10.06.24

 

Invitation for Bids – Water Supply project in the Greater Banjul Area (WASIB)

Invitation for Bids

 

Date : 23rd April 2024

Project Name: Water Supply project in the Greater Banjul Area (WASIB)

IFB No: NAWEC/WASIB/DRILLING/IPC/2024/001

  1. The National Water and Electricity Company (NAWEC) has received funds from Agence Française de Développement (“AFD“) towards the cost of the Water Supply Project in the Greater Banjul Area (WASIB). It is intended that part of the proceeds of these funds will be applied to eligible payments under the contract for Borehole drilling works for the Water Supply Project in the Greater Banjul Area (WASIB).
  2. The National Water and Electricity Company (NAWEC) now invites sealed Bids from eligible Bidders for the construction and completion of Borehole drilling works for the Water Supply Project in the Greater Banjul Area (WASIB) (“the Works“).
  3. Interested eligible Bidders may obtain further information from and inspect the Bidding Documents at the office of Managing Director National Water and Electricity Company Ltd (address below) from 8.00 am to 4.00 pm.

53 Mamadi Maniyang Highway

PO BOX 609,

Kanifing, Banjul

The Gambia

Telephone: 00220 -9965712 Email: osanneh@nawec.gm

                        00220 -3443037 Email: snyang@nawec.gm

  1. 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 500 Euros or equivalent in Dalasi
  2. The method of payment will be in cash or banker’s cheque payable to.

Name: National Water and Electricity Company Ltd (NAWEC).

Account No : 6240031541

Bank Name : Ecobank (Gambia Ltd.)

Address : 42 Kairaba Avenue, Serrekunda- The Gambia.

SWIFT Code : ECOCGMGMXXX

Intermediary Bank.

BANK : BHF-BANK AKTIENGESELLSCHAFT

ADDRESS: FRANKFURT AM MAIN DE

SWIFT CODE: BHFBDEFF500

IBAN NO: DE51500202000000650689

ACCOUNT OF: ECOBANK GAMBIA LIMITED

  1. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of AFD’s Standard Bidding Documents: Procurement of Works.
  2. Bids must be delivered to the above office on or before 12:00 pm on the 24th of June 2024 and must be accompanied by the Bid security of  60,000 or equivalent in Dalasi
  3. Bids will be opened in the presence of Bidders’ representatives who choose to attend at 1:00 pm on the 24th of June 2024 at the offices of :

Managing Director National Water and Electricity Company Ltd, PO BOX 609, 53 Mamadi Maniyang Highway kanifing, Banjul The Gambia

  1. Qualification criteria are as follows: See criteria within the Tender document

INVITATION TO BID – Procurement and Supply of MOTORCYCLES

INVITATION TO BID

Date: 7th March 2024                                                                       Reference No.: NAWEC/NCB/MC/2022

Project Name: Procurement and Supply of MOTORCYCLES

 

  • THIRTY-FOUR (34) UNITS OF MOTORCYCLES

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 Motorcycles through National Competitive Bidding and intends to place a Medium-Term Contract for the supply and delivery of these goods to support the operations of the company.
  1. NAWEC now invites sealed bids from eligible bidders for the supply of the following.
Quantity Description
34 Motorcycles

 

  1. Bidding will be conducted through 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

           Email: ksambou@nawec.gm and fkinteh@nawec.gm

           Tel: 220 9969757 and 9962006.

  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 Bank deposit. The document will be given in printed format and or via email upon payment and requesting the said document on written application.
  1. 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.

 

  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 (Bank Guarantee) is GMD 265,200.00
  1. Bids must be delivered to the address below on or before 11:00 hrs Local time on 5th April 2024.

           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 11:30 hrs (Local time) on 5th April 2024.

Procurement of Materials for the Maintenance of the Transmission & Distribution Network

Procurement of Materials for the Maintenance of the Transmission & Distribution Network

Date:  3rd March 2024

Company Name:  National Water and Electricity Company

Contract Title: Procurement of Materials for the Maintenance of the Transmission & Distribution Network

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

  1. The National Water and Electricity Company Limited (NAWEC) has budgeted funding for the procurement of Materials for the Maintenance of the Transmission & Distribution network and intends to place a contract for the supply and delivery of these goods.
  1. The National Water and Electricity Company now invites sealed bids from eligible bidders for the supply of the following:
ITEM QTY DELIVERY PERIOD Delivery Location
1.Cables & Conductors As per Schedule of Requirement 15-20 Weeks Brikama Ballast, Brikama, WCR
2.Transformers As per Schedule of Requirement 15-20 Weeks Brikama Ballast, Brikama, WCR
3.Insulators & Surge Arrest As per Schedule of Requirement 15-20 Weeks Brikama Ballast, Brikama, WCR
4.OHL & Cable Accessories As per Schedule of Requirement 15-20 Weeks Brikama Ballast, Brikama, WCR
5. Cable & Accessories for RPD As per Schedule of Requirement 15-20 Weeks Brikama Ballast, Brikama, WCR
  1. Bidding will be conducted through the International Competitive Bidding (ICB) procedures in accordance with requirement of the Gambia Procurement Authority Act 2022.
  1. 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: ksambou@nawec.gm  fkinteh@nawec.gm

 

  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 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.
  1. Electronic Bidding will not be permitted, and late bids will be rejected.
  2. 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
  3. Bids must be delivered to the address below on or before 12:00hrs (local time) on Tuesday 9th April 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 12:15hrs (local time) Tuesday 9th April 2024.

Procurement and Supply of Pumps, Motors and Electrical Controls

Date: 11th January 2024                         Reference No: NAWEC/ICB/Pumps & Motors/002/2024

 

Project Name: Procurement and Supply of Pumps, Motors and Electrical Controls

 

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 Pump, Motors and Electrical Controls and intends to place a Contract for the supply and delivery of these goods to support the operations of the Water and Sewage Business NAWEC 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) year extension based on satisfactory supplier assessment.

 

  1. NAWEC now invites sealed bids from eligible bidders for the supply of Pumps, Motors and Electrical controls.

 

NO. ITEMS QUANTITY
  Pumps ONLY  
1. SP 77-5 PUMP 4
2. SP 95-5 PUMP 3
  Motors ONLY  
3. 5.5KW 2
4. 7.5KW 4
5. 18.5KW 10
6. 22KW 6
  Submersible Pump and motors Complete  
7. 5.5KW 1
8. 7.5KW 1
9. 18.5KW 6
10. 22 KW 2
11. 15 KW 2
  Transfer Split Case Centrifugal Pump and Motor (Complete)  
12. 55KW 1
13. 37KW 1

 

14. 75KW 1
15. 90KW 1
16. 30KW 1
  Sewerage Submersible Pump and Motor Complete  
17. 7.5 KW 4
     
18. Chlorine Dosing Pump  
  2.2KW 6
  Electrical Controls  
19. MP 204 14
     

 

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

 

  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 USD300 (Three hundred dollars). The document will be given in printed format and or via email upon payment and requesting the said document on written application.

 

  1. The deadline for submission of inquiries and requests for clarifications is Monday 5th February 2024.

 

  1. A bid Security shall be The amount and currency of the bid security USD4,000 (Four thousand dollars).
  2. Bid must be delivered to the address below on or before 12:00 pm Local time on Thursday 15th February 2024.

 

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 Thursday 15th February