REQUEST FOR EXPRESSIONS OF INTEREST – Senior Power Engineer for Project Implementation Unit

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia

ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

 Loan No./Credit No./ Grant No.: IDA/ D4070

Assignment Title: Senior Power Engineer for Project Implementation Unit. (As per Procurement Plan): GM-NAWEC-408463-CS-INDV

The Project Implementation Unit of National Water and Electricity Company Ltd, NAWEC-PIU, is preparing and implementing the Gambia-related part of the ECOWAS-Regional Electricity Access Project, Phase 1 (REAP1), a World Bank funded project. The Project Development Objective is to increase grid electricity access in Guinea-Bissau, Mali, and The Gambia. The project aims to provide access to around 1.1 million people in specific localities in each country selected, following a first order least cost geospatial planning within a 100-km radius of the substations of the OMVG in The Gambia and Guinea Bissau, and the substations of the OMVS in Mali. The project comprises three components: (i) Design and construction of electricity distribution grid aiming to maximize new people’s connections; to the grid, (ii) Supervision of the construction and technical advisory, and (iii) Technical assistance and project management.

The design phase for the major contract of the REAP1 is complete, and this covers a base-list of 298 communities with the Following scope: 521 km MV lines, 361 substations ans 1 259 km LV lines. Then, additional communities (around 85) are identified and the recruitment of a firm, to design the additional scope and develop and Employer’s Requirements, is ongoing. NAWEC-PIU is also implementing in the rural areas’ other projects similar to the ECOWAS REAP1 and funded by EU, EIB, World Bank, and AfDB.  In total, more than 1000 km MV lines, more than 2000 km LV lines, and more than 700 communities are identified and committed. In the GBA (Grand Banjul Area), the NAWEC-PIU also implements a 20 MWp Solar Plant, a National Control Centre, a 17 km 225kV Transmission Line, a HV/MV Substation, MV/MV Substations, and MV/LV substations.

To address the temporary overload of staff due to the significant increase of activities, the NAVEC-PIU needs to get an additional senior power engineer directly operational in the team. Hence, a Senior Power Engineer is now being recruited by NAWEC – PIU, in relation with the World Bank, to work on relevant projects activities of the unit. The assignment will be for a period of one-year renewable, full time.

  1. SCOPE OF SERVICES

The Senior Power Engineer’s responsibility will be ensuring technical preparation and monitoring of implementation of all the power lines and substations projects, under the PIU and in relation with the RCU and the owner’s engineer.  Activities to be performed include but are not limited to the following:

i.   Provide engineering support to the PIU during projects preparations, managements, and implementations.

ii.  Provide inputs to specifications/employers’ requirements/ToRs for bidding documents/RFPs, for power lines and substations.

iii. Oversee project preparations, particularly in aspects related to designs, works, equipment specifications, and other technical aspects like substation protection and control system, under the general management of the Coordinator of the PIU.

iv.  Provide technical support during bidding stages, prequalification, shortlisting, bid evaluation, contract negotiation, drafting of contract, etc.

v.   Review all technical documents; designs, specifications, and construction schedule submitted by Contractors, ensuring strict control for proper and quality implementations of the project, in relation with the owner’s engineer.

vi.  Ensure that bidding documents, project implementations, and contracts adheres to all technical details and international standards, for the lines and substations as well.

vii.  Attend Factory Acceptance Tests and inspect the quality and quantity of the equipment.

viii. Supervise the implementation of all the projects to conform to approved design.

ix.   Supervise commissioning conducted on all the projects and issue reports.

x.    Follow up on correspondences between the RCU, Owner’s Engineers, Contractors, and the other stakeholders.

xi.   Monitor the implementation of the projects schedules to ensure adherence with the project timeline.

xii.  Review the reporting from Contractors and Owners’ Engineers

xiii. Review the invoices of Owners’ Engineers and contractors.

xiv. Monitor the implementation of the Quality Management Plan set up by contractors and safety arrangements during works (Personal protective equipment, Staff certifications to handle specific electricity related tasks, etc.)

xv.  Collect all relevant information on the constructions, anticipate and identify problems and risks arising and recommend necessary actions to the Project Coordinator

xvi.  Assess and advise on all proposed technical variations and report on justification or otherwise of claims.

xvii. Respond effectively to any other job assigned by the Project Coordinator

xviii. Contribute to elaborate Annual Work Plans, annual budgets, as well as the quarterly, biannual, and annual reports of the projects.

xix.   Assist the Project Coordinator in supervising contractors’ performances in handling technical issues, then provide corrective instructions as needed.

xx.    Assist the Project Coordinator in the preparation during missions of supervisions, meetings with the RCU, internal meetings and Steering Committee meetings.

xxi.  Other activities, as instructed by the Managing Director through the Project Coordinator.

  1. QUALIFICATION AND EXPERIENCE REQUIREMENTS

Qualification and skills requirements

Qualification

Must hold a master’s degree in electrical engineering or related fields.

Skills

  • Ability to work in a multidisciplinary team.
  • Excellent writing and reporting skills.
  • Experienced computer user, including excellent knowledge of Microsoft Office suite.
  • Good skills in information technology and communication tools.
  • Fluent in English, and knowledge in French will be an added advantage.

General Experience

  • Significant exposure to the electricity sector with a minimum of 10 years’ professional experience in working on power distribution projects.
  • Desirable regional (West Africa) experience of 3 years.
  • experience on Donor’s funded projects.

Specific experience

  • Have been involved, in the last five (5) years, at least in two (2) engineering or implementation of projects of power distribution grid extension/reinforcement in rural or suburban areas, with following minimum size: 100 km MV lines, 25 substations, 200 km LV lines.
  • Experience and understanding of methodology of power system planning and analysis software, as well as rules for the interconnection of electricity networks.

3. DUTY STATION AND CONTRACT DURATION

It is estimated that the workload will be 120 staff-days spread over the total contract period of one year. NAWEC, at its discretion, and based on the evaluation of performance, may extend the services.

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.

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 fax, or by e-mail) by close of business February 29th, 2024 

Senior Power Engineer ToR

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: +220 996 1301/ 9967791/ 7009342

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

REQUEST FOR EXPRESSIONS OF INTEREST – Social Safeguard Specialist

REQUEST FOR EXPRESSIONS OF INTEREST

 

The Gambia

ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

 Loan No./Credit No./ Grant No.: IDA/ D4070

Assignment Title: Social Safeguard Specialist. (As per Procurement Plan): GM-NAWEC-387345-CS-INDV

 

The ECOWAS Regional Electricity Access Project (ECOWAS-REAP) funded by the World Bank is a series of projects that aims to increase people’s access to reliable energy services, which is one of the major challenges in the ECOWAS region. It builds on the ECOWAS Rural and Peri-Urban Electrification Master Plan, designed to meet the short- and medium-term needs of the Member States in terms of access to electricity as well the regional interconnection projects funded by the World Bank under the ECOWAS Power Generation and Transmission Master Plan implemented by WAPP. The proposed project is the first of two in a series of projects (SOP) to provide access to 1.1 million people in Guinea-Bissau, Mali, and The Gambia. The project will finance the expansion of medium- and low-voltage networks from the high-voltage substations of the Gambia River Basin Development Organization (Organisation pour la Mise en Valeur du Fleuve Gambie, OMVG) and Senegal River Basin Development Organization (Organisation pour la Mise en Valeur du Fleuve Sénégal, OMVS) to transform their power sectors and enable them to achieve their common objective of delivering more power to more consumers.

In line with the Above, The Gambia Project Implementation Unit (PIU) in relation with the World Bank plan to recruit a Social Specialist to work on relevant project activities.

  • Scope of Work

Safeguards Specialist’s overall responsibility will be ensuring strict compliance of project preparation and implementation activities with social safeguards regulations of the financing institutions and Gambian legislation.

In general, he/she will be responsible for providing advice and technical assistance to the project and all stakeholders to ensure acceptable quality of social risk and impact management in accordance with the World Bank’s operational policies and EHS guidelines and, where applicable, national regulations in The Gambia

Activities to be performed by the Social Safeguards Specialist include but are not limited to the following:

  • Ensure the diffusion of the project’s safeguard instruments and contribute to the stakeholders’ appropriation.
  • Provide overall technical social safeguards oversight for the project preparation and implementation under the general management of the PIU Coordinator.
  • Participate systematically in the development of terms of reference (TOR) for the conduct of specific social assessments and other social studies (i.e., RAP and/or Audits, etc.) of the Project.
  • Evaluate the gaps between Gambian legislation and the World Bank’s standards on social issues, including compensation, eligibility, vulnerability, etc.…
  • Focus will be on social risk management, including measures for addressing inclusive stakeholder engagement, social accountability, social inclusion, conflict reduction, addressing disadvantage and vulnerability, restoration of livelihoods, gender mainstreaming and considerations in risk management, and familiarity with social methodologies, and other social issues that may arise in the project. Familiarity addressing gender-based violence (GBV)/sexual harassment exploitation and abuse (SHEA) is also preferred.
  • Participate in the selection process of service providers to carry out environmental and social studies and be involved in the implementation and/or control/monitoring of social safeguards during the works.
  • Providing necessary coordination and relevant input into preparation of Environmental and Social Impacts Assessment (ESIA) and Resettlement Action Plan (RAP) for projects under preparation and implementation.
  • Conduct a quality review of documents related to social and environmental activities carried out at the sub-project level and facilitate the process of approval and disclosure of safeguard instruments (i.e. RAP, ESMP-C, RGM, etc.) and their implementation (i.e. payment of compensation, social support for PAPs, with particular attention to vulnerable groups including women, youth and the elderly, the disabled, etc.), in accordance with current national regulations and the World Bank’s environmental and social standards.
  • Ensuring that bidding documents and contracts include necessary social safeguards provisions.
  • Ensure the development and quality of the C-ESMPs and other instruments for mitigating social risks and impacts and gender and vulnerability aspects by the companies in charge of the works and their approval by the Owner Engineer and/or IC.
  • Conduct/participate, together with the environmental safeguard specialist, in supervision missions to verify and attest to the status of implementation of social safeguards, as well as gender, social inclusion, vulnerability, etc.
  • Supervise and monitor contractors’ performance in handling specific social issues; provide corrective instructions as needed.
  • Prepare relevant parts of required social monitoring reports, including reports on ESMP implementation status.
  • Undertake regular field visits to project sites to assess social impacts and verify social monitoring information provided in the reports of contractors and implementing partners, including photo documentation as applicable.
  • Keep accurate records of social supervision of project activities in a systemic manner that allows easy search-and-find of all documents upon request of [project management entity], the World Bank, and national authorities.
  • Supervise and participate in the implementation of stakeholder consultations and coordinate the implementation of the Stakeholder Engagement Plan.
  • Suggest appointing stakeholder focal points to facilitate and sustain engagement with stakeholders.
  • collaborate with the Environmental Department and the competent authorities on the Project’s compliance with national regulations in terms of social safeguards, gender, vulnerability and social development.
  • Analyzing project implementation reports to ensure that all work is completed in full compliance with Safeguards Policies; supervising contractors’ performance in handling specific social issues, such as GBV/SHEA/VAC (and monitoring measures related to the Codes of Conduct); providing corrective instruments as needed.
  • Monitor the development, dissemination, accessibility, and functionality of the project’s Grievance Redress Mechanism, in particular the settlement of disputes and conflicts arising from the implementation of the RAPs and the C-ESMPs, and propose appropriate corrective measures; ensure the consolidation of data and periodic reporting in conjunction with the Dispute Settlement Committee and all other relevant stakeholders Ensures that complaints related to GBV/ASR/HS are properly handled,
  • Ensure that national environmental and social procedures are applied to project activities, and that the implementation of management plans complies with environmental and social standards relevant to the project.
  • ensure that the project complies with social safeguard measures before work starts (implementation of RAPs, disclosure of GRM, etc.).
  • participate in and ensure the implementation of the recommendations (relating to social safeguards, gender and social development aspects) of the aide-mémoires of project implementation support missions carried o with the World Bank.
  • contribute, in collaboration with the Environmental, Gender/SEA/HSs Safeguards Specialist, and at the Coordinator’s request, to any other activities such as building the technical capacity of the various stakeholders (technicians, service providers, recipient communities, etc.) in safeguards, development of a code of conduct relating to specific aspects of the project (i.e. gender and development, gender-based violence, sexual exploitation and abuse, occupational health and safety, forced/child labor, etc.).

 

REPORTING LINE/COMMUNICATION

 

  • The consultant shall report to the Project Coordinator, PIU and work cross-functionally and closely with PIU staff and other pertinent authorities, and development partners.
  • Other activities, as instructed by the PIU Coordinator.

 

QUALIFICATION REQUIREMENTS

 

  1. Master’s degree in social sciences such as political science or policy, sociology, anthropology, gender studies, social assessment studies, or related fields (with experience in areas relevant to social safeguards such as land acquisition or resettlement, vulnerable groups and individuals, gender, livelihoods, participation and civic engagement, social impact analysis, assessment of social risks).
  2. At least 5 years’ experience in the region in compliance with social safeguards policies including involuntary resettlement.
  3. Good knowledge of the relevant regulations/directives and operations of multilateral development organizations and executing agencies.
  4. Demonstrated experience and knowledge of Bank operations and social safeguard policies, especially, experience and familiarity with complex safeguard work.
  5. Proven experience and skills in managing projects.
  6. Proven capacity to work across multiple stakeholders, including government entities, civil society organizations (CSOs), local communities, and the private sector.
  7. Demonstrated experience in the World Bank project cycle and procedures.
  8. Fluent in English with excellent written and oral skills.
  9. Advanced computer skills and full proficiency in the use of relevant software applications in using computers and software such as Microsoft Office suite.
  10. Participate in capacity-building training to strengthen competencies as need be.
  11. Work with GBV consultant to strengthen capacity on addressing GBV/SHEA/VAC risks in the project.
  12. Knowledge of local language like Mandinka, wollof, fula, or serere is a requirement since the project is intervening in rural areas.
  13. Familiarity with risks and mitigation measures related to gender-based violence (GBV) and Sexual Exploitation and Abuse/Sexual Harassment (SEA/SH) to ensure such risks/mitigation measures are included in the ESCP and SEP.

 

 

  • REQUIRED COMPETENCIES FOR ENVIRONMENTAL CONSULTANT

 

  • Knowledge and experience in international development – understands policy making process; distils operationally relevant recommendations/lessons for clients.
  • Policy Dialogue Skills – Identifies and assesses policy issues and plays an active role in the dialogue with the government and/or other stakeholders.
  • Integrative Skills – Working to develop an integrated view across all facets of current sector.
  • Client Orientation – Takes personal responsibility and accountability for timely response to client queries, requests or needs, working to remove obstacles that may impede execution or overall success.
  • Drive for Results – Takes personal ownership and accountability to meet deadlines and achieve agreed-upon results and has the personal organization to do so.
  • Teamwork (collaboration) and inclusion – Collaborates with other team members and contributes productively to the team’s work and output, demonstrating respect for different points of view.
  • Knowledge of local language like Mandinka, wolof, fula, or serere is a requirement since the project is intervening in rural areas.
  • Knowledge, Learning and Communication – Actively seeks knowledge needed to complete assignments and shares knowledge with others, communicating and presenting information in a clear and organized manner.
  • Business Judgment and Analytical Decision Making – Analyse facts and data to support sound, logical decisions regarding own and others’ work.
  1. DURATION OF THE ASSIGNMENT

 

The successful applicant shall be engaged immediately on a full-time basis for two years and for additional years during the project implementation period depending on the satisfactory performance during the contract duration.

 

  1. FACILITIES TO BE PROVIDED BY THE PIU

The following facilities will be provided by the client to the consultant free of charge.

  • Office Space: Office space with desk shall be provided in the client’s office or as it may be agreed.
  • Laptop, Office facilities: printing facilities, photocopying, copying paper writing materials etc.
  • Documents: All the documents and available data and information concerning the Project.
  • Internet facilities within the office.
  • Business transport within the city such as meetings workshops etc.

Support for all site visits required for supervision and monitoring.

 

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. Further information can be obtained at the address below during office hours from 08:00 to 16:00 or click the link below for ToR.

Social Safeguard Specialist Gambia PIU ToR

Expressions of interest must be delivered in a written form to the address below (in person, or by fax, or by e-mail) by close of business January 5th, 2024 

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: +220 996 1301/ 9967791/ 7009342

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

REQUEST FOR EXPRESSIONS OF INTEREST – RECRUITMENT OF CONSULTANCY FIRM TO CONDUCT NAWEC HUMAN RESOURCES HEAD COUNT

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTANT SERVICES-SELECTION OF FIRMS)

 RECRUITMENT OF CONSULTANCY FIRM TO CONDUCT NAWEC HUMAN RESOURCES HEAD COUNT

Country: The Gambia

Company : National Water and Electricity Company ( NAWEC)

Sector : Human Resources Directorate

Funding: Nawec Funds

Reference: REOI/ICB/HR/001/2023

 

Background

The National Water and Electricity Company (NAWEC) was established under the Company Act of 1995 and mandated to provide electricity, water, and sewerage services to The Gambian population. The National Water and Electricity Company is pleased to invite suitably qualified Consultants Firms to conduct a comprehensive Staff Head count across all NAWEC stations and sub stations in the country, document the existing gaps in its Manpower and come up with a Program of Action on the implementation of the findings.

Scope of the Assignment

 

  • Identify and give details of the existing Human Resources (personnel) of NAWEC and develop a comprehensive Staff profile that outlines the Names, Contacts, address, workstation, and qualifications of each staff member. This will include visiting all the outposts of NAWEC across the country.

 

  • Produce a Comprehensive document on the Findings of the staff Head count and a Program of Action on implementing the recommendations of the audit process.

 

  • Facilitate the validation of the reports, and incorporate all comments and inputs generated from the validation process. The final report should be submitted to the Board of Directors through the Managing Director.

Minimum Qualification and Experience for this consultancy

Lead Consultant(s) must be a Certified Human Resources or Organizational Development expert.  (10%)

with over 15 years relevant experience in HR and/or Organizational Development-(30%)

Must possess a master’s degree or its equivalent in Human Resources Development and/or Organizational Development -(20 %)

Must have carried out similar Human Resources Audits with recognized institutions or agencies with similar scope or mandate with NAWEC – (25%)

Excellent command of Written and spoken English – (2%)

Exposure to Gambian labour law desirable and employment policies – (10%)

Must be registered and licensed to operate in The Gambia- ( 3 %)

The Consultant Firm will be required to complete this assignment in eight (8) weeks.

 

Timelines for deliverables after Contract signing

  • Presentation of Inception Report                                                                 Week 1
  • Completion of Desk Review                                                                           Week 2
  • Field Work                                                                                                           Week 4
  • 1st Draft (to be reviewed by Senior Management)                                    Week 5
  • 2nd Draft (to be reviewed by the Board HR Sub Committee)                 Week 5

Validation of Reports and incorporation of comments                                   Week 6

 

Interested consultants may obtain further information including the Terms of Reference at the address below during office hours Monday to Thursday 8.00 am to 4.00 pm and Friday 8:00am – 12:30pm. Firms are required to submit Technical Proposal .

Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the Gambia Public Procurement Authority “Rules and Procedures for the use of Consultants’’ GPPA Act 2022 Consultant Qualifications Selection 2019 Regulation which is available on the GPPA website www.gppa.gm.

Expressions of interest must be delivered to the address below by Thursday 14th December 2023 at 12:00hrs Gambian Time and mention “Recruitment of consultancy firm to conduct NAWEC Human Resources Head Count ‘’

 

Managing Director

National Water and Electricity Company

53 Mamadi Maniyang Highway

P.O.Box 609, The Gambia

Email: ksambou@nawec.gm

Telephone: +220 9969757

INVITATION TO BID – Procurement and Supply of Two Brand new Single Cabin Pick Up Vehicles

INVITATION TO BID

 

Date: 24th November 2023                                              Reference No.: NAWEC/EBU/OT/VEH/2023

 

Project Name: Procurement and Supply of Two Brand new Single Cabin Pick Up Vehicles

 

 

Dear Sir/Madam:

You are hereby invited to be a Bidder in the Tender described herein.  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 8 below.

 

  1. NAWEC has budgeted funding for the Procurement and Supply of Two Brand New Single Cabin Pick Up Vehicles for Emergency response operations of the Electricity Business Unit and intends to place a Contract for the supply and delivery of these goods to support the Electricity Business Unit.

 

  1. NAWEC now invites sealed bids from eligible bidders for the supply of the following.

 

Quantity Vehicle
2 Single Cabin Pick Up

 

 

  1. Bidding will be conducted through the Restricted National Competitive Bidding (NCB) Procedure in accordance with requirement of the Gambia Public Procurement Authority Act of 2022.

 

  1. Interested eligible bidders may obtain further information from and inspect the Bidding Document during official hours Monday to Thursday from 8:00 AM to 4:00 pm and Friday 8:00 am to 12:30 pm at the address given below:

 

           Office of the Senior Procurement Manager

           National Water and Electricity Company Limited

           53 Mamadi Maniyang Highway

           PO BOX 609

           Kanifing

 

  1. A complete set of Bidding Documents in English may be purchased by interested bidders upon submission of a written application to the above address and upon payment of a non-refundable fee of GMD 5,000 (Five thousand Dalasi only). The method of payment is through bank transfer/cash deposit to the designated NAWEC account. The document will be sent via email upon payment and requesting the said document on written application.

 

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

 

  1. A bid Security shall be required; the amount and currency of the bid security is GMD 240,000 (Two Hundred and Forty Thousand Dalasi) Convertible currency stated in ITB 19.
  2. Bid must be delivered to the address below on or before 12:00 hrs Local time on 12th December 2023.

 

Office of the Managing Director

           National Water and Electricity Company Limited

           53 Mamadi Maniyang Highway

           PO BOX 609

           Kanifing

 

 

  1. Bids will be opened in the presence of Bidders’ representatives who choose to attend in person at the address above at 12:30 hrs (Local time) on 12th December 2023.

INVITATION TO BID -THE PROCUREMENT OF STATIC WATER METERS

INVITATION TO BID

 

Date:      24/11/2023                                                                                             Reference No. NAWEC/GCSDWBU/OT/009/2023

 

Project Name:     THE PROCUREMENT OF STATIC WATER METERS

 

Dear Sir/Madam:

You are hereby invited to be a Bidder in the Tender described herein.  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 8 below.

 

  1. The National Water and Electricity Company Limited (NAWEC) has budgeted funding for the procurement of Static Water Meters through an International Competitive Bidding and intends to place a Contract for the supply and delivery of these goods for a period of three (3) years.

 

DESCRIPTION                                                                               QUANTITY

  1. DN 15mm Static Water Meter                                               5,000 pcs
  2. DN 20mm Static Water Meter                                            15,000 pcs

 

  1. The goods to be supplied shall be delivered CIF Banjul International Seaport as per Incoterm 2020 and the required time for the supply of the goods is Four (4) Months after signature of the contract.

 

  1. Payment shall be made under this contract via Telegraphic Transfer as follows:

 

  • 50% Advance upon submission of a Bank Guaranty to be confirmed by a local bank and 50% within 30 days after receipt and acceptance of the goods by NAWEC.

 

  1. NAWEC now invites sealed Bids from eligible Bidders for the supply of­­­­­­­­­­­­­­­­­­­ the above-mentioned Goods

 

  1. The deadline for submission of inquiries and for requests for clarifications shall be Ten (10) days before the deadline for bid submission.

 

  1. Interested eligible Bidders may obtain further information from and inspect the Bid documents at the Office of the Senior Procurement Manager:

 

53 Mamady Maniyang Highway

PO Box 609

Kanifing

Tel: 9969757 / 9962556 / 9962006            

Email: ksambou@nawec.gm / snyang@nawec.gm / fkinteh@nawec.gm

 

  1. A complete set of Bid documents in English language may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of USD 300.00

 

  1. Bids must be delivered to The Office of the Managing Director at the address indicated in No. 5 above on or before 12.00 PM on 28th December 2023 and must be accompanied by a bid security of USD 65,400.00 from a reputable Bank.

 

  1. Bids will be opened in the presence of Bidders’ representatives who choose to attend at 12:30 PM on 28th December 2023 at the boardroom of NAWEC Head Office at:

 

     53 Mamady Maniyang Highway

     PO Box 609

     Kanifing.

REQUEST FOR EXPRESSIONS OF INTEREST – Junior Power Engineer for Project Implementation Unit

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia
ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

Loan No./Credit No./ Grant No.: IDA/ D4070

Assignment Title: Junior Power Engineer for Project Implementation Unit. (As per Procurement Plan): GM-NAWEC-387349-CS-INDV

National Water and Electricity Company Ltd, NAWEC, is preparing and implementing the Gambia-related part of the World Bank funded ECOWAS-Regional Electricity Access Project, Phase I (ECOWAS-REAP1). The Project Development Objective is to increase grid electricity access in Guinea-Bissau, Mali, and The Gambia. The project aims to provide access to around 1.1 million people in specific localities selected in the countries following a first order least cost geospatial planning within a 100-km radius of the substations of the OMVG in The Gambia and Guinea Bissau, and the substations of the OMVS in Mali. The project comprises three components: (i) Design and build of electricity distribution infrastructure (Medium Voltage – MV and Low Voltage – LV) to maximize new connections; (ii) Supervision of the construction and technical advisory; and (iii) Technical assistance and project management.

For the project management, the Junior Power Engineer of the Gambia Project Implementation Unit (PIU) needs technical assistance to handle properly various activities he is in charge of. For this, a Junior Power Engineer is now being recruited by the Gambia Project Implementation Unit (PIU), in relation with the World Bank, to work under the supervision of the Senior Power Engineer of the PIU, on relevant activities of the ECOWAS-REAP1 project and any other projects implemented under the PIU.

1. SCOPE OF WORK

The Junior Power Engineer’s overall responsibility will be providing technical expertise during project implementation and inputs to ensure timely and efficient implementation of the projects. Activities to be performed include but are not limited to the following:

– Participating in the review of the designs prepared by the Contractors and the Owner’s Engineers, technical specifications, drawings,  schedules, all technical documents and works’ documents, including various reports and invoices.
– Take part in acceptance of materials (FAT & SAT), control of the works’ compliance with Employer’s Requirements, and all other necessary  supervision activities, to ensure that construction of the distribution networks is implemented on time, efficiently, safely, and with high      technical quality.
– Representing the PIU on-site during implementation of works and reporting accordingly to the Senior Power Engineer of the PIU.
– Contribute to the elaboration of Annual Work Plans and Budgets of the projects.
– Other activities, as instructed by the Senior Power Engineer and the Project Coordinator.

2. QUALIFICATION REQUIREMENTS
(i) Bachelor’s degree in electrical engineering or related fields.
(ii) Minimum 3 years’ relevant experience meant as being involved in power distribution grid operation activities or in power distribution grid extension/reinforcement projects in urban or rural areas.
(iii) Fluent in English with excellent written and spoken skills.
(iv) Ability to work in a multidisciplinary team.
(v) Experienced computer user, including excellent knowledge of Microsoft Office suite.

3. DUTY STATION
Besides the PIU office for sometimes, the Engineer will be required to reside most of the time around the project sites. Her/his office will be in Farafenni and Basse, depending on the intervention site.

4. FACILITIES TO BE PROVIDED BY THE PIU
The following facilities will be provided by the client to the consultant free of charge.
(i) Office Space: Office space with desk shall be provided in the PIU’s office or as it may be agreed.
(ii) Laptop, Office facilities: printing facilities, photocopying, copying paper writing materials etc.
(iii) Documents: All the documents and available data and information concerning the Project.
(iv) Internet facilities within the office.
(v) Business transport within the city for meetings, workshops, etc.
(vi) Support for all site visits required for supervision and monitoring.

5. FACILITIES TO BE PROVIDED BY THE CONSULTANT
(i) Mobile phone and communication (Telephone, own internet outside office hours).
(ii) In City Personal Transportation.
(iii) Accommodation and meals.

6. DURATION OF CONTRACT
1 year period contract renewable after satisfactory evaluation contract alongside the project implementation

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.

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

Junior_Power_Engineer_ToR

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

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: +220 996 1301/ 9967791/ 7009342
Electronic mail address: hnjie@nawec.gm, (and copy to mfsanyang@nawec.gm, asallah@nawec.gm)

REQUEST FOR EXPRESSIONS OF INTEREST – Financial Management Specialist for Project Implementation Unit (PIU)

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES –

INDIVIDUAL CONSULTANT’S SELECTION)

THE GAMBIA

ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP)

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

Assignment Title: Financial Management Specialist for Project Implementation Unit (PIU).

Reference No.: GM-NAWEC-387681-CS-INDV 

 

The Government of the Gambia (GOTG) has received financing from the World Bank (IDA Grant D3090 and D6530), European Investment Bank (EIB), the European Union (EU) and the Government of The Gambia (GoTG) towards the implementation of the Gambia Electricity Restoration and Modernization Project (GERMP). NAWEC is now hiring an experienced Financial Management Specialist to work on project activities in the PIU

REPORTING LINE

The Financial Management Specialist who will be based at the Project Implementation Unit will be answerable to the Project Coordinator of the PIU of National Water and Electricity Company limited (NAWEC)

ROLE

Within delegated authority, the FMS assumes full responsibility for the overall financial management of all Projects under the PIU.  The Financial Management Specialist is responsible for supporting the project coordination team in all aspects of financial management and monitoring of project funds with a view at ensuring a transparent and efficient financial management system for the Project. The incumbent will be responsible for the following:

 

Supervision

  • Act as the principal advisor to senior management on issues related to financial management, stewardship, financing resourcing and reporting in line with priorities and objectives.
  • In charge of supervising all accounting staff of the unit and all activities that have financial implications for the project.
  • Liaison with external auditors, internal auditors, and other review missions to ensure maximum access to financial and other information for smooth conduct of their reviews.
  • Coordinate with implementing entities such as contractors and NAWEC management with regards to financial management matters in consultation with the project coordinator.

Financial Management, Accounting & Internal Controls

Tasks and Activities:

 The specific tasks and activities of the Financial Management Specialist will be as follows:

 

(1)       Task: Administration and Team Management (Finance and Accounts Department)

Activities:

  • Co-ordination of administrative matters relating to the accounts department.
  • Carry out induction of new finance staff, performance management and discipline, creation of an enabling environment.
  • Guide, train staff in the unit and lead the recruitment of staff for the unit.
  • Ensure compliance with accounts and finance procedures.
  • Oversee on behalf of the Project Coordinator and fully participate in the development of a Financial Management Information System to be financed under the project.
  • Other administrative duties as may be delegated by the Project Coordinator.

 

(2)       Task: Accounting records, Financial Control and Preparation of financial reports.

Activities:

  1. Establish and maintain suitable systems of internal control (including approval and authorization controls, bank reconciliation statements, fixed assets management, inventories management and distribution, etc)
  2. Carry out approving officer functions in accordance with financing agreement, approved manuals and procedures.
  3. Ensures that all financial management procedures put in place are always in conformity with the PIM and financing agreements and the World Bank’s policies and procedures.
  4. Propose/ review recommendations to amendments and updates to the procedures to the PIM and other implementation manuals/ procedures.
  1. Prepare, monitor and control annual budgets, quarterly and annual financial statements, as well as reporting on material variances, recommending remedial action, as appropriate, within an agreed time frame:
  • serve as liaison to other implementing entities for all budget
  • provide the coordinator and implementing entities with all the information needed to prepare annual budgets based on a specific timeline of
  • compare the annual budgets presented by implementing entities with the project’s initial or updated budget allocations and, if necessary, coordinate budget arbitration sessions
  • monitor funding agreements signed with donor.
  1. Ensure that all accounting records and bank accounts are up to date using a computerized system:
  • identify and propose proper posting of the different types of
  • monitor the status of commitments per category and per
  • ensure that accounting ledgers and papers are well
  • receive and classify accounting records.
  1. Ensure monthly production of Withdrawal applications and Bank reconciliations for the
  • ensure that documentation of replenishment and reconciliation of physical petty cash to accounting records are carried out at least twice weekly.
  • review, sign and submit petty cash reconciliation to Project Coordinator monthly.
  • ensure that bank statements are reconciled with accounting records at least monthly.
  • review, sign and submit bank reconciliations to Project Coordinator at least monthly.
  1. Ensure the project’s proper cash management:
  • obtain and verify documentary evidence of project expenses and prepare for their
  • prepare and monitor Applications for Withdrawal of Funds to be sent to
  • prepare a quarterly cash budget for the entire
  1. Prepare the information and documents needed for audits and financial oversight:
  • Prepare and submit quarterly Interim Financial Report,
  • prepare an annual financial report,
  • prepare an annual special report on special account.
  • Draft audit responses and ensure the audit report is submitted to the bank on time.
  • follow through on auditors’ recommendations.
  1. Fixed assets management
  • Maintained a comprehensive fixed asset register.
  • Ensure all assets are coded and maintained in good working condition.
  • Oversee the annual verification of fixed

 

(3)       Task: Relationship Management

Activities:

  • Development partners & GOTG: initiate correspondence on financial matters for endorsement by Project Coordinator.
  • Auditors: liaise with external auditors to facilitate timely completion of external audits.
  • Banks: liaise with banks to ensure accuracy, timeliness of service and initiate correspondence for endorsement by Project Coordinator.
  • Others: participate in external meetings & forums as directed by Project Coordinator. 

The Financial Management Specialist will report to the Project Coordinator and submit quarterly financial reports to the same entity.

Professional Qualifications

  • Must be a professional accountant (ACCA, CPA, etc) with at least 5 years relevant post qualification experience; or
  • A holder of a master’s degree in accounting / finance from a recognized university, with at least 8 years relevant post qualification experience
  • A minimum of 5 years’ experience in financial management of World Bank funded projects and financial reporting compliant with cash basis IPSAS.
  • Experience management a finance unit will be an added advantage.
  • Possess good computer skills; experience in using a financial and accounting management software program may be required.
  • Display professional integrity and the ability to coordinate team activities.

Deliverables

The FMS has responsibility for the preparation and submission to project coordinator for approval and onward transmission to IDA, NAWEC and Government (where applicable), the following financial reports:

  • Annual Financial Statements and Project Accounts for review and expression of opinion by external financial
  • Quarterly Financial Monitoring reports in accordance with prescribed IDA
  • Regular Cash flow projections of the project in line with the Implementation plan
  • Quarterly Budgetary Control Report explaining variances to that
  • Any other deliverables required.

Performance Criteria

  • Quality of budget, financial and account monitoring within the project.
  • Compliance with the project’s financial and accounting information deadlines.
  • Quality of cash management within the project.
  • Quality of monitoring of internal control procedures.
  • Quality of Financial Monitoring Reports (FMR).
  • Submission of annual accounts to the auditors not later than the end of March.
  • Approval of annual accounts, certified statements of expenditures and Special Account transactions by external auditors, and transmission to the World Bank not later than June for the period ending in December of the previous calendar year.
  • All report should be prepared in English.

Assessment

Evaluation of qualified candidates may include an assessment exercise which may be followed by competency-based interview.

Terms of the Assignment

The Consultant shall be engaged on full time basis. The initial appointment will be for a period of one year renewable subject to satisfactory performance evaluation.

  • The remuneration will be paid on a monthly basis.
  • The Consultant will be offered opportunities to develop professionally by attending relevant training events and courses during the term of the contract.

Financial_Mgt_Specialist_ToR

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. 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 30th November 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)(asallah@nawec.gm

REQUEST FOR EXPRESSIONS OF INTEREST – External Auditor

REQUEST FOR EXPRESSIONS OF INTEREST

 

The Gambia

ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

 

Loan No./Credit No./ Grant No.: IDA/ D4070

 

Assignment Title: External Auditor. (As per Procurement Plan): GM-NAWEC-379210-CS-LCS

 

The Government of the Gambia (GOTG) has received financing from the World Bank (IDA Grant D4080), towards the implementation of the ECOWAS Regional Electricity Access Project (ECO-REAP) and intends to recruit an audit firm for the audit of the financial statements.

A. Project Development Objective

 

  1. The Project Development Objective is to increase grid electricity access in Guinea-Bissau, Mali, and The Gambia.

 

B. Project Components
  1. The proposed SOP1 will finance work outlined above in Guinea-Bissau, Mali, and The Gambia. The project aims to provide access to around 1 million people in the three countries. Specific localities in each country have been selected following a least-cost geospatial electrification planning within a 100-km radius of the substations of the OMVG in The Gambia and Guinea Bissau, and the substations of the OMVS in Mali. The project is aligned to the national access programs.
  2. The project comprises three components:
  • Design and build electricity distribution infrastructure (Medium Voltage – MV and Low Voltage – LV) to maximize new connections.
  • Supervision of the construction and technical advisory; and
  • Technical assistance and project management.

 

  1. Component 1: Design, supply, and installation of electricity distribution infrastructure   This component specifically supports the detail design, supply and installation  of distribution networks from OMVG and OMVS 225/33KV substations  with the following scope:   (a) 3 700 km of 33 KV medium voltage (MV) lines, (b) 1 000 33KV/400V distribution substations, (c) 3 500 km of 400V low voltage (LV) lines to expand grid coverage and maximize the number of new connections; and d) 140 000 last mile connection equipment, including service drops,  prepaid meters, as well as ready boards for low voltage customers.
  2. Component 2: Supervision of the construction and technical advisory. This component will finance the costs associated with the recruitment of an owner’s engineer (OE) that will be recruited on a competitive basis under the project to supervise the work carried out under component 1. The owner’s engineer will also monitor compliance with safeguard instruments (environmental and social) related to construction. The responsibility of the OE will comprise review of design, technical specifications, and bidding documents; supervision of construction; contract management; and supervision of implementation of Environmental and Social Management Plan (ESMP) and Resettlement Action Plan (RAP). The OE will assist each PIUs and the RCU during bid clarification, evaluation, and contract negotiation with the selected/awarded bidders/contractors.
  3. Component 3: Project coordination and technical assistance). In the spirit of strengthening national and regional capacities, this component will finance a combination of technical assistance and project management support to assist recipients in successfully implementing the project and preparing for future phases under the program. Specifically, this component will finance the strengthening of recipient implementation teams responsible for project implementation, expected project costs associated with the management of safeguards excluding the resettlement costs, and technical advisory services pertaining to preparation studies – such as least cost electricity access development plans – for future projects in the region. The component will include three sub-components as follows:
  4. Sub-component 3.1 –Regional Implementation Support (: This sub-component will finance
  • the operation of the Regional Coordination Unit (RCU) and the preparation of the SOP2. It will finance a team comprising a Coordinator, power engineer, procurement, accounting, environmental, social and M&E specialists that will support the project implementation; and, the acquisition of computers and office equipment, training, audits, and other operational costs.
  • carry out a study related to the harmonization of equipment and materials to be utilized under component 1 of the project as well as carrying out of a Project-wide assessment at the end of the Project to identify and disseminate lessons relating to absorption capacity and joint procurement the review relating to the harmonization process during the project as well as a program-wide assessment at the end of the project to identify and disseminate lessons relating to absorption capacity and joint procurement; and
  • technical studies, ESIA and RAP, gender baseline analysis studies, and bidding documents for future access projects under the program.

Sub-component 3.2. – National Implémentation Support.). This sub-component will finance.

  • expected costs related to the management of Environmental and Social Impact Assessment (ESIA) and RAP and the application of the Bank’s safeguard policies.
  • recruitment of staff at the national level to strengthen the implementation teams and ensure close oversight throughout the project, including for fiduciary and safeguards supervision. Any physical resettlement costs identified under the project RAP once prepared will be financed by the recipient countries directly.
  1. OBJECTIVE OF THE AUDIT

 

2.1 The objective of the audit of the Project financial statements (PFSs) is to enable the auditors to express an independent professional opinion on the financial position of the Project as at the end of each fiscal year; and of the income and expenditure for the accounting period ending on that end.  The project’s books of account provide the basis for preparation of the financial statements and are established to reflect the financial transactions in respect of the project.

 

  1. RESPONSIBILITY FOR   PREPARATION       OF   FINANCIAL STATEMENTS 

 

The project’s management is responsible for the preparation of financial statements, including the maintenance of adequate accounting records and internal controls, the selection and application of accounting policies, the safeguarding of the assets of the project, and adequate disclosure.  As part of the audit process, the auditor will request from management written confirmation concerning representations made to us in connection with the audit.

  1. SCOPE OF THE AUDIT

 

The audit will be conducted in accordance with International Standards on Auditing. Those Standards require that the auditor plans and performs the audit to obtain reasonable assurance about whether the financial statements are free of material misstatements. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation.

  1. In complying with International Standards on Auditing, the auditor is expected to pay particular attention to the following matters, including special considerations for public sector entities:
  • In planning and performing the audit to reduce audit risk to an acceptably low level, the auditor should consider the risks of material misstatements in the financial statements due to fraud, as required by International Standard on Auditing 240.
  • When designing and performing audit procedures and in evaluating and reporting the results thereof, the auditor should recognize that noncompliance by the entity with laws and regulations may materially affect the financial statements, as required by International Standard on Auditing 250.
  • The auditor should communicate audit matters of governance interest arising from the audit of financial statements to those charged with governance of an entity, as required by International Standard on Auditing 260.
  • The auditor should appropriately communicate to those charged with governance and to management any deficiencies in internal control that the auditor has identified in an audit of financial statements, as required by International Standard on Auditing 265.
  • To reduce audit risk to an acceptably low level, the auditor should determine overall responses to assessed risks at the financial statement level and should design and perform further audit procedures to respond to assessed risks at the assertion level, as required by International Standard on Auditing 330.
  • When certain aspects of an entity’s operations are performed by a third-party service provider, the auditor is expected to include an understanding and assessment of the internal control environment of the service provider during the audit process, as required by International Standard on Auditing 402.
  • As part of the audit process, the auditor is expected to obtain written representations from management and, where appropriate, those charged with governance, as required by International Standard on Auditing 580.
  • When the external auditor decides to use the work of an entity’s internal audit function to modify the nature or timing, or reduce the extent, of audit procedures to be performed directly by the external auditor, the determination shall be in accordance with International Standard on Auditing 610.
  • In determining whether to use the work of an auditor’s expert or the extent to which the work of an auditor’s expert is adequate for audit purposes, the determination shall be made in accordance with International Standard on Auditing 620.
  1. In evidencing compliance with agreed project financing arrangements, the auditor is expected to carry out tests to confirm that:
  • All external funds have been used in accordance with the conditions of the relevant financing agreements, with due attention to economy and efficiency, and only for the purposes for which the financing was provided. Relevant financing agreements include [Loan/Credit Agreements].
  • Counterpart funds have been provided and used in accordance with the relevant financing agreements, with due attention to economy and efficiency, and only for the purposes for which they were provided.
  • Goods, works, and services financed have been procured in accordance with relevant financing agreements,[1] including specific provisions of the World Bank Procurement Framework.
  • All necessary supporting documents, records, and accounts have been maintained in respect of all project activities, including expenditures reported using Statements of Expenditure (SOE) or Interim Unaudited Financial Statements (IFS) methods of reporting. The auditor is expected to verify that respective reports issued during the period were in agreement with the underlying books of account.

 

  1. Project financial statements

The auditor should verify that the financial statements have been prepared in accordance with Generally Accepted Accounting Standards and on a cash basis. The financial statements should include:

 

  • A summary of funds received from the World Bank, other financiers and counterpart contributions from the borrower, all presented separately;
  • A summary of expenditures paid, presented under project account headings and main categories of expenditures; and
  • Additional disclosures in explanatory notes, including details of statements of expenditures (SOE) supporting Withdrawal Applications submitted during the period, a reconciliation of movements on the Designated Account, and a statement of fund balances]
  • List of assets purchased with project’s fund

 

 

(d) A management assertion that project funds have been expended for the intended purposes

( e) When the entity makes publicly available its approved budget, a comparison of budget and actual amounts either as a separate additional financial statement or as a budget column in the financial statements; and

  • Notes, comprising a summary of significant accounting policies and other explanatory notes.

 

Review of Statements of Expenditure and Interim Unaudited Financial Statements

  1. The auditor is required to audit all SOE/IFS submitted to the World Bank in support of requests for periodic replenishment of the project designated account(s). Expenditures should be examined for eligibility based on criteria defined in the terms of the financing agreement and detailed in the Project Appraisal Document. The auditor should report any ineligible expenditures identified as having been included in withdrawal applications and reimbursed.

 

Review of designated accounts

  1. During the audit of the project financial statements, the auditor is required to review the activities of the project’s designated account(s). Activities to be examined will include deposits received, payments made, interest earned, and reconciliation of period-end balances

 

  1. Audit Reports

Audit opinion

10 The auditor will issue an audit opinion on the financial statements. The auditor’s opinion shall be based on an evaluation of the conclusions drawn from the audit evidence obtained and shall be expressed clearly through a written report that also describes the basis for that opinion. The audit report shall be prepared in accordance with International Standard on Auditing 700.

  1. A modified audit opinion shall be rendered in the financial statements when the auditor concludes, on the basis of the audit evidence obtained, that the financial statements as a whole are not free from material misstatement; or the auditor is unable to obtain sufficient appropriate audit evidence to conclude that the financial statements as a whole are free from material misstatement. Modified audit opinions shall be in accordance with International Standard on Auditing 705.
  2. The auditor will include emphasis of matter paragraphs or other matter paragraphs in the audit opinion where the auditor, having formed an opinion on the financial statements, seeks to draw users’ attention, when in the auditor’s judgment it is necessary to do so, by way of clear additional communication in the auditor’s report. The paragraphs will refer to either a matter that, although appropriately presented or disclosed in the financial statements, is of such importance that it is fundamental to users’ understanding of the financial statements; or as appropriate, any other matter that is relevant to users’ understanding of the audit, the auditor’s responsibilities, or the auditor’s report. This form of opinion will be presented in accordance with International Standard on Auditing 706.

Other audit reports

  1. In addition to the audit opinion, the auditor will also, either in the audit report or in the report to management:
    1. provide comments and observations on the accounting records, systems, and controls that were examined during the course of the audit;
    2. identify specific deficiencies and areas of weakness in systems and controls and make recommendation for their improvement;
    3. report on instances of noncompliance with the terms of the financial agreement(s);
    4. quantify and report expenditures that are considered to be ineligible and either paid out of the designated account(s) or claimed from the World Bank;
    5. communicate matters that have come to attention during the audit that might have a significant impact on the implementation of the project;
    6. draw to the borrower’s attention any other matters that the auditor considers pertinent; and
    7. responses from management, including implemented and proposed remedial actions.
  1. The auditor’s opinion on the financial statements and management letter should be received by the Bank no later than six months after the end of each accounting period which represents June 30.

     General

  1. The auditor is entitled to unlimited access to all information and explanations considered necessary to facilitate the audit, including legal documents, project preparation and supervision reports, reports of reviews and investigations, correspondences, and credit account information. The auditor may also seek written confirmation of amounts disbursed and outstanding in the Bank records.
  2. The auditor is encouraged to meet and discuss audit-related matters, including input to the audit plan, with the World Bank project task team.
  3. It is highly desirable that the auditor reviews the Bank’s financial reporting and auditing requirements contained in OP 10.00 Investment Project Financing, Bank Policy: Program for Results Financing, and OP 8.60 Development Policy Lending. The auditor should also be familiar with the Disbursement Guidelines for Investment Project Financing (February 2017), the Loan Handbook for World Bank Borrowers (February 2017), and the World Bank’s Procurement Framework (July 2016).

 

  1. DURATION OF THE ENGAGEMENT AND PRICING OF THE SERVICES

 

 

The total audit engagement is for a period of 3 years to review the accounts for the following accounting period:

First period will be from January to December 2023, then the year ending December 2024 and December 2025.

 

The Client will pay to the Consultant in accordance with the following schedule:

1st payment: 10% of the Contract amount against advance payment guarantee.

2nd payment: 40% of the Contract amount upon delivery of draft Audit report and draft Management Letter for the accounting Period.

Final payment: 50% of the Contract amount upon delivery of the Final Audit Report and Final Management Letter for the accounting Period.

 

  1. Team composition and Qualification requirements for the Key experts

 

Expert Position/expertise

Qualification and experience of key personnel

 

  1. Audit Partner.

Chartered Accountant or compatible certification with a minimum of 12 years of post-qualification experience as a practicing Chartered Accountant and at least 8 years’ experience in auditing World Bank or other development partners projects.

 

  1. Audit Manager

Minimum of 8 years of post-qualification experience as a Chartered Accountant and at least 5 years’ experience in auditing World Bank or other development partners projects.

 

  1. Senior Auditor

Minimum of 5 years of post-qualification experience as a Chartered Accountant and at least 3 years’ experiences in auditing World Bank or other development partners projects.

 

  1. Junior Auditor

Minimum of 3 years of post-qualification experience as a Chartered Accountant and at least 2 years’ experience in auditing World Bank or other development partner projects.

 

  1. Procurement Specialist.

A minimum of 10 years’ experience in the World Bank procurement is required, including procurement of consulting services, goods, and works/Plant. Procurement specialists, as a minimum, shall have Master’s degree in procurement, business or public administration, or other relevant fields.

  1. This assignment will not be awarded to audit firms whose audit report was previously rejected by the bank.

 

  1. Level of Effort

 

It is expected that about 80 person-days will be required during the contract implementation. It is envisaged that the services of specific experts will be provided intermittently. The table below shows the indicative positions and their estimated staff months.

Position

Staff-days

Audit Partner

3

Audit Manager

6

Senior Auditor

13

Junior Auditor

18

Procurement Specialist

10

Total

50

 

Note to Consultants: The above presentation of staff days and specific positions is indicative only; consultants are at liberty to propose their own calculations, provided that the required areas of expertise are adequately covered.

  1. Reports and Schedule of Deliveries

The key specific outputs and reports are as follows for each accounting Period.

 

Deliverable Not later than:

 

Draft Audit Report

3 weeks after the invitation from the project to start the audit.

 

Draft Management Letter

3 weeks after the invitation from the project to start the audit.

 

Final Audit Report

1 week after receiving Client’s comments on the Draft Audit Report

 

Management Letter

1 week after receiving Client’s comments on the Draft Management Letter

All reports and deliverables will have to be submitted in 5 copies, and electronically.

 

  1. Data, local services, personnel, and facilities to be provided by NAWEC

 

NAWEC will provide, free of charge, the following:

  • Data and information in connection with the project.
  • Counterpart staff necessary for implementing the assignment.
  • NAWEC will arrange/facilitate meeting/visits with other governmental agencies, authorities and offices as needed for implementing the services

 

  1. Equipment to be provided by consultants

 

Consultants’ staff shall use its own computers, notebooks, and cellular phones.

Consultants will be responsible for their transportation arrangements and office arrangements for their team, including space, furniture and telecommunication.

  1. Awarding of Contract

The contract shall be awarded to an audit firm based on the received offer, profile, qualifications and experience of the firm, and availability within the tight schedule set.

 

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” dated 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.

 

Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications.

 

A Consultant will be selected in accordance with the Least- Cost-Based Selection (LCS) method set out in the Consultant Guidelines.

 

Further information can be obtained at the address below during office hours.

External Auditor ECO-REAP ToR

 

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 23rd November 2023.

National Water and Electricity Company

 

Managing Director

Attn: 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/ 9967791/ 7009342

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

 

[1] Depending on the complexity of procurement activities, the auditor may consider involving technical experts during the audit engagement, in compliance with provisions of International Standard on Auditing 620. Consideration of using of the work of experts should be brought to the early attention of the borrower and the World Bank for mutual agreement and appropriate guidance.

REQUEST FOR EXPRESSIONS OF INTEREST (REOI) CONSULTING SERVICES – SENIOR POWER ENGINEER INDIVIDUAL CONSULTANT

                                                                               

Projects Implementation Unit (PIU).

National Water and Electricity Company.

53, Mamadi Maniyang Highway,

P.O. Box 609, Kanifing,

The Gambia

REQUEST FOR EXPRESSIONS OF INTEREST (REOI)

(CONSULTING SERVICES – SENIOR POWER ENGINEER INDIVIDUAL CONSULTANT)

 

 PROVISION OF SUPERVISORY SERVICES AND HANDS-ON TRAINING

October 2023

REQUEST FOR EXPRESSIONS OF INTEREST (REOI)

(CONSULTING SERVICES – INDIVIDUAL CONSULTANT)

 PROVISION OF SUPERVISORY SERVICES AND HANDS-ON TRAINING

 

Country: GAMBIA

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

Sector : POWER

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

Issue Date: 27 October 2023

Closing Date: 9 November 2023

 Recipient: Republic of Gambia

Implementing Agency: National Water and Electricity Company (NAWEC)

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

 Part of the Grant is to be used for Project Implementation Management, and more specifically, for funding the services of a Senior Power Engineer (Consultant) to support project supervision and to provide hands-on training to selected technical staff of NAWEC,

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

Scope of the Services

The expected Scope of the Services of the Consultant includes:

i. Review and approve all the detailed designs to be prepared by the Contractor(s);

ii. Provide engineering support to the PIU during bidding, management, and implementations;

iii. Provide inputs to specifications/employers’ requirements/ToRs for bidding documents;

iv. Provide technical support during bidding stages, bid evaluations, requests for clarifications, contract negotiations, drafting contracts, etc.;

v. Oversee project preparations, particularly in aspects related to designs, works, equipment                         specifications, and other technical aspects like substation protection and control system;

vi. Ensure that bidding documents, project implementations, and contracts adhere to all technical details  and international standards, for the  lines and substations as well;

vii. Review all technical documents; designs, specifications, and construction schedule submitted by Contractors, ensuring strict control for proper and quality implementations of the project, in relation with the owner’s engineer;

viii. Attend Factory Acceptance Tests, and inspect the quality and quantity of the equipment

ix. Supervise the implementations of all the projects to conform to the approved design;

x.  Supervise commissioning conducted on all the projects and issue reports;

xi. Monitor the implementation of the projects schedules to ensure adherence with the project timeline;

xii. Review the reporting from Contractors and the invoices of contractor(s);

xiii. Monitor the implementation of the Quality Management Plan set up by contractors and safety arrangements during works (Personal protective equipment, Staff certifications to handle specific electricity-related tasks, etc.);

xiv. Collect all relevant information on the constructions, anticipate and identify problems and risks arising and recommend necessary actions to the Project Coordinator;

xv. Assess and address all proposed technical variations and report on justification or otherwise of claims;

xvi. Respond effectively to any other job assigned by the Project Coordinator;

xvii. Elaborate Annual Work Plans, annual budgets, as well as the quarterly, biannual, annual reports of the projects, and project completion reports;

xviii. Be readily available and provide technical support during Bank and/or other stakeholders’ supervision missions;

xix. Provide hands-on training to NAWEC-assigned staff specifically in the area of substation regular operations and maintenance;

xx. Lead the project closing processes.

Duration of Assignment:

This assignment is full-time and is initially for a one-year period and may be subject to renewal based on project requirements, the Consultant’s performance, and availability of funds.

Qualifications & Experience

The candidates shall meet the following qualifications requirements:

Qualifications and Skills Requirements

i. Must hold a first degree in Electrical Engineering from a recognised

ii. University. A Master’s degree in Electrical Engineering would be recognized as additional advantage ;

iii. Minimum 10 years of relevant practice experience. Strong knowledge and skills in Electric Power System Design, Planning, Operations, and network protection are necessary;

iv. Fluent in English

v. Good skills in information technology and communication tools

vi. Ability to work in a multidisciplinary team

vii. Experienced computer user, including excellent knowledge of Microsoft Office suite

General Experience

 viii.  Excellent writing and reporting skills

ix.     Significant exposure to the electricity sector with a minimum of 10 years’ professional experience in power engineering.

Specific experience

 

x. Demonstrable experience in Procurement of Works, Goods and Selection of Consultants, according to Guidelines of the AfDB, World Bank  or other Development agencies;

xi. Have been involved at least in two (2) large engineering projects on power grid extension/reinforcement including the construction of Medium Voltage Substations in the last five (5) years;

xii. Experience and understanding of the methodology of power system planning and analysis software, as well as rules for the interconnection of electricity networks;

xiii. Specific experience in substation design, construction, protection, control setting and coordination;

xiv. Relevant practice experience in developing countries will be considered an added advantage.

Senior Power Eng_GESREP_ToR

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

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

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

Expressions of interest including relevant supporting documents must be delivered in hard copy or submitted via email to the address below by 9th November 2023 not later than12:30 p.m. (Gambia time) and must be specifically marked: Consulting Services – Senior Power Engineer Individual Consultant: Provision of Supervisory Services and Hands-On Training, and Addressed To:

Attention:  Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

The Gambia

Tel: +220 3664125 / 3182113/ 7009342

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

REQUEST FOR EXPRESSIONS OF INTEREST Junior Power Engineer for the Project Implementation Unit (PIU)

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES –

INDIVIDUAL CONSULTANT’S SELECTION)

THE GAMBIA

ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP)

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

Assignment Title: Junior Power Engineer for the Project Implementation Unit (PIU).

Reference No.: GM-NAWEC-379215-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. 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.

The project has a component on rural electrification – Design, Supply, and Install electricity distribution infrastructure (Medium Voltage Backbones and Low Voltage networks) to maximize new connections.

A Junior Power Engineer is now being recruited by the Gambia Project Implementation Unit (PIU) to work on relevant projects activities under the supervision of the Senior Power Engineer of the PIU.

The assignment will be for a period of one (1) year, renewable.

  1. SCOPE OF WORK

The Junior Power Engineer’s overall responsibility will be providing technical expertise during project implementation and provide inputs to the ensure timely and efficient implementation of the projects managed under the PIU.

Activities to be performed include but are not limited to the following:

  • Participating in the review of the designs prepared by the Contractors and the Owner’s Engineers.
  • Representing the PIU on-site during implementations of works and reporting accordingly to the Senior Power Engineer of the PIU.
  • Report on project related activities and identifying bottlenecks to implementation for swift redress.
  • Take part in reviewing works’ documents, including invoices, acceptance of materials, control of the works’ compliance with Employer’s Requirements, and all other necessary supervision activities, to ensure that construction of the distribution networks is implemented on time, efficiently, safely, and are of satisfactory technical quality.
  • Participating in monitoring of the implementation of the Environmental and Social Management Plan in liaison with the Safeguard team of the PIU.
  • Reviewing technical documents and ensuring strict control during implementation activities.
  • Contribute to the elaboration of Annual Work Plans and Budgets of the projects under the PIU.
  • Other activities, as instructed by the Senior Power Engineer and the Project Coordinator.

2. QUALIFICATION REQUIREMENTS

  • (i) Bachelor’s degree in Electric Engineering or related fields.
  • (ii) Minimum 3 years’ relevant experience in Medium Voltage (MV) and Low Voltage (LV) networks.
  • (iii) Fluent in English with excellent written and spoken skills.
  • (iv) Experienced computer user, including excellent knowledge of Microsoft Office suite.
  • (v) The Engineer will be required to reside around the project sites. Her/his office will be in Farafenni and Basse, depending on the intervention site.
  1. FACILITIES TO BE PROVIDED BY THE PIU

The following facilities will be provided by the client to the consultant free of charge.

  • (i) Office Space: Office space with desk shall be provided in the client’s office or as it may be agreed.
  • (ii) Laptop, Office facilities: printing facilities, photocopying, copying paper writing materials etc.
  • (iii) Documents: All the documents and available data and information concerning the Project.
  • (iv) Internet facilities within the office.
  • (v) Business transport within the city such as meetings workshops etc.
  • (vi) Support for all site visits required for supervision and monitoring.
  1. FACILITIES TO BE PROVIDED BY THE ENGINEER
  • (i) Mobile phone and communication (Telephone, own internet outside office hours)
  • (ii) In City Personal Transportation.

THE ENGINEER WILL BE RESPONSIBLE FOR ARRANGING AND PAYING FOR ACCOMMODATION AND MEALS.

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. 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 15th November 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)