Specific Procurement Notice – Request for Bids Small Works (One-Envelope Bidding Process) – Construction of NAWEC Project Office

Specific Procurement Notice

Request for Bids

Small Works

(One-Envelope Bidding Process)

Country: The Gambia

Name of Project: Gambia Electricity Restoration and Modernization Project

Contract Title: Construction of NAWEC Project Office

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

RFB Reference No.: GM-NAWEC-471751-CW-RFB

  1. The Republic of the Gambia has received financing from the World Bank toward the cost of the Electricity Restoration and Modernization Project and intends to apply part of the proceeds toward payments under the contract for The Construction of NAWEC Project Office.
  1. The National Water and Electricity Company (NAWEC) now invites sealed Bids from eligible Bidders for Two-Story EDGE-certified concrete framed Building for Office use, at Kuto, off Bertil Harding Highway within a construction period of 6 months. Main qualifications requirements:

 

General construction experience of at least 5 years

Minimum average turnover of $1.5 million

Minimum access to financing of $200,000

Specific experience of completing 3 similar contracts of $500,000 each for the last 5 years.

  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 August 2018) (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
  1. Interested eligible Bidders may obtain further information from NAWEC- PIU and inspect the bidding document during office hours 0800 to 1600 hours 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 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.
  1. Bids must be delivered to the address below on or before 12:00 p.m. (local time), March 6th, 2025. 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 on 12:30 p.m. (local time), on March 6th, 2025.
  1. All Bids must be accompanied by a Bid Security of 7,500 US Dollars.

 

  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 referred to above is:

Attention: Haddy Njie – Project Coordinator

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: +220 996 1301/ 3182113/ 7009342

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

REQUEST FOR EXPRESSIONS OF INTEREST – (CONSULTING SERVICES – FIRMS SELECTION) – Independent Environmental and Social Management Plan Audit for the ECOREAP

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

The Gambia

ECOWAS REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)                                                                                            

Loan No./Credit No./ Grant No.: IDA-D 4070

Assignment Title: Independent Environmental and Social Management Plan Audit for the ECOREAP

Reference No: GM-NAWEC-467429-CS-CQS

 

The ECOWAS-Regional Electricity Access Project (REAP) is a part of a Series of Projects (SOPs) being implemented within the ECOWAS region. It is funded by the International Development Association (IDA/World Bank, and it aims to increase the number of people in West Africa with access to reliable and affordable electricity, as articulated in the ECOWAS White Paper of 2006.

The SOP consists of two Phases, which plan to provide 2.5 million people across five countries in West Africa, namely Guinea-Bissau, Niger, Mali, Mauritania, Togo, Senegal and The Gambia with electricity. Phase I of the SOP is to provide access to 1.1 million people in Guinea-Bissau, Mali, and The Gambia. It is expected that this will transform the power sectors of these countries and enable them to achieve their common objective of delivering more power to more consumers.

In The Gambia, Phase I will finance the expansion of medium and low-voltage networks from the two high-voltage 225/33 kV substations (in Soma, Lower River Region–LRR, and in Brikama, in West Coast Region–WCR) being built under the OMVG Energy Project.

The Second Phase of the SOP (Phase II) will finance the reinforcement and extension of the distribution network (MV and LV) in Niger, Senegal and Mauritania, and within the context of the ECOWAS White Paper of 2006, additional member countries will be included in future through potential additional financing.

These participating countries will benefit from attracting larger contractors to ensure timely implementation, and furthermore, the regional approach facilitated by ECOWAS will be used to disseminate lessons learned from the World Bank’s global access experiences, which will be shared with participating countries to implement the access agenda. 

OBJECTIVE:

The objective of the E&S audit is to perform an independent assessment of the environmental and social management of ECOREAP in line with the requirements established in the ESMF and the ESIAs. Focus will be placed on examining whether a system for addressing environmental and social aspects of the project and sub-project activities have been functional and adequately resourced and whether implementation of mitigation measures and established mechanisms as contemplated in the Environmental and Social Management Plan (ESMP) is in line with the Operational Policies as elaborated in the ESMF and ESIA. Based on audit findings, gap-filling and enhancement measures with agreed action plans will be recommended for the project going forward.

SCOPE OF SERVICES

The focus of the Environmental and Social audit will be on ECOREAP works.

The audit will comprise of an independent evaluation of the overall environmental and social management in line with the ECOREAP ESMF, and ESIAs.

Specific responsibilities include:

  1. Develop a workplan to undertake an E&S audit program.
  2. Review and assess the adequacy of the project stakeholder identification, analysis and engagement progress and assess current and planned stakeholder engagement activities as outlined in the project’s Stakeholder Engagement Plan (SEP).
  3. Conduct an environmental and social audit as per the audit program.
  4. Audit the implementing agencies’ capacities and resources to implement environmental and social management measures.
  5. Audit the capacities and resources of project consultants, contractors, and Owner Engineer in implementing and addressing all relevant environmental and social risks and impacts of these two components under GERMP, in particular specific E&S risks that were identified in the ESMF/ESIAs.
  6. Auditing risks related to labor influx, covering Occupational, Health and Safety (OHS), signing code of conduct and community, health, and safety. Auditing the management of such risks at the project levels, including whether a system is in place and functions to address risks related to Sexual Exploitation and Abuse and Sexual Harassment (SEA/SH), and Violence Against Children (VAC).
  7. Auditing of the effectiveness of the project’s Grievance Resolution Mechanism (GRM) in terms of its accessibility, credibility, effectiveness in resolving grievances, resourcing, etc.
  8. Auditing the projects stakeholder engagement activities for the ECOREAP intervention areas covering the MV and LV lines throughout the duration of the project lifecycle and identify if they were sufficiently identifying stakeholder priorities.
  9. Present audit findings and recommend gap-filling and enhancement measures for the overall environmental and social management, with action plans agreed by the NAWEC-PIU.
  10. The final deliverable shall include extensive visual and graphic documentation including photographs of field conditions (including timestamps and geotagged reference points.

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

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

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

National Water and Electricity Company Limited (NAWEC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

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

Evaluation Criteria

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

  • Strong and demonstrated interpersonal skills, and experience communicating with senior government officials, communities and large groups of people, ability to organize and conduct technical workshops related to audit findings
  • Excellent working knowledge experience on Gambian legislation and regulations related to environmental and social risk management, and as outlined in the project ESMF/ESIAs, is required for all specialists
  • Field experience and good knowledge of the implementation of World Bank’s safeguards policies (or that of other international financial institutions), including the Operational Policies, and the Environmental and Social Framework (ESF) is desirable
  • Proven writing and analytical skills, ability to initiate innovative approaches
  • Proven ability to work as a team-player with multi-tasking skills, experience in facilitation, presentation, communication and computational skills, attention to details and client orientation
  • Competency in the use of standard desktop publishing applications (e.g., Microsoft Office); and
  • Auditing Experience: At least 5-10 years of experience conducting ESMP compliance audits or similar assessments.
  • Stakeholder Engagement: Experience in engaging with diverse stakeholders, including local communities, project developers, and regulators.
  • Ability to communicate and write effectively in English
  • Environmental and Social Expertise: Proven knowledge and experience in environmental and social safeguards, including mitigation measures, monitoring, and compliance.
  • Sector-Specific Knowledge: Familiarity with the specific industry or project type in energy sector.
  • Understanding of ESMP Frameworks: Demonstrated understanding of ESMP guidelines, relevant laws, and international standards
  • Ability to identify gaps and propose actionable recommendations.
  • Experience in preparing clear, concise, and comprehensive audit reports.
  • Demonstrated impartiality and absence of conflicts of interest.
  • Commitment to ethical auditing practices.
  • Relevant academic qualifications in environmental science, social sciences, engineering, or related fields.
  • Certifications in environmental auditing, impact assessment, or sustainability (e.g., ISO 14001 auditor certification).
  1. Environmental Specialist (Key Specialist)
  • At least a master’s degree in environmental science / engineering / planning
  • A minimum of 10 (ten) years relevant professional experience particularly in environmental management of Energy infrastructure projects
  • Demonstrated experience in environmental impact assessments and development of risk management instruments, especially addressing impacts on civil works projects; and
  • Experience in conducting similar audits and possess an auditor certification for ISO, and relevant environmental management systems
  • Relevant academic qualifications in environmental science, social sciences, engineering, or related fields.
  • Certifications in environmental auditing, impact assessment, or sustainability (e.g., ISO 14001 auditor certification).
  1. Social Risk Specialist (Key Specialist)
  • At least a master’s degree in social sciences, sociology, anthropology, or community development
  • A minimum of 10 (ten) years relevant professional experience particularly in social risk management in infrastructure projects.
  • Demonstrated experience in social impact assessments and development of risk management instruments, especially addressing impacts on vulnerable or diverse groups (e.g., people with disabilities), land acquisition and resettlement, Indigenous Peoples, etc.; and
  • Experience in conducting similar audits, especially in the areas of social risk management.
  1. Stakeholder Engagement and Gender Specialist (with experience in SEA/SH)
  • At least a master’s degree such as social development, public policy, gender studies, or related field
  • A minimum of 10 (ten) years relevant professional experience or equivalent combination of education and working experience in stakeholder engagement, Gender considerations in infrastructure projects, Gender Based Violence (GBV) and SEA/SH management, gender studies and post-disaster contexts
  • Experience in developing and accessing SEA/SH guidelines, management systems, checklists, and training courses on SEA/SH; and
  1. Occupational, Health and Safety (OHS) Specialist
  • At least a master’s degree in occupational health and safety (OHS), safety at work, other relevant disciplines
  • A minimum of 10 (ten) years’ relevant professional experience particularly in OHS management of infrastructure or civil works projects
  • Demonstrated experience in OHS assessments and supervision and development of OHS management instruments for major infrastructure projects for both workers and communities; and
  • Experience in conducting similar audit and possess an auditor certification for Occupational Health and Safety Management System (OHSAS).

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

ToR_for_ESMP Audit_ECOREAP_PIU 070125

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 31st January 2025.

The address above referred is:

PIU-Gambia

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 – (CONSULTING SERVICES – FIRMS SELECTION) – Independent Resettlement Action Plan Implementation Audit for the GERMP Backbone phase I and backbone phase II

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

The Gambia

Electricity Restoration and Modernization Project (GERMP)                                                                                            

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

Assignment Title: Independent Resettlement Action Plan Implementation Audit for the GERMP Backbone phase I and backbone phase II

Reference No: GM-NAWEC-448954-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”), is implementing a new energy project to improve the power generation and transmission capacity in the country. The Gambia Electricity Restoration and Modernization Project (GERMP) will increase the generation capacity through renewable sources, reinforce the transmission infrastructure in the Great Banjul Area, and in the provinces across the country.

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

The objectives of the RAP Audit are to:

  • Confirm compliance with national legislation regarding aspects of RAP implementation such as payment of statutory compensation.
  • Confirm compliance with international requirements for RAP implementation, including OP.4.12.
  • Assess whether RAP objectives and commitments have been delivered as per the RAP approved by the World Bank and national Gambian Authorities.
  • Monitor delivery of entitlements to PAPs, including all entitlements outlined in the RAP such as: payment of compensation, housing replacement, transitional support, livelihood restoration and vulnerable persons assistance etc…
  • Analyze the construction activities that took place after the implementation of the RAP and identify and address any additional land acquisition, crop compensation and construction damage issues that has arisen during construction.
  • Monitor and evaluate the treatment of Vulnerable Persons
  • Assess the performance of the Grievance Mechanism as per the good practice principles (accessible, transparent, fair etc..). Analyze all closed and open complaints from the RAP and identify what measures need to be put in place to find resolutions to any outstanding or complicated complaints related to the RAP.
  • Align RAP goal with existing policies and programs to avoid duplication and enhance synergy
  • Undertake stakeholder engagement on the RAP implementation process to support the RAP audit conclusions and recommendations.

Scope:

The focus of the RAP implementation audit will be on GERMP Backbone phase I and phase II.

The audit will comprise of an independent evaluation of the overall implementation of RAP, as per commitments stated in the RPF, and RAPs for both GERMP backbone phase I and phase II.

Specific responsibilities include:

  1. Develop a workplan to undertake a broad audit program.
  2. Based on clear and agreed criteria, select site-specific activities to be included in the audit.
  3. Review and assess the adequacy of the project stakeholder identification, analysis and engagement progress and assess current and planned stakeholder engagement activities as outlined in the project’s Stakeholder Engagement Plan (SEP).
  4. Conduct a RAP implementation audit of the two components (GERMP Backbone phase I and phase II) as per the audit program.
  5. Assess the PIU capacities and resources to implement the measures recommended to address the gaps identified in the implementation of the RAPs.
  6. Assess the effectiveness of the project’s Grievance Resolution Mechanism (GRM) in terms of its accessibility, credibility, effectiveness in resolving grievances, resourcing, etc.
  7. Assess the effectiveness of stakeholder engagement activities undertaken for the development and implementation of RAP.
  8. Present audit findings and recommend gap-filling and enhancement measures for the overall RAPs implementation of the two components with action plans agreed by the GERMP and the World Bank.
  9. The final deliverable shall include extensive visual and graphic documentation including all the affected plots, photographs of field conditions.

Duration of Assignment

The duration of the assignment is three (3) months.

DELIVERABLES

The consultant shall prepare a separate report assessing the overall management of ESMF/ESIA implementation, and separate reports for the various activities with site-specific findings and recommendations. A synthesis report of gaps, strengths and weaknesses of both overall project and site-specific management of E&S risks, with recommendations for improvement, shall be prepared in the final report.

Key deliverable for RAP Audit Consultant:

  • Inception Report
  • Desk Review and Data Collection Plan
  • Field work and Stakeholder Engagement
  • Compliance Assessment Report
  • Impact and Livelihood Restoration Analysis
  • Audit Findings and Recommendations Report
  • Final Report and Presentation
  • Follow-up and Monitoring Plan (optional)

National Water and Electricity Company Limited (NAWEC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

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

Evaluation Criteria

The audit team is expected to be a firm with appropriate and sufficient capabilities, resources, and experience to execute the full extent of the scope of services to a very high quality. The team will mainly comprise relevant experts in resettlement, RAP implementation and auditing, economic displacement, both temporary and permanent, and other experts in specific topics such as socio-economic, GIS expert, land valuation specialist, a lawyer or legal expert, Gender, SEA/SH. The team must have experience in social risk management, resettlement, and compensation. All team members should demonstrate the following skills and experience:

  • Strong and demonstrated interpersonal skills, and experience communicating with senior government officials, communities and large groups of people, ability to organize and conduct technical workshops related to audit findings
  • Excellent working knowledge experience on Gambian legislation and regulations related to social risk management, land valuation, resettlement and economic displacement as outlined in the project RPF/RAPs, is required for all specialists. Also, knowledge of the local culture, language(s), and social dynamics of the affected region and understanding of the unique socio-political and economic context that may impact resettlement outcomes.
  • Field experience and good knowledge of the implementation of World Bank’s safeguards policies (or that of other international financial institutions), including the Operational Policies, and the Environmental and Social Framework (ESF) is desirable
  • Proven writing and analytical skills, ability to initiate innovative approaches
  • Proven ability to work as a team-player with multi-tasking skills, experience in facilitation, presentation, communication and computational skills, attention to details and client orientation
  • Competency in the use of standard desktop publishing applications (e.g., Microsoft Office); and
  • Knowledge of ethical standards for audits, including transparency, confidentiality, and impartiality
  • Demonstrated commitment to upholding high ethical standards, with a track record of unbiased and accurate reporting
  • Understanding of grievance redress mechanisms and experience in assessing their functionality and fairness
  • A proven track record of delivering quality outputs on time and within budget.
  • Positive references from past RAP audits or similar consultancy projects, preferably from reputable clients or organizations
  • Willingness to provide samples of previous audit reports (if confidentiality allows) or client testimonials.
  • Ability to communicate and write effectively in English
  • Proven experience conducting RAP audits, social impact assessments, or similar projects, especially in sectors like infrastructure, mining, or energy, where resettlements are common.
  • Specific experience with resettlement issues, livelihood restoration, social safeguards, and stakeholder engagement.
  • Familiarity with international standards and guidelines on resettlement (e.g., World Bank, IFC, ADB standards).
  • Understanding of international best practices in RAP development, monitoring, and evaluation.
  • Proven skills in qualitative and quantitative data collection and analysis, including conducting field assessments, surveys, and interviews.
  • Ability to critically evaluate RAP implementation against set objectives and key performance indicators.
  • Skills in using relevant data analysis software, if required, for impact assessments.
  • Demonstrated experience in working with affected communities, including conducting interviews, focus groups, and consultations.
  1. Project Manager / Team Leader

Project Manager/Team Leader should be a post-graduate, preferably in social sciences with financial management background. S/he should have 10 years’ experience in implementation of resettlement plans and development of reports with good knowledge on GIS and mapping of Project affected area and PAP plots of land. S/he should have held responsible position in the previous assignments and should possess participatory management skills. Knowledge of local language (Mandinka) will be a good asset.

  1. Social Specialist as Community Facilitator

The social specialists should have at least a master’s degree or equivalent in social sciences with at least 10 years field experience. They shall have experience in implementation of resettlement in project development works with knowledge of prevailing resettlement policies including WB policies, and knowledge of gender issues and/or GBV. They should have at least five years of experience in community consultation (including one with demonstrated experience with gender-sensitive consultation approaches and working with women community members to create safe-spaces for discussion). Knowledge of the local language and experience of working in The Gambia are desired.

  1. SEA/SH and Gender Specialist
  • At least a master’s degree in such as social development, public policy, gender studies, or related field
  • A minimum of 10 (ten) years relevant professional experience or equivalent combination of education and working experience in Gender Based Violence (GBV) and SEA/SH management, gender studies and post-disaster contexts.
  • Experience in developing and SEA/SH guidelines, management systems, checklists, and training courses on SEA/SH; and
  1. Land Acquisition Specialist

Should have at least a master’s degree in the social sciences with 10 years field experience in Land Acquisition, using maps to identify PAP assets, should have knowledge of prevailing land acquisition and compensation Act in The Gambia and WB policies, including OP 4.12 and the Environmental and Social Framework ESS 5.

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

ToR_for_RAP_Imple_Audit_GERMP_Backbone_Phase_I_II_PIU

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 January 2025.

The address above referred is:

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – Independent Environmental and Social Audit of the ESMP Implementation of the GERMP Jambur Solar Plant and the GBA Transmission and Distribution Modernization

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

The Gambia

Electricity Restoration and Modernization Project (GERMP)                                                                                            

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

Assignment Title: Independent Environmental and Social Audit of the ESMP Implementation of the GERMP Jambur Solar Plant and the GBA Transmission and Distribution Modernization

Reference No: GM-NAWEC-448951-CS-CQS

The Republic of The Gambia together with the International Development Association (IDA), the European Investment Bank (EIB), and the European Union (EU), collectively the “Lenders”), are implementing a new energy project (the Gambia Electricity Restoration and Modernization Project (GERMP) to improve power generation and transmission capacity in the country. The GERMP aimed to increase the energy generation capacity through renewable sources, reinforce the transmission infrastructure in the Great Banjul Area, and in the provinces across the country. It is expected to improve efficiency of NAWEC’s transmission network and increase access to electricity for socio-economic development of the country.

The project development objective (PDO) is to improve the operational performance of the National Water and Electricity Company (NAWEC), and its capacity to dispatch variable renewable electricity. This 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 national energy supply, as well as diversifying energy sources to include renewables.

The objective of the E&S audit is to perform an independent assessment of the environmental and social management of GERMP Jambur solar plant, and the GBA Transmission and Distribution Modernization in line with the requirements established in the ESMF, ESIA and RAP. Focus will be placed on examining whether a system for addressing environmental and social aspects of the project and sub-project activities have been functional and adequately resourced and whether implementation of mitigation measures and established mechanisms as contemplated in the Environmental and Social Management Plan (ESMP) is in line with the Operational Policies as elaborated in the ESMF. Based on audit findings, gap-filling and enhancement measures with agreed action plans will be recommended for the project going forward.

The focus of the Environmental and Social audit will be on GERMP Jambur solar plant, and the GBA Transmission and Distribution Modernization works.

The audit will comprise of an independent evaluation of the overall environmental and social management in line with the GERMP ESMF, and GERMP Jambur solar plant, RAP for Jambur solar plant and the GBA Transmission and Distribution ESIAs.

Specific responsibilities include:

  1. Develop a workplan to undertake an E&S audit program.
  2. Review and assess the adequacy of the project stakeholder identification, analysis and engagement progress and assess current and planned stakeholder engagement activities as outlined in the project’s Stakeholder Engagement Plan (SEP).
  3. Conduct an environmental and social audit as per the audit program.
  4. Assess the implementing agencies’ capacities and resources to implement environmental and social management measures.
  5. Assess the capacities and resources of project consultants, contractors, and Owner Engineer in implementing and addressing all relevant environmental and social risks and impacts of these two components under GERMP, in particular specific E&S risks that were identified in the ESMF/ESIAs.
  6. Auditing risks related to labor influx, covering Occupational, Health and Safety (OHS), signing code of conduct and community, health, and safety.
  7. Auditing of the effectiveness of the project’s Grievance Resolution Mechanism (GRM) in terms of its accessibility, credibility, effectiveness in resolving grievances, resourcing, etc.
  8. Auditing the projects stakeholder engagement activities for the Jambur solar park and associated transmission lines throughout the duration of the project lifecycle and identify if they were sufficiently identifying stakeholder priorities.
  9. Present audit findings and recommend gap-filling and enhancement measures for the overall environmental and social management, with action plans agreed by the NAWEC-PIU.

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

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

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

National Water and Electricity Company Limited (NAWEC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

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

Evaluation Criteria

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

  • Strong and demonstrated interpersonal skills, and experience communicating with senior government officials, communities and large groups of people, ability to organize and conduct technical workshops related to audit findings
  • Excellent working knowledge experience on Gambian legislation and regulations related to environmental and social risk management, and as outlined in the project ESMF/ESIAs, is required for all specialists
  • Field experience and good knowledge of the implementation of World Bank’s safeguards policies (or that of other international financial institutions), including the Operational Policies, and the Environmental and Social Framework (ESF) is desirable
  • Proven writing and analytical skills, ability to initiate innovative approaches
  • Proven ability to work as a team-player with multi-tasking skills, experience in facilitation, presentation, communication and computational skills, attention to details and client orientation
  • Competency in the use of standard desktop publishing applications (e.g., Microsoft Office); and
  • Auditing Experience: At least 5-10 years of experience conducting ESMP compliance audits or similar assessments.
  • Stakeholder Engagement: Experience in engaging with diverse stakeholders, including local communities, project developers, and regulators.
  • Ability to communicate and write effectively in English
  • Environmental and Social Expertise: Proven knowledge and experience in environmental and social safeguards, including mitigation measures, monitoring, and compliance.
  • Sector-Specific Knowledge: Familiarity with the specific industry or project type in energy sector.
  • Understanding of ESMP Frameworks: Demonstrated understanding of ESMP guidelines, relevant laws, and international standards
  • Ability to identify gaps and propose actionable recommendations.
  • Experience in preparing clear, concise, and comprehensive audit reports.
  • Demonstrated impartiality and absence of conflicts of interest.
  • Commitment to ethical auditing practices.
  • Relevant academic qualifications in environmental science, social sciences, engineering, or related fields.
  • Certifications in environmental auditing, impact assessment, or sustainability (e.g., ISO 14001 auditor certification).
  1. Environmental Specialist (Key Specialist)
  • At least a master’s degree in environmental science / engineering / planning
  • A minimum of 10 (ten) years relevant professional experience particularly in environmental management of Energy infrastructure projects
  • Demonstrated experience in environmental impact assessments and development of risk management instruments, especially addressing impacts on civil works projects; and
  • Experience in conducting similar audits and possess an auditor certification for ISO, and relevant environmental management systems
  • Relevant academic qualifications in environmental science, social sciences, engineering, or related fields.
  • Certifications in environmental auditing, impact assessment, or sustainability (e.g., ISO 14001 auditor certification).
  1. Social Risk Specialist (Key Specialist)
  • At least a master’s degree in social sciences, sociology, anthropology, or community development
  • A minimum of 10 (ten) years relevant professional experience particularly in social risk management in infrastructure projects.
  • Demonstrated experience in social impact assessments and development of risk management instruments, especially addressing impacts on vulnerable or diverse groups (e.g., people with disabilities), land acquisition and resettlement, Indigenous Peoples, etc.; and
  • Experience in conducting similar audits, especially in the areas of social risk management.
  1. Stakeholder Engagement and Gender Specialist (with experience in SEA/SH)
  • At least a master’s degree such as social development, public policy, gender studies, or related field
  • A minimum of 10 (ten) years relevant professional experience or equivalent combination of education and working experience in stakeholder engagement, Gender considerations in infrastructure projects, Gender Based Violence (GBV) and SEA/SH management, gender studies and post-disaster contexts
  • Experience in developing and accessing SEA/SH guidelines, management systems, checklists, and training courses on SEA/SH; and
  1. Occupational, Health and Safety (OHS) Specialist
  • At least a master’s degree in occupational health and safety (OHS), safety at work, other relevant disciplines
  • A minimum of 10 (ten) years’ relevant professional experience particularly in OHS management of infrastructure or civil works projects
  • Demonstrated experience in OHS assessments and supervision and development of OHS management instruments for major infrastructure projects for both workers and communities; and
  • Experience in conducting similar audit and possess an auditor certification for Occupational Health and Safety Management System (OHSAS).

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

ToR for ESMP Audit GERMP Solar and GBA TLine

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 January 2025.

The address above referred is:

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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

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.

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – Update of the Resettlement Action Plan of the Regional Solar Park of The Gambia (RSPG)

REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)

The Gambia
Regional Solar Park of The Gambia (RSPG)- P504421
Loan No./Credit No./ Grant No.: IDA- D4080
Assignment Title: Update of the Resettlement Action Plan of the Regional Solar Park of The Gambia (RSPG)
Reference No.: GM-NAWEC-447227-CS-CQS

The Republic of The Gambia is implementing Regional Solar Park of The Gambia Project (RSPG) financed by the World Bank. National Water and Electricity Company (NAWEC) is an Implementing Agency for RSPG. The main Project Development Objective is to mobilize private investments through the piloting of a sustainable solar and battery energy storage system competitive bidding process.

With the assistance of the World Bank and the ECOWAS West African Power Pool (WAPP), NAWEC has developed a Resettlement Action Plan whose cutoff date was on 05th April 2022, and the RAP was approved in March 2023 by the World Bank. That means it has been almost two years, and the RAP is still not implemented. Meanwhile, NAWEC has hired a consortium of consultants composed of EY, Mayer Brown and Imara Solar (the “Transaction Advisor”) to develop an auction system in The Gambia for the selection of one or more IPPs to finance, build and operate the first phase of the Regional Solar Park (50 MWp solar with 18 MWh of BESS, (Battery Energy Storage System) the “Project”).

Contractually, the transaction support for the solar auction is divided into two phases, with the first phase focusing on the design of the auction, with the WAPP as the leading client (the “Phase 1”), and the second phase providing support for the launch and running of the auction, with the Government of The Gambia as the client (the “Phase 2”). As required by the Request for Proposal dated May 6, 2021, the Transaction Advisor had provided a technical and financial proposal both for Phase 1 and 2 selected in its offer dated July 12, 2021.

Phase 1 has been successfully completed, and in Phase 2, the Transaction Advisor will support the Client in launching a solar + BESS solar park tender until financial close of the winning bidder. That means by the time the bidder will be chosen, the two years required to update a RAP not implemented yet will be reached.

Prior to handing over the site to the IPP contractor, the RAP should be updated to ensure that the rates used reflect current value replacement rates, consult stakeholders and affected communities to make sure that they are updated on the progress of the project and the planned activities including the timeline of planned resettlement activities. After updating the RAP, it should be implemented without delay and compensate all the affected PAPs both individual and institutional PAPs.

The project is being prepared under the World Bank Groups Environmental and Social Framework (ESF). The projects private sector partners may also use the Environmental and Social Performance Standards of the private sector international financial institutions like IFC, as well as the Gambian Land Acquisition and Compensation Act (LACA).

The objective of this assignment is to assess the overall compliance of the WB ESS 5 with the resettlement process, the valuation of the affected parties’ assets, the consultation process established during the development of the RAP, the Grievance Mechanism proposed, the matrix of the valuation for the compensation, the identification of vulnerable PAPs, the proposed livelihoods restoration plans, and also identify potential gaps with the ESS5.
After the approval of this first phase, the firm will proceed with the implementation of the RAP to compensate all the PAPs prior to it being handed over to the contractor to start the physical work at the RSPG Phase 1 site.

Scope of work:
The overall responsibility of the Consultancy firm will be ensuring strict compliance of the already developed and approved RAP with the World Bank Group Environmental and Social Standards ESS5 on Land Acquisition, Restrictions on Land Use and Involuntary Resettlement guidelines and The Gambia Land Acquisition and Compensation Act. And the implementation of the RAP following its update to make sure all the affected persons are duly consulted and compensated before handing over the site to the Contractor. The Consultant will assess, revise, update, and implement the RAP:
Task 1: Implementation of mitigation measures, land acquisition and livelihood restoration of the approved RAP
Task 2: Dissemination of Information and Consultation
Task 3: Land Acquisition
Task 4: Verification
Task 5: Distribution of Identity Files
Task 6: The final RAP implementation report shall include the following: Category of household, asset lost, compensation and all types of assistance, alternate livelihood options, details of resettlement, specific training requirement for skill up gradation and institutions responsible for training.
Task 7: Disbursement of Assistance and Delivery of Entitlements
Task 8: Relocation
Task 9: Grievance Mechanism
Task 10: Coordination between PAPs and NAWEC
Task 11: Conduct Public Information Campaign
Task 12: Awareness Creation on Gender Mainstreaming and Systemic inequalities

Update of the RAP – Phase 1

– Revise the identification of all potential project affected persons and the impacts of the proposed projects on their livelihoods and recommend measures to minimize resettlement

– Revise and update the socio-economic survey to generate a more up to date baseline data for use in the description of PAPs and which will form baseline for monitoring and evaluation of land acquisition, resettlement and compensation.

– To verify compliance with the relocation and resettlement process that govern similar projects according to the ESS 5.

– To provide guidelines to stakeholders participating in the minimizing resettlement impacts of the project.

– To recommend cost effective measures to be implemented for livelihoods impacts management.

– To update the Regional Solar Park in The Gambia Resettlement Action Plan (RAP) report compliant with the World Bank Environmental and Social Standards.

– To revise and assess the public consultations conducted and verify if meaningful stakeholder engagement with all projects affected persons was properly implemented and updated where gaps are identified.

– Identification of deviations from the WB ESS5 and Land Acquisition and Compensation Act (LACA) with a view to prepare a compliance matrix

Implementation of the RAP – Phase 2

– Prepare resettlement action plan (RAP), monitoring reports, stakeholder engagement plan, implementation of the grievance system, all relevant legal documents, compensation agreements, socio-economic assessment and any relevant third-party documents

– Prepare a digital map of the site with the identification of all affected parties plots including their affected assets linked in the map database to ease the implementation of the RAP process and the verification of the real owners

– Implementation of mitigation measures, land acquisition and livelihood restoration of the approved RAP:

– The consultant will be required to mitigate the adverse effects of involuntary resettlement, while also aiming to improve their standards of living or at least restore them in real terms to pre-displacement levels or to levels prevailing prior to the beginning of project implementation, whichever is higher.

– Dissemination of Information and Consultation.
– Land Acquisition
– Verification
– Distribution of Identity Files.
– The final RAP implementation report shall include the following.
– Disbursement of Assistance and Delivery of Entitlements.
– Relocation.
– Conduct Public Information Campaign.
– Awareness Creation on Gender Mainstreaming and Systemic inequalities.
– Develop a georeferenced RAP database based on the updated socio-economic data collected on PAPs and the information on losses (land, assets, revenue, access).
– The preparation of an updated RAP report which will be validated nationally and receive non-objection from the World Bank.
– The SEA/SH channel proposed in the GRM will be duly followed up by the consultant to manage sensitive grievances and those from vulnerable groups and persons.

Duration:

The consultant will work for a maximum of 8 weeks for the update of the RAP and six months to complete the implementation of the RAP.

Deliverables and Timeline
For the RAP Update:
The expected reports should be delivered in 8 weeks and must be written in English, and the following specific reports are:
A. Inception report (which will include a stakeholder engagement plan) and a review of project documentation and other relevant third-party documents and proposed site visit agenda (1 week after contract signature)

B. Draft RAP update report, including additional action plan (5 weeks after return from site visit)

C. Final RAP report, including supplemental action plan and (2 weeks after World Bank and NAWEC comments and observations are addressed and report updated) including the georeferenced database.

For the implementation of the RAP:
The following deliverables must be prepared and submitted in six months:
a) Inception Report: The consultant shall submit to the NAWEC PIU an inception report detailing plan of action including stakeholder engagement, the team which will implement the assignment deployment, time schedule, and detailed methodology, within 21 working days of the commencement of the assignment

b) The monthly and quarterly progress reports shall have to be submitted before the 10th of the following month

c) Consultation record keeping: The consultant shall document in full detail, the consultation processes (including dates, time, location, persons present, efforts to ensure women and other vulnerable groups attended and participated, noting if they are community meetings or individual/one on one meeting, etc. Photos of consultations shall only be taken with the expressed consent of participants and should be noted in consultations notes that consent was asked for and if it was obtained. No photos shall be taken of children and of women participating in women only focused discussions. Any concerns or issues which may be raised during consultation by PAPs why may impact implementation of the RAP should be brought to the attention of the PIU within 24 hours.

d) Training: full description of the training imparted (or facilitated) as part of the assignment (The GRC will need to be trained on how to manage complaints).

e) Draft Final Report: Consultant shall submit a Draft RAP Implementation Report at the end of the contract period summarizing the actions taken during the project, the methods used to carry out the assignment, and a summary of support, compensation and assistance given to the PAPs. This draft will be reviewed by NAWEC and commented upon. The progress archived in land acquisition as per entitlements shall be documented and shall be submitted to the NAWEC PIU as a part of the monthly progress report.

f) Final Report: Consultant shall submit final RAP implementation report complying with all the remarks / comments of NAWEC PIU, the World Bank on Draft Final Report at the end of the contract period summarizing the actions taken during the project, the methods used to carry out the assignment, and a summary of support, compensation and assistance given to the PAPs. The final digital map of the site with all the affected persons and their assets included in the map.

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.

QUALIFICATION REQUIREMENTS:

The Consultant firm should have a minimum of ten (10) years’ working experience in social assessment, involuntary resettlement other relevant fields. The consultant team should have experience working with international development institutions like the World Bank and working in the energy sector, both on Transmission infrastructure and solar park. Knowledge about World Bank Environmental and Social Standards and experience in similar operation is required. The consultant’s team shall be composed of professionals with experience in socio-economic analysis, surveying and valuation, inclusive consultation, inclusion of vulnerable groups in the compensation process and management of complaints and grievance during the resettlement and/or relocation of affected persons.

Social Development Specialist: He/she should be a post-graduate, preferably in social sciences with land management background. S/he should have 10 years’ experience in development and implementation of resettlement plans and development of reports with good knowledge on GIS and mapping of Project affected area and PAP plots of land. S/he should have held responsible position in the previous assignments and should possess participatory management skills. Knowledge of local languages (Mandinka, fula, wolof) will be a good asset. The specialist must have at least 3 previous roles leading RAPs for projects financed by the World Bank or other similar international financial institutions. This Specialist should also have GIS and database management skills to be able to update the RAP database during implementation.

Gender Specialist: She must have: Minimum advanced university degree (master’s or equivalent) or higher degree preferably in gender studies, communications, international development, public administration, or other relevant fields is required. A first university degree (Bachelor’s or equivalent) preferably in above-mentioned fields with two (2) additional years of relevant experience may be considered in lieu of an advanced degree or higher degree.
A minimum of 5 years of relevant work experience in social and international development, with some experience in the execution of projects related to resettlement, gender mainstreaming, analysis of sex-disaggregated data. She will define the monitoring and reporting on gender mainstreaming activities and projects in the field of resettlement, guidance of vulnerable PAPs and those victims of SEA/SH. She should establish and develop strategy to support the GM regarding the management of vulnerable PAP and PAPs victim of SEA/SH. She must have experience in/facilitation skills for meetings and training, including capacity development and consultative workshops. SHe must have been involved in at least in two (2) RAPs studies and implementation on power project specifically in grid extension or reinforcement projects or electrification projects HTA/BTA/BT or Power generation (Solar Park) in the last five (5) years

Land Acquisition Specialist / Livelihood Restauration Specialist: Must be a graduate or equivalent in the social sciences with five years field experience in Land Acquisition, using maps to identify PAP assets, should have knowledge of prevailing land acquisition and compensation Act and WB Environmental and Social Standards. This Specialist should also have GIS and database management expertise and will be responsible for to manage RAP database and GIS applications during the update and implementation of the RAP until it is closed, and the database is handed over to NAWEC. The specialist should have at least 3 previous roles as land acquisition and livelihood restoration specialist for RAPs in projects financed by the World Bank or other similar international financial institutions.

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” September 2023 (“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 Qualification-based Selection method set out in the Procurement Regulations.

The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below or click on the following link:

TOR RAP Impl RSPG Dec 2025
Further information can be obtained at the address below during office hours:

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 January 31st, 2025.

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)

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

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

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

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

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

Click on the link below to download the Stakeholder Engagement Plan

50MWp Regional Solar Park of The Gambia _Stakeholder Engagement Plan

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

 

PUBLIC NOTICE

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

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

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

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

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

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

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

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

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

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

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

LETTER OF INVITATION TO BID (TENDER)

Date: 18/10/24

To:     _______________________

_______________________

_______________________

Dear Sir/Madam:

REHABILITATION OF NAWEC SEREKUNDA TANK REVENUE OFFICE BUILDING

  1. You are hereby invited to be a Bidder in the Tender described in this Letter and the enclosed documents.  The Gambia Public Procurement Act defines a Tender as a type of Bid and anyone submitting a Tender or other Bid is known as a Bidder. Under the Tender process, there will be a public opening of all bids received at the place and at the time stated in paragraph 7 below.
  1. To enable you to submit your Bid, please find enclosed the following documents:

a) Bid Data Sheet;

b) Qualification Document Questionnaire;

c) Technical Specifications;

d) Drawings;

e) Bill of Quantities;

f) Draft Contract;

g) Security Forms;

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

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

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

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

(a) The Managing Director, NAWEC

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

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

  1. The envelope must contain two separately sealed envelopes:

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

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

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

 

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

 

18.1        Technical Specifications and Drawings, consisting of:

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

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

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

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

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

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

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

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

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

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

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

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

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

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

18.3     Financial Proposal, consisting of:

 

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

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

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

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

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

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

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