Invitation for Bids – Construction of Regional Customer Service Centres

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

 

IFB Number:            

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

  1. Proposed Gambia Electricity System Rehabilitation and Expansion Project (GESREP) is to be funded by the African Development Bank (AfDB) to contribute to the Government of The Gambia’s (GoTG’s) goal of increasing electricity access through the provision of reliable electricity and strengthening of the institutional systems of the National Water and Electricity Company (NAWEC).
  1. The proposed enhancement of NAWEC’s Customer Service Department through an increase in the number of customer service centres and provision of improved data management infrastructure aims to reduce the commercial losses that continue to affect NAWEC’s performance.
  1. The regional centre will be a befitting contact centre affirming the company’s commitment to be a customer focus and to provide a much-needed face-lift for NAWEC peers in the same industry in the subregion. This will also enable NAWEC to respond sufficiently to the expectations, perceptions, and situations of our invaluable customers.

National Water & Electricity Company Limited now invites sealed Bids from eligible Bidders for the Construction of Regional Customer Service Centres in Jarra LRR, Basse URR, Brusubi and Brikama WCR.

  1. Bidding will be conducted through the Open Competitive Bidding (International), OCBI procedures as specified in the Bank’s Procurement Framework dated October 2015, and is open to all eligible Bidders as defined in the Procurement Framework.
  1. Scope of work includes.
  • LOT 1: Construction of Regional Customer Service Centre with Store at Jarra Soma (LLR), and Basse (URR)
  • Lot 2: Construction of Regional Customer Service Centre with Store at Brikama (WCR), Brusubi (WCR) and Bwiam (LLR)
  1. Interested eligible Bidders may obtain further information from the National Water & Electricity Company Project Implementation Unit and inspect the bidding document during office hours 08: 00 am to 16:000 pm at the address given below.
  1. The bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of $300. The method of payment will be direct deposit to the project account. The document will be sent by email.
  1. Bids must be delivered to the address below on or before June 13th 2024. 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.
  1. All Bids must be accompanied by a Bid security amount of:

Lot 1 USD15,000.00.

Lot 2 USD15,000.00.

 

  1. 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.

 

  1. The address(es) referred to above is (are)

 

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 /7009342

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

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

Water Network Improvement – Bundung

Reference No.: NAWEC/WD/ICB /003/2024

Project Name: Water Network Improvement – Bundung.

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 WATER NETWORK IMPROVEMENT Bundung. It is intended that part of these funds will be applied to eligible payments under the contract design and construction of the water main replacement and water distribution system improvement.
  2. The National Water and Electricity Company now invites sealed Bids from eligible Bidders for the Water Network Improvement.

 

Water Supply

1.1    Bundung – The works within the Bundung area includes:

a. The supply of all labour, plant, tools and materials for the installation of new mains (DN80mm to DN250mm) and tie in of new mains and the associated fittings to include isolating valves, air valves, thrust blocks to existing mains. The extent of works is detailed below.

b. Transferring of existing service connections to new mains.

Item Location Pipe Size (mm) – DN Length (m)
1 Bundung 250 1116
2 Bundung 200 3824
3 Bundung 150 3385
4 Bundung 100 30,523
5 Bundung 80 2188
Total 41,036

3. The required time for the performance of the works is 160 calendar days.

4. The deadline for submission of inquiries and for requests for clarifications is two weeks before the close of Bids. A pre-bid conference will take place at the NAWEC Board Room, 53 Maniyang Highway NAWEC Board room Thursday 9th May 2024 at 10:00 am.

 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: snyang@nawec.gm ,ksambou@nawec.gm, contractscommittee@nawec.gm

The name(s) and position(s) of the Responsible Person(s) of the Procuring Organisation are:

  Sainabou Nyang- Procurement Manager-snyang@nawec.gm-3443037

 Kainding Sambou- Senior Procurement Manager-ksambou@nawec.gm-9957957

5. 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 $500.00.

6. Bidding will be conducted through International Competitive Bidding Procedure in accordance with the requirement of the Gambia Public Procurement Act 2022.

7. Bids must be delivered to the address indicated under Section 5 above before 12:00 Hours Banjul Time prompt on Monday 21st May 2024 and must be accompanied by a Bid Security US$59,000.00 (Fifty-Nine thousand United States Dollars only) to be confirmed by a reputable corresponding local bank or an equivalent amount in a freely convertible currency.

8. Bids will be opened in the presence of Bidders’ representatives who choose to attend in person at the address indicated under Section 5 above at 12:30pm on Monday 21st May 2024.

INVITATION TO BID – Construction of Perimeter Fences and Building Rehabilitation

INVITATION TO BID (TENDER)

 

Date: 15th January 2024                                                                                Reference No.: NAWEC/WD/NCB/004/2024

Project Name: Construction of Perimeter Fences and Building Rehabilitation.

 

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 Construction of Perimeter Fences and Building Rehabilitation. It is intended that part of these funds will be applied to eligible payments under the Construction of Perimeter Fences and Building Rehabilitation.
  2. The National Water and Electricity Company now invites sealed Bids from eligible Bidders for the Construction of Perimeter Fences and Building Rehabilitation. The Project shall have the following components:
  • Fencing of Water Supply Facilities and
  • Building renovations

Lot 1:

Item Site Description of works Required
1. Basse BH2
  • Demolition of dwarf fence and construct new as per typical details.
  • Rehabilitation of control room inclusive of painting etc
2. Basse Tank Site
  • Demolition of dwarf fence and construct new as per typical details
3. Mansakonko BH1
  • Demolition of dwarf fence and construct new as per typical details.
  • Rehabilitation of control and Chlorine room – to include lightning, painting etc.
4. Mansakonko BH2
  • Demolition of dwarf fence and construct new as per typical details.
5. Kaur
  • Demolition of dwarf fence and construct new as per typical details.

 

 

Lot 2:

Item Site Description of works Required
1. Brikama Kembujeh
  • Construction of new fence as per typical details.
2. Kotu Wastewater Treatment Plant
  • Construction of new fence as per typical details

 

 

  1. The works to be effected shall be performed at various sites in the GBA and Provincial Areas and the required time for the performance of the works is Three (3) months.

 

  1. 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 Friday 12th April 2024.
  2. Interested eligible Bidders may obtain further information from and inspect the bidding document during official working hours Monday to Thursday from 8:00am to 4:00pm and Fridays 8:00am to 12:30pm at the address given below:

 

Senior Procurement Manager
National Water and Electricity

53 Mamady Maniyang

P.O.BOX 609
Kanifing Industrial Estate

Email: ksambou@nawec.gm , snyang@nawec.gm, contractscommitee@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 Wednesday 24th April 2024 and must be accompanied by a Bid Security as follows and it shall be valid for 120 days:
Lot 1 D54,000.00 (Fifty-four thousand Dalasis).
Lot 2 D70,000.00 (Seventy thousand Dalasis).
Both Lots D124,000.00 (One hundred and twenty-four thousand Dalasis).

 

 

  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 24th April 2024.

INVITATION TO BID (TENDER) – Water Network Improvement

INVITATION TO BID (TENDER)

Reference No: NAWEC/WD/NCB/003/2024

Project Name: Water Network Improvement.

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 WATER NETWORK IMPROVEMENT. It is intended that part of these funds will be applied to eligible payments under the contract design and construction of the water main replacement and water distribution system improvement.
  1. The National Water and Electricity Company now invites sealed Bids from eligible Bidders for the Water Network Improvement.

 

Water Supply – Lot 1

  • 1.1  C4 to Jambur Mosque Intersection Raw Water Transmission Line Replacement – The works for the C4 Borehole to Jambur Mosque Intersection Transmission Line includes:

a. supply of all labour, plant, tools and materials for the construction of works                                                  for the replacement of approximately 2.4Km of DN 250mm UPVC water                                                        transmission main from C4 Borehole to Jambur Mosque. The new main must be                                          constructed with PE100 OD 280mm HDPE pipe. The pressure rating of the pipe must not                            be less than PN12.5

b. Tie -in the new works into existing.

  • 1.2    Mandinari/ Daranka – The works within the Mandinari/Daranka area includes:

a. The supply of all labour, plant, tools and materials for the installation of new mains                                    (DN150mm, DN100mm and DN80mm) and tie in of new mains and the associated fittings                           to include isolating valves, air valves, thrust blocks to existing mains. The extent of works                             is detailed below.

b. Transferring of existing service connections to new mains.

Item Location Pipe Size (mm) – DN Length (m)
1 Mandinari/Daranka 150 1900
2 Mandinari/Daranka 100 6000
3 Mandinari/Daranka 80 300
Total 8200

Water Supply – Lot 2

2.1 Abuko New Borehole Transmission Main

  • Design and Installation of transmission Main from New Borehole (Borehole to be drilled by others) and connect to existing distribution network.
  • The supply of all labour, plant, tools and materials for the installation of new distribution mains (DN150mm, DN100mm and DN80mm) and tie in of new mains and the associated fittings to include isolating valves, air valves, thrust blocks to existing mains. The extent of works is detailed below.
  • Transferring of existing service connections to new distribution mains.
Item Location Pipe Size (mm) – Length (m)
1 Abuko OD 225 400
2 Abuko DN 150 2900
3 Abuko DN100 3950
DN80 650
Total 7900

3. The required time for the performance of the works is 160 calendar days.

4. The deadline for submission of inquiries and for requests for clarifications is two weeks before the              close  of Bids. A pre-bid conference will take place at the NAWEC Board Room, 53 Maniyang Highway NAWEC Board room Thursday 4th April 2024 at 10:00am.

 

5.  Interested eligible bidders may obtain further information from NAWEC 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

The name(s) and position(s) of the Responsible Person(s) of the Procuring Organisation are:

Sainabou Nyang- Procurement Manager-snyang@nawec.gm-3443037

Kainding Sambou- Senior Procurement Manager-ksambou@nawec.gm-9957957

6. 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 D10,000.00.

7. Bidding will be conducted through National Competitive Bidding Procedure in                      accordance with the requirement of the Gambia Public Procurement Act 2022.

8. Bids must be delivered to the address indicated under Section 5 above before 12:00 Hours Banjul Time prompt on Tuesday 16th April 2024 and must be accompanied by a Bid Security from a reputable bank as follows:

 

 

Lot 1 D778,101.20 (Seven hundred and seventy-eight thousand, One hundred and One Dalais and twenty bututs).
Lot 2 D466,395.00 (Four hundred and sixty-six thousand, three hundred and ninety-five Dalasis).
Both Lots D1,244,496.20 (One Million, two hundred and forty-four thousand, four hundred and ninety-six Dalasis and twenty bututs).

 

9. Bids will be opened in the presence of Bidders’ representatives who choose to attend in person at the address indicated under Section 5 above at 12:30pm on 16th April 2024.

INVITATION TO BID – PROCUREMENT OF IT EQUIPMENT

INVITATION TO BID

Date: 12/02/2024                                                                  Reference No.: NAWEC/ITD/ICB/ITE/2023

 

Project Name: PROCUREMENT OF IT EQUIPMENT

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 has budgeted funding for the procurement of IT Equipment through International Competitive Bidding and intends to place a Medium-Term Framework Contract for the supply and delivery of these goods.
  2. The goods to be supplied shall be delivered to NAWEC Head Quarters Store No. 1 and the required time for the supply of the goods is Two (2) months from the date of contract signature. There will be an advance payment of 30%. Payment will be made in United States Dollars.

 

  1. The National Water and Electricity Company Limited now invites sealed Bids from eligible Bidders for the supply of IT Equipment.

 

  1. The deadline for submission of inquiries and for requests for clarifications is Ten (10) days before the deadline for Bid Submission.

 

  1. Interested eligible Bidders may obtain further information from and inspect the Bid documents at the office of the:

Senior Procurement Manager

53 Mamadi Maniyang Highway

Kanifing

PO Box 609, Banjul

  1. A complete set of Bidding Document in English Language may be purchased by interested Bidders upon submission of a written application to the e-mail addresses and upon payment of a non- refundable fee of USD 300.00. The method of payment is Bank transfer. The document will be sent via email.
  2. Bids must be delivered to the address in 5 above on or before 11:00 AM on 15th March 2024 and must be accompanied by a bid security of USD 7,000.00.

 

  1. Bids will be opened in the presence of Bidders’ representatives who choose to attend at the Boardroom of NAWEC Headquarters at 11:30 AM on 15th March 2024.

 

  1. All materials supplied shall be genuine, brand-new and have a warranty period of One (1) year.
  2. Guarantees provided by International Firms shall be confirmed corresponding Gambian Banks.
  3. NAWEC is not obliged to accept the lowest bid price.

INVITATION TO BID – Procurement and supply of Main Distribution Spares

INVITATION TO BID

 

Date: 27th November 2023 Reference No.: NAWEC/WD/ NCB//2023

Project Name: Procurement and supply of Main Distribution Spares

 

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 and Supply of Main Distribution Spares 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 Two (2) years extension based on satisfactory supplier assessment.

2.The National Water and Electricity Company now invites sealed bids from eligible bidders for the Procurement and Supply of Main Distribution Spares as follows:

 

No

 

DESCRIPTION SIZE QUANTITY DELIVERY PERIOD
 

1.

UPVC Pressure Pipe 90×4.3 x6, PN10

 

DN80 MM 150        Pieces Within 16 weeks after contract signature.
2.. UPVC Pressure Pipe

110×4.2×6 PN10

DN100 MM 200        Pieces  
3. UPVC Pressure Pipe160x6.2×5.8 PN10

 

DN150 MM 175        Pieces  
4. UPVC Pressure Pipe200x7.7×6 PN10

 

DN200 MM 150        Pieces  
5. UPVC Pressure Pipe

250×9.6×5.8 PN10

DN250 MM 20          Pieces  
6.. UPVC Pressure Pipe

 

315x15x6 PN12.5

DN300 MM 80          Pieces  
7. UPVC Pressure Pipe

355×16.9×6 PN12.5

DN355 MM 10          Pieces  
8.. UPVC Pressure Pipe

 

400×19.1×6 PN12.5

DN400 MM 15          Pieces  
9. UPVC Pressure Pipe450x21.5×6 PN12.5  

DN450 MM

10          Pieces  
10. UPVC Pressure Pipe

500×23.9×6 PN12.5

 

DN500 MM 10          Pieces  

 

 

3..  Bidding will be conducted through the National Completive Bidding Procedure in accordance with requirement of the Gambia Public Procurement Authority Act 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 4:00Pm and Friday 8:00 am to 12:30 pm at the address give below.

 

Senior Procurement Manager

National Water and Electricity Company Limited

53 Mamadi Maniyang Highway

P.O. Box   609

Kanifing Industrial Estate

Email: ksambou@nawec.gm, snyang@@nawec.gm

Tel: +220 9969757 +220 3443037

 

  1. A complete set of Bidding Document in English Language may be purchased by interested Bidders upon submission of a written application to the e-mail addresses and upon payment of a non- refundable fee of GMD5,000.00. The method of payment is Bank transfer. The document will be sent via email.

 

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

 

  1. A bid Security from a reputable Bank shall be required in the amount of GMD 140,000.00 (One hundred and forty thousand Dalasis).

 

 

  1. Bid must be delivered to the address below on or before 12:00pm (local Time) on Thursday 7th March 2024.

 

Managing Director

National Water and Electricity Company Limited

53 Mamadi Maniyang Highway

P.O. Box   609

Kanifing Industrial Estate

Email: njuwara@nawec.gm

Tel: +220 9969757/3443037

 

  1. Bids will be opened in the presence of Bidders representative who choose to attend in person at the address below at 12:30pm (local Time) on Thursday 7th March 2024.

Nawec Board Room

Headquarters Head Office

53 Mamadi Maniyang Highway

Kanifing.

 

  1. The deadline for submission of enquiry is Ten (10) days from the deadline for bid submission.

 

  1. The method of selection to be used for this procurement is compliance selection.

 

 

 

INVITATION TO BID – Procurement and supply of Borehole Materials

INVITATION TO BID

 Reference No.: NAWEC/WD/ ICB/001/2024

 Project Name: Procurement and supply of Borehole Materials

 

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 and Supply of Borehole Materials.
  1. The National Water and Electricity Company now invites sealed bids from eligible bidders for the Procurement and Supply of Borehole Materials as follows:

 

LOT 1:

 

No DESCRIPTION QUANTITY DELIVERY PERIOD
 1. Well master riser pipe  150 meters Within 8 weeks after contract signature.
2.. Well master Coupler  6
3. 18.5 KW Pumps and Motors  3
4. 18. 5 KW Control Panel  3
5.  Steel Trunking 10

 

 

LOT 2:

 

 

No DESCRIPTION SIZE QUANTITY DELIVERY PERIOD
 1. Complete wellhead (hotdipped galvanized material)  DN400  3 Within 8 weeks after contract
2.. 90degree double ironbend (to be equipped with manometer)  DN150  3
3. Manometer (pressure gauge)  3/4″  3
4. Ductile iron tee D150 X 80 3
5. Butterfly valve DN80 3
6. Single orifice air valve DN80 3
7. Harnessed coupling DN150 3
8. Ductile iron flanged spigot 500mm long  DN150  3
9. Double flanged DI Kent water meter  DN150  3
10. All flanged ductile iron tee  DN150 X 80  3
11. Ductile iron sluice valve DN100 3
12. Ductile iron non return valve  DN150  3
13. Double flanged DI pipe 500mm long  DN150  3
14. Ductile iron sluice valve DN150 3
15. Double flanged bend 45degree  DN150  3
16. Ductile iron flanged adopter  DN150  3
17. Double flanged DI pipe 2000mm long  DN100  3
18. 45 Double flanged DI bend  DN100  3
19. Tap 3/4″ 3
20. Flat rubber gasket DN150 20
21. Flat rubber gasket DN100 20
22. Flat rubber gasket DN80 20
23. Bolts and nuts M20 X 70 150
24. Bolts and nuts M16 X 70 150

 

 

 

Lot 3

 

WELL HEAD and KIOSK CIVIL WORKS MATERIAL

 

Item Description Unit Qty
1. 12mm Iron rod Ea 135
2. 8mm Iron rod Ea 60
3. Sand Cubic 30
4. Basalt Cubic 30
5. Binding wire 5kg 6
6. Cement 50kg 240
7. 12mm plywood Ea 18
8. 2×2 Pine wood Ea 30
9. 2×3 Pine wood Ea 30
10. 4” Nail kg 30
11. 2”Nail kg 15

 

 

 

3. Bidding will be conducted through the International Completive Bidding (ICB) Procedure in accordance with requirement of the Gambia Public Procurement Authority Act 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 4:00Pm and Friday 8:00 am to 12:30 pm at the address given below.

Senior Procurement Manager

National Water and Electricity Company Limited 53 Mamadi Maniyang Highway

P.O. Box 609

Kanifing Industrial Estate

Email: ksambou@nawec.gm, snyang@nawec.gm Tel: +220 9969757 +220 3443037

  1. A complete set of Bidding Document in English Language may be purchased by interested Bidders upon submission of a written application to the e-mail addresses and upon payment of a non- refundable fee of USD100.00. The method of payment is Bank transfer. The document will be sent via email.
  1. Electronic Bidding will not be permitted, and late bids will be rejected.
  1. A bid Security from a reputable Bank shall be required in the amount of USD 2,000.00 (Two thousand dollars).

 

  1. Bid must be delivered to the address below on or before 12:00pm (local Time) on 15th February 2024.

 

Managing Director

National Water and Electricity Company Limited

53 Mamadi Maniyang Highway

P.O. Box 609

Kanifing Industrial Estate Email: njuwara@nawec.gm

Tel: +220 9969757/3443037

REQUEST FOR EXPRESSIONS OF INTEREST Junior Water Engineer for the Project Implementation Unit (PIU)

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES –

INDIVIDUAL CONSULTANT’S SELECTION)

THE GAMBIA

ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP)

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

Assignment Title: Junior Water Engineer for the Project Implementation Unit (PIU).

Reference No.: GM-NAWEC-379215-CS-INDV 

The Gambia Electricity Restoration and Modernization Project (GERMP) additional financing, in the amount of USD 43 million, was approved by the World Bank Board of Directors on 29 June 2020. This project, which expands the scope of the parent GERMP, aims to improve NAWEC’s operational performance for electricity, water and sewerage services and will fund important investments in water and sanitation infrastructure that can help address the water and sanitation crisis in NAWEC’s service area.

The GERMP Additional Financing will provide essential support to NAWEC to address some of these challenges. The project plans to strengthen the utility’s functioning through a service contract covering both electricity and water; the introduction of water drinking modules in the information management system (IMS); training; and strategic studies on sanitation. A separate component will strengthen NAWEC’s planning on non-revenue water reduction; install retail meters and district metered areas (DMAs); introduce energy efficiency measures; construct storage tanks; finance new boreholes and water connections; and improve water quality at selected water treatment facilities.

Moreover, considering the past coronavirus pandemic, the project has provided emergency support to NAWEC to purchase IT equipment for staff and handwashing and hygiene kits to the population; and implement hygiene campaigns. It has provided refilling of water plastic tanks by service providers to water stressed zones in the GBA It will also provide water supply to unconnected areas through borehole drilling and extension of water network, will also purchase needed water distribution spare parts and equipment to ensure continuity of service provision.

NAWEC is now recruiting a Junior Engineer to provide services in design review and supervision of works in the construction of storage tanks, boreholes, water and power transmission lines and related civil works in both the Greater Banjul Areas and Provinces. He/she may also be assigned to participate in specific tasks in sewerage activities as instructed by the Water Consultant and Project Coordinator.

  1. SCOPE OF WORK

The Junior Water Engineer’s overall responsibility will be providing technical expertise during project implementation and inputs to ensure timely and efficient implementation of the projects under the guidance of the Water Consultant. Activities to be performed include but are not limited to the following:

  • Participating in the review of the designs prepared by the Contractors and the Owner’s Engineer, technical specifications, drawings, schedules, all technical documents, and works’ documents, including various reports and invoices.
  • Take part in Factory acceptance Tests of materials (FAT & SAT), control of the works’ compliance with Employer’s Requirements, and all other necessary supervision activities, to ensure that construction of the transmission networks for both water and electricity is implemented on time, efficiently, safely, and with high technical quality.
  • Representing the PIU on-site during implementation of works and reporting accordingly to the Water Consultant of the PIU.
  • Contribute to the elaboration of Annual Work Plans and Budgets of the Projects.
  • He/she will report to the Water Consultant.
  • Other activities in water and sewerage services, as instructed by the Water Consultant and the Project Coordinator.

The overall objective of the assignment is to improve the water supply system in Banjul, Brikama, Gunjur, Bwiam, Mansakonko, Farafenni and Kerewan by providing a reliable supply of clean drinking water to these communities through the drilling of new boreholes, constructing electrical networks to power the boreholes, laying raw water transmission lines, rehabilitation/construction of elevated water tanks and improving the water treatment process.

  1. QUALIFICATION REQUIREMENTS
    • (i) Minimum bachelor’s degree in electrical and electronic engineering, water engineering, mechanical engineering, or related fields.
    • (ii) Minimum 5 years of relevant experience meant as being involved in water and electricity transmission and distribution works including borehole drilling.
    • (iii) Demonstrated knowledge and experience of the water and sewerage sector in Gambia.
    • (iv) Demonstrated knowledge in power distribution grid extension/reinforcement projects in urban or rural areas will be an added advantage.
    • (v) Fluent in English with excellent written and spoken skills.
    • (vi) Ability to work in a multidisciplinary team and ability to do multitasking.
    • (vii) Experienced computer user, including excellent knowledge of Microsoft Office suite.
  2. DUTY STATION
    • (i) The Engineer will be required to reside most of the time around the project sites. Her/his time is estimated at 50% in the provinces and 50% in the GBA or as instructed by the Water Consultant or Project Coordinator.
  1. FACILITIES TO BE PROVIDED BY THE ENGINEER
    • (i) Mobile phone and communication (Telephone, own internet outside office hours)
    • (ii) In City Personal Transportation.
    • (iii) The Engineer will be responsible for arranging and paying for his accommodation and meals at his/her designated duty station.
  2. FACILITIES TO BE PROVIDED BY THE PIU
    • The following facilities will be provided by the client to the engineer free of charge.
    • (i) Office Space: Office space with desk shall be provided in the client’s office or as it may be agreed.
    • (ii) Laptop, Office facilities: printing facilities, photocopying, copying paper, writing materials etc.
    • (iii) Documents: All the documents and available data and information concerning the Project.
    • (iv) Internet facilities within the office.
    • (v) Business transport within the city such as meetings, workshops etc.
    • (vi) Support for all site visits required for supervision and monitoring.
  1. DURATION OF CONTRACT
    • (i) One year period contract renewable after satisfactory evaluation by the Project Coordinator.
  1. APPLICATION PROCESS

Interested candidates should submit their application as follows:

  • A recent CV documenting professional and academic experiences and qualifications relevant to the position.
  • A letter indicating why the candidate considers himself/herself suitable for the required position.

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 15th November 2023 

Managing Director

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 / 3182113/ 7009342

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

Specific Procurement Notice – Design, Supply, and Installation for Gunjur Water Treatment Plant and Boreholes; and Rehabilitation of Banjul and Brikama Storage Tanks

Specific Procurement Notice

Request for Bids

 

Employer: National Water & Electricity Company (NAWEC)

Project: Gambia Electricity Restoration and Modernization Project

Contract title: Design, Supply, and Installation for Gunjur Water Treatment Plant and Boreholes; and Rehabilitation of Banjul and Brikama Storage Tanks

Country: The Gambia

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

RFB No: GM-NAWEC-304860-CW-RFB

Issued on: 16th August 2023

  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 Contracts for Design, Supply, and Installation for Gunjur Water Treatment Plant and Boreholes; and Rehabilitation of Banjul and Brikama Storage Tanks. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing.
  2. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for:

Lot 1: Design Supply and Installation for Rehabilitation of Banjul and Brikama Storage Tanks

Banjul

  • Construction of the two new water towers
  • Demolishment of the existing water towers
  • Pipework including valve chamber and water meters
  • Site works

Brikama

  • Construction of the new water tower
  • Demolishment of the existing water tower
  • Pipework
  • Site works

 

Lot 2: Design, supply and installation for Gunjur Water Treatment Plant and New Boreholes

  • Drilling of 1 new borehole (G03), assemble the components and plot works
  • Connect existing borehole E13 and new borehole G03 to new transport main to WTP Gunjur
  • New transport main approximately 7 km PVC250 to WTP Gunjur
  • Replacement of chlorine dosing pumps
  • Power supply and control panel

The following works should be conducted related to WTP Brikama

  • Drilling of 1 new borehole (Kasssa Kunde), assemble the components and plot works
  • New transport main approximately 2.8 km PVC250 to connect new borehole to WTP Brikama
  • Power supply, control panel and telemetry

Main Qualifications Requirements:

Two similar contracts within the last Five (5) years, each with a value of at least:

  • For Lot 1: US$ 1,200,000.00
  • For Lot 2: US$ 900,000.00

 

  1. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers (July 2016 Revised November 2017 and July 2018 and November 2020) (“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, CC: mfsanyang@nawec.gm, and inspect the bidding document during office hours Monday to Thursday from 8:00am to 16:00 p.m. and Friday from 8:00am to 12:30 p.m. at the address given below.
  3. The bidding document in English 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 bank transfer. The document will be sent by electronic mail in PDF format or a link for downloading will be provided. Should a bidder require hardcopy, it will be sent by courier mail, however, such bidder will have to make own pick up and shipment arrangement.
  4. Bids must be delivered to the address below on or before 12:00 pm Gambian time 29th September 2023. 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.
  5. All Bids must be accompanied by a Bid Security of:

Lot 1: US$ 12,000.00

Lot 2: US$ 10,000.00

  1. 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.
  2. The address(es) referred to above is (are):

 

Attention:  Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

The Gambia

Tel:+220 3664125 / 3182113/ 7009342

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