|
General Information
|
|
Country:
|
Gambia
|
|
City/Locality:
|
Brikama Nyambai, West Coast Region
|
|
Notice/Contract Number:
|
NAWEC/WASIB/CWQLB/IPC/2025/001
|
|
Publication Date:
|
Sep 16, 2025
|
|
Deadline (local time):
|
November 11, 2025 - 07:00
|
|
Agency:
|
Agence Française de Développement (AFD)
|
|
Buyer:
|
GAMBIE - NAWEC
|
|
|
Original Language:
|
English
|
|
|
Contact information
|
|
Address:
|
Ms. Sainabou Nyang / Mr. Omar Sanneh / Ms. Sainabou Jagne
Senior Asset Manager (Water & Sewerage Business Unit)
National Water and Electricity Company Ltd (NAWEC) - Water & Sewerage Business Unit
53 Mamadi Maniya Highway kanifing PO Box 609 Banjul The Gambia
Fajara Booster Station Kanifing Municiplity PO BOX 609 Banjul, The Gambia
Banjul, Banjul 609
Gambia
|
|
Telephone:
|
+220 3443037 +220 9965712 +220 7696572
|
|
E-mail:
|
snyang@nawec.gm, osanneh@nawec.gm, sjagne@nawc.gm
|
|
Web site::
|
http://www.nawec.gm
|
|
|
Documents attachés
|
|
- Pièce jointe (107 KB; Sep 15, 2025) Download documents
|
|
Original Text
|
Standard Format for
Invitation for Bids
Date: 15th September 2025
Project Name: Water Supply Project in the Greater Banjul Area (WASIB)
IFB No: NAWEC/WASIB/CWQLB/IPC/2025/001
1. The National Water and Electricity Company of Gambia (NAWEC) has applied for funds from Agence Française de Développement ("AFD") towards the cost of 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
Construction of Water Quality Laboratory at Brikama Nyambai, West Coast Region.
2. The National Water and Electricity Company of Gambia (NAWEC) now invites sealed Bids from eligible Bidders for the construction and completion of the following
Works;
Water Quality Laboratory
Laboratory Building
Construction of a single storey laboratory building with a total floor area of 242m2 or there about; constructed in reinforced concrete frame with cement sand block wall
cladding, rendered and painted. The roof is made of reinforced concrete.and protected using bitumenous felt as water proofing. The windows are glazed aluminium sliding
with insect screen and steel security bars. The doors are mostly aluminium framed with or without glazing. The floors are reinforced concrete finished with floor tiling
and the ceiling are a mix of suspended ceiling aluminium tiles.Toilets to have wall to ceiling tiles. Electrical and Mechanical facilities include plumbing, drainage, fire
alarms, lighting, power points and fittings.
External works
The external works comprise of some perimeter fence, access drive, car parking, pavement, storm water drainage system, and septic tank and soakaway system for the main
building.
3. Interested eligible Bidders may obtain further information from and inspect the Bidding Documents at the;
Water & Sewerage Business Unit
National Water and Electricity Company Ltd
Fajara Booster Station
Kanifing Municiplity
Tel; +220 3443037
Email: snyang@nawec.gm
Cc: osanneh@nawec.gm 9965712 and sjagne@nawc.gm 7696572
4. 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 GMD 10,000.
5. 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.
6. Bids must be delivered to the office of;
The Managing Director
National Water and Electricity Company Ltd
53 Mamadi Manjang Highway Kanifing,
PO BOX 609 Banjul, The Gambia
on or before 12.00 noon on 11th November 2025 and must be accompanied by bid security in the sum of D500,000 (five hundred thousand dalasis only).
7. Bids will be opened at 12.30pm on the submission date in the presence of Bidders’ representatives who choose to attend. Bids shall be open in the office of;
The Managing Director
National Water and Electricity Company Ltd
53 Mamadi Manjang Highway Kanifing,
Banjul, The Gambia
8. Qualification criteria are as follows:
8.1. Nationality in accordance with the Instruction To Bidders (ITB) and AFD requirements
8.2. No conflicts of interest in accordance with ITB 4.2
8.3. Not being ineligible to AFD financing, as described in ITB 4.3
8.4. Meet conditions of ITB 4.3 for State-owned entity
8.5. Termination of a contract did not occur as a result of Bidder"s default in the past five (5) years.
8.6. Not under suspension based on execution of a Bid Securing Declaration pursuant to ITB 4.4.
8.7. All pending litigation shall in total not represent more than one hundred percent (100%) of the Bidder’s net worth and shall be treated as resolved against the
Bidder.
8.8. The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent
of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as GMD 9,000,000 for the subject contract(s) net of the Bidder’s
other commitments.
8.9. The Bidder shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently
in progress and for future contract commitments
8.10. The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3)
years shall be submitted and must demonstrate the current soundness of the Bidder’s financial position. The Bidder"s financial position will be deemed sound if at least
two (2) of the following four (4) criteria are met:
a) Average earnings before interest, taxes, depreciation, and amortization (EBITDA) for the last three (3) years > 0;
b) Total equity (net worth) for the last three (3) years > 0;
c) Average liquidity ratio for the last three (3) years > 1
d) ((Current assets) / (Current liabilities) > 1);
e) Average indebtedness ratio for the last three (3) years < 6
((Total financial liabilities) / (EBITDA) < 6).
8.11. Minimum average annual turnover of GMD 15,000,000 (fifteen million dalasis only. for the last five.years.
8.12. Experience under construction contracts in the role of prime contractor, JV member, subcontractor, or management contractor for the last 5 years (September 2020 to
September 2025).
A minimum number of similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member , management
contractor or subcontractor for the last 5 years (September 2020 to September 2025): 2 contracts for Building Works with finishes, electrical and plumbing installations,
fittings and fixtures, each of minimum value GMD 10,000,000.
|
More information: Click here
|
|
|
|