REQUEST FOR EXPRESSIONS OF INTEREST – External Auditor for GERMP

REQUEST FOR EXPRESSIONS OF INTEREST

 

The Gambia

Electricity Restoration and Modernization Project (GERMP)

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

 

Assignment Title:  External Auditor for GERMP

Reference No.: GM-NAWEC-312785-CS-LCS

The Government of the Gambia (GOTG) has received financing from the World Bank (IDA Grant D3090 and Grant D6530), European Union (EU), and European Investment Bank (EIB), towards the implementation of the Gambia Electricity Restoration and Modernization Project (GERMP) and intends to recruit an audit firm for the audit of the financial statements.

The Project Development Objectives are to improve the operational performance of the utility, and its capacity to dispatch variable renewable electricity.

The Gambia Electricity Restoration and Modernization Project (GERMP) is designed to support the implementation of immediate priority investments to restore the delivery of electricity services in targeted municipal and regional areas and complement fiscal stabilization efforts. The operation will improve the operational performance of the utility by improving the electricity supply and supporting the turnaround of NAWEC, and its capacity to dispatch variable renewable electricity. In this way, the project partly addresses the aspirations of the population for better public services.

There are four components to the project: (1) on-grid solar PV; (2) T&D restoration and modernization; (3) urgent institutional support for sector turnaround and (4) urgent actions to address the water crisis:

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 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 the preparation of the financial statements and are established to reflect the financial transactions in respect of the project.

 

  • Auditing of the Project Financial Statements (PFS) of GERMP in accordance with International Accounting Standards (IAS) and World Bank requirements;
  • Review of Statements of Expenditure and Interim Unaudited Financial Statements;
  • Review of designated accounts;
  • Preparing Management Letters and Audit Reports.

 

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

The first period will be from the period ending December 2022, then December 2023 and December 2024.

 

National Water and Electricity Company now invite 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. The shortlisting criteria are:

 

The interested consulting firm should have (a single company or jointly if associated with other companies):

-At least 5 years of experience in the area of auditing in accordance with IAS;

-Experience in auditing at least one project financed by the World Bank within the last five years;

-A firm should have successfully implemented (completed) at least 1 contract of similar nature and complexity in the past 5 years in developing countries;

-A firm should be registered with the Gambia Institute of Chartered Accountants (GICA) and have necessary up-to-date permits to perform auditing services in The Gambia.

 

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 or click on the link below for the Terms of Reference.

GERMP External Auditor TOR

Expressions of interest must be delivered in written form to the address below (in person, by mail, by fax, or by e-mail) by 30th November 2022.

 

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

 

REQUEST FOR EXPRESSIONS OF INTEREST – Consultancy Service for the Design and Supervision for the Construction of Project Office

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

Name of Project: ECOWAS Regional Electricity Access Project (ECOWAS-REAP)- P164044

Grant No.: D4080

Assignment Title: Consultancy Service for the Design and Supervision for the Construction of Project Office

Reference No. GM-NAWEC-315674-CS-LCS

BACKGROUND

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 (ECOWAS-REAP) and intends to use part of the fund to recruit a firm for the design, preparation of bidding documents and supervision of the works for the proposed Project office building at Kotu.

In order to realize its targets, NAWEC wishes to come up with an environmentally sound, conducive, cost-effective, and user-friendly Project office complex that can avail an effective means to accommodate a highly motivated workforce capable of delivering the outcomes for meeting its target in providing access to reliable electricity supply in The Gambia.

The purpose of this TOR is to spell out the terms and conditions for the hire of a consulting firm to carry out a fitting design that can cater to all the present and anticipated future requirement needs of  NAWEC’s Project Implementation Unit, on a proposed area at Bertil Harding Highway, Kotu for the construction of a new stand-alone multi-story complex office building and car park area plus the supervision of the works. The design shall be in accordance with the EDGE (“Excellence in Design for Greater Efficiencies”) requirements and the building shall be EDGE-certified upon construction completion.

DUTIES AND RESPONSIBILITIES OF THE CONSULTANT

The Consultant will be responsible to PIU/NAWEC, (the client) represented by the Project Coordinator; or his designates, for undertaking the following:

  1. Assess the management and administrative needs of NAWEC’s Project Office in consultation with the management. It is anticipated that the proposed Project Office building shall accommodate up to 150 employees, and parking space shall be sufficient for at least 20 mid-size vehicles (such as Toyota Frontrunner, Mitsubishi Pajero, or similar).
  2. Analyze the physical infrastructural development needs in the short, medium, and long term, and prepare detailed designs and tender documents for the proposed facilities.
  • Have consultative meetings with the PIU every fortnight to review progress.
  1. Propose the type of equipment and material needed for these structures along with necessary cost estimates.
  2. Suggestions/recommendations in order to meet sustainability requirements.
  3. Taking the above points into consideration, prepare a complete design together with the working drawings, schedules, etc. plus detailed cost estimates.
  • Assist the PIU in the development of the bidding documents and the recruitment of the Constructor
  • Supervise the construction of the designed facilities, including the preparation of interim certificates and overall management of the contract.

 

  • OUTPUTS; PRE-DESIGN PLANNING
  • OUTPUTS: SCHEMATIC DESIGN
  • OUTPUTS: PERFORMANCE STANDARDS
  • ASSISTANCE TO PROCUREMENT AND WORK SUPERVISION

DURATION AND SUPERVISION OF DELIVERABLES

The total duration of the consultancy contract is estimated to be 15 calendar months, including 1 month for Design, 5 months for Assistance to procurement (on an intermittent basis), and 9 months for Works supervision. The anticipated level of effort of key staff is at least 6 months.

National Water and Electricity Company now invite 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. The shortlisting criteria are:

  1. Have implemented at least 2 similar contracts in the last 6 years in Sub-Saharan Africa. Work completion reports are required to be part of the submissions.

The works must include design, bid preparation, and supervision during implementation for it to be considered as a similar assignment. A proper description of the projects in the last 10 years is desired. The value of each work performed in the last ten years must also be mentioned and names and contact numbers should also be provided.

  1. Must have designed, prepared bidding documents, and supervised buildings of at least 1,500 sq. m.)

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

PIU Office Consultant 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” dated July 2016 and revised November 2017  and August 2018 and November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

A Consultant will be selected in accordance with the Least- Cost-Based Selection (LCS) 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 written form to the address below (in person, by mail, by fax, or by e-mail) by close of business on November 21st, 2022.

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)

REQUEST FOR EXPRESSIONS OF INTEREST Monitoring and Evaluation Specialist for Project Implementation Unit

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia

Electricity Restoration and Modernization Project (GERMP)

 

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

 

Assignment Title: Monitoring and Evaluation Specialist for Project Implementation Unit

Reference No. (as per Procurement Plan): GM-NAWEC-317405-CS-INDV

 

National Water and Electricity Company Ltd, NAWEC, is implementing the Gambia Electricity Restoration and Modernization Project, co-financed by The World Bank (WB) and the European Investment Bank (EIB). A Project Management Unit (PMU) has been created to coordinate this work within NAWEC and with numerous Government ministries and agencies.  The role of the PMU includes, inter alia, providing specialist support in the areas of social and environmental safeguards, procurement, financial management, monitoring and evaluation, and communications. The Monitoring and Evaluation Specialist will work under the direct guidance of the Project Coordinator in both the preparation and regular review of the project’s activities.

 

The M&E Specialist will provide technical leadership to develop the project results framework, monitoring plans, and indicators to capture project results and provide effective, accurate, and timely monitoring, evaluation, and reporting of all project activities.  The overall objective is to provide strategic and technical guidance in monitoring and evaluating the implementation of project interventions and provide general M&E support (technical + capacity building) to NAWEC particularly in reporting salient operational and financial parameters as detailed in the company’s strategic development plan (SDP) and ensuring compliance with the M&E requirements of GERMP co-financiers.

 

NAWEC now invites eligible individual consultants (“Consultants”) to indicate their interest in providing the Services. Interested consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The consultant’s Letter of Expression of Interest and CV shall be submitted to the address below.

SCOPE OF WORKS

Oversee the development and implementation of the monitoring plan to capture the Project’s performance and results, including routine reporting, baseline and result assessments, and all monitoring for process and outcome evaluations.

 

The M&E Specialist will perform the following tasks:

 

Develop an overall Monitoring and Evaluation (M&E) Framework and Plan in accordance with the requirements and standards of the World Bank and the Government of the Gambia:

  • Lead efforts to monitor and evaluate project interventions, document results and provide feedback to stakeholders to guide decision-making;
  • Provide oversight and monitoring of field activities and ensures that these activities are coordinated with, complementary to, and supportive of NAWEC projects and or programs;
  • Develop and continuously refine the monitoring plan to ensure that the baseline information as well as targets are set well and understood by the project implementation units;
  • Undertake monitoring field visits with the Implementing Entities and or Development partner(s) where appropriate;
  • Undertake field visits to gather information on the perception of the community members or beneficiaries and other local stakeholders;
  • Lead and support the systematic gathering of quantitative and qualitative data and reporting on project progress;
  • Monitor data quality assurance and ensure periodic programmatic reports for GERMP are produced on time
  • Work closely with project implementation units and the World Bank when undertaking periodic reviews;
  • Assist to develop project-specific monitoring and evaluation plans in consultation with the PM and other stakeholders;
  • Assist the PM to implement a project-wide M&E framework, guidelines, and other tools for the various components under the project;
  • Work closely with NAWEC management to report on identified KPI’s and performance matrices

 

The Monitoring and Evaluation Specialist will be located full-time in Banjul, The Gambia, and perform his/her duties at the PIU (GERMP).

The expected contract duration is 12 months; an extension of this position may be considered and will be dependent upon satisfactory performance.

 

The detailed Terms of Reference (TOR) for the assignment can be obtained at the link given below:

Monitoring_and_Evaluation_Specialist TOR

 

Required qualifications:

 

  • Advanced degree in Statistics, Data Science, Economics, Development studies, or related social sciences.
  • At least five (5) years experience in monitoring and evaluation and results-based management, including for projects financed by international donors.
  • Experience in a World Bank-funded project will be an asset;
  • Knowledge of Electricity utilities particularly in a planning function;
  • Excellent writing and analytical skills in drafting concept notes and reports;
  • Understanding and knowledge of computer applications such as MS Word, Excel, MS Project, and Database Management tools.

 

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 November 11th, 2022 

Managing Director

Attn: Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building,

Fajara114 Kairaba AvenueFloor/ 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)

REQUEST FOR EXPRESSIONS OF INTEREST Consulting Firm to Conduct Feasibility Study – Wastewater Systems for Banjul and Kotu – Emergency Works and Medium-Long Term Plans

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: Consulting Firm to Conduct Feasibility Study – Wastewater Systems for Banjul and Kotu – Emergency Works and Medium-Long Term Plans

Reference No.:  GM-NAWEC-299228-CS-CQS

The Gambia Electricity Restoration and Modernization Project (GERMP) additional financing, in the amount of USD 43 million, was approved by the World Bank Board of Directors on 29 June 2020. This project, which expands the scope of the parent GERMP, aims to improve NAWEC’s operational performance for both electricity, water and Sewerage services and will fund important investments in water and sanitation infrastructure that can help address the water and sanitation crisis in NAWEC’s service area.

The GERMP Additional Financing will provide essential support to NAWEC to address some of these challenges. The project plans to strengthen the utility’s functioning through a service contract covering both electricity and water; the introduction of water drinking modules in the information management system (IMS); training; and strategic studies on sanitation. A separate component will strengthen NAWEC’s planning on non-revenue water reduction; install retail meters and district metered areas (DMAs); introduce energy efficiency measures; rehabilitate storage tanks; finance new water connections, and improve water quality at selected water treatment facilities. Moreover, considering the current coronavirus pandemic, the project has provided emergency support to NAWEC to purchase IT equipment for staff and handwashing and hygiene kits for the population; and implement hygiene campaigns. It will also provide water supply to unconnected areas through borehole drilling and extension of the water network.  It has provided refilling of water plastic tanks by service providers to water-stressed zones in the GBA, and will also purchase needed spare parts and equipment to ensure continuity of service provision.

The objective of this assignment is to help NAWEC develop a strategic plan in addressing the sanitation problems in the GBA.

The main objective of this assignment is to conduct a feasibility study of the wastewater system in Banjul and Kotu, develop an investment plan with specific focus in areas such as the institutional set up, financing options and benefits, the payback period in case of a public private partnership or performance-based arrangements, technical/operational challenges and customer acceptability and sanitation marketing.

The consulting firm is also expected to assess the system’s ability to meet the current demand in the sewerage services in Banjul and Kotu

As part of the feasibility study, the consulting firm will also include an analysis of the different options with a specific focus on Net Present Value (NPV), Internal rate of Return (IRR) and Return on Investment (ROI).

The methodology shall include but not limited to data gathering through site visits, inspections, focus groups, and brainstorming interviews with different stakeholders to assess the acceptability and willingness of citizens for such services in Banjul and Kotu areas including Senegambia.

At each stage of the assessment of the system, the consultant must consider timeframes for each of the emergency actions. The assessment includes the entire system including electrical controls, system networks and civil works infrastructure.

 

Scope of work:

Phase 1: Emergency actions/interventions

Task 1:  Infrastructural problems

Task 2: Operational/Technical problems

Task 3: Development of bill of quantities and detailed technical specifications, drawings and schedules for emergency actions/interventions

Phase 2: Medium and long-term actions/interventions

Task 4:  Institutional analysis

Task 5: Customer Acceptability and Sanitation Marketing

Task 6: Alternative solutions and cost-benefit analysis

Task 7: Funding/financing options or arrangements

Task 8: Business development

Task 9: Development of bill of quantities and detailed technical specifications drawings and schedules in both the medium and long-terms

The contract is expected to take a duration of 4.5 months and the consultant will report to the project coordinator, in the PIU office, The Gambia.

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.

Team for the Assignment:

The consulting firm shall have a team with the following profiles or requirements:

Position Number required Qualification/Experience
Institutional specialist 1 • Relevant Master’s degree in socials sciences, public policy, or other relevant field of study

• 10 years of relevant work experience and extensive professional experience in similar projects

• Experience working with municipal authorities and utilities

• Deep knowledge of water and sanitation institutional setting in a comparable country

• Experience on urban sanitation

• Experience working with all stakeholders or players in urban sanitation management

• Fluent in written and spoken English

• Strong analytical and needs assessment skills

• Ability to provide clear and concise reports

Financial Specialist 1 • Relevant master’s degree in finance, economics, MBA, or other relevant field of study

• 10 years of relevant work experience and extensive professional experience in a similar project

• Experience of working with municipal authorities and utilities

• Fluent in written and spoken English

• Ability to provide clear and concise reports

• Relevant experience in project selection

Economic specialist 1 • Relevant master’s degree in MBA, Finance, economics, public policy, and other relevant field of study

• At least 10 years of relevant work experience

• Experience in small-medium enterprise development

• Strong analytical and strategic action plan development skills

• Fluent in written and spoken English

Technical specialist 1 • Relevant master’s degree in civil, sanitation, environmental engineering, or other relevant field of study

•  At least 10 years of relevant work experience

• Experience in urban sanitation management or similar projects in the region

• Fluent in written and spoken English

Customer service specialist 1 • Relevant master’s degree in social sciences, public policy, MBA, or other relevant field of study

• At least 10 years of relevant work experience in urban sanitation

• Experience in conducting stakeholder engagements and interviews in the sanitation field

• Experience performing social economic surveys in a comparable country

• Strong analytical and needs assessment skills

• Ability to produce concise and clear reports

• Fluent in written and spoken English

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.

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 link below:

Wastewater system Terms Of Reference

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 17th August 2022.

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)

REQUEST FOR EXPRESSIONS OF INTEREST Environmental Safeguards Specialist 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: Environmental Safeguards Specialist for Project Implementation Unit. (As per Procurement Plan): GM-NAWEC-275370-CS-INDV

 

The ECOWAS Regional Electricity Access Project (ECOWAS-REAP) funded by the World Bank is a series of projects 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.

An Environmental Safeguards Specialist is now being recruited by The Gambia Project Implementation Unit (PIU) to work on relevant project activities and ensuring strict compliance of project preparation and implementation activities with environmental safeguards regulations of the financing institutions and Gambian legislation.

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

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 contract duration.

The detailed Terms of Reference (TOR) for the assignment can be downloaded at the link given below:

ECOREAP_Environmental_Safeguard_Specialist_GAMBIA_TOR

 

Required qualifications:

  1. have a higher education degree (at least 5 years) in environmental management or environmental sciences (ecology, biology, botany, forestry, natural resource management, etc.), geography, or any other degree deemed equivalent and having the environment as a base (with experience in areas relevant to environmental safeguards).
  2. Have a proven experience of five (5) years in environmental management including two (2) years in projects financed by the World Bank.
  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 environmental safeguard policies, especially, experience and familiarity with complex safeguard work.
  5. Good experience in the development and/or implementation of Environmental and Social Assessment instruments (ESIA, ESMP, CPPP, CPR, RAP) of projects, if possible, in projects financed by the World Bank.
  6. Proven experience and skills in managing projects.
  7. Proven capacity to work across multiple stakeholders, including government entities, civil society organizations (CSOs), local communities, and the private sector.
  8. Demonstrated experience in the World Bank project cycle and procedures.
  9. Fluent in English with excellent written and oral skills.
  10. Knowledge of local language like Mandinka, wolof, fula, or serere is a requirement since the project is intervening in rural areas.
  11. Advanced computer skills and full proficiency in the use of relevant software applications in using computers and software such as Microsoft Office suite.

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 August 10th, 2022 PIU-GAMBIA Attention: Mrs. Haddy Njie – Project CoordinatorAddress: National Water & Electricity Company Limited,Project Implementation UnitEmporium III Building, Fajara114 Kairaba AvenueFloor/ Room number: Conference Room, 1st FloorCity: BanjulCountry: The GambiaTelephone: +220 996 1301/ 9967791/ 7009342Electronic mail address: hnjie@nawec.gm, (and copy to mfsanyang@nawec.gm)

REQUEST FOR EXPRESSIONS OF INTEREST RECRUITMENT OF A CONSULTANCY FIRM TO ASSESS, PROPOSE, AND DESIGN MOST PREFERRED OPTION FOR SEA OUTFALL PIPE

REQUEST FOR EXPRESSIONS OF INTEREST

 RECRUITMENT OF A CONSULTANCY FIRM TO ASSESS, PROPOSE, AND DESIGN MOST PREFERRED OPTION FOR SEA OUTFALL PIPE

 

Country: The Gambia

Company: National Water and Electricity  Company ( NAWEC)

Sector: Water Business Unit ( WBU )

Financing: NAWEC and The Government of The Gambia

Reference: REOI/ICB/WBU/ NAWEC /001/2022

 

Background 

The National Water and Electricity Company (NAWEC) intend to fix the damaged sea outfall pipe which is an important component in the management of Banjul sewage.  In February 2019 works to re-lay and sink the sea outfall was commissioned, the works of which were completed in May 2019. The pipe is currently broken and floating which is yet to be repaired and or re-sunk.

Currently and instead of sewage being pumped through the sea outfall pipe it is being pumped directly into the drains of Banjul. This poses health and environmental concerns as people come in direct contact with contaminated raw sewage, in particular, at the outlet of the Polder Pump station – a recreational area popular with children for fishing and swimming. The floating pipe also poses navigational risks to fishing and other boats operating in the area.

A quick intervention is therefore required to have a functioning disposal system for wastewater generated within the Banjul area. Therefore, the main objective of this assignment is to secure a consultant who will investigate, assess, make recommendations as to the most feasible option and design the option to address the issues outlined above.

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

Scope of Assignment

The consultant is expected to:

Phase 1

Task 1:  Infrastructural Assessment/Study – The firm shall do an initial desktop study of the sea outfall infrastructure which shall be followed up by site visits and a detailed assessment which will enable the consultant to make an informed decision as to the best options.

Task 2: Preferred Solution Design: Provide all the designs for the preferred solution to address having a functioning sea outfall pipe.

Task 3: Development of bill of quantities, technical specifications, and Tender Document: Prepare a tender document with clear specifications and bills of quantities as well as a schedule plan for works implementation.

Phase 2

Task 4:  Manage Tender Process and Supervise Works Implementation: Project manages the entire project cycle from the recruitment of a contractor, and implementation of physical works to completion of all works.

Task 5: Preparation of Completion Report, As-built Plans and Operations Manual: Once work is complete the firm will be required to prepare a completion report on the works implementation as well as as-built plans.

NAWEC now invites eligible Consultancy Firms to indicate their interest in providing this service. Interested Consultancy Firms must provide information indicating that they are qualified to perform the services (description of similar assignments, experiences in similar conditions and availability of appropriate professional skills, etc.). The Shortlist criteria will be as follows:

  1. Information about firm’s capacity and number of years in business in this field – 5 points
  2. Technical and managerial organization of the firm – 5 points
  3. General qualification and experience of the firm – 10 points
  4. Specific Experience of the firm in relation to similar assignments conducted in the past – 30 points
  5. Qualification and Experience of the key staff (the Expert identified to lead on this project should hold relevant qualifications with in-depth experience in conducting similar assignments) – 50 points

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 8:00 am – 12:30 pm. Firms are required to submit Technical and Financial 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 2014 Amended & 2019 Regulation which is available on the GPPA website. www.gppa.gm

Expressions of interest must be delivered to the address below by Tuesday 16th August 2022 at 16:00hrs Gambian Time and mention Recruitment of a Consultancy Firm to assess, propose and design most preferred Option for Sea outfall Pipe.

Attn: Managing Director

National Water and Electricity Company (NAWEC)

Mamadi Maniyang Highway, Kanifing

P.0.BOX 609

Kanifing

Tel: +220 3449757 /9957957

Email: njuwara@nawec.gm ; ksambou@nawec.gm

REQUEST FOR EXPRESSIONS OF INTEREST Consultancy to develop a new Standard Operating Procedures (SOP) Manual for the Group Customer Service Directorate (GCSD) of NAWEC

REQUEST FOR EXPRESSIONS OF INTEREST

Consultancy to develop a new Standard Operating Procedures (SOP) Manual for the Group Customer Service Directorate (GCSD) of NAWEC

 

Country: The Gambia

Company: National Water and Electricity  Company ( NAWEC)

Sector: Group Customer Service Directorate

Financing: NAWEC  Funds.

Reference : REOI/ICB/GCSD/ NAWEC /001/2022

 

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 Group Customer Service Directorate (GCSD) of the Company was created recently to provide a one-stop-shop service delivery for NAWEC customers.

 

As a relatively new Directorate, Management deemed it necessary to develop a new Standard Operating Procedures Manual for the Directorate to clearly spell out its main functions, duties and responsibilities, and operating procedures in a bid to ensure the following:

 

  • Map out processes and procedures of the Directorate
  • Clearly spell out reporting lines within and across the Directorate
  • Outline communication and interaction channels with other Departments to avoid conflict and/or duplication of responsibilities
  • Enhance standards and overall service delivery
  • Organization structural realignment and synergy with other Departments including the newly inaugurated Management Information System (MIS) in discharging their functions
  • Fostering a good public image for the Company

 

Objective(s)

To develop a Standard Operating Procedure Manual in line with international best practices that reflects the day-to-day operations of the Directorate and effectively addresses gaps and caters for future development and innovation in utility Customer Service delivery

 

Profile of Consultant/Firm

The Individual/Firm should possess the following minimum qualifications:

Academic Qualifications:

  • Master’s Degree in Public Policy, Business Administration, Economics, Finance, Management & Marketing or Policy Design and Development;
  • Bachelor’s Degree in relevant fields – Public Policy, Business Administration, Economics, Finance, Management & Marketing or Policy Design and Development

Work Experience:

  • At least 5 years’ experience in public policy development, public sector management, capacity building, public governance, standard operating policy development, policy and procedure manual development or related fields.
  • Understanding of local, national and regional energy markets, including but not limited to electricity/water customer classification, licensing and regulatory requirements for the energy industry, CRM solution for electricity/water industry, and communication frameworks.
  • Demonstrated experience working with a variety of stakeholders, including senior government officials, private sector, multilateral institutions, NGOs and/or academia.
  • Proven experience in facilitating national public consultations, as well as developing technical reports, and drafting policy and policy-related documents.
  • Cognizance of/accustomed to the labour laws of The Gambia, General Orders and any other employment policy of The Gambia that may impact the NAWEC/Group Customer Service SOP.

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 8:00 am – 12:30 pm. Firms are required to submit Technical and Financial Proposal.

 

Eligibility criteria, the 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 2014 Amended & 2019 Regulation which is available on the GPPA website. www.gppa.gm

Expressions of interest must be delivered to the address below by Tuesday 18th August 2022 at 16:00hrs Gambian Time and mention Consultancy to develop a new Standard Operating Procedures (SOP) Manual for the Group Customer Service Directorate (GCSD) of NAWEC

Attn: Managing Director

National Water and Electricity Company (NAWEC)

Mamadi Maniyang Highway, Kanifing

P.0.BOX 609

Kanifing

Tel: +220 3449757 /9957957

Email: njuwara@nawec.gm ; ksambou@nawec.gm

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – Development of Comprehensive NAWEC Rebranding Framework – Inclusive of New Logo, Colour Scheme, and Branding Guidelines

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

 

The Gambia Electricity Restoration and Modernization Project (GERMP)

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

Assignment Title: Development of Comprehensive NAWEC Rebranding Framework – Inclusive of New Logo, Color Scheme, and Branding Guidelines

Reference No. (as per Procurement Plan): GM-NAWEC-299224-CS-CQS

 

Until recently NAWEC was experiencing a crisis. This resulted in rampant electricity outages; long waiting times for new accounts (meter applications); dilapidated cash offices across the country; and inadequate water supply being among some of the issues with which the organization is associated.  This situation follows a culmination of many years in which the organization had been poorly managed and prone to severe interference from the executive which led to it becoming bankrupt and most of its assets being obsolete.

 

Thanks to the intervention of development partners like the World Bank, ambitious projects like the Gambia Electricity Restoration and Modernization Project (GERMP) have been setup and, and they have instilled confidence and entrusted the new management to drive change.  NAWEC has been able to turn around its operations to what it is now.  Today, the financial situation in NAWEC has been stabilized, as a result, it has carried out major investments to significantly improve the erratic electricity and water supply; installed new systems to improve the customer experience among others. While this is an ongoing process, it is one that needs to be firmly understood by the public at large, and by its partners.

 

In view of these ongoing developments coupled with the government’s ambitious targets for its energy sector as clearly spelt out in the Strategic Roadmap and also in the National Development Plan, NAWEC has deemed it necessary to embark on a rebranding exercise that will explicitly signal to customers its ambitious mission and vision and make a very different visual identity and experience evident in all aspects of its engagement with the public.

 

The rebranding project will help establish a new identity that represents the core values as set out in its strategic development plan. Using a holistic approach, we want to launch a brand that can inspire trust and respect, while making clear that it represents a new chapter in NAWEC’s history.

Scope of Work

To create a bold and comprehensive visual identity and experience to support the launch of NAWEC’s new brand at a decisive time in the turnaround process.

The new brand should reflect NAWEC as a modern, professional, efficient water and electricity company with a strong customer service focus. The design task will include:

  • Establishing a new visual identity slogan, reflecting the agreed values and mission of NAWEC, and create a comprehensive branding guideline.
  • Develop master brand logo and brand architecture including colours, fonts, and style of visuals (photography, design illustrations).
  • The contract will be for a Firm, that will report to the PIU Coordinator.

National Water and Electricity Company Limited (NAWEC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services.

Required Firm Qualifications and Experience

 The Consultant must demonstrate experience in:

  • Must have been established in a similar business for the past 5 years.
  • Must have implemented 2 similar Contracts of the nature and complexity equivalent to the scope of work over the last 5 years.

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

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.

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.

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 14th July 2022.

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)

REQUEST FOR EXPRESSIONS OF INTEREST – Social Safeguards Specialist 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: Social  Safeguards Specialist for Project Implementation Unit

Reference No. (as per Procurement Plan): GM-NAWEC-275376-CS-INDV

 

The ECOWAS Regional Electricity Access Project (ECOWAS-REAP) funded by the World Bank is a series of projects 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.

 

A Social Specialist is now being recruited by the Gambia Project Implementation Unit (PIU) to work on relevant project activities and 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.

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 contract duration.

 

The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below:

 

Required qualifications:

  • (i) Master 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).
  • (ii) At least 5 years’ experience in the region in compliance with social safeguards policies including involuntary resettlement.
  • (iii) Good knowledge of the relevant regulations/directives and operations of multilateral development organizations and executing agencies.
  • (iv) Demonstrated experience and knowledge of Bank operations and social safeguard policies, especially, experience and familiarity with complex safeguard work.
  • (v) Proven experience and skills in managing projects.
  • (vi) Proven capacity to work across multiple stakeholders, including government entities, civil society organizations (CSOs), local communities, and the private sector.
  • (vii) Demonstrated experience in the World Bank project cycle and procedures
  • (viii) Fluent in English with excellent written and oral skills.
  • (ix) Advanced computer skills and full proficiency in the use of relevant software applications in using computers and software such as Microsoft Office suite
  • (x) Participate in capacity-building training to strengthen competencies as need be.
  • (xi) Work with GBV consultant to strengthen capacity on addressing GBV/SHEA/VAC risks in the project.
  • (xii) Knowledge of local language like Mandinka, wolof, fula, or serere is a requirement since the project is intervening in rural areas.
  • (xiii) 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.

 

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 July 14th, 2022 

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 FloorCity:

Banjul

Country: The Gambia

Telephone: +220 996 1301/ 9967791/ 7009342

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

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – INDIVIDUAL CONSULTANT’S SELECTION) Assignment Title: Junior Power Engineer for the Project Implementation Unit

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – INDIVIDUAL CONSULTANT’S SELECTION)

Name of Project: ECOWAS Regional Electricity Access Project (ECOWAS-REAP)- P164044

Grant No.: D4080

Assignment Title: Junior Power Engineer for the Project Implementation Unit

Reference No. GM-NAWEC-230911-CS-INDV

BACKGROUND

National Water and Electricity Company Ltd, NAWEC, is preparing and implementing the Gambia-related part of the ECOWAS-Regional Electricity Access Project (Phase I). 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 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.

The Government of the Republic of The Gambia, through the Project Implementation Unit in The Gambia (PIU-Gambia), now invites eligible individual consultants (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. Consultant’s Letter of Expression of Interest and CV shall be submitted to the address below.

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

Scope of Work

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.

QUALIFICATION REQUIREMENTS

  • (i) Bachelor’s degree in Electric 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.

 

Duty Station

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.

The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.

DURATION OF CONTRACT

1 year period contract renewable after satisfactory evaluation by the Project Coordinator.

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 August 2018 (“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 09:00 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 December 9th, 2021.

PIU-GAMBIA

Attn: Haddy Njie, Project Coordinator

53 Mamadi Maniyang Highway

Kanifing, K.M.C.

P.O. Box 609, Banjul

The Gambia

Tel: (+220) 4376607 / 4376608

Fax: (+220) 4375990

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

Terms of Reference

A Junior Power (Field) Engineer for the Project Implementation Unit

  1. Background

The Republic of The Gambia has received funding from the African Development Bank to finance The Gambia Electricity Access Project. The Purpose of the project is to increase the Gambian population’s access to affordable and reliable electricity services.

The Project’s ultimate objective is to increase the Gambian population’s access to affordable and reliable electricity services as such. It will involve the construction of Medium and Low Voltage lines, erection of transformers and connection of customers in various regions of the country. From the OMVG Energy Project’s two substations (Brikama and Soma), under physical implementation, the project will provide customers with electricity access and improve the performance of the National Water and Electricity Company (NAWEC) by increasing its billing and revenue collection capacities and building its staff capacities.

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.

  1. Scope of Work

The Junior Power Engineer’s overall responsibility will be providing technical assistance to the project and ensure timely and efficient implementation of the projects managed by 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
  • Take part in review the 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 with high technical quality
  • Participating in monitoring of the implementation of the Environmental and Social Management Plan in liaison with the Safeguard team of the PIU
  • Review all technical documents and ensure strict control during implementations
  • 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.
    1. QUALIFICATION REQUIREMENTS
      • (i) Bachelor’s degree in Electric Engineering or related fields.
      • (ii) Minimum 3 years’ relevant experience.
      • (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.
    2. 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.
    • (iii) The Engineer will be responsible for arranging and paying for his accommodation and meals.