REQUEST FOR EXPRESSIONS OF INTEREST – International Procurement and Contract Management Consultant

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia Regional Solar Park of The Gambia (RSPG) Project

Loan No./Credit No./ Grant No.: ESMAP Umbrella MDTF Grant No. TF0C5865 Assignment Title: International Procurement and Contract Management

Consultant

Contract REF# (As per Procurement Plan): GM-NAWEC-429428-CS-CDS

 

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

 

NAWEC has set up a Project Implementation Unit (PIU), which will manage implementation of the Project, including procurement financed by the Project. PIU is also managing contracts’ implementation to ensure effective and efficient compliance with the Financing Agreement. An experienced International Procurement and Contract Management Advisor (the Consultant) will be required to enhance capacity of the PIU in managing various aspects of project/contract/procurement management in implementation of the Project in accordance with the World Bank Guidelines and Project legal documents. The Consultant will also provide on-the-job training and support the capacity building of the PIU staff, and perform other related activities, as the need may be.

OBJECTIVES

The objectives of the Consultant’s services are to provide support to the PIU in implementing project, contract management, and procurement activities under the Project and build capacity of PIU staff.

SCOPE OF WORK

  • Hands-on assistance in performing the following procurement and contract management activities without limitation:
    • Advising on the contract management processes with the goal of improving efficiency of contract implementation.
    • Advising on communication management with different stakeholders within and outside the project
    • Proactively identifying risks and proposing measures to prevent and/or mitigate them.
    • Advising on managing claims under

 

  • Reviewing progress reports and identifying potential gaps and risks, and suggesting solutions.
  • Reviewing contract activities for compliance with procedures and
  • Assisting in solving problems, which may arise during
  • Participation in discussions and contributing to decision making, especially on critical issues.
  • Assisting in establishing proper planning and record
  • Imparting project management knowledge and skills to the project staff to better manage and implement contracts.
  • Identifying risks, their ranking, and proposing risk mitigation
  • Advising on managing time, cost and quality in contract
  • Managing contract variations
  • Managing disputes and conflict resolution
  • Proper contract

 

  • Hands-on assistance and advising to the PIU procurement staff in performing the following procurement-related activities without limitation:
    • Preparation of TOR, REOI, Evaluation Reports, draft contracts based on the WB’s standard procurement documents.
    • Conducting proper communication with bidders, including drafting responses to bidders’ inquiries, debriefing, addressing bidders’
    • Negotiating finalizing and monitoring contracts with winning
    • Proper maintaining procurement records in
    • Providing capacity building, including on-the-job training of procurement staff.

WORKLOAD AND DURATION OF SERVICES

It is estimated that the workload will be 72 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. Services may include travel to Banjul as requested by the PIU (at least 3 trips are envisaged).

 

REPORTING OBLIGATIONS

Consultant will prepare the following reports:

  • Inception report within one month after contract commencement;
  • Bi monthly progress Report (i.e every other month)
  • Final report upon completion of the

FACILITIES TO BE PROVIDED BY THE PIU

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

  • Office space with desk shall be provided in the client’s office or as it may be
  • Access to office facilities: printing, photocopying,
  • Documents: All the documents and available data and information concerning the Project.
  • Internet facilities within the
  • Any site visits that may be required will be arranged by the

FACILITIES TO BE PROVIDED BY THE CONSULTANT

  • Personal computer and peripherals for his own
  • Mobile phone and communication (Telephone, internet outside office hours)
  • In City
  • The consultant will be responsible for arranging and paying for his accommodation and meals.

QUALIFICATIONS OF THE CONSULTANT

  • Master’s Degree from a reputable university in procurement, business administration, project management, engineering, economics or related Certification in procurement from a recognized institution (e.g., CIPS) is preferred. Certification in project management from a recognized institution (e.g., PMI) is preferred
  • Strong experience in power sector (private and public), including project management, contract management, and procurement of large contracts.
  • Strong experience in and knowledge of Independent Power Producer transactions, Power Purchase Agreements, project finance in power sector will be a strong advantage.
  • Strong experience and detailed knowledge of the World Bank latest procurement regulations and contract management requirements.
  • At least 15 years of proven successful procurement and contract management experience in the World Bank-funded projects in developing countries,

 

including experience in Sub-Saharan Africa is required. Relevant experience with other multilateral banks (AfDB, ADB, etc) will be also considered.

Experience in projects in small and fragile countries will be an advantage. Experience with power sector projects in the Gambia will be an advantage.

  • Strong experience in assessment of contract risks, organizational capacity development, training, implementation of systems in project implementation
  • Strong experience in and understanding of international development business, including sensitivity to cultural issues, leadership, communication,
  • Fluent in English with excellent written and spoken

 

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and

3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

 

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.

Click on the following link for Procurement and Contract Management Consultant 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 October 8, 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

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – To develop a plan to implement the Resettlement Action Plan (RAP) of ECOWAS Regional Electricity Access Project (ECO-REAP)

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

The Gambia

ECOWAS Regional Electricity Access Project (ECOWAS-REAP)- P164044

Loan No./Credit No./ Grant No.: IDA- D4080

Assignment Title: To develop a plan to implement the Resettlement Action Plan (RAP) of ECOWAS Regional Electricity Access Project (ECO-REAP)

Reference No.:  GM-NAWEC-348394-CS-CQS

 

The ECOWAS-Regional Electricity Access Project (REAP), a part of a Series of Projects (SOP) being implemented within the ECOWAS region, with a long-term view to achieving electricity distribution expansion within the Region. Funded by the IDA/World Bank, the SOP aims to increase the number of people in West Africa with access to reliable and affordable electricity, as articulated in the ECOWAS White Paper of 2006 for Increasing Access to Energy Services to People of the Sub-region.

The SOP consists of two Phases, which plan to provide 2.5 million people across six countries in West Africa, namely Guinea-Bissau, Niger, Mali, Senegal, Mauritania, and The Gambia with electricity. Phase I of the SOP is to provide access to 1.1 million people in Guinea-Bissau, Mali, and The Gambia. In The Gambia, this Phase will finance the expansion of medium and low-voltage networks from the two high-voltage 225/33 kV substations (in Soma, Lower River Region–LRR, and in Brikama, in West Coast Region–WCR) being built under the OMVG Energy Project. It is expected that this will transform the power sectors of these countries and enable them to achieve their common objective of delivering more power to more consumers.

Specifically, the project aims to increase grid electricity access in the Republics of Guinea-Bissau, Mali, and The Gambia. It is expected to substantially increase the access to electricity to reach an access rate of almost 65 percent and 25 percent, in The Gambia and Guinea Bissau respectively, while Mali will increase its electricity access rate to 37 percent.

The objective of the RAP implementation, therefore, is to ensure that those whose livelihoods and property/dwellings affected by the Project are compensated for their losses, and their standard of living improved, or at least restored to pre-project levels for sustenance of livelihoods. More specifically the RAP implementation seeks to:

  • Reduce the risks of poverty, exclusion, and inequitable access to benefits especially for the vulnerable and marginalized individuals and groups such as women, single-headed-households, elderly, children, etc.
  • Ensure the Project is socially acceptable to maintain credibility of the implementing authority and funder.

Since this project is funded by the WB, and its implementation will result in involuntary resettlement, it is a requirement that a RAP be developed according to the Involuntary Resettlement Policy of the World Bank (OP 4.12). This is because when involuntary resettlement takes place, people lose their land, assets and access to assets, their income, and livelihoods, with or without physical relocation. The effect of these losses on the persons living in the project zone would increase poverty, unless measures are put in place to compensate them for the losses incurred so that the living conditions of pre-project PAPs are recovered or even improved.

The objective of the prepared and approved RAP, therefore, was to provide guidelines for compensation of land and associated asset loss. The aims of the RAP were to:

  1. Reduce the risks of deepening poverty, exclusion, inequitable access to benefits especially for vulnerable and marginalized individuals and groups such as women, women head of households, elderly, children, persons with disabilities, etc.
  2. Mitigate adverse impacts including those relating to loss of livelihood from the reduced opportunity of collecting plant resources, and this will consequently prevent competition and conflict
  • Minimize, as much as possible, involuntary physical and economic displacement
  1. Ensure that the affected populations that must lose part of their property or assets following the completion of the project, are:
  • Compensated for these losses at full replacement cost
  • That affected livelihoods are restored or improved
  • Sensitize the PAP of the positive impacts of the Project

 In The Gambia, the Project ’s beneficiaries will include households, small businesses, and public institutions (including local governments, schools, and health clinics), which will be connected to the electricity grid. The project will be implemented in four Regions, viz:  Lower River Region (LRR); North Bank Region (NBR); West Coast Region (WCR); and Central River Region (CRR-North and South).

 Scope of work:

Task 1:  Implementation of mitigation measures, land acquisition and livelihood restoration of the approved RAP

Task 2: Dissemination of Information and Consultation

Task 3: Land Acquisition

Task 4:  Verification

Task 5: Distribution of Identity Files

Task 6: The final RAP implementation report shall include the following:  Category of household, asset lost, compensation and all types of assistance, alternate livelihood options, details of resettlement, specific training requirement for skill up gradation and institutions responsible for training.

Task 7: Disbursement of Assistance and Delivery of Entitlements

Task 8: Relocation

Task 9: Grievance Mechanism

Task 10: Coordination between PAPs and NAWEC

Task 11: Conduct Public Information Campaign

Task 12: Awareness Creation on Gender Mainstreaming and Systemic inequalities

 It is estimated that the consultancy services shall be required for a period of minimum three months given previous experience with RAPs implementation for activities related to medium voltage transmission lines, for a possible upward limit of six months. The consultant shall carry out all assigned tasks based on the milestones as set out by NAWEC. The period of service shall be extended, if found necessary and based on the performance of the consultant, for a period mutually agreed upon by both the parties (NAWEC and the consultant / the consultancy firm). The PIU will notify the consultant by the end of the second month if an extension is required.

Reporting

Reports are to be submitted to NAWEC PIU. All supporting documents such as photographs, video graphs, maps, primary and secondary information collected, etc., taken during the assignment shall be submitted in support of the reports, along with an electronic copy of the documents.

iii) Deliverables:

The following deliverables must be submitted:

  1. Inception Report: The consultant shall submit to the NAWEC PIU an inception report detailing plan of action, the team which will implement the assignment deployment, time schedule, and detailed methodology, within 21 working days of the commencement of the assignment.
  2. Monthly Work Plan: The work plan for each coming month shall be submitted in the monthly meeting along with that of the current month clearly showing site visits, targets vis-a-vis achievements, and various other elements. The monthly progress report shall have to be submitted before the 10th of the following month.
  3. Consultation record keeping: The consultant shall document in full detail, the consultation processes (including dates, time, location, persons present, efforts to ensure women and other vulnerable groups attended and participated, noting if they are community meetings or individual/one on one meeting, etc. Photos of consultations shall only be taken with the expressed consent of participants and should be noted in consultations notes that consent was asked for and if it was obtained. No photos shall be taken of children and of women participating in women only focused discussions. Any concerns or issues which may be raised during consultation by PAPs may impact implementation of the RAP should be brought to the attention of the PIU within 24 hours.
  4. Training: full description of the training imparted (or facilitated) as part of the assignment (The GRC will need to be trained on how to manage complaints).
  5. Draft Final Report: Consultant shall submit a Draft Completion Report at the end of the contract period summarizing the actions taken during the project, the methods used to carry out the assignment, and a summary of support, compensation and assistance given to the PAPs. This draft will be reviewed by NAWEC and commented upon. The progress archived in land acquisition as per entitlements shall be documented and shall be submitted to the NAWEC PIU as a part of the monthly progress report.
  6. Final Report: Consultant shall submit final completion report complying all the remarks / comments of NAWEC PIU, the World Bank on Draft Final Report at the end of the contract period summarizing the actions taken during the project, the methods used to carry out the assignment, and a summary of support, compensation and assistance given to the PAPs.
  7. Participation in Periodic Review Meeting of PIU: Consultant’s Team Leader shall participate in the periodic review meetings of the PIU to discuss about the progress of the assigned tasks, issues, and constraints in carrying out any specific task, etc.
  8. Submission of Meeting Records: Minutes of the meeting shall be prepared for all the meetings with NAWEC PIU and PAPs, GRC Meetings, various consultations with the PAPs, consultations with respect to shifting of community assets, joint verification of affected land and structures, etc., shall need to be recorded and submitted to the NAWEC PIU.
  9. Submission of Micro Plans: All micro plans (this includes the resettlement plan, livelihood.

 

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 NGO/consulting firm shall dedicate a team of professionals to the site. The constitution of the Core Team and their required qualification and experience shall be as follows:

 

Position Number required Qualification/Experience
Project Manager / Team Leader

 

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

 

2 The social specialists should have a graduate or post- graduate or equivalent in social sciences with at least five years field experience. They shall have experience in implementation of resettlement in project development works with knowledge of prevailing resettlement policies including WB policies, and knowledge of social inclusion/working with vulnerable groups, and gender-based violence. They Should have at least five years of experience in community consultation (including one with demonstrated experience with gender-sensitive consultation approaches and working with women community members to create safe-spaces for discussion). Knowledge of the local language and experience of working in The Gambia are desired.

At least one of the social specialists will be an experienced woman-consultation facilitator to be able to conduct meetings with women and also attend all consultations and participate/help facilitate.

At least one of the two social specialists shall have knowledge about good financial and administrative management practices.

Land Acquisition Specialist

 

1 Should be a graduate or equivalent in the social sciences with five years field experience in Land Acquisition, using maps to identify PAP assets, should have knowledge of prevailing land acquisition and compensation Act and WB policies.

 

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:

ECOREAP_Additional Villages_TORs_RAP_Implementation

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 8th June 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 3664125/ 9967791/ 7009342

Electronic mail address: hnjie@nawec.gm, (and copy to mfsanyang@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 (REOI) (CONSULTING SERVICES – CONSULTANTS SELECTION – DESIGN, PREPARATION OF THE TENDER DOCUMENTS PLUS SUPERVISION OF THE WORKS FOR THE PROPOSED EDGE-CERTIFIED PROJECT OFFICE BUILDING AT KOTU

REQUEST FOR EXPRESSIONS OF INTEREST (REOI) (CONSULTING SERVICES – CONSULTANTS SELECTION – DESIGN, PREPARATION OF THE TENDER DOCUMENTS PLUS SUPERVISION OF THE WORKS FOR THE PROPOSED EDGE-CERTIFIED PROJECT OFFICE BUILDING AT KOTU

 

Please click on this link to download the Request for Expressions of Interest

REOI for design supervision 25-Oct-2021

 

Gambia Energy Restoration and Modernization Project (GERMP) – Additional Financing Terms of Reference for consultancy services to NAWEC on Non-Revenue Water (NRW) reduction plan

Gambia Energy Restoration and Modernization Project (GERMP) – Additional Financing

Terms of Reference for consultancy services to NAWEC on Non-Revenue Water (NRW) reduction plan

Background

The Gambia is a fragile country that is in the process of a major political and economic transition following a 22-year long autocratic rule that left the country impoverished, highly indebted, and institutionally weak. In recent years, the Government of The Gambia (GoTG) has taken important steps to lay the foundations for democracy and set the country on a new development path. Responding to the need for climate change mitigation and adaptation, GoTG has developed the Gambia National Adaptation Plan of Action (NAPA), which provides a policy framework to address the impact of climate change at national and local levels. This Plan identifies the energy and water sectors as country priorities.

The National Water and Electricity Company (NAWEC) is the main provider of electricity, drinking water and sewerage services in the Gambia. While NAWEC has made significant gains in recent years on the electricity side of the business, water services have been struggling. While a restructuring exercise is underway to address NAWEC’s overall organizational, technical, and financial challenges, it is important to address the most pressing water services issues to complement this effort.

NAWEC provides water and sewerage services to urban areas and provinces with more than 100,000 residents. In urban areas, about 69 percent of the population has access to safely managed water, but the quality of services is poor due to frequent service outages, with some neighborhoods not receiving water for days, weeks or even months at a time. Investments in service expansion are not enough to meet growing demand, with urbanization growing at a rate of 4.5 percent a year. In addition, water quality is a challenge in terms of high levels of nitrates, iron, manganese and salinity in drinking water.

The main source of water resources in the Gambia is ground water. While the Gambia is endowed with ample water resources, the economic value of these resources is not fully exploited. NAWEC has drilled many boreholes in different areas of the country but most of them are not metered and some do not have the right size of meters, are outdated or damaged. Management of the water sector is somewhat fragmented. The Ministry of Fisheries and Water Resources (MFWR) is responsible for the overall management of water resources as well as for rural water supply and sanitation services, while NAWEC is the public utility responsible for provision of water supply and sanitation services in urban areas and provincial centres.

World Bank Support to the Gambia

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 and water services and will fund important investments in water infrastructure that can help address the water 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 will provide emergency support to NAWEC to purchase IT equipment for staff; supply water to unconnected areas through borehole drilling and tanker trucks; purchase needed spare parts and equipment to ensure continuity of service provision; provide handwashing and hygiene kits to the population; and implement hygiene campaigns.
Addressing the Challenge of Non-Revenue Water (NRW)

The current NRW rate is estimated to be between 35% to 45% but this rate is very uncertain as NAWEC does not have a systematic way of measuring apparent and physical losses in its coverage zone. NAWEC does not have an NRW department or unit in its organizational structure. The leakages in the network are compromising the confidence that communities, regulatory officials, and the media place in NAWEC.

There are five main water treatments plants in the country. The treatment plants in the GBA are in a closed network with isolation valves in between the served areas of the network, supposed to help operations during peak periods. In addition, there are master meters serving as inlets and outlets to the treatment plants. Most of these meters are not operating, making the management of the water business challenging for the company without proper data acquisition and analysis.

Objective of recruiting a consulting firm.

The objective of this assignment is to help NAWEC develop its knowledge base on NRW and develop a plan for reducing NRW in its service area, with a focus on GBA. The firm to be recruited will provide continuous technical assistance (TA) to NAWEC and will produce several key services and products that should place NAWEC on a solid path to tackling its NRW. As much as possible, the firm should work closely with NAWEC staff as well as local engineers and technicians, to transfer knowledge and build capacity on NRW.

Scope of work of the consulting firm

The scope of work includes but is not limited to the following tasks:

Task 1: Situational Assessment (6 months)

The consulting firm will do an initial assessment of the NAWEC water business to develop a preliminary assessment of the dimensions of NAWEC’s NRW challenge. In so doing, the consulting firm should engage in extensive discussions with stakeholders, review existing data and studies, and draw on its knowledge of NRW trends around the world to place NAWEC’s situation into context.

 

Specifically, the firm will deliver the following.

  1. Institutional and Policy Framework

The goal of this task is to understand the enabling environment for the NRW activity.

Key activities include, but are not limited to, the following:

 

  • Review previous water supply and NRW studies, policies, rules, and regulations where available.
  • Assess the appetite of NAWEC management and staff, policy makers and other key constituents (e.g., the regulator) to address NRW.
  • Undertake a review of national and local laws which govern water supply in the Gambia. This review should include asset standards and review these versus international standards. Document the potential impact of these standards on the NRW tasks detailed in these TORs.
  • Review the current organizational structure for dealing with NRW in terms of staffing, budget, and operational set-up (assets, equipment etc). Complete a skills review of engineering and technical staff at NAWEC regarding water operations and NRW. Clearly outline the strengths and identify gaps.
  • Review NAWEC procurement and supply chain arrangements with an eye to the equipment needed for successful NRW projects – document risks and identify solutions.
  • Review NAWEC asset management information including mapping of pipe infrastructure, understanding of pipe materials and specifications of meters
  • Document the impact of the current situation of water losses and commercial inefficiencies and their impact on customers, NAWEC partners, and NAWEC itself. Parameters to consider include:
    • health impacts of unreliable water supply for households
    • impact on businesses and hence the impact on the Gambian economy
    • coping costs of securing alternative supplies
    • morale within NAWEC resulting from these issues.
    • accelerated degradation of the pipes due to intermittent supply; (the cumulative effect of this on pipe asset life should be identified)
    • public/ government perception of NAWEC and impact on its “brand”.

The above parameters are indicative – the consultant is encouraged to consider other parameters as appropriate.

 

  1. Field Assessment

The goal of this task is for the consultant to start activities that aim to improve data accuracy and get an initial indication of priorities for NRW reduction. Extensive field work is expected to collect the raw data to approximate the baseline situation of physical losses. A key aspect of this work will be identifying core NAWEC staff with operational knowledge and experience who should become focal points in this work with the consultant.

 

Key activities include, but are not limited to, the following:

 

  1. bi) Technical Information
  • Verify network diagrams, specifications, and condition data. Review information on network monitoring equipment (flow and pressure data).
  • Describe the current water production facilities including information on volume of water produced (m3/day and m3/year) and type of energy used (gravity/ pumped). Include information on the cost of producing drinking water at NAWEC.
  • Assess the plants inlet and outlet flow meters including type, size, installation, data transfer, chamber dimension and distance to any main fitting. Assess any other relevant meter information.
  • Assess the state of the distribution infrastructure and related assets and equipment. Assess the quality, material, length, and age of the network. Field visits and photographic evidence will be needed.
  • Collect data on actual pressure and flow in the network and set points at production locations. Pressure and flow should be logged over several weeks to understand the pressure profile and link with water production and operation of the network.
  • Determine the reservoirs in the network and the modalities for operating and maintaining them.
  • Assess the reservoirs inlet and outlet flow meters including type, size, installation, data transfer, chamber dimension and distance to any main fitting, as well as any other relevant information.
  • Review the leak detection equipment in the utility, if any, and make recommendations for the procurement of the most appropriate equipment to reduce water leakages.
  • Evaluate leakage repair data and determine the annual number of leaks repaired, differentiating them between leaks on service connections and main pipes, both for reported leaks and those identified by leak detection teams.
  • Evaluate any unauthorized consumption, including an estimation of the number of connections and volume consumed.
  • Examine pipeline replacement records as well as existing pipeline replacement plans.
  • Assess the availability of water supply against forecast demand and identify core system constraints.
  • Analyze what measures, if any, are in place for asset maintenance and provide recommendations as appropriate.

Task 2: Baseline Data and Summary report (6 months)

Drawing on the information collected from the preceding tasks, the consultant will prepare a detailed baseline and summary report of the NRW situation in NAWEC’s coverage zone. The report must include the following:

 

  • An International Water Association water balance of the performance for each of the NAWEC water treatments plants and standalone systems.
  • Estimate potential water demand savings through the implementation of an NRW (real losses) program involving leakage detection and pressure management across the following water balance categories:
    • Current annual real losses (CARL)
    • Unavoidable annual real losses (UARL)
    • Customer (post meter) usage
    • Estimate likely burst reductions and associated cost savings.
  • Review NRW (apparent losses) and consider:
    • Using IWA Water Balance tools and best practice methodologies, develop an estimation of NRW (apparent losses) due to:
      • inefficiencies in the billing process
      • unbilled authorized consumption and total volume of such consumption
      • unauthorized consumption and the annual volume of such consumption

 

  • The NAWEC water meter fleet. The report should review meter coverage, meter accuracy, and assess strategies to avoid apparent losses and minimize revenue losses for
  • A review of water metering for business and commercial customers to ensure that NAWEC is appropriately billing for water consumed by these high value customers.
  • A review of metered standpipe arrangements and identification of appropriate future policies and strategies.
  • Key indicators of NRW/ overview of headline NRW (real and apparent losses) figures. This information can be presented in an Excel spreadsheet or another format that is easy to follow.
  • Results of testing in pilot DMAs and analysis/ interpretation of results
  • Results of field tests on each of the aspects of the water balance such as: source meter accuracy, customer meter accuracy, illegal connections, household consumption patterns, nighttime consumption, night flow and pressure etc.
  • Results of bottom-up pressure leakage and time leakage field tests to identify what will happen when changes are made to time of supply or operating pressure or both calculations of improved estimations of the system input and output volumes.
  • Recommendations /guidance to NAWEC on improving network plans, updating customer information, leakage management, pressure optimization and any other improvements that are deemed necessary to monitor losses in these DMAs.

 

Task 3: Development and Installation of DMAs (18 months)

NAWEC currently has virtual DMAs that are not yet represented on a map or used during operations. Moreover, there is no identification of inlets and outlets master meters to monitor water losses. The night flow of these zones is also not monitored.

The consultant should assess the distribution network and advise on the demarcation of the network into functional DMAs in close consultation with NAWEC staff. NAWEC shall provide data if available otherwise the consultant will be responsible to establish this data.

In order to develop a solid baseline on NRW, the Consultant will be required to do the following:

  • Conduct an assessment to map the network and the assets to improve data collection, data management and analysis with the aim to improve operational efficiency.
  • Divide the served areas into hydraulic zones and identify the inlets and outlets of DMAs.
  • Determine the equipment to be used in the network such as leak detection loggers, antennas for communication and equipment for pressure optimization. Draw up technical specifications for this equipment.
  • A ranking of the hydraulic zones and DMAs in terms of priority for implementation, with justifications provided.
  • Assess the status of existing bulk water meters including age, sizing, block/faulty, duplicated accounts, and other issues in the meter park etc
  • Draw up recommendations on the needs for rehabilitating or replacing aging water infrastructure (pipe networks, network control valves, fire hydrants and air valves)

Task 4: NRW Plan and Options (6 months)

Drawing on the previous tasks, the Consultant should develop an effective NRW reduction plan (both real and apparent losses) that can guide NAWEC and its partners on practical actions to take to reduce NRW and sustain those gains. The plan should include, but not be limited to, the following:

  • Development of a NRW Strategy (real and apparent losses) for NAWEC. The strategy should document an agreed program of activities which should be implemented. The strategy documents will include:
  • Detailed Project Plan (Gantt Chart) and Resourcing Plan for the Implementation of an agreed NRW (real and apparent losses) Program
  • District Meter Design (DMA Maps) for the implementation of an agreed NRW (real loss) intervention, including
    • Suitable DMA split up of the network,
    • Appropriate metering required to implement water loss projects,
    • Logging and monitoring points throughout the network to ensure standards of service are secured,
    • Pressure management opportunities.
  • Procurement plan and draft tender documents

Specific documents shall be prepared by the consulting firm in collaboration with the PIU/NAWEC to include the needs of the client:

  • bills of quantities
  • technical specifications
  • technical designs
  • project cost estimates
  • preparation of technical elements of the draft RFQ/RFP and draft contract

 

  • Project Risk Register for each agreed NRW (real and apparent losses) intervention
  • Analysis of different options and contractual modalities for delivering the program of NRW management (both real and apparent losses). Options could include, but are not limited to:
    • performance-based contract with a private operator,
    • small-scale contracts with contractors or consultants to address stand-alone elements such as metering or billing,
    • in-house civil works done by NAWEC, or
    • some other modalities with or without the private sector.
  • Appraise the financial dimensions of different NRW options. The consultants will cost out the NRW-Reduction Program (real and apparent losses) and conduct an appraisal cost-benefit analysis and payback of the proposed NRW-Reduction Program (real and apparent losses)
  • Identification of the key performance indicators (quantitative) and best practices (qualitative) to be used by NAWEC in ongoing NRW management. (target setting should happen at a utility scale, at a treatment plant scale and at a district meter scale)
  • An assessment of the key strengths and risks that will hinder a successful NRW reduction program.
  • An overview of the capacity needs within NAWEC and how to meet them e.g., through new hires, external expertise, staff training etc. Propose changes to the organizational setup that could allow for a successful NRW reduction program
  • A preliminary assessment of the viewpoints and capacity of various stakeholders to support both the NRW reduction program and their willingness to work with the private sector (if this option is recommended)
  • NRW training program for NAWEC technical staff with the aim of improving technical know-how and continue the management of NRW over the long term.

Task 5: Training of NAWEC Staff (continuous, over the course of 24 months)

  • Drawing on the skills assessment conducted under Task 1, develop a set of learning and development goals for team members to support the implementation of the NRW Program (real and apparent losses)
  • Working with the Corporate Services Team in NAWEC, embed these learning and development goals into the NAWEC Staff Performance Management system.
  • Develop a series of training materials and courses to match the learning needs of the NAWEC Team. The courses should incorporate learning materials (such as lectures, written course notes, practical exercises and testing material) to assist different learning types.
  • Organize a series of seminars, workshops and infield training activities to sensitize and inform NAWEC technical staff on various dimensions of NRW (real and apparent). As an indicative number, 12 seminars a year should be the basis for planning. However, the exact number of workshops, topics and level of effort will be determined to align with the NRW Strategy and the assessed needs of NAWEC staff.
  • Provide NAWEC staff with publications, written materials, data, digital content and other resources to help enhance their knowledge on NRW.
  • Provide training on specialized software as needed and as appropriate.
  • Develop a system e.g., Share Point for documenting, sharing and archiving information with the NAWEC team

Required qualifications and experience:

  1. Experience of a firm:
  • Providing advisory in the area of urban water services management (being a core business) for at least 7 years.
  • At least 2 similar contracts for the last 7 years, each of such contracts shall include at least two of the following key activities:
  • Water Audit to determine physical and apparent losses
  • District metered area (DMA) management including hydraulic analysis of water distribution system and meter replacement plan
  • Data collection and analysis for water business
  • Experience with similar assignments in Sub-Saharan Africa will be an additional advantage.

 

  1. The Core Team of the consulting firm will have the following qualifications:
  • Team Leader: An experienced water engineer with a Civil Engineering degree or equivalent professional qualification in relevant discipline of engineering with at least 10 years urban water services management, service delivery improvement and program design/delivery, in developing countries, experience. Experience in coordinating across multi-disciplinary stakeholders, facilitation and communication skills are needed. Global experience of work in urban water utilities specially in NRW area in developing countries is strongly preferred.
  • NRW Specialist: A seasoned water professional with a relevant university degree and a strong and proven experience (at least 10 years) in NRW and leakage detection/reduction program design and implementation in water utilities. Experience in developing country contexts is strongly preferred.
  • Commercial Specialist: An experienced professional with a relevant university degree with a background in accounting, customer service, IT or a related field with at least 5-years’ experience in utility billing, revenue management, metering and managing customer databases. Experience in developing country contexts is strongly preferred.
  • Legal/ Institutional Specialist: An experienced professional with a relevant university degree and at least 5-years’ experience of working with water utilities to strengthen their technical and organizational functioning. Experience in capacity building, change management and stakeholder engagement would be important. Ability to advise on the institutional and legal feasibility of recommended actions is needed. Experience in developing country contexts is strongly preferred.
  • Research and Data Management Specialist: The team should include a focal point who will be responsible for managing data generated from the assignment, including developing the NRW database, producing progress reports, and preparing the final study. Strong research capabilities and excellent technical writing skills are required. The expert shall have a relevant university degree and 5 years of relevant experience.

Additional Information

  • The contract will be for a Firm, that will report to the PIU Coordinator of NAWEC in Banjul, The Gambia.
  • Selection of the Consultants will be conducted in accordance with the Consultants Quality and Cost-Based Selection (QCBS) method of selection, as outlined in the World Bank Procurement Regulations.
  • The selected firm must mobilize staff to be stationed for a significant time in Banjul, Gambia, during the duration of the field assessment and agreed periodic field visits during implementation.
  • The successful candidate will sign a lump-sum contract.

 

Assignment/Contract duration

The estimated start date is January 2022, and the contract duration is for 2.5 years. The estimated efforts is 23 staff months.

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – CONSULTANCY SERVICES TO DEVELOP AND DESIGN NON-REVENUE WATER (NRW) REDUCTION PLAN

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: CONSULTANCY SERVICES to DEVELOP AND DESIGN Non-Revenue Water (NRW) reduction PLAN

Reference No. (as per Procurement Plan): GM-NAWEC-213881-CS-CQS-BIS

 

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 and water services and will fund important investments in water infrastructure that can help address the water 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 will provide emergency support to NAWEC to purchase IT equipment for staff; supply water to unconnected areas through borehole drilling and tanker trucks; purchase needed spare parts and equipment to ensure continuity of service provision; provide handwashing and hygiene kits to the population; and implement hygiene campaigns.

 

The objective of this assignment is to help NAWEC develop its knowledge base on Non-revenue Water (NRW) and develop a plan for reducing NRW in its service area, with a focus on GBA. The firm to be recruited will provide continuous technical assistance (TA) to NAWEC and will produce several key services and products that should place NAWEC on a solid path to tackling its NRW. As much as possible, the firm should work closely with NAWEC staff as well as local engineers and technicians, to transfer knowledge and build capacity on NRW.

 

Scope of work of the consulting firm

 

Task 1: Situational Assessment (6 months)

  1. Institutional and Policy Framework
  2. Field Assessment
  3. c) Collection and Analysis of Technical Information

 

Task 2: Baseline Data and Summary report (6 months)

 

Task 3: Development and Installation of DMAs (18 months)

 

Task 4: NRW Plan and Options (6 months)

 

Task 5: Training of NAWEC Staff (continuous, over the course of 24 months)

 

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.

 

Required qualifications and experience:

 

  • Providing advisory in the area of urban water services management (being a core business) for at least 7 years.
  • At least 2 similar contracts for the last 7 years, each of such contracts shall include at least two of the following key activities::
  • Water Audit to determine physical and apparent losses
  • District metered area (DMA) management including hydraulic analysis of water distribution system and meter replacement plan
  • Data collection and analysis for water business_
  • Experience with similar assignments in Sub-Saharan Africa will be an additional advantage.

 

The Qualifications and Experience of Key Experts shall not be included in the shortlisting criteria. Key Experts will not be evaluated at the shortlisting stage.

 

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 and revised November 2017 and August 2018 (“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 Quality and Cost-Based Selection (QCBS) method set out in the Procurement Regulations.

 

The TOR and 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 October 5th, 2021.

 

The Managing Director

National Water and Electricity Company

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

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

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: CONSULTANCY SERVICES for the Review and Update of National Energy Policy, Strategies and Action Plan

Reference No. (as per Procurement Plan): GM-NAWEC-243443-CS-QCBS

 

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.

 

In The Gambia, the electricity access rate is estimated around 60 % and more than 85% of households in The Gambia depend on traditional biomass to meet their basic energy needs. Therefore, increasing access to modern clean and affordable energy services for the population could have enormous multiplier effects such as reducing poverty, empowering women, generating opportunities as well as improving standard of living for the attainment of the Sustainable Development Goals (SDGs).

 

Currently, The Gambia energy sector is characterized by heavy dependence on traditional biomass fuels mainly for household consumption, and imported petroleum products for electricity generation and transport. Cognizant of the afore-mentioned situation, the Government of The Gambia is committed to improving the energy situation in order to spur economic growth. In 2005, the Ministry of Energy developed the National Energy Policy, Strategies and Action plan which was revised in 2014 with the overall objective of re-defining the sector strategic objectives. Since then, a number of developments have taken in the energy sector including the development of an electricity roadmap in 2015, which was updated in 2017 and recently in 2021 to reflect new market opportunities and guide the development of the electricity sub-sector in the short-,  medium- and long-term (2021 to 2040). There is strong need for the National Energy Policy to be consistent with the roadmap objectives.

 

The objective of the assignment is to support the Ministry of Petroleum and Energy to:

  1. Review the effectiveness of the existing energy sector policies, strategies, programs, and projects implemented since 2014.
  2. Develop smart policy measures for the electricity, petroleum, renewable energy, energy efficiency, and domestic energy sub-sectors as well as cross-cutting issues.
  • Update the energy policy and recommend key policy measures, strategies, and actions for effective implementation.

 

Scope of work of the consulting firm

The scope of work covers the whole energy sector and will be conducted in phases. Phase one will conduct a thorough desk review of existing policies, plans, and programmes at both national and regional levels. Phase two will entail consultation with stakeholders, SWOT analysis of the energy sector. While phase three will focus on updating the National Energy Policy (2014), Strategy and Action Plan for the various sub-sectors.

 

Phase One:  Detailed Desk Review of Policies, Plan and Programmes

Phase Two: Stakeholder Consultation, SWOT Analysis of the Energy Sector

Phase Three: Update of the National Energy Policy (2014) and re-define Strategy and Action Plan (2021-2030)

The timeframe for the consultancy service shall be for a maximum period of 4 calendar months.

 

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.

 

Required qualifications and experience:

 

The consulting firm must be incorporated in the Gambia (proof of business registration). The firm must have been in existence for at least five (5) years and have:

  • Proven experience in policy and strategy development in the Gambia and/or in the sub-region
  • Experience in the energy sector, locally and internationally
  • Experience conducting similar assignments for public sector institutions in the Gambia

The team should comprise of the following three (3)  experienced key experts:

  • Team Leader/Lead Expert
  • Energy Economist
  • Public Policy Expert

The Qualifications and Experience of Key Experts shall not be included in the shortlisting criteria. Key Experts will not be evaluated at the shortlisting stage.

 

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 and revised November 2017 and August 2018 (“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 Quality and Cost-Based Selection (QCBS) method set out in the Procurement Regulations.

 

The TOR and 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 October 5th, 2021.

 

The Managing Director

National Water and Electricity Company

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