The Gambia Launches National Energy Compact Under Mission 300

The Gambia Launches National Energy Compact Under Mission 300

Banjul, 24th September 2025 – The Gambia has officially launched its National Energy Compact, a landmark achievement under Mission 300, the global initiative led by the World Bank Group, the African Development Bank, and partners to connect 300 million people in sub-Saharan Africa to electricity by 2030.

The Gambia Compact provides a strategic roadmap to achieve universal access to affordable, reliable, and sustainable electricity by 2030. Key priorities include:

  • Expanding power generation capacity, particularly through renewable energy.

  • Strengthening transmission and distribution networks for reliability.

  • Advancing policy and regulatory reforms to support sector growth.

  • Promoting regional power integration and cross-border trade.

  • Building climate resilience and fostering green growth.

The launch marks a milestone in the country’s energy transition journey, reflecting the commitment of the Government of The Gambia, NAWEC, MoPEM, development partners, and investors to transform the energy sector.

International stakeholders have already expressed strong interest in supporting the Compact, positioning The Gambia to mobilize resources and investments for sustainable energy access.

The Compact has been published online and can be accessed here:
👉 Read The Gambia Energy Compact

Or click this link to download a copy:

Gambia-Compact-M300

About Mission 300
Mission 300 is a joint initiative of the World Bank Group, African Development Bank, and partners to accelerate energy access across Africa by connecting 300 million people to electricity by 2030.

Specific Procurement Notice Invitation for Bids Small Works – Transformer Repair Workshop, Tools and Testing Equipment at Fajara T&D Booster – Extension of the Bids Submission deadline

                 

Specific Procurement Notice

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

Employer: National Water and Electricity Company Limited
Project: Gambia Electricity System Reinforcement and Expansion
Project (GESREP)
Contract title: Transformer Repair Workshop, Tools and Testing Equipment at Fajara T&D Booster
Country: The Gambia
Loan No. / Grant No.: 5900155018402
Procurement Method: Open Competitive Bidding (International)
OCBI/LCB NO: NAWEC-GESREP-CW-03
Issued on: June 2nd , 2025

 

1. Reference to our Specific Procurement Notice for Transformer Repair Workshop, Tools and Testing Equipment at Fajara T&D Booster published on June 2, 2025, National Water and Electricity Company Limited hereby extend the Bids Submission deadline to August 11, 2025, at 12:00 p.m. and opening at 12:30 p.m.

REQUEST FOR EXPRESSIONS OF INTEREST (REOI) – ENVIRONMENTAL AND SOCIAL SAFEGUARDS SPECIALIST

                                                                                   

Projects Implementation Unit (PIU).

National Water and Electricity Company.

53, Mamadi Maniyang Highway,

P.O. Box 609, Kanifing,

The Gambia

 

REQUEST FOR EXPRESSIONS OF INTEREST (REOI)

(CONSULTING SERVICES – Environmental and Social Safeguards Specialist)

 REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – INDIVIDUAL CONSULTANT)

ENVIRONMENTAL AND SOCIAL SAFEGUARDS SPECIALIST

Country: GAMBIA

Project: The Gambia Electricity System Rehabilitation and Expansion Project (GESREP)

Sector: POWER

Project ID No.: P-GM-FA0-004

 

The Government of the Gambia has received a grant from the African Development Bank for the implementation of The Gambia Electricity System Rehabilitation and Expansion Project (GESREP).

The implementation of the Project activities will lead to potential environmental and social risk and impacts which must be managed. The Project is being prepared under the AfDB ISS as well as the Gambian national law on the management of E&S risks and impacts.

Part of the Grant is to be used for Project Implementation Management, and more specifically, for funding the services of an Environmental and Social Safeguards Specialist (Consultant) to support the implementation of the Project by ensuring that the project is implemented in compliance with The Gambia’s environmental and social policies, regulations and laws as well as in conformity with the requirements of the financing agreement with the AfDB (the financier) including the provisions of the Bank’s Integrated Safeguards System.

This Request for Expression (REOI) is for the selection of an Individual Consultant.

Scope of the Services

In accordance with the project objectives, the environmental and social safeguards specialist shall conduct the activities below:

  1. Coordinate and closely work with the project coordinator, consultants, contractors in the implementation of the Project ESMP (and all other associated E&S management plans that may need to be prepared throughout the life of the project) that will be translated into the contractor’s ESMP (C-ESMP) for the different work lots.
  2. Ensure thorough stakeholder consultations are undertaken during the implementation of the project and documented.
  3. Oversee the execution of Independent Annual Environmental and Social performance Audits, review the reports, ensure submission to the Bank in a timely manner and monitoring/ reporting on the implementation of the corrective action plan.
  4. Ensure the project Grievance Redress Mechanism (including community and workers grievance redress committees) are fully operationalised, with grievances monitored and closed out in a timely manner.
  5. Track HSE indicators (timely notification of accidents/ incidents, lost time injury (LTIs) and near misses, etc) and prepare root-cause-analysis reports and monitor implementation of corrective action plans
  6. Follow up and check that all the required ESHS and other required national permits/licenses/certificates are obtained by the contractor from the relevant institutions before commencement of any construction work.
  7. Provide professional input to TORs developed by the project team to ensure environmental and social management clauses as well as gender requirements for the project are inserted into bidding/binding contract documents and ensure that E&S clauses and requirements in contractor’s contract are implemented adequately.
  8. Liaise with the National Environmental Authority (NEA) and other relevant parties on environment and social management issues; and contribute to the E&S section of the Project Implementation Manual which sets the guidelines for the implementation, monitoring and reporting required of the various safeguard instruments.
  9. Hold regular safeguards review meetings with PIU, consultants, contractors, implementing partners and carry out regular site visits to monitor implementation of the safeguard instruments.
  10. Liaise with relevant authorities, government agencies and ministries to ensure adequate implementation of all requirements in line with AfDB and The Gambia environmental and social safeguard policies, requirements, and laws.
  11. Provide technical and problem-solving support and selective training to stakeholders responsible for implementation of safeguard processes and measures.
  12. As required, undertake capacity development of relevant stakeholders during project implementation with respect to planning and implementation of environmental safeguards, including conduct of project awareness, communication, and sensitization activities.
  13. Responsible for the evaluation processes (environmental and social aspects) for the contractor(s) of the project.
  14. Prepare and submit timely and regular periodic quarterly E&S reports summarizing the status of implementation of all E&S measures associated with the project. The Bank can share a template.
  15. Prepare TORs for the recruitment of consultants for all environmental and social related tasks in the approved project appraisal report
  16. Perform any other duty assigned by the Project Coordinator.

Duration of Assignment:

The assignment shall be for a period of two years subject to a probation period of six months, and renewable subject to satisfactory performance and funding availability. The Environmental and Social Safeguards Specialist will be stationed full-time on the project site in The Gambia

Qualifications & Experience

i. The Environmental and Social Safeguards Specialist should have a master’s degree in environmental sciences, natural resource management or social sciences from a recognized University/Institution

ii. At least 5 years professional experience as Environmental or Social Specialist in similar projects with technical knowledge in both environmental and social safeguards processes

iii. She/He must have significant practical 3 years’ experience with the AfDB’s environmental and social operational safeguards requirements and policies and/or the World Bank ESF or the IFC Performance Standards evidenced from similar work carried out in the past works.

iv. Experience in occupation health and safety management in energy projects of similar scale funded by AfDB or other MDBs

v. Demonstrable experience in mainstreaming gender in project implementation will be an added advantage

vi. Able to make timely and quality judgement and decisions

vii. Able to identify safeguard compliance issues and propose strategies for assuring compliance, providing sound advice on the design and implementation of mitigation strategies in areas of risk where necessary.

viii. Computer Literacy in Microsoft applications

ix. Able to provide guidance on negotiation and conflict resolution processes.

x. Excellent communication skills, interpersonal and teamwork abilities, including proven ability to work cohesively with senior officials.

The National Water and Electricity Company (NAWEC) of the Ministry of Petroleum and Energy, in the Republic of Gambia now invites eligible consultants to indicate their interest in providing these services.

Interested individual consultants must provide information indicating that they are qualified to perform the services: (i) evidence of delivering on similar assignments (brochures, description of similar assignments; (ii) experience in similar conditions; (iii) availability of appropriate and relevant skills, etc.

Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’sProcurement Policy and Methodology for Bank Funded Operations, October 2015”, which is available on the Bank’s website at http://www.afdb.org.

Interested consultants may obtain further information at the address below during office hours or click on the link below to download the Terms of Reference (ToR).

TOR ES Officer

Expressions of interest including relevant supporting documents must be delivered to the address below by 26th March 2025 not later than 12:30 p.m. local time and must be specifically marked: Consulting Services – Environmental and Social Safeguards Specialist and Addressed To:

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

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

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.

 

Procurement and Supply of Crane Truck for Transmission and Distribution Department

PROCUREMENT AND SUPPLY OF CRANE TRUCK FOR TRANSMISSION AND DISTRIBUTION DEPARTMENT

Date:  1st October 2024

Company Name:  National Water and Electricity Company

Contract Title: PROCUREMENT AND SUPPLY OF CRANE TRUCK FOR TRANSMISSION AND DISTRIBUTION DEPARTMENT

IFB No: NAWEC/TDD/ICB/CRANE/2024

  1. The National Water and Electricity Company Limited (NAWEC) has budgeted funding for the Procurement and Supply of Crane Truck for Transmission and Distribution Department and intends to place a contract for the supply and delivery of these goods.
  2. The National Water and Electricity Company now invites sealed bids from eligible bidders for the supply of the following:

 

No. Description Specification QTY
1 Crane Truck As Specified 2
       

 

  1. Bidding will be conducted through the International Competitive Bidding (ICB) procedures in accordance with requirement of the Gambia Procurement Authority Act 2022.
  2. 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: naweccontractscommittee@nawec.gm; fkinteh@nawec.gm  mabah@nawec.gm;

 

4. A complete set of Bidding Documents in English may be purchased by interested   bidders upon submission of a written application to the above address and upon payment of a non-refundable fee of US $ 300.00 (Three Hundred United States Dollars). The method of Payment is bank transfer. The document will be sent via email upon payment and requesting the same on the written application.

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

6. A bid security shall be required. The amount and currency of the bid security shall be US $20,000.00 (Twenty Thousand United States Dollars), or Equivalent in GMD or any other convertible currency stated under ITB15.1

7. Bids must be delivered to the address below on or before 12:00hrs (local time) on Thursday 31st October 2024.

 

Managing Director
National Water and Electricity

53 Mamady Maniyang

P.O. BOX 609
Kanifing Industrial Estate

Banjul The Gambia

 

  1. Bids will be opened in the presence of bidders’ representatives who choose to attend in person at the address above at 12:30hrs (local time) Thursday 31st October 2024.