WEST AFRICAN POWER POOL (WAPP) Request for Expression of Interest SELECTION OF A FIRM FOR THE RECRUITMENT OF A NEW SECRETARY GENERAL OF THE WEST AFRICAN POWER POOL

WEST AFRICAN POWER POOL (WAPP)

REQUEST FOR EXPRESSION OF INTEREST (EOI) (CONSULTANT SERVICES – FIRMS SELECTION)

SELECTION OF A FIRM FOR THE RECRUITMENT OF A NEW SECRETARY GENERAL OF THE WEST AFRICAN POWER POOL

The West African Power Pool (WAPP) is a specialized institution of the Economic Community of West African States (ECOWAS) in the energy sector, with management autonomy. It was established in 2006 to integrate the operations of national energy systems into a unified regional electricity market with the ultimate goal of providing stable, reliable and affordable electricity to ECOWAS member countries. The WAPP Secretariat, headed by the Secretary General, is the administrative body that conducts the day-to-day management of WAPP activities necessary to support the Executive Board in achieving the mission of the Organization

The WAPP Secretariat intends to use part of its funds to hire a qualified recruitment Agency to assist in the selection of a new Secretary General. The overall mandate of the Agency is to support the WAPP Human Resources and Governance Committee (HRGC) and the Executive Board in recruiting a Secretary General.

The Agency will, among other tasks: (i) prepare a recruitment document including the job description and the required qualifications; (ii) publish the call for applications after approval of the recruitment document by the HRGC and the Executive Board; (iii) evaluate the received CVs and short list the candidates; (iv) assist WAPP in the conduct of interviews of the shortlisted candidates; (v) draft the final report at the end of the selection process.

Agency profile

 Interested Recruitment Agencies must:

  • Be duly registered and legally established in one of the ECOWAS countries and have activities therein.
  • Have at least ten (10) years of proven experience in recruiting staff (senior level) for organizations or regional projects in the ECOWAS region.
  • Have Consultants preferably bilingual (French/English); at least one of whom must be perfectly bilingual (Advanced level). The composition of the team of key experts is outlined in the Terms of Reference (TOR).

The consulting firms may associate with other firms to enhance their qualifications and shall 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. In the case of a Joint Venture between a recruitment

Agency operating within ECOWAS and another from outside the region, the Lead Partner shall be from the ECOWAS region.

The total duration of the assignment is estimated at eight (8) months after commencement. The expected start date is August 2023.

The detailed ToR for the assignment can be found at the following WAPP website or the link below.

: http://www.ecowapp.org/en/tenders

Selection recrutment Agency WAPP SG ToR

Please note that these ToR are indicative and could change before the publication of the Request for Proposals that will be sent to the short listed Agencies.

The WEST AFRICAN POWER POOL now invites eligible consulting agencies to indicate their interest in providing the Services. Interested consulting agencies should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The Shortlisting Criteria are:

  • Eligibility: the Agency must be registered and legally established in one of the ECOWAS countries and have activities therein;
  • References of similar services and comparable recruitments;
  • References in the drafting of personnel recruitment documents;
  • Working Experience in the ECOWAS region

References submitted should clearly indicate the year the assignment was performed, the client, the country, the exact title of the assignment, two contact persons and their email and phone numbers. It is strongly recommended that only references relevant to the assignment should be submitted.

Key Experts will not be evaluated at this stage; they will be evaluated during the evaluation of technical proposals. Therefore, the Agencies are requested not to present the CVs of experts in their expressions of interest but may give indications on their pool of experts.

The Agency will be selected in accordance with the Least Cost-based Selection (LCS) method set forth in the WAPP Procurement Code, which can be found on the WAPP website www.ecowapp.org

More information can be obtained at the address below. Email: andorere@ecowapp.org

CC: msdiedhiou@ecowapp.org; ektoe@ecowapp.org

Expressions of interest must be submitted (in soft copy) by email in French or English language at the choice of the Agency (max 30 pages, A4 format). The signed Expression of interest shall be marked “Original”. A translation into the other language will be required for evaluation purposes and both versions will be submitted together. The document in the language of application chosen by the applicant Agency will be used as the reference document in case of discrepancy between the French and English versions. Applications must be submitted no later May 8, 2023 at 10:00 a.m. local time in Cotonou to the secure address procurement@ecowapp.org

Email applications should be clearly marked “Expression of Interest for the Selection of an Agency for the Recruitment of the WAPP Secretary General”.

 

Hard copies shall not be accepted and any hard copy sent to the WAPP Secretariat will not be opened, and shall be rejected. Likewise, any application received by WAPP after the deadline will be rejected.

Applicants wishing to participate in the opening of applications, which will be hosted online using Microsoft Teams, should send a request to the address below to Mr. Mouhamadou S. Diedhiou via msdiedhiou@ecowapp.org , seven calendar days before the deadline, and the link to join the virtual meeting will be communicated to them.

The Minutes of the opening session of the expressions of interest shall be sent to all firms immediately after the opening.

REQUEST FOR EXPRESSIONS OF INTEREST – Recruitment of a Procurement Consultant

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES –

INDIVIDUAL CONSULTANT’S SELECTION)

GAMBIA

ELECTRICITY RESTORATION AND MODERNIZATION PROJECT

Grant No.: GRANT NUMBER D309-GM

Assignment Title: Recruitment of a Procurement Consultant

Reference No. GM-NAWEC-341067-CS-INDV

 The Republic of the Gambia is implementing Electricity Restoration and Modernization Project (GERMP) financed by the World Bank, European Investment Bank, and European Union. National Water and Electricity Company (NAWEC) is Implementing Agency for this project. The main Project Development Objectives are increasing the availability and reliability of electricity supply in the Gambia; improving operational performance of NAWEC; improve the capacity of NAWEC to dispatch variable renewable electricity. In June 2020, the World Bank Board approved Additional Financing for GERMP to address, inter alia, urgent needs in improvement of NAWEC water business. Main project activities shall be implemented before the project closing date 31 December 2024.

NAWEC has set up a Project Implementation Unit (PIU) to manage the implementation of the projects financed by International Financing Institutions (IFIs), including procurement of goods (equipment and materials), works, and selection of consultants for technical assistance. PIU is also managing contract implementation to ensure compliance with the Financing Agreements. An experienced Procurement and Contract Management Consultant (the Consultant) will be required to support the PIU in conducting these activities in accordance with the World Bank Guidelines and Project legal documents. The Consultant will also provide on-the-job training and support capacity building of the PIU staff, and perform other related activities, as the need may be.

The objectives of the Consultant’s services are to ensure quality and efficiency of procurement and contract management for the activities outlined in the Project and Financing Agreements, Project Procurement Strategy for Development (PPSD) and Procurement Plan; and provide on-the-job training and capacity building of PIU procurement staff.

 

SCOPE OF WORK

  1. Procurement consultant will assist PIU in performing procurement and contract management activities, which include but are not limited to the following:

(i)        Hands-on assistance in performing the following procurement and contract management activities without limitation:

  • Preparation of, Requests For Bids and Requests For Proposals based on the WB’s standard procurement documents, advising on procurement packaging.
  • Conducting proper communication with bidders, including drafting responses to bidders’ inquiries, debriefing, addressing bidders’ complaints.
  • Assisting PIU and NAWEC staff on conducting bid/proposal opening session, bid/proposal evaluation, technical and commercial evaluation of bids and proposals, preparing Bid/Proposal Evaluation Reports with recommendations for contract awards.
  • Assisting in negotiating finalizing and monitoring contracts with winning bidders/consultants.
  • Preparation of contract management plans for large contracts, organizing contract management teams, establishing appropriate processes and communication.
  • Managing negotiating, preparing and obtaining approvals for variation orders and contract amendments;
  • Timely submitting to the World Bank and obtaining all necessary approvals/no objection notices.
  • Ensuring that timely input is provided to STEP system of the World Bank.
  • Maintaining procurement filing system to ensure proper record keeping of all procurement-related documentation/records and their availability for the review by the World Bank and the Government.
  • Preparing relevant inputs into regular implementation progress reports by the PIU in part related to procurement.
  • Other procurement and contract management-related activities, as may be requested, from time to time, by the PIU and NAWEC management.

(ii)       Developing procurement capacity of PIU, primarily in the form of on-the-job training and coaching procurement staff of the PIU in conducting procurement work in accordance with the World Bank Procurement Regulations

(iii)      Developing contract management capacity in PIU and NAWEC, based on the requirements of the World Bank and in accordance with accepted international practices.

 

  1. It is envisaged that, without limitation, Consultant will be actively involved in managing the following major activities:
  • Design, supply and installation of Solar PV Plant (procurement stage completed, contract signed and being implemented);
  • Design and Build of HV Transmission infrastructure Plant (procurement stage completed, contract signed and being implemented);
  • Provincial Backbone 2 (procurement stage completed, contract signed and being implemented);
  • Provincial Backbone 3 (at procurement stage);
  • Greater Banjul Area (GBA) primary and secondary substations upgrading (procurement stage completed, contract signed and being implemented);
  • Design, supply and installation of the Integrated Management System for NAWEC (operational acceptance completed);
  • Owner’s Engineer to supervise construction of Solar PV Plant; and Transmission infrastructures (contract implementation ongoing);
  • Borehole drilling and rehabilitation services (at procurement stage);
  • Replacement of Water Storage tanks (at procurement stage);
  • Various consulting services’ contracts.

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

Procurement Consultant TOR

NAWEC now invites eligible individual consultants (“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. Consultant’s Letter of Expression of Interest and CV shall be submitted to the address below.

Required qualifications.

Successful candidate is expected to have the following qualifications and experience:

  • (i) Master’s Degree from a reputable university in procurement, business administration, engineering, economics or related fields. Certification in procurement from a recognized institution (e.g. CIPS) is preferred.
  • (ii) Strong experience in power sector, including procurement and contract management of large contracts for Design, supply and installation of Plant. Experience in water sector will be an advantage.
  • (iii) Strong experience and detailed knowledge of the World Bank latest procurement regulations for all main types of procurement: Goods, Works, Plant, Information Systems, Consulting and Non-consulting services.
  • (iv) At least 8 years of proven successful procurement and contract management experience in the World Bank-funded projects in developing countries, including experience in Sub-Saharan Africa. Relevant experience with other multilateral banks (AfDB, ADB, etc) will be also considered. Experience in projects in small and fragile countries will be an advantage.
  • (v) Strong experience in assessment of procurement-related risks, training, implementation of procurement systems in project implementation units.
  • (vi) Strong experience in and understanding of international development business, including sensitivity to cultural issues, leadership, communication, negotiations, and project management skills.
  • (vii) Fluent in English with excellent written and spoken skills.

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 July 2018 and November 2020 (“(“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

A Consultant will be selected in accordance with the Individual Consultant selection method set out in the Procurement Regulations.

It is estimated that the workload will be 120 staff-days spread over the total contract period of 12 months..

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 close of business March 27th, 2023.

 

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 – Materials and Tools for Loss Reduction Exercise

Specific Procurement Notice

Request for Bids

Goods

(One-Envelope Bidding Process)

Country: The Gambia

Name of Project: Electricity Restoration and Modernization Project

Contract Title: Materials and Tools for Loss Reduction Exercise

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

RFB Reference No.: GM-NAWEC-294925-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 contracts for Supply of Materials and Tools for Loss Reduction Exercise. 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.
  2. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for Materials and Tools for Loss Reduction Exercise

Qualifications requirements:

  • Minimum average turnover for the last 3 years of US$1.2 million
  • Minimum number of 3 contracts for similar items completed in the last 5 years, with each contract being not less than US$450,000.
  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” (July 1st, 2016, revised in November 2017 and July 2018 and November 2020) (“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 and Electricity Company Limited Project Implementation Unit and inspect the bidding document during office hours at the address given below.
  3. The Basic qualification requirements are as follows:
  • Minimum average turnover for the last 3 years of US$1.2 million
  • The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s).
  • Minimum number of 3 contracts for similar items completed in the last 5 years, with each contract being not less than US$ 1million.
  1. The bidding document in English language may be purchased by interested 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.
  2. Bids must be delivered to the address below on or before 13th April 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.
  3. All Bids must be accompanied by a Bid Security of US$5,000.
  4. 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.
  5. The address(es) referred to above is (are):

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:+220 996 1301 / 9967791/ 7009342

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

 

LETTER OF REQUEST FOR PROPOSALS – Procuring Wireless Network Infrastructure for Connectivity of NAWEC Sites

LETTER OF REQUEST FOR PROPOSALS

Date: 24th January 2023

 

Procurement No(s): NAWEC/RFP/NCB/WNS/006/2022

 

  1. National Water and Electricity Company Limited (NAWEC) has reserved funds in Gambian Dalasi towards the cost of Procuring Wireless Network Infrastructure for Connectivity of NAWEC Sites. It is intended that part of these funds will be applied to eligible payments under the contract(s) for which this Request for Proposals is issued.
  2. NAWEC intends to solicit bids for the following service contract under this Procurement of Wireless Network Infrastructure for Connectivity of NAWEC Sites. It is expected that Proposals will be issued from 24th January 2023.
  3. A complete set of documents may be purchased by interested bidders on the submission of a written application to the Procuring Organisation at 53 Mamadi Maniyang Highway, PO Box 609, Kanifing or by Email to ksambou@nawec.gm / fkinteh@nawec.gm and upon payment of a non-refundable fee of GMD 3,000.00.
  4. Proposals must be received in sealed envelopes clearly marked Technical and Financial Proposal and submitted at the office of the Managing Director of NAWEC at 53 Mamadi Maniyang Highway, PO Box 609, Kanifing no later than 23rd February 2023 at 11:00AM and be clearly marked “Proposal for Supply and Installation of Wireless Network Infrastructure for Connectivity of NAWEC Sites and referenced NAWEC/RFP/NCB/WNS/006/2022.
  5. Bidders are requested to acknowledge receipt of the request for proposals, and to inform the Procuring Organisation whether they will be submitting a proposal.
  6. A bid security will be required in the following amount or in any easily convertible currency: GMD 300,000.00.
  7. Bidders will be advised, in due course, of the results of their Proposals after completion of the evaluation process.

Invitation for Bids – Small Works Construction of Customer Service Center Complex

Invitation for Bids

Small Works

                   

Employer:                                    National Water & Electricity Company Limited

Project:                                        Gambia Electricity Access Project

Contract title:                              Construction of Customer Service Center Complex

Country:                                       The Gambia

Loan No. / Grant No.:                  210015040530

Procurement Method:                 Open Competitive Bidding (National) (OCBI)

OCBI/LCB No:                               NAWEC-GEAP-CW-02

Issued on:                                     25th October 2022

  1. The Government of the Gambia has received financing from the African Development Bank hereinafter called the Bank toward the cost of the Gambia Electricity Access Project and intends to apply part of the proceeds toward payments under the contract[1] for the Construction of One (1) Customer Service Center Complex. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the Bank’s Disbursement Guidelines and procedures for Investment Project Financing.

 

  1. The National Water & Electricity Company Limited now invites sealed Bids from eligible Bidders for the Construction of the Customer service Centre Complex in Kanifing.

 

  1. The center will be a befitting contact center affirming the company’s commitment to be a customer focus and to provide much-needed face-lift for NAWEC peers in the same industry in the subregion. This will also enable NAWEC to respond sufficiently to the expectations, perceptions, and situations of our invaluable customers.

 

  1. Bidding will be conducted through the Open Competitive Bidding (National ), OCBN procedures as specified in the Bank’s Procurement Framework dated October, 20152 , and is open to all eligible Bidders as defined in the Procurement Framework.

 

  1. Interested eligible Bidders may obtain further information from National Water & Electricity Company Project Implementation Unit and inspect the bidding document during office hours 08: 00 am to 16:000 pm at the address given below.

 

  1. 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 non-refundable fee of $150. The method of payment will be direct deposit to the project account. The document will be sent by email.

 

  1. Bids must be delivered to the address below on or before 20th December 2022. 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.

 

  1. All Bids must be accompanied by a Bid security amount of USD10,000.00.

 

  1. 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

 The address(es) referred to above is (are)

 

Project Coordinator

Project Implementation Unit

National Water and Electricity Company Limited (NAWEC)

Emporium III Building, Fajara

Banjul, The Gambia

Conference Room, 1st Floor

Telephone: +220 996 1301/+220 7009342

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

 

Specific Procurement Notice Request for Quotations Procurement of: Supply, Installation and Commissioning of 300sqmm underground power cable to connect the Brikama Switching Station to the Brikama OMVG Substation

Specific Procurement Notice

Request for Quotations


Procurement of:

Supply, Installation and Commissioning of 300sqmm underground power cable to connect the Brikama Switching Station to the Brikama OMVG Substation

 

Employer: National Water & Electricity Company Limited (NAWEC)

Project: Electricity Restoration and Modernization Project

Country: The Gambia

Loan No. /Credit No. / Grant No.: IDA-D3090

RFB No: GM-NAWEC-263229-GO-RFQ

Issued on: 27th July 2022

  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 Procurement of: Supply, Installation and Commissioning of 300sqmm underground power cable to connect the Brikama Switching Station to the Brikama OMVG Substation. 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.
  2. The National Water & Electricity Company Limited now invites sealed Bids from eligible Bidders to provide:
  • 3 x 36 kV, 300 sq mm, Indoor Heat Shrinkable cable sealing End.
  • 3 x 36 kV, 300 sq mm, Outdoor Heat Shrinkable cable sealing end.
  • 36 kV, XLPE-N2XS (F) 2Y – Cable 300 sq mm, Cu, 6200 Meters
  • Laying of Cables, 680 Meters
  • Connection to the Breakers – 3 connections

Qualifications requirements:

  • Minimum average annual turnover for the last 3 years: US$1 million. The number shall be supported by audited financial statements.
  • Contractual experience: minimum 2 similar contracts during the last 5 years with a minimum contract price of US$300,000. Similar contracts shall include supply and laying of underground cable for a line of 36 kV or higher voltage with the distance of at least 500 meters.
  1. Bidding will be conducted through international competitive procurement using a Request for Quotations (RFQ) 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 8:00am to 16:00pm and Friday from 8:00am to 12:30pm at the address given below.
  3. The RFQ document in English may be received by interested eligible Bidders upon the submission of a written application to the address below.
  4. Quotations must be delivered to the address below on or before 12:00 p.m. (local time), August 31st, 2022. Electronic bidding will not be permitted. Late submissions will be rejected. Quotations will be publicly opened same day in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on 12:30 p.m. (local time).
  5. 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.
  6. The address referred to above is:

 

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue, 2nd floor

City: Banjul

Country: The Gambia

Telephone: +220 996 1301/ 9967791/ 7009342

E-mail: hnjie@nawec.gm and mfsanyang@nawec.gm

Specific Procurement Notice : Phase 2 of Transmission Infrastructures Modernization in Greater Banjul Area, Primary and Secondary Substations

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 9th September 2021 at 11:30 a.m. and opening at 12:00 p.m.

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.