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.

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.

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.

 

Procurement of Materials for the Maintenance of the Transmission & Distribution Network

Procurement of Materials for the Maintenance of the Transmission & Distribution Network

Date:  3rd March 2024

Company Name:  National Water and Electricity Company

Contract Title: Procurement of Materials for the Maintenance of the Transmission & Distribution Network

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

  1. The National Water and Electricity Company Limited (NAWEC) has budgeted funding for the procurement of Materials for the Maintenance of the Transmission & Distribution network and intends to place a contract for the supply and delivery of these goods.
  1. The National Water and Electricity Company now invites sealed bids from eligible bidders for the supply of the following:
ITEM QTY DELIVERY PERIOD Delivery Location
1.Cables & Conductors As per Schedule of Requirement 15-20 Weeks Brikama Ballast, Brikama, WCR
2.Transformers As per Schedule of Requirement 15-20 Weeks Brikama Ballast, Brikama, WCR
3.Insulators & Surge Arrest As per Schedule of Requirement 15-20 Weeks Brikama Ballast, Brikama, WCR
4.OHL & Cable Accessories As per Schedule of Requirement 15-20 Weeks Brikama Ballast, Brikama, WCR
5. Cable & Accessories for RPD As per Schedule of Requirement 15-20 Weeks Brikama Ballast, Brikama, WCR
  1. Bidding will be conducted through the International Competitive Bidding (ICB) procedures in accordance with requirement of the Gambia Procurement Authority Act 2022.
  1. 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: ksambou@nawec.gm  fkinteh@nawec.gm

 

  1. 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.
  1. Electronic Bidding will not be permitted, and late bids will be rejected.
  2. 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
  3. Bids must be delivered to the address below on or before 12:00hrs (local time) on Tuesday 9th April 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 12:15hrs (local time) Tuesday 9th April 2024.

REQUEST FOR EXPRESSIONS OF INTEREST Developing a Resettlement Action Plan (RAP) for 30 kV MV Transmission lines with associated MV T-offs and Distribution Networks for Central River Region and Upper River Region

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia

Electricity Restoration and Modernization Project (GERMP)

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

Assignment Title : Developing a Resettlement Action Plan (RAP) for 30 kV MV Transmission lines with associated MV T-offs and Distribution Networks for Central River Region and Upper River Region

 Reference No.: GM-NAWEC-339332-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 an energy project approved in 2018 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 Project site will cover mainly two regions: the Central River Region and the Upper River Region. This Project will cover communities not covered by other NAWEC projects in order to reach the universal access. Additional short lines will be covered in NBR and LRR as well.

The total distance of the MV lines for this assignment is approximately 310km.

The aim of the Resettlement Action Plan (RAP) is to include measures to address physical and/or economic displacement depending on the nature of the impacts expected from a project and identify and assess the socio-economic impacts of the planned 30 kV MV transmission lines with associated MV T-offs and distribution networks for CRR and URR and to prepare an Action Plan to be implemented in line with World Bank Policies, specifically, the World Bank Operational Policy 4.12 and Government of The Gambia policies and laws.

The RAP will identify the project affected persons (PAPs), engage them in inclusive, accessible, and participatory discussions regarding the plan, and formulating a plan of action to adequately compensate people or entities for their losses, and restriction of uses.

The RAP is based on up-to-date and reliable information about (a) the proposed project and its potential impacts on the affected  persons and other adversely affected groups, (b) appropriate and feasible mitigation measures, and (c) the legal and institutional arrangements required for effective implementation of resettlement measures.

Project-affected persons (PAPs) may be classified as persons: (a) Who have formal legal rights to land or assets; (b) Who do not have formal legal rights to land or assets but have a claim to land or assets that is recognized or recognizable under national law;  or (c) Who have no recognizable legal right or claim to the land or assets they occupy or use.

The expected output is a report that provides detailed information on the scope of adverse social impacts and mitigation measures (resettlement/rehabilitation) actions to be taken by the project. The Consultant is expected to submit to the GERMP PIU the following:

  • Inception report describing the procedures and timetable for completion of the RAP preparation process by first week after contract signing.
  • Report summarizing the preliminary results of the baseline socio-economic survey, PAPs census and consultations with PAPs and other stakeholders (by four weeks after contract signing)
  • Draft RAP report (by seven weeks after contract signing).

 

The main findings of the draft RAP report will be reviewed and cleared by the World Bank, and disclosed publicly by the Government of The Gambia, and the World Bank Infoshop.

The detailed Terms of Reference (TOR) for the assignment can be obtained from the link below.

RAP GERMP Two 30kV lines CRR and URR TOR

National Water and Electricity Company 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.

Qualifications and Experience:

The Consultant team should have a minimum of ten (10) years of strong working experience in social assessment, involuntary resettlement, and other relevant fields, such as the social sciences and gender studies. It is desirable that the consultant team have experience working with international development institutions like the World Bank.

The consultant’s team shall be composed of professionals with experience in socio-economic analysis, including gender-sensitive analysis, surveying, and valuation.

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 and revised November 2017  and August 2018 and November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

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 (CQS) method set out in the Procurement Regulations.

Further information can be obtained at the address below during office hours from 08:00 to 16:00.

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 30th March 2023.

 

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)

 

REQUEST FOR EXPRESSIONS OF INTEREST Development of One Environmental and Social Impact Assessment for Two 30 kV MV Transmission Lines with Associated MV T-Offs and Distribution Networks for CRR and URR

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: Development of One Environmental and Social Impact Assessment for Two 30 kV MV Transmission Lines with Associated MV T-Offs and Distribution Networks for CRR and URR

Reference No : GM-NAWEC-339331-CS-CQS

 

The Republic of The Gambia together with the support of the International Development Association (IDA), European Investment Bank (EIB), and European Union (EU), collectively the “Lenders”), is implementing an 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 Greater 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.

To undertake the Environmental and Social Impact Assessment (ESIA) for the identified sites which will include screening, scoping, defining baseline scenarios, predicting impacts, and developing robust and applicable management and monitoring plans to avoid, mitigate or remedy significant potential and enhance benefits, including addressing impacts/risks and benefits for vulnerable and disadvantaged individuals and groups, and undertaking consultations with project affected communities and other stakeholders related to sharing project information regarding design, risks, impacts and benefits and receiving feedback from them and incorporating their views into the ESIA (see Annex B for outline of the ESIA).

The ESIA shall follow the format of World Bank Safeguard Policy 4.01 Environmental Assessment, while also covering the national environmental requirements.

The ESMP shall clearly articulate the procedures for preparing the safeguards aspects of the bidding documents for the Contractors, following World Bank procurement guidelines and Safeguards Policies, which will include provisions to address SEA/SH risks both in the bidding documents and the vendor’s contract. The bidding documents shall be clear that the Contractor must comply with the ESMP, must have their own environmental and social safeguards specialists, and prepare their own Contractor’s ESMP, including a SEA/SH mitigation, or action plan, which will articulate in detail how the Contractor will ensure compliance with the tasks for which they are responsible.

Mitigation and monitoring shall consider the capacity of the PIU, the communities, the Contractor and third parties such as NEA, NGOs and the amount and source of funding required for implementation. Institutional arrangements (who is responsible for what), supervision responsibilities, capacity strengthening (training, recruitment, equipment) and budgets shall be included in the ESMP.

The study will be conducted within a period of ninety working days (90) after signature of the Contract. The consultants shall deliver the following outcomes:

  • An Inception Report to be submitted within two (2) weeks of contract signing that includes a Workplan with timelines for completing the assignment.
  • Draft Environmental and Social Impact Assessment (ESIA) for the Proposed Project in CRR and URR 30 kV MV line with their t-offs and distribution network within four weeks after approval of inception report for review to the NAWEC PIU.
  • Final Environmental and Social Impact Assessment (ESIA) Reports within four weeks, incorporating suggestions and feedback from the Project core team and World Bank Environmental and Social Safeguards team during the review of the draft, and including an executive summary that highlights the most important findings (maximum 10 pages).

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 study will be conducted by a firm which must propose four key consultants, each of whom responds to the following profile:

  • ENVIRONMENTAL SPECIALIST

Qualification and Skills

  • Must hold a master’s degree or equivalent in Environmental Science or Environmental Engineering.
  • Good command of information technology and communication tools.
  • Fluent in English with excellent written and spoken skills. Working knowledge of one or more local languages will be an advantage.
  • Excellent written, presentation and reporting skills.

 Experience

  • At least 15 years of working experience in environmental activities particularly in Environmental Impact Evaluation for infrastructure projects.
  • Have been involved in at least in two (2) Environmental Impact Evaluation studies on power project specifically in grid extension or reinforcement projects or electrification projects HTA/BTA/BT or Power generation in the last five (5) years.

 

  • SOCIAL SPECIALIST

Qualification and Skills

  • Must hold a master’s degree or equivalent in the Social Sciences (i.e., sociology, political science), Human Science or equivalent.
  • Good command of information technology and communication tools.
  • Proficient in undertaking inclusive and participatory community and stakeholder consultation, especially with vulnerable populations.
  • Fluent in English with excellent written and spoken skills. Working knowledge in one or more local languages will be an advantage.
  • Excellent written, presentation and reporting skills.

 

Experience

  • At least 10 years of working experience in social activities, including assessment of social risk and impact, particularly in public consultation on infrastructure projects, especially with vulnerable or traditionally marginalized groups.
  • Experience with conducting inclusive and participatory stakeholder consultations, gender disaggregated collection, understanding of including vulnerable groups in social assessments is an asset.
  • At least one year of experience with gender and/or GBV prevention and response programming as well as with the guiding principles for the ethical collection, management, and sharing of data related to GBV is required.
  • Have been involved in at least in two (2) Social Impact Evaluation studies on power project specifically in grid extension or reinforcement projects or electrification projects HV-MV-LV or Power generation in the last five (5) year.

 

  1. OCCUPATIONAL HEALTH AND SAFETY SPECIALIST

The specialist should possess at least a university degree in fields such as civil engineering, environmental management, public health or environmental health or environmental engineering. He or she must possess post graduate training in occupational health and safety. Experience of five years in conducting ESIA for similar assignment is a pre-requisite.

  1. 4. ENERGY SPECIALIST
  • This expert should possess a bachelor’s degree (Master Level) in Electrical Engineer or equivalent, with at least ten (10) years of experience in the conduct of electrical power distribution works and having participated in at least two (2) medium voltage transmission line projects studies, including 30 kV power lines studies over the last five (5) years.

The firm must possess experience developing and implementing safeguard instruments for project financed by the World Bank or other international financing institutions.

Having experience working in the Gambian context is an asset.

The firm must have worked on similar energy project in The Gambia or in the Sub-Saharan Africa in the last 5 years at least.

The detailed Terms of Reference (TOR) for the assignment can be obtained at the following link.

ESIA GERMP Two 30kV lines CRR and URR TOR

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 30th March 2023.

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 – Design, Supply and Installation of Transmission and Distribution Provincial Backbone, Phase 3

Specific Procurement Notice

Request for Bids

Plant


Design, Supply and Installation of Transmission and Distribution Provincial Backbone, Phase 3

 

 

Employer: National Water and Electricity Company Limited

Project: Gambia Electricity Restoration and Modernization Project

Country: The Gambia

Loan No. /Credit No. / Grant No.: D309-GM

RFB No: GM-NAWEC-327002-CW-RFB

Issued on: 8th February 2023

 

  1. The Republic of The Gambia (hereinafter called “Borrower”) has received financing from the International Development Association (IDA), the European Investment Bank and the European Union (the “Banks”) in the form of a credit and grant (hereinafter called “credit” and “grant”) toward the cost of Gambia Electricity Restoration and Modernization Project (GERMP). The National Water and Electricity Company (NAWEC), an implementing agency of the Borrower (hereinafter called “Client”), intends to apply part of the proceeds toward payments under the Contract for Design, Supply and Installation of Transmission and Distribution Provincial Backbone, Phase 3. 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 through letter of credit.
  2. The National Water & Electricity Company Limited now invites sealed Bids from eligible Bidders to provide Engineering design, supply, delivery to site, storage, installation, testing, commissioning and putting into satisfactory operation the following:
  • Construction of a 30kV overhead line extending the existing Medium Voltage Network in URR, CRR, and NBR
  • Electrification of villages on the route of the 30kV line and branching by construction of lines and erection of pole mounted transformers ranging from 50kVA to 160kVA with pillar units and associated low voltage networks
  • Earthing System including pole mounted transformers, all poles (both LV and MV), fixing brackets and strings, earthing pits, earthing rods, earthing conductor, copper bars, insulators, connectors, adapters, excavation, backfill, compaction, etc.
  • Supply and installation of Medium Voltage & Low Voltage poles, cross-arms, insulators, suspension accessories, etc. required for the works.
  • Making good any impaired surface or grade finish and transportation of excess earth.
  • Labeling of all equipment
  • Testing and commissioning of installation and hand-over upon completion of the work.

Main Qualification requirements:

  • Annual turnover for the last 3 years of at least $15 million.
  • Access to financial resources (e.g. line of credit) of at least $2 million.
  • General relevant experience of at least 10 years.
  • Specific experience: 2 similar contracts during the last 5 years, with a minimum price each of $6 million.
  1. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) procedure as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” (July 1st, 2016, revised in November 2017 and August 2018) (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
  2. Interested eligible Bidders may obtain further information from National Water & Electricity Company, attention Haddy Njie email hnjie@nawec.gm and inspect the bidding document during office hours Monday to Thursday from 9:00am to 16:00pm and Friday from 9:00am to 12:30pm at the address given below.
  3. The bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of $300. The method of payment will be bank transfer. The document will be sent by electronic mail in PDF format or a link for downloading will be provided. Should a bidder require hardcopy, it will be sent by courier mail, however, such bidder will have to make own pick up and shipment arrangement.
  4. Bids must be delivered to the address below on or before 12:00 p.m. (local time), March 31st, 2023. Electronic bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below at 12:30 p.m. (local time), on March 31st, 2023.
  5. All Bids must be accompanied by a Bid Security of US$80,000.
  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 referred to above is:

 

Attention:  Haddy Njie – Project Coordinator

Address:  National Water & Electricity Company Limited,

53, Mamady Maniyang Highway, P.O. Box 609, Banjul The Gambia

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country:  The Gambia

Telephone: +220 4375990

Facsimile number:  +220 4375990

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

PUBLIC ANNOUNCEMENT – Gunjur Power Supply Feeder Technical Faults

PUBLIC ANNOUNCEMENT

NAWEC wishes to inform the public that the power supply feeder in Gunjur has developed some technical faults this morning causing a total blackout in the area. The area is currently isolated while a team is already on the ground to troubleshoot and restore service as soon as possible.

Meanwhile, the following areas will experience some power interruptions in their areas pending the completion of repair works.

  1. Gunjur
  2. Brikama
  3. Sanyang
  4. Tunjereng
  5. Jambajelly

NAWEC apologizes for the inconvenience caused while thanking all the affected customers for their understanding and cooperation. Normal service will be restored soon after the completion of works on the affected feeder.

 

 

THE GAMBIA ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP) BACKBONE PHASE 2 Resettlement Action Plan (RAP) for the Three 30 kV/Mv Transmission Lines and Distribution Networks in North Bank and Upper River Regions

                                                                                                   

National Water Electricity Company                                                              The Government of The Gambia

THE NATIONAL WATER AND ELECTRICITY COMPANY (NAWEC)
THE GAMBIA ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP)
BACKBONE PHASE 2
Resettlement Action Plan (RAP) for the Three 30 kV/Mv Transmission Lines and Distribution Networks
in North Bank and Upper River Regions

Click on the link below to download the file.

GERMP_Backbone Phase 2_ RAP

Specific Procurement Notice – Request for Bids Plant Design, Supply and Installation of Phase 2 of Transmission Infrastructures Modernization in Greater Banjul Area, Primary and Secondary Substations

Specific Procurement Notice
Request for Bids
Plant

Design, Supply and Installation of
Phase 2 of Transmission Infrastructures Modernization in Greater Banjul Area, Primary and Secondary Substations

Employer: National Water and Electricity Company Limited (NAWEC)
Project: Gambia Electricity Restoration and Modernization Project (GERMP)
Country: The Gambia
Loan No. /Credit No. / Grant No.: D-309GM
RFB No: GM-NAWEC-187669-CW-RFB
Issued on: 31st May, 2021.

Reference to our Specific Procurement Notice for Design, Supply and Installation of
Phase 2 of Transmission Infrastructures Modernization in Greater Banjul Area, Primary and Secondary Substations published on 31st May 2021, National Water and Electricity Company Limited hereby extend the Bids Submission deadline to 30th August 2021 at 11:30 a.m. and opening at 12:00 p.m.