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)

PUBLIC NOTICE – CLEARING OF THE RIGHT OF WAY FOR THE 225KV TRANSMISSION LINE FROM BRIKAMA POWER STATION TO JABANG SUBSTATION

 

PUBLIC NOTICE

CLEARING OF THE RIGHT OF WAY FOR THE 225KV TRANSMISSION LINE FROM BRIKAMA POWER STATION TO JABANG SUBSTATION

The Government of The Gambia (GOTG) has received financing from the World Bank to implement the Gambia Electricity Restoration and Modernization Project (GERMP). This Project will construct a 40 meters (20/20m from the center of the line) wide high voltage 225 kV Transmission and Distribution line from Brikama power station to Jabang Substation at the edge of the Salagi Forest Park, where a 225/33 kV substation has been built.

For orientation, the Transmission Line will start at the edge of the Salagi Forest Park and run along the buffer zone of the Forest up to the Forest billboard at Jamwelleh about 1.8 km off the Sukuta-JambangJelly Highway. From the Forest billboard the line will run towards the border between Mariama Kunda and Jabang, Labakoreh, Yuna and Latrya before turning left, crossing the Sukuta-Jambangjelleh Highway toward the Solar Power Plant in Jambur.

The line will go along the Bamba and Nyambai Forest Parks, crossing the Brikama-Serrekunda Highway to the Brikama power plant, where it will be connected to the OMVG substation.

The Government of The Gambia through the Ministry of Lands, Regional Government and Religious Affairs has signed the Declaration of this Right of Way.

Following development of the Resettlement Action Plan (RAP) a total of 483 Project Affected Persons (PAPs) have been identified to be impacted by the Project. From commencement of the RAP implementation in 2021 to date, a total of 432 PAPs have been compensated. Currently a total of 71 plots of lands are yet to be compensated most of which the owners are still unknown. We encourage those who own properties along this corridor and have seen survey marks on their properties to call the following toll-free number: 1266.

The contractor, TBEA has completed the construction of pylon towers and has mobilized to commence cable stringing work.

By a copy of this notice, we want to inform the general public, especially the property owners and those still staying in their properties within the Right of Way that the contractor will commence clearing the RoW effective 8th of November 2024. This will involve the demolition of all physical structures from Jabang to Brikama Power Station.

We wish to solicit the cooperation of everyone who will be directly and indirectly affected by this exercise.

For any further information, kindly contact the Project’s Grievance Redress Committee (GRC) at the NAWEC-Project Implementation Unit located at Emporium Building, 114 Kairaba Avenue, Kanifing Municipality on 1266 /2584560/ 3392833/ 3845096/ 9963511.

Water Network Improvement – Bundung

Reference No.: NAWEC/WD/ICB /003/2024

Project Name: Water Network Improvement – Bundung.

Dear Sir/Madam:

You are hereby invited to be a Bidder in the Tender described in the following documents.  The Gambia Public Procurement Act defines a Tender as a type of Bid and anyone submitting a Tender or other Bid is known as a Bidder. Under the Tender process, there will be a public opening of all bids received as stated in 9 below.

  1. The National Water and Electricity Company has budgeted funds for the WATER NETWORK IMPROVEMENT Bundung. It is intended that part of these funds will be applied to eligible payments under the contract design and construction of the water main replacement and water distribution system improvement.
  2. The National Water and Electricity Company now invites sealed Bids from eligible Bidders for the Water Network Improvement.

 

Water Supply

1.1    Bundung – The works within the Bundung area includes:

a. The supply of all labour, plant, tools and materials for the installation of new mains (DN80mm to DN250mm) and tie in of new mains and the associated fittings to include isolating valves, air valves, thrust blocks to existing mains. The extent of works is detailed below.

b. Transferring of existing service connections to new mains.

Item Location Pipe Size (mm) – DN Length (m)
1 Bundung 250 1116
2 Bundung 200 3824
3 Bundung 150 3385
4 Bundung 100 30,523
5 Bundung 80 2188
Total 41,036

3. The required time for the performance of the works is 160 calendar days.

4. The deadline for submission of inquiries and for requests for clarifications is two weeks before the close of Bids. A pre-bid conference will take place at the NAWEC Board Room, 53 Maniyang Highway NAWEC Board room Thursday 9th May 2024 at 10:00 am.

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

Managing Director
National Water and Electricity

53 Mamady Maniyang

P.O. BOX 609
Kanifing Industrial Estate

Email: snyang@nawec.gm ,ksambou@nawec.gm, contractscommittee@nawec.gm

The name(s) and position(s) of the Responsible Person(s) of the Procuring Organisation are:

  Sainabou Nyang- Procurement Manager-snyang@nawec.gm-3443037

 Kainding Sambou- Senior Procurement Manager-ksambou@nawec.gm-9957957

5. A complete set of Bid documents in English language may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of $500.00.

6. Bidding will be conducted through International Competitive Bidding Procedure in accordance with the requirement of the Gambia Public Procurement Act 2022.

7. Bids must be delivered to the address indicated under Section 5 above before 12:00 Hours Banjul Time prompt on Monday 21st May 2024 and must be accompanied by a Bid Security US$59,000.00 (Fifty-Nine thousand United States Dollars only) to be confirmed by a reputable corresponding local bank or an equivalent amount in a freely convertible currency.

8. Bids will be opened in the presence of Bidders’ representatives who choose to attend in person at the address indicated under Section 5 above at 12:30pm on Monday 21st May 2024.

Specific Procurement Notice – Design, Supply, and Installation of 33/11KV Substations and 11/0.415KV Package Substations within the GBA

Specific Procurement Notice

Invitation for Bids

Plant
Design, Supply, and Installation

(Without Prequalification)

 

 

IFB Number: NAWEC-GESREP-CW-02

Employer: National Water and Electricity Company Limited

Project: Gambia Electricity System Reinforcement and Expansion Project (GESREP)

Contract title: Design, Supply, and Installation of 33/11KV Substations and 11/0.415KV Package Substations within the GBA

Country: The Gambia

Loan No. /Credit No. / Grant No.: 5900155018402

Procurement Method: Open Competitive Bidding (International) (OCBI)

IFB OCBI No: NAWEC-GESREP-CW-02

Issued on:  22nd March 2024

 

  1. The government of The Gambia has received financing from the African Development Bank (AfDB) hereinafter called the Bank toward the cost of the Gambia Electricity System Reinforcement and Expansion Project (GESREP), and intends to apply part of the proceeds toward payments under the Contract for 33/11KV Substations and 11/0.415KV Package Substations within the GBA. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the Bank’s Disbursement Guidelines and procedures for Investment Project Financing.
  2. The National Water and Electricity Company Limited now invites sealed Bids from eligible Bidders for:

One Lot – Design, supply, and installation of 33/11KV Substations and

– 11/0.415KV Package Substations within the GBA.

  1. Bidding will be conducted through the Open Competitive Bidding (International), OCBI procedures as specified in the Bank’s Procurement Framework dated October, 2015], IFB and is open to all eligible Bidders as defined in the Procurement Framework.
  2. Interested eligible Bidders may obtain further information from National Water and Electricity Company Limited, Project Implementation Unit and inspect the bidding document during office hours 08:00 a.m to 16:00 p.m. at the address given below:
  3. The bidding document in English language 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 US$300. The method of payment will be direct deposit to the Project account. The document will be sent by email.
  4. Bids must be delivered to the address below on or before 15th May 2024. 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.
  5. All Bids must be accompanied by a Bid Security of US$135,000.00.
  6. Attention is drawn to the Procurement Framework 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.
  7. The address(es) referred to above is (are):

 

Project Coordinator

Project Implementation Unit

National Water and Electricity Company Limited (NAWEC)

Emporium III Building, Fajara

Banjul, The Gambia

Conference Room, 1st Floor.

Telephone: +220 3664125/3182113/7009342

Email: hnjie@nawec.gm and 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 Social Risk Management Specialist 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: Social Risk Management Specialist for the Project Implementation Unit (PIU).

Reference No.: GM-NAWEC-339342-CS-INDV

The Republic of The Gambia with the support of the International Development Association (IDA), European Investment Bank (EIB), and European Union (EU), collectively the “Lenders”), are implementing an energy project approved in 2018 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 Social Risk Management Specialist’s overall responsibility will be ensuring compliance of project preparation and implementation activities with social risk management regulations and policies of the financing institutions and Gambian legislation.

The incumbent 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 Safeguard 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, ESIA, ESMP, 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 exploitation and abuse, sexual harassment (SEA/SH), violence against children (VAC) 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 and ensuring service providers are strictly following the E&S clauses.
  • Providing necessary coordination, review, and relevant input into preparation of Environmental and Social Impacts Assessment (ESIAs)/Environmental and Social Management Frameworks (ESMPs) and Resettlement Action Plans (RAPs) for projects under preparation and implementation.
  • Conduct a quality review of documents related to social and environmental activities carried out and facilitate the process of approval and disclosure of safeguard instruments (i.e. RAP, ESIA, ESMP, Audits, Grievance Mechanism [GM], Contractor-ESMP, 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 contractors in charge of the works and their approval by the Owner Engineer.
  • 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, 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.
  • Ensures good collaboration with government agencies, decentralized institutions, and local civil society
  • 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/SEA/SH/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 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 GRC and all other relevant stakeholders Ensures that complaints related to SEA/SH are properly handled

The successful applicant shall be engaged immediately on a full-time basis for one year (in three months contract basis extendable depending on the satisfactory performance in the contract duration) and for additional years during the project implementation period.

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

GERMP Social Risk Management Specialist PIU TOR

Required qualifications:

a)     Master of Arts 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).

b)     At least 5 years’ experience in the region in compliance with social safeguards policies including involuntary resettlement.

c)     Good knowledge of the relevant regulations/directives and operations of multilateral development organizations and executing agencies.

d)     Demonstrated experience and knowledge of Bank operations and social safeguard policies, especially, experience and familiarity with complex safeguard work.

e)     Proven experience and skills in managing projects.

f)      Proven capacity to work across multiple stakeholders, including government entities, civil society organizations (CSOs), local communities, and the private sector.

g)     Demonstrated experience in the World Bank project cycle and procedures.

h)     Fluent in English with excellent written and oral skills.

i)      Advanced computer skills and full proficiency in the use of relevant software applications in using computers and software such as Microsoft Office suite.

j)      Participate in capacity-building training to strengthen competencies as need be.

k)     Work with GBV consultant to strengthen capacity on addressing SEA/SH risks in the project.

l)      Knowledge of local language like Mandinka, wolof, fula, or serere is an important asset since the project is intervening in rural areas also.

m)   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 safeguard instruments.

n)     Applications from women are highly recommended.

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 March 2023 

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited, Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba AvenueFloor/ 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)

SHUTDOWN ANNOUNCEMENT- Borehole feeder Bijilo

SHUTDOWN ANNOUNCEMENT- Borehole feeder Bijilo. 

NAWEC informs the public that it will shut down the borehole feeder from Bijilo on Wednesday 7th December 2022. The shutdown is to allow BB Electrical company to do the final connection on the underground cable crossing Rad Ville farm, Sukuta traffic light, and Salagie for the MV line diversion on the OIC road construction area.

Works are expected to last for 6 hours, from 11:00 am to 17:00 pm, and during the period the following areas will experience some interruptions in the power supply.

 

  1. Wulinkama
  2. Sukuta
  3. Nemakunku
  4. Sinchu Alagie

 

NAWEC apologizes for the inconvenience caused while thanking all the affected customers for their understanding and cooperation. Normal service shall be restored soon after the completion of the exercise.

 

Specific Procurement Notice – Supply of Equipment and Spare Parts for Water Distribution Network

Specific Procurement Notice

Request for Bids

 

Country: Gambia

Name of Project: Electricity Restoration and Modernization Project

Contract Title: Supply of Equipment and Spare Parts for Water Distribution Network

Loan No./Credit No./ Grant No.: IDA – D3090

RFB Reference No.: GM-NAWEC-313910-GO-RFB

 

  1. The Republic of The Gambia has received financing from the World Bank toward the cost of the Gambia Electricity Restoration and Modernization Project and intends to apply part of the proceeds toward payments under the contracts for the Supply of Equipment and Spare Parts for Water Distribution For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing
  2. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for the Supply of Equipment and Spare Parts for Water Distribution
  3. 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” November 2020 (“Procurement Regulations”) and is open to all eligible Bidders as defined in the Procurement Regulations.
  4. Interested eligible Bidders may obtain further information from

Mrs. Haddy Njie – Project Coordinator National Water & Electricity Company Limited

Telephone: +220 9961301/+220 7009342

Electronic mail address: hnjie@nawec.gm, mfsanyang@nawec.gm, asallah@nawec.gm and inspect the bidding document during office hours at the address given below.

  1. Financial Capability: The Bidder shall submit audited financial statements or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Purchaser, for the last 3 years prior to the bid submission deadline, demonstrating the current soundness of the Bidder’s financial position. For a joint venture, this requirement shall be met by each member.
  2. Specific Experience: The Bidder shall demonstrate that it has successfully completed at least 3 similar contracts within the last five (5) years prior to the bid submission deadline, each with a value of at least US$1 million that have been successfully and substantially completed and that are similar in nature and complexity to the Goods and Related Services under the Contract. For a joint venture, this requirement may be met by all members combined.
  3. The bidding document in English be purchased by interested Bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of US$300
  4. Bids must be delivered to the address below on or before 17th January 2023 @ 12:00 p.m. Electronic Bidding will not be 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 17th January 2023 at 12:30 p.m.
  5. All Bids must be accompanied by a Bid Security in the amount of US$10,000 (Ten thousand US$)
  6. Attention is drawn to the Procurement Regulations requirement requiring the Borrower to disclose information on the successful bidder’s beneficial requirement, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document
  7. The address(es) referred to above is (are):

 Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Faraja

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)

THE GAMBIA ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP) PHASE 2 Environmental and Social Impact Assessment (ESIA) for the Three 30 kV/Mv Transmission Lines and Distribution Networks in the North Bank and Upper River Regions

THE GOVERNMENT OF THE GAMBIA

THE NATIONAL WATER AND ELECTRICITY COMPANY (NAWEC)

THE GAMBIA ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP) PHASE 2
Environmental and Social Impact Assessment (ESIA) for the Three
30 kV /Mv Transmission Lines and Distribution Networks in the
North Bank and Upper River Regions

 

Click on the link below to download the file.

GERMP_ ESIA_ Backbone Phase 2_ESIA

 

Invitation to Tender – Supply and Installation of NAWEC Primary Substations and Rehabilitation/Upgrading of Transmission Network within OIC Concentrated Area

SUBJECT:      Invitation  to tender

PROJECT: Supply and Installation of NAWEC Primary Substations and Rehabilitation/Upgrading of Transmission Network within OIC Concentrated Area

TENDER NO: [ICB/RT/NAWEC/ OIC/001]

 

  1. Government of The Gambia (the “Beneficiary”) has received financing from the Saudi Fund for Development through the Ministry of Finance and Economic Affairs for the Supply and Installation of NAWEC Primary Substations and Rehabilitation/Upgrading of Transmission Network within OIC Concentrated Area being executed by the National Water and Electricity Company (the “Executing Agency”).

 

  1. The Executing Agency hereby invites interested Saudi Arabian Contractors to submit Tenders either individually or in Joint venture with Gambian contractors to submit bids for these works. Only eligible contractors under the contract for electrical and civil works are invited to bid and implement the construction of the following:
  2. Substations Upgrade and New Construction
  3. Augmentation of Bijilo Substation
  4. Augmentation of Mile2 Substation
  5. New Banjulinding Substation
  6. New Banjulinding Customer Service Centre
  7. 33kV OHTL LI-LO for New Banjulinding Substation
  8. 11kV OHTL from New Banjulinding Substation
  9. 11kV UG Cables from New Banjulinding Substation
  10. 11kV OHTL from Kotu Tank Substation
  11. Replacement of Ring Main Units
  12. Replacement of Faulty Cable Section at the Airport

 

 

  1. Network Enhancement
  2. Upgradation of Seventeen (17) number. 11/0.4kV Overloaded Secondary

Substations

  1. Upgradation of Four (04) number. 33/0.4kV Overloaded Secondary Substations
  2. Offloading & Expansion of 11/0.4kV Secondary Substations at Thirty-Four

(34) number. locations

  1. Offloading & Expansion of 33/0.4kV Secondary Substations at Eighteen

(18) number. locations

  1. Installation/Replacement of 11kV Load Break Switches at Seven (07) number.

locations

  1. Replacement of 1000kVA transformer with 2000kVA Transformer and

associated replacement of LV Switchgear at the Airport.

 

  1. Above mentioned works will be financed by Saudi Fund for Development (SFD). Any contract award or any matter in connection with this Tender or indeed this project will be subject to the approval of the above funding institution.
  2. A firm will be selected based on fulfilment of technical requirement and overall competitive cost and in a Full Technical Proposal (FTP) format as described in this RFP, in accordance with the policies of the SFD, detailed in the Guidelines – which can be found at the following website: sfd.gov.sa
  3. Construction is envisioned to commence during the month of April 2022 for a total period of Twelve (12) months and an additional twelve (12) months as Defects Liability Period.
  4. Interested bidders are required to pay, a non-refundable fee of Three Hundred US Dollar (300 US) for the Tender documents. The payment shall be made in cash, Bank transfers, or a certified bank cheque in favor of the Employer, NAWEC, whose address is:

National Water & Electricity Company Limited,

Office of the Managing Director

53, Mamady Manyang Highway,

P.O. Box 609, Banjul The Gambia

  1. The tender is open to Saudi Arabian contractors only and Saudi Arabian/Gambian joint venture contractors (i.e. Saudi Arabian contractors solo or Joint Venture of Saudi Arabian and Gambian company).

 

  1. All Tenders, must be made and submitted strictly in accordance with the Instructions to Tenderers, must reach the following address not later than Thursday, 31st March 2022, 12.00Hrs. (GMT),

The Managing Director,

National Water & Electricity Company Limited,

53, Mamady Manyang Highway, Kanifing,

P.O. Box 609, Banjul The Gambia

 

  1. Tenders received after this date (or any unauthorized extension thereof) will be rejected or returned unopened to the Tenderer(s).
  2. All Tenderers are invited to attend the opening of the Tenders to be held at the office of The Managing Director of National Electricity and water company on the date of Tender submission as specified in item  above or any subsequent dates stipulated by the  Executing Agency during the Tender process.
  3. The tender shall remain valid for 120 days from the closing date.
  4. If you have any queries or questions on the Tender documents, these must be made in writing or by fax to the Executing Agency at the address given at least Twelve (12) calendar days prior to submission of Tender date to give allowance for a reply to reach you. Oral explanations or instructions given before the award of the Tender will not be binding upon the Executing Agency. All clarifications together with their response will be circulated to all tenderers.
  5. Any information given to you concerning this Tender will be furnished to all prospective Tenderers as an amendment to the Tender documents if it is deemed that such information would be prejudicial to uninformed Tenderers.
  6. An official obligatory site visit is scheduled for 15st February 2022. Only interested bidders who made the Tender documentation’s purchase payment (refer item 6 above) will be permitted 15. All participating Tenderers are requested to assemble at Headquarter of NAWEC by 10.00 a.m. (GMT). Members of NAWEC staff and the Consulting Engineer will conduct the site visit and will be available to answer the queries raised by the Tenderers.
  7. A pre-Tender meeting will be held on 16th February 2022 at the Headquarter of NAWEC Conference room @ 10.00 a.m. (GMT)