Welcome to AFD/dgMarket


Recherche
Recherche Avancée

Water Supply and Wastewater Master Plan of the Greater Banjul Area and provincial areas (EXPIRED)

Appel à Manifestation d'Intérêt

Informations générales

Pays:   Gambie
Ville/Localité:   Banjul
Date de publication:   Jun 28, 2024
Date limite (heure locale):   Juillet 19, 2024 - 12:00
Agence de financement:   Agence Française de Développement - Agence de Financement
Acheteur:   GAMBIE - NAWEC
Eligibilité des Soumissionaires:   Criterion 1
Water supply master plan for town of more than 1 million inhabitants within the last 10 years Criterion 2
Wastewater master plan for town of more than 1 million inhabitants within the last 10 years Criterion 3
Experience in water supply and Wastewater in Sub-Saharan African countries within the last 10 years Criterion 4
Experience with AFD procedures within water supply and/or Wastewater projects

The selection of Applicants to be shortlisted shall follow the rules as defined here below:
• The Applicant must have at least one experience in each criterion; otherwise the application will be disqualified.

• The ranking of Applicants is based on the greatest number of criterion fulfilled (boxes checked).

• For a Joint Venture, the experiences of all members will be added together for a combined total.
Langue d'origine:   Anglais

Contact

Adresse :   Mr. Omar Sanneh
Project Coordinator
National Water & Electricity Company Ltd
Mamady Maniyang Highway,
PO Box 609
Banjul, Kanifing Municipality PO Box 609
Gambie
Téléphone:   9965712
Adresse électronique :   osanneh@nawec.gm
Site Web:   http://www.nawec.gm

Missions

 

Dossier d'appel d'offres et documents joints

 
  • Questions et réponses: Response to Clarification No.3 (76 KB; Jun 27, 2024)
  • Questions et réponses: Response to Clarification No.4 (75 KB; Jun 27, 2024)
  • Questions et réponses: Response to Clarification No.2 (124 KB; Jun 14, 2024)
  • Sollicitation: Request for Expression of Interest (215 KB; Jun 18, 2024)
  • Questions et réponses: Response to Clarification No.1 (145 KB; Jun 14, 2024)
     Télécharger le(s) document(s)

Texte original

REPUBLIC OF THE GAMBIA
Water Supply and Wastewater Master Plan of the Greater Banjul Area and provincial areas

CONSULTING SERVICES
Expressions of Interest

The National Water and Electricity Company of Gambia (NAWEC) has applied for a financing from Agence Française de Développement ("AFD"), and intends to use part of the funds thereof for payments under the following project Water Supply and Wastewater Master Plan of the Greater Banjul Area and provincial areas.
The Services of the consultant shall consist in the following:
• Water supply component:
o To assess the existing water supply situation through collection
and analysis of existing data, and the diagnosis of existing
hydraulic facilities,
o To assess the current and future potable water needs through a
demographic study including a socio-economic approach and
urban development outlook and the demand projection for
different horizons,
o To assess the current and future available water resources and
the identification of other potential water resources in order to
conclude on a water resources / needs and adequacy that will be
required to meet the future demand projection,
o To update the existing water supply model and to define
scenarios for the future horizons considering not only hydraulic /
technical issues but also financial, socio-environmental,
resilience, etc. aspects, and proposing a multi-criteria
prioritization matrix,
o To develop the Water Supply Master Plan based on the selected
scenario including a GIS layout of planned infrastructure.
o To propose cost recovery scenarios, after cost assessment of the
necessary investments and associated operational costs,

• Wastewater component:
o To assess the existing wastewater management situation through
existing data collection and analysis and diagnosis of existing
hydraulic facilities,
o To assess the current and future wastewater needs and to
estimate present and future wastewater production in line with
water consumption determined in the water supply component,
o To create a simplified hydraulic model for the definition of
wastewater primary networks and to define scenarios for the
future horizons considering not only hydraulic / technical issues
but also financial, socio-environmental, resilience, etc. aspects,
and proposing a multi-criteria prioritization matrix, Scenarios for
wastewater management will follow a CityWide Inclusive
Sanitation approach, combining centralized and decentralized
sanitation.
o To develop the Wastewater Master Plan based on the selected
scenario including a GIS layout of planned infrastructure.
o To propose cost recovery scenarios, after cost assessment of the
necessary investments and associated operational costs,
The total duration of the contract is estimated at 12 months.

The National Water and Electricity Company of Gambia (NAWEC) hereby invites Applicants to show their interest in delivering the Services described above.
This Request for Expressions of Interest is open to:
√ Consulting firms q Individual consultants

q NGOs q Joint Venture between NGO(s) and consulting firm(s)

Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFD Financed Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.
The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.
If the Applicant is a JV, the expression of interest shall include:
 a copy of the JV Agreement entered into by all members,
or
 a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal,
In the absence of this document, the other members will be considered as Subconsultants.
Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.
Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted.
Determination of the similarity of the experiences will be based on:
 The contract size.
 The nature of the Services (Water supply master plan, Wastewater Master Plan);
 The technical area and expertise (Water supply including boreholes and drinking water treatment plant (for groundwater and as well as surface water), wastewater management including sewage collection and transfer, wastewater treatment plant, non-collective Wastewater, sludge management;
 The location (Sub-Saharian African and English-speaking countries).

The Client will also take into account for the evaluation of the applications the following items:
 Skills and availability of in-house technical back-up experts provided to the on-site experts.
 Local partners.
 Quality assurance procedures and professional certifications attested by a certificate.

Among the submitted applications, the National Water and Electricity Company of Gambia (NAWEC) will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be sent.

The Expressions of Interest must be submitted to the address below no later than
19 July 2024 at 12:00pm GMT
The Office of Managing Director National Water and Electricity Company Ltd
PO BOX 609 53 Mamadi Maniyang Highway Kanifing, Banjul The Gambia
Telephone: 00220-9965712; 00220-3443037
Email: osanneh@nawec.gm; snyang@nawec.gm;
Interested Applicants may obtain further information at the address below during office hours:
National Water and Electricity Company Ltd 53 Mamadi Manjang Highway Kanifing, Banjul, The Gambia 8.00am to 4.00pm.



Appendix to The Request for Expressions of Interest
(To be submitted with the application, signed and unaltered)
Statement of Integrity, Eligibility and Environmental and Social Responsibility

Reference of the bid or proposal (the "Contract")
To: (the "Contracting Authority")

1. We recognize and accept that Agence Française de Développement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our joint venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services.
2. We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations:
2.1 Being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganization or being in any analogous situation arising from any similar procedure;
2.2 Having been:
a) convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract);
b) subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract);
c) convicted, within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of an AFD-financed contract;
2.3 Being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security;
2.4 Having been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against us;
2.5 Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country;
2.6 Being subject to an exclusion decision of the World Bank and being listed on the website http://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract);
2.7 Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract.
3. We hereby certify that neither we, nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest:
3.1 Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
3.2 Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
3.3 Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority;
3.4 Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority;
3.5 In the case of procurement of goods, works or plants:
a) Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract;
b) Having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this Contract.
4. If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.
5. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 2 to 4 here above.
6. In the context of the procurement process and performance of the corresponding contract:
6.1 We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or vitiate someone's consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit;
6.2 We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit;
6.3 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any Person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that Person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public function, including for a State institution or a State owned company, or who provides a public service, or (iii) any other person defined as a Public Officer by the national laws of the Contracting Authority’s country, an undue advantage of any kind, for himself or for another Person or entity, for such Public Officer to act or refrain from acting in his official capacity;
6.4 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any Person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another Person or entity for such Person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations;
6.5 We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anti competitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings;
6.6 Neither we nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France;
6.7 We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or subconsultants comply with international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the Contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties. Moreover, we shall implement environmental and social risks mitigation measures when specified in the environmental and social commitment plan (ESCP) provided by the Contracting Authority.
7. We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or subconsultants authorise AFD to inspect accounts, records and other documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by AFD.

Name: In the capacity of:
Duly empowered to sign in the name and on behalf of :
Signature:
Dated:

Veuillez noter que cet avis est pour information seulement.
Nous nous efforçons de fournir des informations les plus exactes et mises à jour mais nous ne pouvons pas garantir que toutes les informations fournies sur notre site ne contiennent pas d'erreur.
Si vous avez des suggestions/corrections pour cet avis, n'hésitez pas à nous en informer.