INVITATION TO BID (TENDER) – Design and Construction of Perimeter Fence and Basse Office Building

INVITATION TO BID (TENDER)

 

Date: 24th  November 2023                                                       Reference No.: NAWEC/OT/WD/002/2023

 

Project Name: Design and Construction of Perimeter Fence and Basse Office Building.

 

Dear Sir/Madam:

 

You are hereby invited to be a Bidder in the Tender described in the following documents.  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 as stated in 9 below.

 

  1. The National Water and Electricity Company has budgeted funds for the Design and Construction of Perimeter Fence and Basse Office Building. It is intended that part of these funds will be applied to eligible payments under the Design and Construction of Perimeter Fence and Basse Office Building.

 

 

  1. The National Water and Electricity Company now invites sealed Bids from eligible Bidders for the Design and Construction of Perimeter Fence and Basse Office Building. The Project shall have the following components:
  • Complete detailed Architectural design plans of the project.
  • Construction of office building from foundation to completion.
  • Fencing of office Complex
  1. The works to be effected shall be performed at Basse (Upper River Region) and the required time for the performance of the works is four (4) months (One month for design and three months for construction).

4. Bidding will be conducted through the National Competitive Bidding procedure in accordance with the requirement of the GPPA 2022.

  1. The deadline for submission of inquiries and for requests for clarifications is 18 th December 2023
  2. Interested eligible Bidders may obtain further information from and inspect the Bid documents at the office of 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  snyang@nawec.gm  ldemba@nawec.gm

 

  1. 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 D5,000.00 (Five Thousand Dalasis only)

 

  1. The provisions in the Instructions to Bidders and the General Conditions of Contract are the provisions of the Bid and Contract Documents for the Procurement of Complex Works of the Government of The Gambia.

 

  1. Bids must be delivered to the address indicated under Section 5 above on or before 12:00 Hours Banjul Time prompt on Monday 27th December 2023 and must be accompanied by a Bid Security D 69,000 (Sixty-Nine thousand Dalasis Thousand Dalasi) of the Bid Amount.

 

  1. Bids will be opened in the presence of Bidders’ representatives who choose to attend at the address indicated under Section 5 above at 12:30pm on 27th December 2023.

 

 

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – Detailed Design and Support through Bidding Process for Additional Villages

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

 

The Gambia

ECOWAS Regional Electricity Access Project (ECOWAS-REAP)- P164044

Loan No./Credit No./ Grant No.: IDA- D4080

Assignment Title: Detailed Design and Support through Bidding Process for Additional Villages

Reference No.:  GM-NAWEC-364342-CS-CQS

 

The ECOWAS-Regional Electricity Access Project (REAP), a part of a Series of Projects (SOP) being implemented within the ECOWAS region, with a long-term view to achieving electricity distribution expansion within the Region. Funded by the IDA/World Bank, the SOP aims to increase the number of people in West Africa with access to reliable and affordable electricity, as articulated in the ECOWAS White Paper of 2006 for Increasing Access to Energy Services to People of the Sub-region.

 Specifically, the project aims to increase grid electricity access in the Republics of Guinea-Bissau, Mali, and The Gambia. It is expected to substantially increase the access to electricity to reach an access rate of almost 65 percent and 25 percent, in The Gambia and Guinea Bissau respectively, while Mali will increase its electricity access rate to 37 percent.

 The projects include the construction of about 160km of Medium Voltage (MV) lines, low voltage (LV) lines for about 93 villages in LRR, WCR, and NBR (some might be in other regions), distribution transformers for the about 93 villages, and a 2km bridge crossing between Farafenni and Soma.

 The main objectives of this assignment are as follows:

a.  Conduct a comprehensive topographical survey of the project area to gather essential data for the design and construction of the electrical infrastructure. 

b.   Develop a detailed design plan for the construction of 160km of MV lines and LV lines for 93 villages, ensuring efficient and reliable power distribution.

c.    Conduct studies to determine the appropriate distribution transformer requirements for the 93 villages, considering load demand, voltage regulations, and future expansion needs.

d.     Design a 2km bridge crossing to provide a safe and reliable route for the electrical infrastructure.

e.   Prepare the technical component of the bidding document, including Employer’s Requirements, data sheets of all materials to be used in the project, the price schedule and cost estimate, and the final Bill of Quantities (BoQ).

f.   Provide timely support in preparation of responses to clarifications and inquiries from bidders during the bidding process. Participate in pre-bid meeting and site visit.

g.     Participate in contract negotiation with potential contractors to finalize the agreement terms and conditions.

Scope of work:

The scope of work includes, but is not limited to, the following:

a.      Topographical Survey:

        Conduct a comprehensive topographical survey of the project area, covering the alignment of the MV lines, combine constructions, LV lines, and the proposed bridge crossing. 

      Collect accurate elevation data, contours, land features, and any other relevant information necessary for the design and construction of the electrical networks. This survey shall cover a corridor of 20m at least. All obstacles shall be well represented and a minimum of 50m between the points shall be considered. 

        Prepare detailed topographical maps and profiles with readable scales printed in at least A2 format.

b.     Detailed Design:

    Prepare a detailed design plan for the construction of about 160km of MV lines, including pole locations, conductor sizes, sag calculations, and necessary clearances.

        Design the LV lines to connect 93 villages, considering load requirements, voltage drop limitations, and appropriate conductor sizes. 

        Determine the optimal route for the MV and LV lines, considering terrain, environmental factors, and existing infrastructure.

        Prepare a design plan for the 2km bridge crossing, including the design of all the materials required and all the required studies and drawings in a very clear manner.

    This shall include the full calculation notes using Jove, mechanical and execution designs for the complete networks taking into account the weight of the transformers to be proposed.

        Prepare cost estimates.

c.      Studies for Distribution Transformers:

     Conduct load demand studies for each of the 93 villages to determine the appropriate capacity and number of distribution transformers required.

        Propose the most optimal location for each transformer.

        Analyse the voltage regulations and determine the optimal locations for the distribution transformers to minimize voltage fluctuations and ensure efficient power distribution.

    Consider future growth and expansion needs of the villages and recommend suitable strategies for accommodating increased load demand.

    Quantify all the households and public buildings, like schools, hospitals, health centers, etc. to be connected on each transformer, providing a list with names and phone numbers of each household head.

d.     Preparation of Bidding Document:

 Develop the Employer’s Requirements, clearly outlining the project’s objectives, technical specifications, and performance requirements.

    Create data sheets for all the equipment and materials required for the project, including specifications, technical parameters, standards, and any relevant certifications. 

        Prepare the price schedule, detailing the breakdown of costs for materials, labor, equipment, and any other project-related expenses.

     Compile the final Bill of Quantities (BoQ) document, providing a comprehensive list of items, quantities, for the construction and installation works.

e.      Clarification Responses:

        Review and respond, in collaboration with the PIU, to clarifications and inquiries from bidders during the bidding process.

        Provide necessary technical clarifications and ensure a clear understanding of the project requirements.

        Participate in pre-bid meeting and site visit.

f.      Contract Negotiation:

        Participate in contract negotiation with potential contractors.

        Collaborate with the client to finalize the agreement terms and conditions. 

        Address any technical concerns or modifications to ensure compliance with project requirements.

It is anticipated that the total level of effort for this assignment is 9 staff-months.

Reporting

Reports are to be submitted to NAWEC PIU. All supporting documents such as photographs, video graphs, maps, primary and secondary information collected, etc., taken during the assignment shall be submitted in support of the reports, along with an electronic copy of the documents.

Deliverables:

The following deliverables are expected:

a)     Topographical Survey:

        Comprehensive survey report, including accurate topographical maps, profiles, and relevant data.

        Digital copies of the survey data in a compatible format – excel, dwg drawings, and any necessary format.

b)     Detailed Design:

        Detailed design plan for the construction of 160km of MV lines.

        Detailed design plan for the LV lines connecting 93 villages and location of distribution transformers.

        Design plan for the 2km bridge crossing.

        A final detailed execution study for the whole the entire networks to construct.

        Detailed cost estimates (by different components/materials)

 

c)     Studies for the Distribution Transformers:

        Load demand study report for the 93 villages, including recommendations for distribution transformer capacity and locations.

        Analysis report on voltage regulations and strategies for efficient power distribution.

        List of clients to connected on each transformers

 

d)     Preparation of Bidding Document:

        Employer’s Requirements document.

        Data sheets of all equipment.

        Price schedule.

        Final Bill of Quantities (BoQ).

        Any other technical documentation required for the bidding process. 

e)     Clarification Responses:

Timely and comprehensive responses, in collaboration with the PIU, to bidders’ clarifications and inquiries during the bidding process. Participation and support in pre-bid meeting and site visit.

f)      Contract Negotiation:

        Finalized contract agreement with potential contractors, including all necessary modifications and technical considerations.

National Water and Electricity Company Limited (NAWEC) now invites 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.

Team for the Assignment:

The NGO/consulting firm shall dedicate a team of professionals to the site. The constitution of the Core Team and their required qualification and experience shall be as follows:

Position

Number required

Qualification/Experience

Project Senior Engineer/Manager

1

He/she shall have a minimum experience of 8 years in a similar role with at least two similar projects in the last 5 years. He/she shall be a Master’s Degree holder in Engineering or management

Lead Topographical Surveyors

2

A minimum of 5 years’ experience in a similar role with a Master’s Degree in Electrical Engineering, Civil Engineering, or a related field, with at least experience in two similar projects in the last 5 years is required.

Electrical Engineer Designer

1

A minimum of 5 years’ experience in a similar role with a Master’s Degree in Electrical Engineering, Civil Engineering, or a related field, with at least experience in two similar projects in the last 5 years is required.

Electrical Engineer

1

A minimum of 5 years’ experience in a similar role with a BSc Degree in Electrical Engineering, or a related field, with at least experience in two similar projects in the last 5 years is required

 

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.

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

ECOREAP Additional Villages TOR

Further information can be obtained at the address below during office hours: 

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 19th September 2023.

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 3664125/ 9967791/ 7009342

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

 

 

 

WEST AFRICAN POWER POOL (WAPP) Request for Expression of Interest SELECTION OF A FIRM FOR THE RECRUITMENT OF A NEW SECRETARY GENERAL OF THE WEST AFRICAN POWER POOL

WEST AFRICAN POWER POOL (WAPP)

REQUEST FOR EXPRESSION OF INTEREST (EOI) (CONSULTANT SERVICES – FIRMS SELECTION)

SELECTION OF A FIRM FOR THE RECRUITMENT OF A NEW SECRETARY GENERAL OF THE WEST AFRICAN POWER POOL

The West African Power Pool (WAPP) is a specialized institution of the Economic Community of West African States (ECOWAS) in the energy sector, with management autonomy. It was established in 2006 to integrate the operations of national energy systems into a unified regional electricity market with the ultimate goal of providing stable, reliable and affordable electricity to ECOWAS member countries. The WAPP Secretariat, headed by the Secretary General, is the administrative body that conducts the day-to-day management of WAPP activities necessary to support the Executive Board in achieving the mission of the Organization

The WAPP Secretariat intends to use part of its funds to hire a qualified recruitment Agency to assist in the selection of a new Secretary General. The overall mandate of the Agency is to support the WAPP Human Resources and Governance Committee (HRGC) and the Executive Board in recruiting a Secretary General.

The Agency will, among other tasks: (i) prepare a recruitment document including the job description and the required qualifications; (ii) publish the call for applications after approval of the recruitment document by the HRGC and the Executive Board; (iii) evaluate the received CVs and short list the candidates; (iv) assist WAPP in the conduct of interviews of the shortlisted candidates; (v) draft the final report at the end of the selection process.

Agency profile

 Interested Recruitment Agencies must:

  • Be duly registered and legally established in one of the ECOWAS countries and have activities therein.
  • Have at least ten (10) years of proven experience in recruiting staff (senior level) for organizations or regional projects in the ECOWAS region.
  • Have Consultants preferably bilingual (French/English); at least one of whom must be perfectly bilingual (Advanced level). The composition of the team of key experts is outlined in the Terms of Reference (TOR).

The consulting firms may associate with other firms to enhance their qualifications and shall 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. In the case of a Joint Venture between a recruitment

Agency operating within ECOWAS and another from outside the region, the Lead Partner shall be from the ECOWAS region.

The total duration of the assignment is estimated at eight (8) months after commencement. The expected start date is August 2023.

The detailed ToR for the assignment can be found at the following WAPP website or the link below.

: http://www.ecowapp.org/en/tenders

Selection recrutment Agency WAPP SG ToR

Please note that these ToR are indicative and could change before the publication of the Request for Proposals that will be sent to the short listed Agencies.

The WEST AFRICAN POWER POOL now invites eligible consulting agencies to indicate their interest in providing the Services. Interested consulting agencies should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The Shortlisting Criteria are:

  • Eligibility: the Agency must be registered and legally established in one of the ECOWAS countries and have activities therein;
  • References of similar services and comparable recruitments;
  • References in the drafting of personnel recruitment documents;
  • Working Experience in the ECOWAS region

References submitted should clearly indicate the year the assignment was performed, the client, the country, the exact title of the assignment, two contact persons and their email and phone numbers. It is strongly recommended that only references relevant to the assignment should be submitted.

Key Experts will not be evaluated at this stage; they will be evaluated during the evaluation of technical proposals. Therefore, the Agencies are requested not to present the CVs of experts in their expressions of interest but may give indications on their pool of experts.

The Agency will be selected in accordance with the Least Cost-based Selection (LCS) method set forth in the WAPP Procurement Code, which can be found on the WAPP website www.ecowapp.org

More information can be obtained at the address below. Email: andorere@ecowapp.org

CC: msdiedhiou@ecowapp.org; ektoe@ecowapp.org

Expressions of interest must be submitted (in soft copy) by email in French or English language at the choice of the Agency (max 30 pages, A4 format). The signed Expression of interest shall be marked “Original”. A translation into the other language will be required for evaluation purposes and both versions will be submitted together. The document in the language of application chosen by the applicant Agency will be used as the reference document in case of discrepancy between the French and English versions. Applications must be submitted no later May 8, 2023 at 10:00 a.m. local time in Cotonou to the secure address procurement@ecowapp.org

Email applications should be clearly marked “Expression of Interest for the Selection of an Agency for the Recruitment of the WAPP Secretary General”.

 

Hard copies shall not be accepted and any hard copy sent to the WAPP Secretariat will not be opened, and shall be rejected. Likewise, any application received by WAPP after the deadline will be rejected.

Applicants wishing to participate in the opening of applications, which will be hosted online using Microsoft Teams, should send a request to the address below to Mr. Mouhamadou S. Diedhiou via msdiedhiou@ecowapp.org , seven calendar days before the deadline, and the link to join the virtual meeting will be communicated to them.

The Minutes of the opening session of the expressions of interest shall be sent to all firms immediately after the opening.

INVITATION FOR TENDERS – Tenders for the purchase of no longer needed or obsolete supplies materials, equipment, and motor vehicles

INVITATION FOR TENDERS

TENDER NO: NAWEC /OT/DOA/ AUCTION/ 003/2022

 

                                                              

The Scrap Materials /Unserviceable properties for auction are as follows

  • Obsolete Motor (Vehicles and Motorcycles)
  • Scrap Material (Power Generation and Transmission & Distribution Items)
  • Water Production & Distribution Materials (Obsolete Items)
  • Information Technology & Furniture (Obsolete Items)

 

 

Invitation for Tenders

Date: 20th July 2022

  1. The National Water and Electricity Company (NAWEC) intends to dispose of unserviceable, no longer needed and or obsolete supplies materials, equipment and motor vehicles. The obsolete Motor Vehicles and Motorcycles, Scrap material (Power Generation and Transmission & Distribution),Water Production & Distribution (Obsolete Items) and Information & Technology & Furniture (obsolete items are disposed of on “as is, where is” basis and the procuring entity shall have no further liability after sale.
  2. The National Water and Electricity Company now invites Tenders for the purchase of no longer needed or obsolete supplies materials, equipment, and motor vehicles.
No. Lots Item Description
1 Lot 1 Obsolete Motor Vehicles and Motorcycles
2 Lot 2 Scrap Materials (Power Generation & Transmission & Distribution Items )
3 Lot 3 Water Production & Distribution Items (Obsolete Items)
4 Lot 4 Information Technology & Furniture (Obsolete Items)
  1. Tendering will be conducted through the National Competitive Bidding [1] procedures specified in the Public Procurement Regulations, 2019 and is open to all Tenderers as defined in the Regulations.
  2. To clarify and or explain any of the requirements, terms and conditions stipulated in the invitation to bid and terms and conditions of sale, a pre-bid meeting shall be held on the 16th August 2022 at 10:00 am at the Nawec Board Room, Mamadi Manjang Highway, Nawec Head office, Kanifing.
  3. Interested Tenderers may inspect the unserviceable no longer needed or obsolete supplies Materials equipment and Motor Vehicles on the 16th August 2022 from 10.00 Am at the Nawec Board Room, Mamadi Maniyang Highway, Nawec Head Office, Kanifing. The detailed schedule will be provided to all interested bidders from the Greater Banjul Area and the Provinces.
No. DEPARTMENT / LOCATION OF SCRAP MATERIALS
GREATER BANJUL AREA   PROVINCES
1 Fajara Booster Station

1

Essau Power Station
2

Serekunda Tank

2

Kanuma Borehole No. 1

3 Transport Garage at NAWEC Headquarters 3 Juffureh Borehole
4 Kanifing Store 1 at NAWEC Headquarters 4 Kerewan Power Station
5 Kanifing Store 2 at NAWEC Headquarters 5 Farafenni Power Station
6 Kanifing Store 3 at NAWEC Headquarters 6 Kaur Power Station
7  IT Materials at NAWEC Headquarters 7 Bansang T & D Base and Rev. Office
8 Kotu Power Station 8 Bansang Power Station
9 Brikama Ballast 9 Basse Power Station and Rev. Office
10 Brikama 1 Power Station 10

Mansakonko Power Station

11 Brikama 2 Power Station
  1. Interested eligible Tenderers may obtain further information by accessing a complete set of the Tendering Documents in English of the tender.

Mr Kainding Sambou – Senior Procurement and Materials Manager,

Mr Famara Kinteh-Procurement Manager

Mr Adama Lowe-Procurement officer of National Water & Electricity Company Limited

Electronic mail address: ksambou@nawec.gm, adlowe@nawec.gm, fkinteh@nawec.gm

and inspect the bidding document during office hours at the address given below 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 12:00 pm at the address given above.

  1. The bidding document in English may be purchased by interested Bidders upon the submission of a written application to the address above and upon payment of a non-refundable fee of GMD 10,000.00 The method of payment will be electronic transfer. The document will be sent by email.
  2. Sealed bids must be addressed and delivered to the office of the Managing Director, 53 Mamadi Maniyang Highway, P.O.BOX 609 Kanifing on or before 12:00 PM Banjul on the 31st August 2022. The sealed envelope must be accompanied by a Bid Security from a reputable Financial Institution for a period of 120 days as follows:
  3. LOT 1: D50,000.00
  4. LOT 2: D500,000.00
  5. LOT 3: D60,000.00
  6. LOT 4: D5,000.00
  7. Sealed bids received shall be opened at 12:15 pm in the presence of bidders’ representatives who choose to attend on the 31stAugust 2022 at NAWEC Boardroom.
  8. Bidders are reminded that the price for Lot 2 and Lot 3 only will be based on the cost per tonnage of the materials in the submission of their financial offers.
  9. The successful bidder for lot 2 and Lot 3 will be responsible for any logistical arrangement involved in weighting and determine the tonnage of the materials to be charge.

[1]Method could be National Competitive Tendering, International Competitive Tendering or any other competitive bidding method approved by the appropriate tender board.

INVITATION TO BID – Procurement and Supply of Electricity Service Connection Materials

INVITATION TO BID

Date: 23rd May 2022

Reference No.: NAWEC/GCSD/NCB/ESCM/001/2022

PROJECT No: PROCUREMENT AND SUPPLY OF ELECTRICITY SERVICE CONNECTION MATERIALS

PROCUREMENT METHOD: NATIONAL COMPETITIVE BIDDING

 

 

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 electricity service connection materials and 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 One (1) year extension based on satisfactory supplier assessment.
  2. The goods to be supplied shall be delivered at store No.2 at NAWEC Head office, Kanifing at the required time for the supply of the goods.

LOT 1           

No. Description Quantity Delivery Period Delivery Location
2 Twisted cable (2x16mm²) 9,675 meters 6-8 Weeks Store No.2 at NAWEC Headquarters
3 PVC Cable 16mm Black 200 rolls of 100 meters 6-8 Weeks Store No.2 at NAWEC Headquarters
4 PVC Cable 16mm Red 200 rolls of 100 meters 6-8 Weeks Store No.2 at NAWEC Headquarters

 

LOT 2           

No. Description Quantity Delivery Period Delivery Location
1 Cable clips 18mm 3,000 pcs (6 boxes) 6-8 weeks Store No.2 at NAWEC Headquarters
2 MCB Breaker 2 pole 63 amps 5,000 pcs 6-8 weeks Store No.2 at NAWEC Headquarters
3 MCB Breaker 4 pole 100 amps 400 pcs 6-8 weeks Store No.2 at NAWEC Headquarters
4 MCB Housing 2 pole 5,000 pcs 6-8 weeks Store No.2 at NAWEC Headquarters
5 MCB Housing 4 pole 400 pcs 6-8 weeks Store No.2 at NAWEC Headquarters
6 Service line taps 16-70mm 20,860 pcs 6-8 weeks Store No.2 at NAWEC Headquarters
8 Ancho clamp 2×10 – 4×16 10,000 pcs 6-8 weeks Store No.2 at NAWEC Headquarters
9 Esco fuse combine LV – 100 amps 400 pcs 6-8 weeks Store No.2 at NAWEC Headquarters
12 Esco fuse single LV – 100 amps 800 pcs 6-8 weeks Store No.2 at NAWEC Headquarters
13 Concrete nail 3’’ (inches) 1,250 packets 6-8 weeks Store No.2 at NAWEC Headquarters
16 Plastic Seal 50,000 pcs 6-8 weeks Store No.2 at NAWEC Headquarters
17 Wire nail 1½’’ (inches) 10 packets 6-8 weeks Store No.2 at NAWEC Headquarters

 

LOT 3

No. Description Quantity Delivery Period Delivery Location
1 Plywood 18mm (soft) 1028 pcs 6-8 Weeks Store No.2 at NAWEC Headquarters

 

  1. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for the procurement of electricity service connection materials.

 

  1. Bidding will be conducted through the International Completive Bidding Procedure in accordance with requirements of the Gambia Public Procurement Authority Act 2018.

 

  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 4:00Pm and Friday 8:00 am to 12:00 pm at the address give below.

Senior Procurement and Materials Manager

National Water and Electricity Company

53 Mamadi Maniyang Highway

P.O. Box   609

Kanifing Industrial Estate

Email: ksambou@nawec.gm; fkinteh@nawec.gm; adlowe@nawec.gm;

Fax: +220 4375990 Tel: +9969757 / 3440757 / 7630960 / 9962006

 

  1. A complete set of Bidding Documents in English may purchase by interested Bidders upon submission of a written application to the address and upon payment of a non-refundable fee of GMD 10,000.00. The method of payment is Bank transfer.

 

The Bank details of NAWEC shall be provided to interested bidders. All payment receipts shall afterwards be submitted to the Office of the Senior Procurement and Materials Manager.

 

  1. Electronic Bidding will not be permitted, and late bids will be rejected.
  2. A bid Security shall be required in the amount and currency stated in ITB 19 as follows:

 

LOT 1: 500,000.00

LOT 2: 200,000.00

LOT 3: 61,680.00

 

  1. Bid Must be submitted to the address below on or before 12:00 pm hrs Local time on Monday 27th June 2022.

Managing Director

National Water and Electricity Company

53 Mamadi Maniyang Highway

P.O. Box   609

Kanifing Industrial Estate

Email nawecmd@qanet.gm

Fax: +220 4375990 Tel: +220 220 4376606 /4376606

       

  1. Bid will be opened in the presence of the Bidders representative who chooses to attend in person at the address below at 12:30 hrs (local Time) Monday 27th June 2022.

NAWEC Board Room

Headquarters Head Office

53 Mamadi Maniyang Highway

Kanifing

 

REQUEST FOR EXPRESSIONS OF INTEREST (REOI) (CONSULTING SERVICES – CONSULTANTS SELECTION – DESIGN, PREPARATION OF THE TENDER DOCUMENTS PLUS SUPERVISION OF THE WORKS FOR THE PROPOSED EDGE-CERTIFIED PROJECT OFFICE BUILDING AT KOTU

REQUEST FOR EXPRESSIONS OF INTEREST (REOI) (CONSULTING SERVICES – CONSULTANTS SELECTION – DESIGN, PREPARATION OF THE TENDER DOCUMENTS PLUS SUPERVISION OF THE WORKS FOR THE PROPOSED EDGE-CERTIFIED PROJECT OFFICE BUILDING AT KOTU

 

Please click on this link to download the Request for Expressions of Interest

REOI for design supervision 25-Oct-2021