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

Specific Procurement Notice

Request for Bids

Small Works

(One-Envelope Bidding Process)

Country: The Gambia

Name of Project: Gambia Electricity Restoration and Modernization Project

Contract Title: Construction of NAWEC Project Office

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

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

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

 

General construction experience of at least 5 years

Minimum average turnover of $1.5 million

Minimum access to financing of $200,000

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

  1. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” (July 1st, 2016, revised in November 2017 and August 2018) (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
  1. Interested eligible Bidders may obtain further information from NAWEC- PIU and inspect the bidding document during office hours 0800 to 1600 hours at the address given below.
  1. The bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of $300. The method of payment will be bank transfer. The document will be sent by electronic mail in PDF format or a link for downloading will be provided. Should a bidder require hardcopy, it will be sent by courier mail, however, such bidder will have to make own pick up and shipment arrangement.
  1. Bids must be delivered to the address below on or before 12:00 p.m. (local time), March 6th, 2025. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on 12:30 p.m. (local time), on March 6th, 2025.
  1. All Bids must be accompanied by a Bid Security of 7,500 US Dollars.

 

  1. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.

 

The address referred to above is:

Attention: Haddy Njie – Project Coordinator

Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 996 1301/ 3182113/ 7009342

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

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

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

The Gambia

ECOWAS REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)                                                                                            

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

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

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

 

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

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

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

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

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

OBJECTIVE:

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

SCOPE OF SERVICES

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

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

Specific responsibilities include:

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

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

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

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

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

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

Evaluation Criteria

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

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

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

ToR_for_ESMP Audit_ECOREAP_PIU 070125

Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

A Consultant will be selected in accordance with the Consultant’s Qualifications-based Selection method (CQS) set out in the Procurement Regulations.

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

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 31st January 2025.

The address above referred is:

PIU-Gambia

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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

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

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

The Gambia

Electricity Restoration and Modernization Project (GERMP)                                                                                            

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

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

Reference No: GM-NAWEC-448954-CS-CQS 

The Republic of The Gambia together with the International Development Association (IDA), European Investment Bank (EIB), and European Union (EU), collectively the “Lenders”), is implementing a new energy project to improve the power generation and transmission capacity in the country. The Gambia Electricity Restoration and Modernization Project (GERMP) will increase the generation capacity through renewable sources, reinforce the transmission infrastructure in the Great Banjul Area, and in the provinces across the country.

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

The objectives of the RAP Audit are to:

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

Scope:

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

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

Specific responsibilities include:

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

Duration of Assignment

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

DELIVERABLES

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

Key deliverable for RAP Audit Consultant:

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

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

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

Evaluation Criteria

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

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

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

  1. Social Specialist as Community Facilitator

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

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

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

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

ToR_for_RAP_Imple_Audit_GERMP_Backbone_Phase_I_II_PIU

Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

A Consultant will be selected in accordance with the Consultant’s Qualifications-based Selection method (CQS) set out in the Procurement Regulations.

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

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 30th January 2025.

The address above referred is:

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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

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

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

The Gambia

Electricity Restoration and Modernization Project (GERMP)                                                                                            

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

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

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

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

The project development objective (PDO) is to improve the operational performance of the National Water and Electricity Company (NAWEC), and its capacity to dispatch variable renewable electricity. This is in line with the Gambian National Development Plan (NDP-2018-2021), the Gambia Electricity Sector Roadmap (2017) and the National Energy Policy (2014-2018), among other national policies which promote the extension, reliability, and quality of the national energy supply, as well as diversifying energy sources to include renewables.

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

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

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

Specific responsibilities include:

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

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

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

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

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

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

Evaluation Criteria

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

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

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

ToR for ESMP Audit GERMP Solar and GBA TLine

Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

A Consultant will be selected in accordance with the Consultant’s Qualifications-based Selection method (CQS) set out in the Procurement Regulations.

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

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 30th January 2025.

The address above referred is:

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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

INVITATION TO QUOTE – Procurement of Energy Audit Materials Phase II

INVITATION TO QUOTE

Project Title: Gambia Electricity Restoration and Modernization Project
Source of Funding (loan/credit/grant no.): D6530-GM
Contract Name: Procurement of Energy Audit Materials Phase II
Contract Ref: GM-NAWEC-429426-GO-RFQ
Date: 18th July 2024.

1. The National Water and Electricity Company Limited (NAWEC) has received financing from the World Bank towards the cost of the Gambia Electricity Restoration and Modernization Project and intends to apply part of the proceeds toward payments under the contract for procurement and Supply of Materials for the Implementation of Energy Audit Short Term Recommendations for Water and Sewerage Business Unit Phase II. NAWEC now invites quotations from suppliers for the Goods.

2. Qualifications Requirements
• Minimum average annual turnover for the last 3 years: US$60,000 The number shall be supported by audited financial statements.
• Contractual experience: minimum 2 similar contracts during the last 5 years with a minimum contract value of US$100,000. Similar contracts.
Contractual experience shall be supported by references from the Employers.

3. A complete set of Request for Quotation (RFQ) documents in English will be provided to interested eligible bidders upon the submission of a written application to the address below at free.

4. Submission of Quotations

a. Signed quotations in a seal envelope shall be delivered to the address below.
Attention: Project Coordinator
Projects Implementation Unit
National Water and Electricity Company Limited
Empourium III, Fajara
P.O.Box 609, Banjul
The Gambia
Telephone: +220 3664125/7009342/9967791
Email: hnjie@nawec.gm, mfsanyang@nawec.gm , asallah@nawec.gm

b. The deadline for submission of Quotations is 15th August 2024 @ 12:00pm local time late quotation will be rejected.

GERMP Phase III Resettlement Action Plan (RAP) development process

Public Announcement

GERMP Phase III Resettlement Action Plan (RAP) development process

 

The Gambia Electricity Restoration and Modernization Project (GERMP) is an electricity project by the Government of The Gambia (GOTG), the International Development Association (IDA), the European Investment Bank (EIB), and the European Union (EU). It aims to increase NAWEC’s generation capacity through renewable sources and also to reinforce its transmission infrastructure in the Greater Banjul Area (GBA) as well as in the provinces.

In this regard, 30kV transmission lines with associated MV T-Offs and distribution networks will be constructed in certain parts of the provinces involving 92 communities in Central River, Upper River, North Bank, and Lower River Regions.

From 19th – 30th September 2023 an Environmental and Social Impact Assessment (ESIA) of the sub-project was conducted along the proposed transmission corridors. The assessment identified potential impacts leading to involuntary resettlement, with consequences on the affected persons in terms of loss of property, income, sources of income and access to natural resources that constitute their livelihoods.

The Alkalo and community members of the affected communities listed below were met during consultations, and a census/survey was conducted to identify the project-affected persons along the corridors between 16th – 29th December 2023. All those whose land(s) and fruit trees will be affected by the Project, after confirmation with their respective Alkalo of being left out of the census/survey, are requested to contact the NAWEC Project Implementation Unit (PIU) as soon as possible. The cut-off date indicated for the census is December 29th, 2023. The communities affected are listed as:

 

  1. CRR-S (Fuladu) Line corridors

 

Corridor 1:      Bansang – Njoben Karim (Via Mabali koto and Misira, (Partially Road Corridor – (Mabali kuta, Sare Pateh Jawo and Njoben Karim))

 

Corridor 2:      Bantanto – Manneh Kunda (Via Jibel) – Along Road Corridor

 

Corridor 3:   Manneh Kunda – Sare Tamanso (Via Sare Giddeh, Charen and Belal Fass, Sare Debo) (Partially Road Corridor – (Charen, Belal Fass, Sare Debo and Sare Tamanso))

 

Corridor 4:      Sare Tamanso –Njoben Karim (Via Sare Pateh Jawo)

 

Corridor 4:     Tamba Kunda – Njoren (Via Abeokuta Daru and Tandi) (Tamba Kunda – Abeokuta, Abeokuta – Daru and Daru – Tandi all are Road Corridors) – Njoren is also called Sankabari)

 

Corridor 5:  Tamba Kunda – Sare Duta (Duta Wally) (Via Sare Modou, Sare Yorro Golori, Sare Pateh Ebadan, Sare Kali Kandeh, Sare Dembaru, Samba Tacko, Sare Chawto, Sare Yerro Yoba, Nyameng Kunda, Libras, Kerewan Dumbokono, Sincu Chedoyel, Sare Sileri, Kali Kunda, Sambundinya, Sare Mansong, Fuladu Sukuta, Sinchang Gelajo, Bani, and Sinchang Samba Mberry (Sinchu Samba))

 

Corridor 6:      Santanto Bubu – Sinchu Samba Jawo (Via Santanto Mundong, Santanto Jabel, Santanto Ousman, Ndorma, Logomel, Santanto Wurumang, Cha Kunda, Jamwelly, Sinchang Faramba, Sare Soffie, Sare Jarje, Sare Samboido, Sare Yeroyel, Sare Pateh Gassama, Sare Ngallen, Sare Sawadi, Sare Ali and Sare Sabo)

 

Corridor 7:    Sare Ali – Sare Gai (Via Charjel)

 

Corridor 8     Sambuya – Sare Bojo – (Via Sare Bakary) – Along Road Corridor

 

  1. CRR-N (Sami) Line corridors

 

Corridor 1:  Fittu Fula – Kujew Mandinka – (Via Kujew Fula)

Corridor 2:  Changai Wollof – Daru Salam

Corridor 3:  Renerou Junction – Sama Kunda (Via Ranerou Woloff, Tabanani, Chamen, Tabayel and Mbafaf),) – (Partially a Road Corridor (Renerou Junction to Tabanani is a Road Corridor)

 

Corridor 4: Ranerou Woloff – Njalal Toro (Via Ranerou Fula)

Corridor 5: Njalal Fula Junction – Njalal Fula

Corridor 6: Sami Tenda – Madiana (Via Forry)

 

  1. URR-N (Sandu) corridors

 

Corridor 1:   Demba Wandu – Sare Ngai (Via Mamadi Ceesay)

Corridor 2:   Dasilame Secka – Jakari (Via Sare Kali, Nawdeh Tenda, Njie Kunda and Nyankui)

Corridor 3:   Nawdeh – Wellingara Sussoh (Via Sare Jallow and Sankibai)

 

  1. LRR Line corridors

 

Corridor 1:       Soma – Misira – Along road corridor

Corridor 2:       Soma – Toniataba – Along road corridor

 

  1. NBR Line corridors

 

Corridor 1:       Kerewan – Suwareh Kunda – Along Road Corridor

 

Claimants who feel they should be included should contact the projects Grievance Resolution Mechanism (GRM) through one of the contacts listed below, or visit the PIU Office, located at Emporium Complex, 114 Kairaba Avenue, Kanifing Municipality, to arrange a meeting with the surveyor and the Consultant. For further information, contact the Project’s Social and Environment Safeguards Specialists:

  • Mr. Nuha Colley – Environmental Safeguards Specialist on Toll-free number:1266 (using Qcell):   email: ncolley@nawec.gm

 

  • Mr. Ousman Mankara – Social Risk Management Specialist on Toll-free number:1226 (using Africell): email: omankara@nawec.gm

 

PUBLIC ANNOUNCEMENT: ELIGIBILITY FOR COMPENSATION OF PROJECT AFFECTED PERSONS (PAPS)

PUBLIC ANNOUNCEMENT: ELIGIBILITY FOR COMPENSATION OF PROJECT AFFECTED PERSONS (PAPS)

 

The Government of The Gambia (GOTG), with financing from the World Bank through The Gambia Electricity Restoration and Modernization Project (GERMP) is implementing the Resettlement Action Plan (RAP). The Project intends to construct a high voltage (225kV) transmission line through the villages of Brikama Kabafita, Farato Bojang Kunda, Farato, Jambur, Latriya, Jabang, Jamwelly (Sare Pateh), and Mariama Kunda in the Greater Banjul Area (GBA).

The RAP is based on a set of surveys/census conducted in these communities in two phases:

  • a survey/census was conducted to identify all the affected persons along this corridor between 3rd – 17th February 2020, with the cut-off date declared as Monday February 17th 2020;

 

  • in October 2020 with the objective of allowing more Project Affected Persons (PAPs) registered, a second phase of survey/census was conducted between October 21st and November 6th, to identify all the PAPs eligible for compensation along the corridor, and the cut-off-date for eligibility was 6th November 2020. This means, any person who was not included in the survey/census between these dates would not be eligible for compensation.

Because of the COVID-19 pandemic prevailing at the time, less than 80 persons affected by the project could be interviewed from more than 490 identified plots of land along the corridor. Consequently, the cut-off-date of 6th November 2020 could not be enforced, and hence compensations of affected persons continued.

However, following more than two years of RAP implementation, the new cut-off-date for payment of compensations is 31st December 2023, and any claimant who turns up after this date will not be considered for compensation.

Anybody who feels that s/he should be included should contact the project’s Grievance Resolution Committee (GRC) before the 31st December 2023 at the Project Management Unit (PMU) office located at Emporium Complex, 114 Kairaba Avenue, Kanifing Municipality, through one of the contacts listed below:

  1. Ousman Mankara – Social Safeguards Specialist on Toll Free number 1266 on Africell
  2. Nuha Colley – Safeguards Specialist – Toll Free number 1266 on Qcell
  3. Baboucar Corr – Safeguards Specialist – 3845096/9963511

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

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES –

INDIVIDUAL CONSULTANT’S SELECTION)

THE GAMBIA

ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP)

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

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

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

 

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

REPORTING LINE

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

ROLE

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

 

Supervision

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

Financial Management, Accounting & Internal Controls

Tasks and Activities:

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

 

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

Activities:

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

 

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

Activities:

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

 

(3)       Task: Relationship Management

Activities:

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

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

Professional Qualifications

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

Deliverables

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

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

Performance Criteria

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

Assessment

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

Terms of the Assignment

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

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

Financial_Mgt_Specialist_ToR

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 and revised November 2017 and July 2018 and November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.  A Consultant will be selected in accordance with the Individual Consultant selection method set out in the Procurement Regulations. Further information can be obtained at the address below during office hours from 08:00 to 16:00. Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by close of business 30th November 2023 

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building,

Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room,

1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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

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

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES –

INDIVIDUAL CONSULTANT’S SELECTION)

THE GAMBIA

ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP)

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

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

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

The Republic of the Gambia is implementing Electricity Restoration and Modernization Project (GERMP) financed by the World Bank, European Investment Bank, and European Union. The main Project Development Objectives are increasing the availability and reliability of electricity supply in the Gambia; improving operational performance of NAWEC; improve the capacity of NAWEC to dispatch variable renewable electricity. In June 2020, the World Bank Board approved Additional Financing for GERMP to address, inter alia, urgent needs in improvement of NAWEC water business.

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

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

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

  1. SCOPE OF WORK

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

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

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

2. QUALIFICATION REQUIREMENTS

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

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

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

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

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 and revised November 2017 and July 2018 and November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.  A Consultant will be selected in accordance with the Individual Consultant selection method set out in the Procurement Regulations. Further information can be obtained at the address below during office hours from 08:00 to 16:00. Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by close of business 15th November 2023 

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building,

Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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