Job Vacancy – Health, Safety & Environment Officer

JOB OPENING AT NAWEC

NAWEC is pleased to invite suitably qualified persons to submit applications for the vacant position of Health, Safety & Environment Officer. We are looking for a dynamic, forward looking and performance driven professional who has a strong understanding of health, safety and evironmental measures.

The successful candidate could look forward to joining a team of highly dedicated and competent group of employees who are currently playing a critical role in reinforcing a culture of safety and compliance within NAWEC.

Details of the role are specified below:

Position Health, Safety & Environment (HSE) Officer
Role Summary Responsible for implimenting all health,safety and environmental policies, procedures and guidelines of NAWEC. Ensuring a safe work environment for employees, and reducing the impact of operations on the people and the  environment.
Reporting Relationships HSE Manager
Duties and Responsibilities ·       Support the implimentation of health, safety, and environmental policies and procedures.

·       Ensure employees and contractors complies with all applicable local and relevant international HSE standards.

·       Conduct regular health and safety inspections in various workplaces with proper reporting.

·       Liaise with HR Department and arrange HSE inductions for newly employed staff.

·       Ensure office documentations are well organised and secured at all times.

·       Ensure office documentation such as reporting forms are available to all staff through departmental safety representatives at all time.

·       Participate in accident reporting and investigation activities.

·       Take part in departmental safety awareness activities such as Tool Box Talks and staff briefings.

·       Coordinate emergency response exercises, including evacuation procedures, fire safety protocols, and first similations.

·       Take care of all safety equipment and devices including coorinating annual fire extinguisher preventive maintenance program.

·       Ensure first aid equipment are in place and adequatelt maintained or replinished when required.

·       Maintain up-to-date knowledge of changing regulations that may affect NAWEC’s HSE performance.

·       Ensure preventive maintenance of safety equipment and that safe systems of work are adheared to in the workplace.

·       Keep a sound interest in general health and safety enforcement.

·       Participate in environmental sustainability initiatives relevant to the work of NAWEC.

·       Act on any other directives from senior management.

Requirements and Qualifications ·       BSc in Occupational Health and Safety Management or a related science field such as Public and Environmental Health or Engineering

·       5 years’ experience in Workplace Health, Safety & Environment Management

·       NEBOSH Certificate in Health and Safety Management or equivalent would be an added advantage.

Salary Grade Grade D of the NAWEC integrated Pay Scale
 
Competancy Detail
Interpersonal Able to work with various teams to impliment health and safety functions in various functions of the organisation
Conceptual Have an analytical mind and be able to think through issues to bring more productivity in the overall management of HSE in the organisation
Communication Be an excellent communicator.Ability to conduct safety inductions ,trainings and toolbox talks
Confidentiality Consciousness of confidentiality issues in relation to Workplcae Health, Safety & Environment Management
Ethics High sense of discipline towards work and Good Team Spirit
Management Skills Team management and ability to work under pressure
Results oriented Achievement oriented and ability to deliver effectively on time

 

The Rewards:  NAWEC has restructured its rewards package and can offer an attractive salary and other benefits for the right person.

How to Apply. Please send an e-mail to recruitment@nawec.gm referencing the position being applied for along with a curriculum vitae and cover letter, as attachments.

Closing date for receipt of applications is 1st March 2025, by close of business.

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – Independent Environmental and Social Audit of the ESMP Implementation for Backbone phase I and II

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

 

The Gambia

Electricity Restoration and Modernization Project (GERMP)                                                                                            

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

Assignment Title: Independent Environmental and Social Audit of the ESMP Implementation for Backbone phase I and II

Reference No: GM-NAWEC-463129-CS-CQS

 

The Republic of The Gambia together with the International Development Association (IDA), European Investment Bank (EIB), and European Union (EU), collectively the “Lenders”), are implementing a new energy project to improve the power generation and transmission capacity in the country. The Gambia Electricity Restoration and Modernization Project (GERMP) will increase the generation capacity through renewable sources, reinforce the transmission infrastructure in the Great Banjul Area, and in the Provinces across the country.

The development objective of the project is to improve the operational performance of the National Water and Electricity Company (NAWEC), and its capacity to dispatch variable renewable electricity. The Gambia Electricity Restoration and Modernization Project (GERMP) will improve the power generation capacity and efficiency of NAWEC’s transmission network to increase access to electricity for socio-economic development. This objective is in line with the Gambian National Development Plan (NDP-2018-2021), the Gambia Electricity Sector Roadmap (2017) and the National Energy Policy (2014-2018), among other national policies which promote the extension, reliability, and quality of the Government’s energy supply, as well as diversifying energy sources to include renewables.

The objective of the E&S audit is to perform an independent assessment of the following area of concern: the environmental and social management plan of GERMP backbone phase I and II in line with the requirements established in the ESMF, ESIA, ESMP and construction phase ESMP. Focus will be placed on examining whether a plan for addressing environmental and social aspects of the project and sub-project activities have been functional and adequately resourced and whether implementation of mitigation measures and established mechanisms as contemplated in the Environmental and Social Management Plan (ESMP) is in line with the Operational Policies as elaborated in the ESMF. The environmental and social audit will identify and justify appropriate measures and actions to mitigate the area of concern, will estimate costs of the measures and actions, and will recommend a schedule with agreed action plans to be implemented for the project going forward.

SCOPE OF SERVICES

The areas of concern of the Environmental and Social audit will be on GERMP backbone phase I and II works.

The audit will comprise of an independent evaluation of the overall environmental and social management in line with the GERMP ESMF, and backbone phase I and II ESIAs., ESMPs and construction ESMP.

Specific responsibilities include:

  1. Develop a workplan to undertake an E&S audit program that will confirm the consultant’s understanding of the audit objective, scope, methodology/approach, and schedule and prepare an audit checklist that will cover review of available literature/ documents, key persons interviews, stakeholders’ engagement with the PIU level, relevant sub-national government agencies, community facilitators, contractors, and Owner Engineer.
  2. Based on clear and agreed criteria, select site-specific activities to be included in the audit.
  3. Review and assess the adequacy of the project stakeholder identification, analysis and engagement progress and assess current and planned stakeholder engagement activities as outlined in the project’s Stakeholder Engagement Plan (SEP).
  4. ) Conduct an environmental and social audit as per the audit program approved by the PIU and as per described in the ToR.
  5. Assess the implementing agencies’ capacities and resources to implement environmental and social management measures.
  6. Assess the overall performance, capacities and resources of project consultants, contractors, and Owner Engineer in implementing and addressing all relevant environmental and social risks and impacts of sub-project activities under GERMP, including all specific E&S risks and mitigation measures that were identified in the ESMF/ESIAs/ESMPs.
  7. Auditing risks related to labor influx, covering Occupational, Health and Safety (OHS), signing of codes of conduct, and community, health, and safety.
  8. Present audit findings, including E&S shortcomings and non-compliances, and recommend and justify gap-filling and enhancement measures for the overall environmental and social management, with action plans with estimated cost and timeline agreed by the GERMP and NAWEC.
  9. Auditing the projects stakeholder engagement activities for GERMP backbone phase I and II throughout the duration of the project lifecycle and identify if they were sufficiently identifying stakeholder priorities.

Duration and Deliverables

The duration of the assignment is 35 working days. The consultant shall prepare a separate report for backbone phase I and phase II assessing the overall management of ESMF/ESIA and ESMP/C-ESMP implementation, and separate reports for the various activities with site-specific findings and recommendations. A synthesis report on gaps, strengths and weaknesses of both overall project and site-specific management of E&S risks, with recommendations for improvement, shall be prepared in the final report.

For an Environment and Social Management Plan (ESMP) compliance audit, key deliverables include:

  • Inception report and Audit Plan and Scope Document
  • Compliance Checklist
  • Environmental and Social Compliance Audit Report
  • Non-Compliance and Corrective Action Log
  • Stakeholder Engagement and Consultation Records
  • Grievance Resolution Mechanism (GRM) Review Report
  • Training and Capacity-Building Evaluation Report
  • Monitoring and Data Collection Review
  • Incident and Accident Review Summary
  • Closure and Restoration Status
  • Audit Summary Presentation and Follow-up Plan

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.

It is brought to the attention of the Consultants in accordance with paragraph 5.9 of the ” Borrowers Procurement Regulations for seeking Investment Project Financing (FPI)” (July 2016), revised in November 2017 and July 2018 and November 2020 (“Regulations “Procurement”): Selection and Employment of Consultants by World Bank Borrowers, current edition of the World Bank Conflict of Interest Rules, are applicable.

Evaluation Criteria

The audit team is expected to be a firm with appropriate and sufficient capabilities, resources, and experience to execute the full extent of the scope of services to a very high quality. The team will mainly comprise relevant experts in environmental management, social risk management, and other experts in specific topics such as OHS and community, health and safety, SEA/SH. The team must have experience in environmental and social assessments and risk management in major infrastructure projects. All team members should demonstrate the following skills and experience:

  • Strong and demonstrated interpersonal skills, and experience communicating with senior government officials, communities and large groups of people, ability to organize and conduct technical workshops related to audit findings
  • Excellent working knowledge experience on Gambian legislation and regulations related to environmental and social risk management, and as outlined in the project ESMF/ESIAs, is required for all specialists
  • Field experience and good knowledge of the implementation of World Bank’s safeguards policies (or that of other international financial institutions), including the Operational Policies, and the Environmental and Social Framework (ESF) is desirable
  • Proven writing and analytical skills, ability to initiate innovative approaches
  • Proven ability to work as a team-player with multi-tasking skills, experience in facilitation, presentation, communication and computational skills, attention to details and client orientation
  • Competency in the use of standard desktop publishing applications (e.g., Microsoft Office); and
  • Auditing Experience: At least 5-10 years of experience conducting ESMP compliance audits or similar assessments.
  • Stakeholder Engagement: Experience in engaging with diverse stakeholders, including local communities, project developers, and regulators.
  • Ability to communicate and write effectively in English 

Environmental and Social Expertise: Proven knowledge and experience in environmental and social safeguards, including mitigation measures, monitoring, and compliance.

  • Sector-Specific Knowledge: Familiarity with the specific industry or project type in energy sector.
  • Understanding of ESMP Frameworks: Demonstrated understanding of ESMP guidelines, relevant laws, and international standards
  • Ability to identify gaps and propose actionable recommendations.
  • Experience in preparing clear, concise, and comprehensive audit reports.
  • Demonstrated impartiality and absence of conflicts of interest.
  • Commitment to ethical auditing practices.
  • Relevant academic qualifications in environmental science, social sciences, engineering, or related fields.
  • Certifications in environmental auditing, impact assessment, or sustainability (e.g., ISO 14001 auditor certification).
  1. Environmental Specialist (Key Specialist)
  • At least a master’s degree in environmental science / engineering / planning
  • A minimum of 10 (ten) years relevant professional experience particularly in environmental management of Energy infrastructure projects
  • Demonstrated experience in environmental impact assessments and development of risk management instruments, especially addressing impacts on civil works projects; and
  • Experience in conducting similar audits and possess an auditor certification for ISO, and relevant environmental management systems
  • Relevant academic qualifications in environmental science, social sciences, engineering, or related fields.
  • Certifications in environmental auditing, impact assessment, or sustainability (e.g., ISO 14001 auditor certification).
  1. Social Risk Management Specialist (Key Specialist)
  • At least a master’s degree in social sciences, sociology, anthropology, or community development or a related discipline
  • A minimum of 10 (ten) years relevant professional experience particularly in social risk management in infrastructure projects.
  • Demonstrated experience in social impact assessments and development of risk management instruments, especially addressing impacts on vulnerable or diverse groups (e.g., people with disabilities), land acquisition and resettlement, Indigenous Peoples, etc.; and
  • Experience in conducting similar audits, especially in the areas of social risk management for infrastructure projects financed by the World Bank or a similar international financial institution.
  1. Stakeholder Engagement and Gender Specialist (with experience in SEA/SH)
  • At least a master’s degree such as social development, public policy, gender studies, or related field
  • A minimum of 10 (ten) years relevant professional experience or equivalent combination of education and working experience in stakeholder engagement, Gender considerations in infrastructure projects, Gender Based Violence (GBV) and SEA/SH management, gender studies and post-disaster contexts
  • Experience in developing and accessing SEA/SH guidelines, management systems, checklists, and training courses on SEA/SH
  1. Occupational, Health and Safety (OHS) Specialist
  • At least a master’s degree in occupational health and safety (OHS), safety at work, other relevant disciplines
  • A minimum of 10 (ten) years’ relevant professional experience particularly in OHS management of infrastructure or civil works projects
  • Demonstrated experience in OHS assessments and supervision and development of OHS management instruments for major infrastructure projects for both workers and communities; and
  • Experience in conducting similar audit and possess an auditor certification for Occupational Health and Safety Management System (OHSAS).

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

TOR ESMP Audit BBI and II

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 Qualifications-based Selection method (CQS) 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 27th February 2025.

The address above referred is:

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)

 

Specific Procurement Notice Request for Bids Good (Two-Envelope Bidding Process) – Procurement and Supply of Single & Double cabin Pick-up Vehicles

Specific Procurement Notice

Request for Bids

Good

(Two-Envelope Bidding Process)

Country: The Gambia

Name of Project: Electricity Restoration and Modernization Project (GERMP)

Contract Title: Procurement and Supply of Single & Double cabin Pick-up Vehicles

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

RFB Reference No.: GM-NAWEC-453864-GO-RFB

  1. The Republic of The Gambia has received financing from the World Bank toward the cost of the Gambia Electricity Restoration and Modernization Project and intends to apply part of the proceeds toward payments under the contract[1]for Supply of pickup vehicle. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing, except for those payments, which the contract provides to be made by letter of credit.
  2. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for the procurement and supply of double and single cabin pick-up vehicles.
  3. Bidders shall comply with the following specific experience and qualifications requirements:

(a) Financial Capability: Bidder shall submit audited financial statements or, if not required by the law of Bidder’s country, other financial statements acceptable to the Purchaser, for the last 3 years prior to bid submission deadline, demonstrating the current soundness of the Bidder’s financial position. For a joint venture, this requirement shall be met by each member.

(b) Specific Experience: The Bidder shall demonstrate that it has successfully completed at least 3 contracts within the last 5 years prior to bid submission deadline, each with a value of at least US$500,000 that has been successfully and substantially completed and that are similar in nature and complexity to the Goods and Related Services under the Contract. For a joint venture, this requirement may be met by all members combined.

(c) Documentary Evidence: The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement:

 

(d) Manufacturing experience and Technical Capacity: For the items under the Contract that the bidder is a manufacturer, the Bidder shall furnish documentary evidence to demonstrate that:

 

(i) it has manufactured goods of similar nature and complexity for at least 3 years prior to the bid submission deadline; and

  1. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” (Edited September 2023 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
  2. Interested eligible Bidders may obtain further information from NAWEC’s Project Implementation Unit office and inspect the bidding document during office hours 8:00 a.m to 4:00 p.m at the address given below.
  3. The bidding document in English language may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of US$300. The method of payment will be electronic transfer. The document will be sent by email.
  4. Bids must be delivered to the address below on or before 12:00 p.m. of March 6th 2025. Electronic Bidding will not be permitted. Late Bids will be rejected. The outer Bid envelopes marked “Original Bid”, and the inner envelopes marked “Technical Part” will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend, at the address below on March 6th, 2025, at 12:30 p.m. at PIU Conference room. All envelopes marked “Second Envelope: Financial Part” shall remain unopened and will be held in safe custody of the Purchaser until the second public opening.
  5. All Bids must be accompanied by a Bid Security of US$8,000.
  6. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
  7. The address(es) referred to above is:

Project Coordinator

Project Implementation Unit

National Water and Electricity Company Limited (NAWEC)

Emporium III Building, Fajara

Banjul, The Gambia

Telephone: +220 3664125/3182113/7009342

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

 

Job Vacancy – Group Finance Director

Job Vacancy – Group Finance Director

NAWEC is pleased to invite suitably qualified persons to submit applications for the vacant position of Group Finance Director. We are looking for a dynamic, forward looking and performance driven professional who has a strong understanding of corporate governance within the Gambian context. The prospective candidate is expected to be a self-starter and provide needed leadership within NAWEC’s Finance Directorate

The successful candidate could look forward to joining a team of highly dedicated and competent group of employees who are currently playing a critical role in NAWEC’s transformation to be an efficient and service driven utility. NAWEC has signed a performance contract with government with finance related corporate KPIs among the key accountabilities to deliver in achieving government’s objectives for the sector. We are therefore seeking the services of an individual with a proven track record of leading finance teams and efficiently driving financial performance. The ideal candidate must demonstrate commitment to accountability and transparency, responsible financial management as well as value integrity and principled decision making.

Details of the role are specified below:

Position Group Finance Director
Position Type Full- Time
Employment Type Contract – 3 years with possibility of renewal based on performance
Role Summary The Group Finance Director (GFD) will play a crucial role in providing strategic financial leadership to NAWEC and overseeing the financial functions of the organization. The GFD will lead a team of senior managers responsible for financial accounting and reporting, treasury and financial planning, and compliance and regulatory affairs. This role requires a seasoned finance professional with strong leadership skills, a strategic mindset, impeccable integrity, and a commitment to ethical business practices.
Reporting Relationships Reports directly to Managing Director and works closely with all of NAWEC’s Directors and key stakeholders
Duties and Responsibilities Strategic Financial Leadership: Provide strategic direction and guidance to the finance team, aligning financial goals with the overall objectives of the organization. Develop and implement financial strategies to drive growth, profitability, and long-term sustainability.

Financial Planning and Analysis: Oversee financial planning and analysis activities, including budgeting, forecasting, and financial modeling. Provide insightful analysis and recommendations to senior management and the Board of Directors to support strategic decision-making and resource allocation.

Financial Accounting and Reporting: Ensure the accuracy and integrity of financial reporting processes, including the preparation of budgets, management reports, financial statements, regulatory filings, and forecast reporting. Collaborate with and provide leadership to the Senior Manager Financial Accounting and Reporting to maintain compliance with accounting standards and regulatory requirements.

Treasury and Financial Planning: Manage cash flow, liquidity, and capital allocation to support operational requirements and strategic initiatives. Collaborate with and provide leadership to the Senior Manager Treasury and Financial Planning to optimize funding sources, manage debt, and mitigate financial risks.

Regulatory Compliance: Ensure compliance with all relevant regulations, laws, and standards. Collaborate with and provide leadership to the Senior Manager Regulatory Affairs to monitor regulatory developments, assess compliance risks, and implement effective compliance programs.

Stakeholder Engagement: Build and maintain effective relationships with internal and external stakeholders, including senior management, board members, regulatory and oversight authorities, government and external auditors. Communicate financial performance, risks, and opportunities in a clear and transparent manner.

Monitoring Financial Performance: Work closely with the Management team to ensure continuous improvement of performance towards financial KPIs. Contributing significantly to NAWEC’s strategic direction by providing financial analysis, advice, and support to NAWEC’s strategic planning

Any other duties relevant to the role and assign.

Qualifications, Competancy and Skills A minimum of Qualified Chartered Accountant. ACCA/CPA or Equivalent professional qualification preferably combined with a Master’s degree in Finance or Acounting or related field.

 

A minimum of ten (10) years post-qualification experience with at least five (5) years experience in a senior finance leadership role in similar organisation to NAWEC and/ or a regulated industry; with a demonstrated track record of promoting integrity and ethical behavior.

 

Proven leadership skills with the ability to inspire and motivate a team to achieve goals and objectives.

 

High ethical standards and a commitment to upholding integrity and transparency in all aspects of financial management.

 

Excellent analytical skills with the ability to interpret financial data and provide strategic insights.

 

Strong communication and interpersonal skills, with the ability to inspire trust and credibility among stakeholders.

 

Deep understanding of financial principles, practices, and regulations, with a focus on compliance and risk management.

 

Has the ability and drive to harness information technology using recently installed integrated ERP systems to ensure provision of timely and relevant data and management information.

 

Adaptability and Resilience: The ability to adapt to changing circumstances and remain resilient in the face of adversity is critical to the success of this role. This includes remaining calm under pressure, making tough decisions when necessary, and persevering through challenges to achieve long-term objectives.

 

The Rewards. NAWEC has restructured its rewards package and can offer a very attractive deal of Salary and Allowances for the right person.

How to Apply. Please send an e-mail to recruitment@nawec.gm referencing the position being applied for along with a curriculum vitae and cover letter, as attachments.

Closing date for receipt of applications is 20th January 2025, by close of business.

EXTENSION OF APPLICATION SUBMISSION DEADLINE – INVITATION TO SUBMIT AN APPLICATION FOR THE DEVELOPMENT OF A 50 MWp REGIONAL SOLAR POWER PARK UNDER PUBLIC-PRIVATE PARTNERSHIP, REPUBLIC OF THE GAMBIA

EXTENSION OF APPLICATION SUBMISSION DEADLINE – INVITATION TO SUBMIT AN
APPLICATION FOR THE DEVELOPMENT OF A 50 MWp REGIONAL SOLAR POWER
PARK UNDER PUBLIC-PRIVATE PARTNERSHIP, REPUBLIC OF THE GAMBIA

Reference to our Invitation to Submit an Application for the Development of a 50 MWp Regional Solar
Power Park under Public-Private /Partnership, Republic of The Gambia published on 1st October 2024,
National Water and Electricity Company Limited hereby extends the Application Submission deadline to
28th November 2024 at 12:00 a.m. and opening at 12:30 p.m. Banjul time.

Regional Solar Park of The Gambia – Stakeholder Engagement Plan (SEP)

Regional Solar Park of The Gambia – Stakeholder Engagement Plan (SEP)

Click on the link below to download the Stakeholder Engagement Plan

50MWp Regional Solar Park of The Gambia _Stakeholder Engagement Plan

PUBLIC NOTICE – CLEARING OF THE RIGHT OF WAY FOR THE 225KV TRANSMISSION LINE FROM BRIKAMA POWER STATION TO JABANG SUBSTATION

 

PUBLIC NOTICE

CLEARING OF THE RIGHT OF WAY FOR THE 225KV TRANSMISSION LINE FROM BRIKAMA POWER STATION TO JABANG SUBSTATION

The Government of The Gambia (GOTG) has received financing from the World Bank to implement the Gambia Electricity Restoration and Modernization Project (GERMP). This Project will construct a 40 meters (20/20m from the center of the line) wide high voltage 225 kV Transmission and Distribution line from Brikama power station to Jabang Substation at the edge of the Salagi Forest Park, where a 225/33 kV substation has been built.

For orientation, the Transmission Line will start at the edge of the Salagi Forest Park and run along the buffer zone of the Forest up to the Forest billboard at Jamwelleh about 1.8 km off the Sukuta-JambangJelly Highway. From the Forest billboard the line will run towards the border between Mariama Kunda and Jabang, Labakoreh, Yuna and Latrya before turning left, crossing the Sukuta-Jambangjelleh Highway toward the Solar Power Plant in Jambur.

The line will go along the Bamba and Nyambai Forest Parks, crossing the Brikama-Serrekunda Highway to the Brikama power plant, where it will be connected to the OMVG substation.

The Government of The Gambia through the Ministry of Lands, Regional Government and Religious Affairs has signed the Declaration of this Right of Way.

Following development of the Resettlement Action Plan (RAP) a total of 483 Project Affected Persons (PAPs) have been identified to be impacted by the Project. From commencement of the RAP implementation in 2021 to date, a total of 432 PAPs have been compensated. Currently a total of 71 plots of lands are yet to be compensated most of which the owners are still unknown. We encourage those who own properties along this corridor and have seen survey marks on their properties to call the following toll-free number: 1266.

The contractor, TBEA has completed the construction of pylon towers and has mobilized to commence cable stringing work.

By a copy of this notice, we want to inform the general public, especially the property owners and those still staying in their properties within the Right of Way that the contractor will commence clearing the RoW effective 8th of November 2024. This will involve the demolition of all physical structures from Jabang to Brikama Power Station.

We wish to solicit the cooperation of everyone who will be directly and indirectly affected by this exercise.

For any further information, kindly contact the Project’s Grievance Redress Committee (GRC) at the NAWEC-Project Implementation Unit located at Emporium Building, 114 Kairaba Avenue, Kanifing Municipality on 1266 /2584560/ 3392833/ 3845096/ 9963511.

LETTER OF INVITATION TO BID (TENDER) – REHABILITATION OF NAWEC SEREKUNDA TANK REVENUE OFFICE BUILDING

LETTER OF INVITATION TO BID (TENDER)

Date: 18/10/24

To:     _______________________

_______________________

_______________________

Dear Sir/Madam:

REHABILITATION OF NAWEC SEREKUNDA TANK REVENUE OFFICE BUILDING

  1. You are hereby invited to be a Bidder in the Tender described in this Letter and the enclosed 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 at the place and at the time stated in paragraph 7 below.
  1. To enable you to submit your Bid, please find enclosed the following documents:

a) Bid Data Sheet;

b) Qualification Document Questionnaire;

c) Technical Specifications;

d) Drawings;

e) Bill of Quantities;

f) Draft Contract;

g) Security Forms;

  1. The works to be affected shall be performed at NAWEC Serekunda Tank Revenue Office and the required time for the performance of the works is Six (6) months commencing on 2nd December 2024.

4. (a) The deadline for submission of inquiries and for requests for clarifications is 8th November 2024.

(b)  A pre-bid conference will not take place.

  1. The Bidder shall bear all costs associated with the preparation and submission of the Bid and such costs will not be part of the Bid price.
  1. The Bid shall be written in English.
  1. Bids must be signed by the Bidder or a duly appointed agent and submitted in the number of originals and copies stated in Articles 7 and 8 of the Bid Data Sheet, marked as such, and sent to the Office of the Managing Director on or before 12:00PM Gambian time on 18th November 2024.
  1. Bids must be submitted in a single sealed envelope marked as follows: Tender for rehabilitation of NAWEC Serrekunda Tank Revenue Office.

(a) The Managing Director, NAWEC

(b) Rehabilitation of Nawec Serekunda Tank Revenue Office (Ref: NAWEC/NCB/SKRO/2024)

(c) “Not to be opened before the Bid Deadline”

  1. The envelope must contain two separately sealed envelopes:

a) One sealed envelope containing the Technical Specifications, the Qualification Documentation, the Drawings, and the Bid Security in the number of originals and copies stated in the Bid Data Sheet. The envelope must be clearly marked “Technical Proposal and Qualification Documentation”, indicating the name of the bidder and the project title and number.

b) One sealed envelope containing the Bill of Quantities[1] In the number of originals and copies stated in the Bid Data Sheet. The envelope must be clearly marked “Financial Proposal”, indicating the name of the bidder and the project title and number.

  1. Bids must be sent either by registered post or delivered by hand, or by any other method with proof of receipt specifying the date and time of the submission of the Bid signed by a representative of the Procuring Organisation.

 

  1. Envelopes that arrive after the Bid closing deadline shall be rejected.
  1. The envelopes containing the Technical Proposals and Qualification Documentation shall be opened and checked to ensure that all necessary Qualification Documentation is present during bid evaluation.
  1. Any Bid containing any discrepancy in its Qualification Documentation shall be disqualified. The envelope containing the Financial Proposal shall not be opened but shall be returned to the Bidder.
  1. The Technical Proposal shall be evaluated using the criteria stated in Article 12 of the Bid Data Sheet.
  1. The Procuring Organisation may reject all Bids at any time prior to the acceptance of a Bid. The Procuring Organisation is not bound to accept the lowest or any bid.
  1. The Bidder is bound by its Bid for a period of 90 days starting from the closing date for the submission of Bids.
  1. Any changes to a Bid during the bid validity period will result in the rejection of the Bid by the Procuring Organisation.
  1. The Bidder shall submit a Bid in full compliance with the stipulations of the Bid documents, comprising:

 

18.1        Technical Specifications and Drawings, consisting of:

a. A preliminary description of the proposed work method and schedule, including drawings and charts, as necessary, containing all required information by which the proposed works may be evaluated (e.g. technical characteristics, operational capacities, consumption, maintenance cost, useful life, chemical composition, environmental effect, etc) together with manuals or instructions for use or any other relevant information and documentation, delivery/installation schedules, etc.;

b. A detailed statement of how the Bidder will carry out the works that will form an integral part of the Contract. N/A

18.2        Qualification Documentation*, consisting of the following or as may be specified in the Bid Data Sheet:

18.2.1     certificates, declarations, dated less than 90 days previously and drawn up in accordance with the national law or practice of the home country of the Bidder, stating:

a. That they are not bankrupt, insolvent, in receivership, or being wound up; that their business activities have not been suspended; and that they are not the subject of legal proceedings for any of the foregoing;

b. That payments to them have not been suspended in accordance with the judgement of a court or a judgement declaring bankruptcy and resulting, in accordance with their national laws, in the total or partial loss of the right to administer and dispose of their property;

c. That legal proceedings have not been instituted against them involving an order suspending payments and which may result, in accordance with their national laws, in a declaration of bankruptcy or in any other situation entailing the total or partial loss of the right to administer and dispose of their property;

d. That they are not guilty of serious misrepresentation with regard to information required for participation in an invitation to Bid.

e. That they are not or have been in breach of contract.

f. That they have fulfilled their obligation to pay taxes and social security contributions.

g. That they possess the necessary professional, technical and organizational capacity, personnel, financial resources, machinery and other physical facilities, reputation, and reliability to perform the contract.

h. That they have performed previously the number and value of similar contracts specified in Article 14 of the Bid Data Sheet.

i. That they have the legal capacity to enter the contract.

j. That they have submitted a security in the form of a deposit or bank guarantee in the amount stated in Article 13 of the Bid Data Sheet.

18.3     Financial Proposal, consisting of:

 

a. The Bill of Quantities indicating the Bid prices for each class of works, specifying the unit prices (where applicable) and total Bid price of works the bidder proposes to supply under the contract.

b. Prices expressed in the currency of The Gambia, unless otherwise indicated in the Bid Data Sheet at 12.1.1.

c. All prices quoted must be firm and not subject to revision and must be VAT inclusive.

19. The name(s) and position(s) of the Responsible Person(s) of the Procuring Organisation who shall be in contact with Bidders are stated in Article 15 of the Bid Data Sheet.

20. To realize its targets, the National Water and Electricity Company Limited (NAWEC) wishes to come up with an environmentally sound, conducive, and user-friendly customer service centre that can provide an effective means to accommodate a highly motivated workforce capable of delivering the outcomes and anticipate future requirement needs of NAWEC’s Customer Service Centres, on proposed site at Serekunda Branch. This contract aims at completing the already incomplete ground floor and building the first floor on top of it to completion.

21. To assist you in the preparation of your price quotation we enclose the necessary Bill of Quantities (BOQ) which include Specifications, and Designs.

[1] Please, whenever reference to Bill of Quantities is made, see footnote 1 above

Job Vacancy – Legal Officer

Job Vacancy: Legal Officer

Position: Legal Officer
Grade: D
Location: NAWEC

Qualifications:

Bachelor of Laws Degree (LLB)

Barrister-at-Law (BL)

Prior work experience required

Job Description:

NAWEC is seeking a skilled and experienced Legal Officer (Grade D) to join our team. The successful candidate will play a key role in ensuring that all legal aspects of our operations are properly managed and that the company’s interests are protected. The Legal Officer will be responsible for a wide range of legal duties, including reviewing contracts, advising management, and ensuring compliance with the legal framework governing the company’s operations. The role requires an individual with strong analytical skills and attention to detail, as well as the ability to handle complex legal matters.

Key Responsibilities:

  • Review all documentation with legal implications before signing and implementation.

 

  • Negotiate, draft, and review local and international contracts, Memoranda of Understanding (MOUs), Power Purchase Agreements, and other legal documents on behalf of NAWEC.

 

  • Serve on the Disciplinary Committee, ensuring the legality of proceedings, drafting disciplinary policies, and preparing hearing transcripts.

 

  • Analyze the legal implications of the company’s activities, ensuring compliance with the legal framework.

 

  • Draft conveyancing documents, including mortgages, deeds of release, further charges, and deeds of assignment.

 

  • Assist the Commercial Department in debt recovery by drafting and managing debt payment agreements, negotiating settlements, and preparing lists of debtors for legal action.

 

  • Participate in project evaluation and investment meetings to safeguard the legal interests of the company.

 

  • Provide legal advisory services and interpretation to management.

 

  • Support the company in controlling customer complaints and mitigating litigation risks.

 

  • Provide Board Secretarial Services for the Board’s Human Resources and Remunerations Committee.

 

  • Liaise with external lawyers handling court cases on behalf of the company and attend court hearings as necessary.

 

  • Monitor and update management on legal proceedings involving NAWEC.

 

  • Perform additional legal duties as assigned, including representing the company in litigation when required.

Key Skills & Competencies:

  • Strong legal knowledge and the ability to interpret and apply legal principles.

 

  • Excellent contract drafting and negotiation skills.

 

  • Ability to work under pressure and manage multiple tasks simultaneously.

 

  • Strong communication and interpersonal skills.

 

  • Analytical mindset with attention to detail.

 

  • Experience in providing legal advisory services to corporate management teams.

Please click on the link for the Terms of Reference (ToR)

Legal Officer ToR

Application Process: Interested candidates should submit their CV, cover letter, and relevant qualifications to recruitment@nawec.gm by 16th October 2024. Women are encouraged to apply. Only shortlisted candidates will be contacted for further interviews.

 

INVITATION TO SUBMIT AN APPLICATION FOR THE DEVELOPMENT OF A 50 MWp REGIONAL SOLAR POWER PARK UNDER PUBLIC-PRIVATE PARTNERSHIP, REPUBLIC OF THE GAMBIA

                                                                                                       

INVITATION TO SUBMIT AN APPLICATION

FOR THE DEVELOPMENT OF A 50 MWp REGIONAL SOLAR POWER PARK UNDER PUBLIC-PRIVATE PARTNERSHIP, REPUBLIC OF THE GAMBIA

The Government of the Gambia through the Ministry of Petroleum and Energy (MoPE) and the National Water and Electricity Company (NAWEC) has benefitted from World Bank’s support to develop a 50 MWp Regional Solar Project on a site with excellent solar irradiation in Soma – Lower River Region, The Gambia. The preliminary design and planning model concluded that the capacity of the solar power park could be up to 150 MWp with storage at Soma substation and could be built in two phases. The first phase of this project is 50 MWp with a Battery Energy Storage System to meet (and not exceed) the national needs of energy consumption.

 

To this effect, The Government of the Gambia through MoPE and NAWEC intends to select an Independent Power Producer (IPP) under a Public-Private Partnerships (PPP) approach. The IPP will be responsible for the financing, construction and operation of the solar power park in the first phase of 50 MWp with a Battery Energy Storage System for 25 years (the Project).

 

In this regard, interested firms are invited to submit Applications to participate in this tender.

 

A complete set of Request for Qualification document can be purchased by interested firms upon payment of a non-refundable fee of USD 500 (Five Hundred US Dollars) to the National Water and Electricity Company, Project Implementation Unit Emporium III Building, Fajara.

 

Please contact Haddy Njie on email:  hnjie@nawec.gm, and copy to mfsanyang@nawec.gm, asallah@nawec.gm for the account details and access to Request for Qualification document.

Please tender the receipt and collect the Request for Qualification document from:

 

National Water and Electricity Company (NAWEC)

Project Implementation Unit

Emporium III Building, 114 Kairaba Avenue, Fajara

Banjul, The Gambia

Telephone: +220 3664125/ 9967791/ 7009342

 

The Submission Deadline for Applications is the 14th November 2024 at 12.00 noon Banjul Time.