REQUEST FOR EXPRESSIONS OF INTEREST – Social Safeguard Specialist

REQUEST FOR EXPRESSIONS OF INTEREST

 

The Gambia

ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

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

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

 

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

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

  • Scope of Work

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

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

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

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

 

REPORTING LINE/COMMUNICATION

 

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

 

QUALIFICATION REQUIREMENTS

 

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

 

 

  • REQUIRED COMPETENCIES FOR ENVIRONMENTAL CONSULTANT

 

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

 

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

 

  1. FACILITIES TO BE PROVIDED BY THE PIU

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

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

Support for all site visits required for supervision and monitoring.

 

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 and revised November 2017 and July 2018 and November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.  A Consultant will be selected in accordance with the Individual Consultant selection method set out in the Procurement Regulations. Further information can be obtained at the address below during office hours from 08:00 to 16:00 or click the link below for ToR.

Social Safeguard Specialist Gambia PIU ToR

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

PIU-GAMBIA

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building,

Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 996 1301/ 9967791/ 7009342

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

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

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia
ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

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

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

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

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

1. SCOPE OF WORK

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

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

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

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

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

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

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

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 and revised November 2017 and July 2018 and November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

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

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

Junior_Power_Engineer_ToR

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

PIU-GAMBIA
Attention: Mrs. Haddy Njie – Project Coordinator
Address: National Water & Electricity Company Limited,
Project Implementation Unit
Emporium III Building, Fajara
114 Kairaba Avenue
Floor/ Room number: Conference Room, 1st Floor
City: Banjul
Country: The Gambia
Telephone: +220 996 1301/ 9967791/ 7009342
Electronic mail address: hnjie@nawec.gm, (and copy to mfsanyang@nawec.gm, asallah@nawec.gm)

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

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia
ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

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

Assignment Title: Senior Power Engineer for Project Implementation Unit. (As per Procurement Plan): GM-NAWEC-387347-CS-INDV

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

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

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

1. SCOPE OF SERVICES

The Senior Power Engineer’s responsibility will be ensuring technical preparation and monitoring of implementation of all the power lines and substations projects, under the PIU and in relation with the RCU and the owner’s engineer. Activities to be performed include but are not limited to the following:
i.  Provide engineering support to the PIU during projects preparations, managements, and                            implementations.
ii. Provide inputs to specifications/employers’ requirements/ToRs for bidding documents/RFPs, for power      lines and substations.
iii. Oversee project preparations, particularly in aspects related to designs, works, equipment                          specifications, and other technical aspects like substation protection and control system, under the            general management of the Coordinator of the PIU.
iv.  Provide technical support during bidding stages, prequalification, shortlisting, bid evaluation, contract        negotiation, drafting of contract, etc.
v.   Review all technical documents; designs, specifications, and construction schedule submitted by                 Contractors, ensuring strict control for proper and quality implementations of the project, in relation          with the owner’s engineer.
vi.  Ensure that bidding documents, project implementations, and contracts adheres to all technical                  details  and international standards, for the lines and substations as well.
vii.  Attend Factory Acceptance Tests and inspect the quality and quantity of the equipment.
viii. Supervise the implementation of all the projects to conform to approved design.
ix.   Supervise commissioning conducted on all the projects and issue reports.
x.    Follow up on correspondences between the RCU, Owner’s Engineers, Contractors, and the other                stakeholders.
xi.   Monitor the implementation of the projects schedules to ensure adherence with the project timeline.
xii.  Review the reporting from Contractors and Owners’ Engineers
xiii. Review the invoices of Owners’ Engineers and contractors.
xiv. Monitor the implementation of the Quality Management Plan set up by contractors and safety                  arrangements during works (Personal protective equipment, Staff certifications to handle specific                electricity related tasks, etc.)
xv.  Collect all relevant information on the constructions, anticipate and identify problems and risks                   arising  and recommend necessary actions to the Project Coordinator
xvi.  Assess and advise on all proposed technical variations and report on justification or otherwise of               claims.
xvii. Respond effectively to any other job assigned by the Project Coordinator
xviii. Contribute to elaborate Annual Work Plans, annual budgets, as well as the quarterly, biannual, and            annual reports of the projects.
xix.  Assist the Project Coordinator in supervising contractors’ performances in handling technical issues,           then provide corrective instructions  as needed.
xx.   Assist the Project Coordinator in the preparation during missions of supervisions, meetings with the           RCU, internal meetings and Steering Committee meetings.
xxi.  Other activities, as instructed by the Managing Director through the Project Coordinator.

2. QUALIFICATION AND EXPERIENCE REQUIREMENTS

Qualification and skills requirements
Qualification
Must hold a master’s degree in electrical engineering or related fields.
Skills
– Ability to work in a multidisciplinary team.
– Excellent writing and reporting skills.
– Experienced computer user, including excellent knowledge of Microsoft Office suite.
– Good skills in information technology and communication tools.
– Fluent in English, and knowledge in French will be an added advantage.

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

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

3. DUTY STATION AND CONTRACT DURATION

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

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 and revised November 2017 and July 2018 and November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

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

Senior Power Engineer _ECOREAP-ToR

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

Expressions of interest must be delivered in a written form to the address below (in person, or by fax, or by e-mail) by close of business November 21st, 2023.

PIU-GAMBIA
Attention: Mrs. Haddy Njie – Project Coordinator
Address: National Water & Electricity Company Limited,
Project Implementation Unit
Emporium III Building, Fajara
114 Kairaba Avenue
Floor/ Room number: Conference Room, 1st Floor
City: Banjul
Country: The Gambia
Telephone: +220 996 1301/ 9967791/ 7009342
Electronic mail address: hnjie@nawec.gm, (and copy to mfsanyang@nawec.gm, asallah@nawec.gm)

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – Detailed Design and Support through Bidding Process for Additional Villages

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: Detailed Design and Support through Bidding Process for Additional Villages

Reference No.:  GM-NAWEC-364342-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.

 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 projects include the construction of about 160km of Medium Voltage (MV) lines, low voltage (LV) lines for about 93 villages in LRR, WCR, and NBR (some might be in other regions), distribution transformers for the about 93 villages, and a 2km bridge crossing between Farafenni and Soma.

 The main objectives of this assignment are as follows:

a.  Conduct a comprehensive topographical survey of the project area to gather essential data for the design and construction of the electrical infrastructure. 

b.   Develop a detailed design plan for the construction of 160km of MV lines and LV lines for 93 villages, ensuring efficient and reliable power distribution.

c.    Conduct studies to determine the appropriate distribution transformer requirements for the 93 villages, considering load demand, voltage regulations, and future expansion needs.

d.     Design a 2km bridge crossing to provide a safe and reliable route for the electrical infrastructure.

e.   Prepare the technical component of the bidding document, including Employer’s Requirements, data sheets of all materials to be used in the project, the price schedule and cost estimate, and the final Bill of Quantities (BoQ).

f.   Provide timely support in preparation of responses to clarifications and inquiries from bidders during the bidding process. Participate in pre-bid meeting and site visit.

g.     Participate in contract negotiation with potential contractors to finalize the agreement terms and conditions.

Scope of work:

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

a.      Topographical Survey:

        Conduct a comprehensive topographical survey of the project area, covering the alignment of the MV lines, combine constructions, LV lines, and the proposed bridge crossing. 

      Collect accurate elevation data, contours, land features, and any other relevant information necessary for the design and construction of the electrical networks. This survey shall cover a corridor of 20m at least. All obstacles shall be well represented and a minimum of 50m between the points shall be considered. 

        Prepare detailed topographical maps and profiles with readable scales printed in at least A2 format.

b.     Detailed Design:

    Prepare a detailed design plan for the construction of about 160km of MV lines, including pole locations, conductor sizes, sag calculations, and necessary clearances.

        Design the LV lines to connect 93 villages, considering load requirements, voltage drop limitations, and appropriate conductor sizes. 

        Determine the optimal route for the MV and LV lines, considering terrain, environmental factors, and existing infrastructure.

        Prepare a design plan for the 2km bridge crossing, including the design of all the materials required and all the required studies and drawings in a very clear manner.

    This shall include the full calculation notes using Jove, mechanical and execution designs for the complete networks taking into account the weight of the transformers to be proposed.

        Prepare cost estimates.

c.      Studies for Distribution Transformers:

     Conduct load demand studies for each of the 93 villages to determine the appropriate capacity and number of distribution transformers required.

        Propose the most optimal location for each transformer.

        Analyse the voltage regulations and determine the optimal locations for the distribution transformers to minimize voltage fluctuations and ensure efficient power distribution.

    Consider future growth and expansion needs of the villages and recommend suitable strategies for accommodating increased load demand.

    Quantify all the households and public buildings, like schools, hospitals, health centers, etc. to be connected on each transformer, providing a list with names and phone numbers of each household head.

d.     Preparation of Bidding Document:

 Develop the Employer’s Requirements, clearly outlining the project’s objectives, technical specifications, and performance requirements.

    Create data sheets for all the equipment and materials required for the project, including specifications, technical parameters, standards, and any relevant certifications. 

        Prepare the price schedule, detailing the breakdown of costs for materials, labor, equipment, and any other project-related expenses.

     Compile the final Bill of Quantities (BoQ) document, providing a comprehensive list of items, quantities, for the construction and installation works.

e.      Clarification Responses:

        Review and respond, in collaboration with the PIU, to clarifications and inquiries from bidders during the bidding process.

        Provide necessary technical clarifications and ensure a clear understanding of the project requirements.

        Participate in pre-bid meeting and site visit.

f.      Contract Negotiation:

        Participate in contract negotiation with potential contractors.

        Collaborate with the client to finalize the agreement terms and conditions. 

        Address any technical concerns or modifications to ensure compliance with project requirements.

It is anticipated that the total level of effort for this assignment is 9 staff-months.

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.

Deliverables:

The following deliverables are expected:

a)     Topographical Survey:

        Comprehensive survey report, including accurate topographical maps, profiles, and relevant data.

        Digital copies of the survey data in a compatible format – excel, dwg drawings, and any necessary format.

b)     Detailed Design:

        Detailed design plan for the construction of 160km of MV lines.

        Detailed design plan for the LV lines connecting 93 villages and location of distribution transformers.

        Design plan for the 2km bridge crossing.

        A final detailed execution study for the whole the entire networks to construct.

        Detailed cost estimates (by different components/materials)

 

c)     Studies for the Distribution Transformers:

        Load demand study report for the 93 villages, including recommendations for distribution transformer capacity and locations.

        Analysis report on voltage regulations and strategies for efficient power distribution.

        List of clients to connected on each transformers

 

d)     Preparation of Bidding Document:

        Employer’s Requirements document.

        Data sheets of all equipment.

        Price schedule.

        Final Bill of Quantities (BoQ).

        Any other technical documentation required for the bidding process. 

e)     Clarification Responses:

Timely and comprehensive responses, in collaboration with the PIU, to bidders’ clarifications and inquiries during the bidding process. Participation and support in pre-bid meeting and site visit.

f)      Contract Negotiation:

        Finalized contract agreement with potential contractors, including all necessary modifications and technical considerations.

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 Senior Engineer/Manager

1

He/she shall have a minimum experience of 8 years in a similar role with at least two similar projects in the last 5 years. He/she shall be a Master’s Degree holder in Engineering or management

Lead Topographical Surveyors

2

A minimum of 5 years’ experience in a similar role with a Master’s Degree in Electrical Engineering, Civil Engineering, or a related field, with at least experience in two similar projects in the last 5 years is required.

Electrical Engineer Designer

1

A minimum of 5 years’ experience in a similar role with a Master’s Degree in Electrical Engineering, Civil Engineering, or a related field, with at least experience in two similar projects in the last 5 years is required.

Electrical Engineer

1

A minimum of 5 years’ experience in a similar role with a BSc Degree in Electrical Engineering, or a related field, with at least experience in two similar projects in the last 5 years is required

 

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 TOR

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 19th September 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)

 

 

 

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

WEST AFRICAN POWER POOL (WAPP)

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

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

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

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

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

Agency profile

 Interested Recruitment Agencies must:

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

The consulting firms may associate with other firms to enhance their qualifications and shall indicate clearly whether the association is in the form of a Joint-Venture and/or a sub-consultancy. In the case of a Joint-Venture, all the partners in the Joint-Venture shall be jointly and severally liable for the entire contract, if selected. In the case of a Joint Venture between a recruitment

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

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

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

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

Selection recrutment Agency WAPP SG ToR

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

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

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

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

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

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

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

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

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

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

 

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

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

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

PUBLIC ANNOUNCEMENT – RELOCATION OF WATER SERVICES

PUBLIC ANNOUNCEMENT

NAWEC wishes to inform its customers that the Sub-contractor for the relocation of water services on the OIC road corridor on Bertil Harding Highway has requested for the shut down of the clear water transmission line from Sukuta Treatment Plant to Fajikunda Tank on Friday the 11th of November 2022. The pole relocation exercise will last for 10 hrs, from 8 am to 6 pm while the following settlements will experience some interruptions or low pressures in their water supply during the period.

1. Fajikunda,
2. Welingara,
3. Nema,
4. Talinding
5. Latrikunda
6. Sabiji

NAWEC apologizes for any inconvenience caused while thanking its esteemed customers for their usual understanding.

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 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 – 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)

WEST AFRICAN POWER POOL (WAPP) SYSTEME D’ECHANGES D’ENERGIE ELECTRIQUE OUEST AFRICAIN Solar Development in Sub-Saharan Africa Program Phase 1 (Sahel) SUB-SAHARAN AFRICA SOLAR PARKS DEVELOPMENT PROJECT (RSP) Phase 1 Assistance to West Africa Power Pool (WAPP) (P162580)

Economic Community                                                                               Communauté Economique

of West African States                                                      des Etas de l’Afrique de l’Ouest

 

 

 

                 WEST AFRICAN POWER POOL (WAPP)                                   

SYSTEME D’ECHANGES D’ENERGIE ELECTRIQUE OUEST AFRICAIN

Please click on the following links for more information.

Letter WAPP Pub of the Grievance Mechanism-NAWEC

WAPP_SOP_Grievance Mechanism_clean