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) – Update of the Resettlement Action Plan of the Regional Solar Park of The Gambia (RSPG)

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

The Gambia
Regional Solar Park of The Gambia (RSPG)- P504421
Loan No./Credit No./ Grant No.: IDA- D4080
Assignment Title: Update of the Resettlement Action Plan of the Regional Solar Park of The Gambia (RSPG)
Reference No.: GM-NAWEC-447227-CS-CQS

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

With the assistance of the World Bank and the ECOWAS West African Power Pool (WAPP), NAWEC has developed a Resettlement Action Plan whose cutoff date was on 05th April 2022, and the RAP was approved in March 2023 by the World Bank. That means it has been almost two years, and the RAP is still not implemented. Meanwhile, NAWEC has hired a consortium of consultants composed of EY, Mayer Brown and Imara Solar (the “Transaction Advisor”) to develop an auction system in The Gambia for the selection of one or more IPPs to finance, build and operate the first phase of the Regional Solar Park (50 MWp solar with 18 MWh of BESS, (Battery Energy Storage System) the “Project”).

Contractually, the transaction support for the solar auction is divided into two phases, with the first phase focusing on the design of the auction, with the WAPP as the leading client (the “Phase 1”), and the second phase providing support for the launch and running of the auction, with the Government of The Gambia as the client (the “Phase 2”). As required by the Request for Proposal dated May 6, 2021, the Transaction Advisor had provided a technical and financial proposal both for Phase 1 and 2 selected in its offer dated July 12, 2021.

Phase 1 has been successfully completed, and in Phase 2, the Transaction Advisor will support the Client in launching a solar + BESS solar park tender until financial close of the winning bidder. That means by the time the bidder will be chosen, the two years required to update a RAP not implemented yet will be reached.

Prior to handing over the site to the IPP contractor, the RAP should be updated to ensure that the rates used reflect current value replacement rates, consult stakeholders and affected communities to make sure that they are updated on the progress of the project and the planned activities including the timeline of planned resettlement activities. After updating the RAP, it should be implemented without delay and compensate all the affected PAPs both individual and institutional PAPs.

The project is being prepared under the World Bank Groups Environmental and Social Framework (ESF). The projects private sector partners may also use the Environmental and Social Performance Standards of the private sector international financial institutions like IFC, as well as the Gambian Land Acquisition and Compensation Act (LACA).

The objective of this assignment is to assess the overall compliance of the WB ESS 5 with the resettlement process, the valuation of the affected parties’ assets, the consultation process established during the development of the RAP, the Grievance Mechanism proposed, the matrix of the valuation for the compensation, the identification of vulnerable PAPs, the proposed livelihoods restoration plans, and also identify potential gaps with the ESS5.
After the approval of this first phase, the firm will proceed with the implementation of the RAP to compensate all the PAPs prior to it being handed over to the contractor to start the physical work at the RSPG Phase 1 site.

Scope of work:
The overall responsibility of the Consultancy firm will be ensuring strict compliance of the already developed and approved RAP with the World Bank Group Environmental and Social Standards ESS5 on Land Acquisition, Restrictions on Land Use and Involuntary Resettlement guidelines and The Gambia Land Acquisition and Compensation Act. And the implementation of the RAP following its update to make sure all the affected persons are duly consulted and compensated before handing over the site to the Contractor. The Consultant will assess, revise, update, and implement the RAP:
Task 1: Implementation of mitigation measures, land acquisition and livelihood restoration of the approved RAP
Task 2: Dissemination of Information and Consultation
Task 3: Land Acquisition
Task 4: Verification
Task 5: Distribution of Identity Files
Task 6: The final RAP implementation report shall include the following: Category of household, asset lost, compensation and all types of assistance, alternate livelihood options, details of resettlement, specific training requirement for skill up gradation and institutions responsible for training.
Task 7: Disbursement of Assistance and Delivery of Entitlements
Task 8: Relocation
Task 9: Grievance Mechanism
Task 10: Coordination between PAPs and NAWEC
Task 11: Conduct Public Information Campaign
Task 12: Awareness Creation on Gender Mainstreaming and Systemic inequalities

Update of the RAP – Phase 1

– Revise the identification of all potential project affected persons and the impacts of the proposed projects on their livelihoods and recommend measures to minimize resettlement

– Revise and update the socio-economic survey to generate a more up to date baseline data for use in the description of PAPs and which will form baseline for monitoring and evaluation of land acquisition, resettlement and compensation.

– To verify compliance with the relocation and resettlement process that govern similar projects according to the ESS 5.

– To provide guidelines to stakeholders participating in the minimizing resettlement impacts of the project.

– To recommend cost effective measures to be implemented for livelihoods impacts management.

– To update the Regional Solar Park in The Gambia Resettlement Action Plan (RAP) report compliant with the World Bank Environmental and Social Standards.

– To revise and assess the public consultations conducted and verify if meaningful stakeholder engagement with all projects affected persons was properly implemented and updated where gaps are identified.

– Identification of deviations from the WB ESS5 and Land Acquisition and Compensation Act (LACA) with a view to prepare a compliance matrix

Implementation of the RAP – Phase 2

– Prepare resettlement action plan (RAP), monitoring reports, stakeholder engagement plan, implementation of the grievance system, all relevant legal documents, compensation agreements, socio-economic assessment and any relevant third-party documents

– Prepare a digital map of the site with the identification of all affected parties plots including their affected assets linked in the map database to ease the implementation of the RAP process and the verification of the real owners

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

– The consultant will be required to mitigate the adverse effects of involuntary resettlement, while also aiming to improve their standards of living or at least restore them in real terms to pre-displacement levels or to levels prevailing prior to the beginning of project implementation, whichever is higher.

– Dissemination of Information and Consultation.
– Land Acquisition
– Verification
– Distribution of Identity Files.
– The final RAP implementation report shall include the following.
– Disbursement of Assistance and Delivery of Entitlements.
– Relocation.
– Conduct Public Information Campaign.
– Awareness Creation on Gender Mainstreaming and Systemic inequalities.
– Develop a georeferenced RAP database based on the updated socio-economic data collected on PAPs and the information on losses (land, assets, revenue, access).
– The preparation of an updated RAP report which will be validated nationally and receive non-objection from the World Bank.
– The SEA/SH channel proposed in the GRM will be duly followed up by the consultant to manage sensitive grievances and those from vulnerable groups and persons.

Duration:

The consultant will work for a maximum of 8 weeks for the update of the RAP and six months to complete the implementation of the RAP.

Deliverables and Timeline
For the RAP Update:
The expected reports should be delivered in 8 weeks and must be written in English, and the following specific reports are:
A. Inception report (which will include a stakeholder engagement plan) and a review of project documentation and other relevant third-party documents and proposed site visit agenda (1 week after contract signature)

B. Draft RAP update report, including additional action plan (5 weeks after return from site visit)

C. Final RAP report, including supplemental action plan and (2 weeks after World Bank and NAWEC comments and observations are addressed and report updated) including the georeferenced database.

For the implementation of the RAP:
The following deliverables must be prepared and submitted in six months:
a) Inception Report: The consultant shall submit to the NAWEC PIU an inception report detailing plan of action including stakeholder engagement, the team which will implement the assignment deployment, time schedule, and detailed methodology, within 21 working days of the commencement of the assignment

b) The monthly and quarterly progress reports shall have to be submitted before the 10th of the following month

c) Consultation record keeping: The consultant shall document in full detail, the consultation processes (including dates, time, location, persons present, efforts to ensure women and other vulnerable groups attended and participated, noting if they are community meetings or individual/one on one meeting, etc. Photos of consultations shall only be taken with the expressed consent of participants and should be noted in consultations notes that consent was asked for and if it was obtained. No photos shall be taken of children and of women participating in women only focused discussions. Any concerns or issues which may be raised during consultation by PAPs why may impact implementation of the RAP should be brought to the attention of the PIU within 24 hours.

d) Training: full description of the training imparted (or facilitated) as part of the assignment (The GRC will need to be trained on how to manage complaints).

e) Draft Final Report: Consultant shall submit a Draft RAP Implementation Report at the end of the contract period summarizing the actions taken during the project, the methods used to carry out the assignment, and a summary of support, compensation and assistance given to the PAPs. This draft will be reviewed by NAWEC and commented upon. The progress archived in land acquisition as per entitlements shall be documented and shall be submitted to the NAWEC PIU as a part of the monthly progress report.

f) Final Report: Consultant shall submit final RAP implementation report complying with all the remarks / comments of NAWEC PIU, the World Bank on Draft Final Report at the end of the contract period summarizing the actions taken during the project, the methods used to carry out the assignment, and a summary of support, compensation and assistance given to the PAPs. The final digital map of the site with all the affected persons and their assets included in the map.

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.

QUALIFICATION REQUIREMENTS:

The Consultant firm should have a minimum of ten (10) years’ working experience in social assessment, involuntary resettlement other relevant fields. The consultant team should have experience working with international development institutions like the World Bank and working in the energy sector, both on Transmission infrastructure and solar park. Knowledge about World Bank Environmental and Social Standards and experience in similar operation is required. The consultant’s team shall be composed of professionals with experience in socio-economic analysis, surveying and valuation, inclusive consultation, inclusion of vulnerable groups in the compensation process and management of complaints and grievance during the resettlement and/or relocation of affected persons.

Social Development Specialist: He/she should be a post-graduate, preferably in social sciences with land management background. S/he should have 10 years’ experience in development and 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 languages (Mandinka, fula, wolof) will be a good asset. The specialist must have at least 3 previous roles leading RAPs for projects financed by the World Bank or other similar international financial institutions. This Specialist should also have GIS and database management skills to be able to update the RAP database during implementation.

Gender Specialist: She must have: Minimum advanced university degree (master’s or equivalent) or higher degree preferably in gender studies, communications, international development, public administration, or other relevant fields is required. A first university degree (Bachelor’s or equivalent) preferably in above-mentioned fields with two (2) additional years of relevant experience may be considered in lieu of an advanced degree or higher degree.
A minimum of 5 years of relevant work experience in social and international development, with some experience in the execution of projects related to resettlement, gender mainstreaming, analysis of sex-disaggregated data. She will define the monitoring and reporting on gender mainstreaming activities and projects in the field of resettlement, guidance of vulnerable PAPs and those victims of SEA/SH. She should establish and develop strategy to support the GM regarding the management of vulnerable PAP and PAPs victim of SEA/SH. She must have experience in/facilitation skills for meetings and training, including capacity development and consultative workshops. SHe must have been involved in at least in two (2) RAPs studies and implementation on power project specifically in grid extension or reinforcement projects or electrification projects HTA/BTA/BT or Power generation (Solar Park) in the last five (5) years

Land Acquisition Specialist / Livelihood Restauration Specialist: Must be a graduate or equivalent in the social sciences with five years field experience in Land Acquisition, using maps to identify PAP assets, should have knowledge of prevailing land acquisition and compensation Act and WB Environmental and Social Standards. This Specialist should also have GIS and database management expertise and will be responsible for to manage RAP database and GIS applications during the update and implementation of the RAP until it is closed, and the database is handed over to NAWEC. The specialist should have at least 3 previous roles as land acquisition and livelihood restoration specialist for RAPs in projects financed by the World Bank or other similar international financial institutions.

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

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

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

The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below or click on the following link:

TOR RAP Impl RSPG Dec 2025
Further information can be obtained at the address below during office hours:

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

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 – International Procurement and Contract Management Consultant

REQUEST FOR EXPRESSIONS OF INTEREST

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

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

Consultant

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

 

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

 

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

OBJECTIVES

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

SCOPE OF WORK

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

 

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

 

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

WORKLOAD AND DURATION OF SERVICES

It is estimated that the workload will be 72 staff-days spread over the total contract period of one year. NAWEC, at its discretion, and based on the evaluation of performance, may extend the services. Services may include travel to Banjul as requested by the PIU (at least 3 trips are envisaged).

 

REPORTING OBLIGATIONS

Consultant will prepare the following reports:

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

FACILITIES TO BE PROVIDED BY THE PIU

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

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

FACILITIES TO BE PROVIDED BY THE CONSULTANT

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

QUALIFICATIONS OF THE CONSULTANT

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

 

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

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

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

 

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

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

 

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

 

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

Click on the following link for Procurement and Contract Management Consultant TOR.

 

Expressions of interest must be delivered in a written form to the address below (in person, or by fax, or by e-mail) by close of business October 8, 2024.

 

PIU-GAMBIA

Attention: Mrs. Haddy Njie – Project Coordinator Address: National Water & Electricity Company Limited, Project Implementation Unit

Emporium III Building, Fajara 114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor City: Banjul

Country: The Gambia

Telephone: +220 996 1301/ 9967791/ 7009342

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

REQUEST FOR EXPRESSIONS OF INTEREST – RECRUITMENT OF CONSULTANCY FIRM TO CONDUCT NAWEC HUMAN RESOURCES HEAD COUNT

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTANT SERVICES-SELECTION OF FIRMS)

 RECRUITMENT OF CONSULTANCY FIRM TO CONDUCT NAWEC HUMAN RESOURCES HEAD COUNT

Country: The Gambia

Company : National Water and Electricity Company ( NAWEC)

Sector : Human Resources Directorate

Funding: Nawec Funds

Reference: REOI/ICB/HR/001/2023

 

Background

The National Water and Electricity Company (NAWEC) was established under the Company Act of 1995 and mandated to provide electricity, water, and sewerage services to The Gambian population. The National Water and Electricity Company is pleased to invite suitably qualified Consultants Firms to conduct a comprehensive Staff Head count across all NAWEC stations and sub stations in the country, document the existing gaps in its Manpower and come up with a Program of Action on the implementation of the findings.

Scope of the Assignment

 

  • Identify and give details of the existing Human Resources (personnel) of NAWEC and develop a comprehensive Staff profile that outlines the Names, Contacts, address, workstation, and qualifications of each staff member. This will include visiting all the outposts of NAWEC across the country.

 

  • Produce a Comprehensive document on the Findings of the staff Head count and a Program of Action on implementing the recommendations of the audit process.

 

  • Facilitate the validation of the reports, and incorporate all comments and inputs generated from the validation process. The final report should be submitted to the Board of Directors through the Managing Director.

Minimum Qualification and Experience for this consultancy

Lead Consultant(s) must be a Certified Human Resources or Organizational Development expert.  (10%)

with over 15 years relevant experience in HR and/or Organizational Development-(30%)

Must possess a master’s degree or its equivalent in Human Resources Development and/or Organizational Development -(20 %)

Must have carried out similar Human Resources Audits with recognized institutions or agencies with similar scope or mandate with NAWEC – (25%)

Excellent command of Written and spoken English – (2%)

Exposure to Gambian labour law desirable and employment policies – (10%)

Must be registered and licensed to operate in The Gambia- ( 3 %)

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

 

Timelines for deliverables after Contract signing

  • Presentation of Inception Report                                                                 Week 1
  • Completion of Desk Review                                                                           Week 2
  • Field Work                                                                                                           Week 4
  • 1st Draft (to be reviewed by Senior Management)                                    Week 5
  • 2nd Draft (to be reviewed by the Board HR Sub Committee)                 Week 5

Validation of Reports and incorporation of comments                                   Week 6

 

Interested consultants may obtain further information including the Terms of Reference at the address below during office hours Monday to Thursday 8.00 am to 4.00 pm and Friday 8:00am – 12:30pm. Firms are required to submit Technical Proposal .

Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the Gambia Public Procurement Authority “Rules and Procedures for the use of Consultants’’ GPPA Act 2022 Consultant Qualifications Selection 2019 Regulation which is available on the GPPA website www.gppa.gm.

Expressions of interest must be delivered to the address below by Thursday 14th December 2023 at 12:00hrs Gambian Time and mention “Recruitment of consultancy firm to conduct NAWEC Human Resources Head Count ‘’

 

Managing Director

National Water and Electricity Company

53 Mamadi Maniyang Highway

P.O.Box 609, The Gambia

Email: ksambou@nawec.gm

Telephone: +220 9969757

INVITATION TO BID – Procurement and Supply of Two Brand new Single Cabin Pick Up Vehicles

INVITATION TO BID

 

Date: 24th November 2023                                              Reference No.: NAWEC/EBU/OT/VEH/2023

 

Project Name: Procurement and Supply of Two Brand new Single Cabin Pick Up Vehicles

 

 

Dear Sir/Madam:

You are hereby invited to be a Bidder in the Tender described herein.  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 at the place and at the time stated in paragraph 8 below.

 

  1. NAWEC has budgeted funding for the Procurement and Supply of Two Brand New Single Cabin Pick Up Vehicles for Emergency response operations of the Electricity Business Unit and intends to place a Contract for the supply and delivery of these goods to support the Electricity Business Unit.

 

  1. NAWEC now invites sealed bids from eligible bidders for the supply of the following.

 

Quantity Vehicle
2 Single Cabin Pick Up

 

 

  1. Bidding will be conducted through the Restricted National Competitive Bidding (NCB) Procedure in accordance with requirement of the Gambia Public Procurement Authority Act of 2022.

 

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

 

           Office of the Senior Procurement Manager

           National Water and Electricity Company Limited

           53 Mamadi Maniyang Highway

           PO BOX 609

           Kanifing

 

  1. A complete set of Bidding Documents in English may be purchased by interested bidders upon submission of a written application to the above address and upon payment of a non-refundable fee of GMD 5,000 (Five thousand Dalasi only). The method of payment is through bank transfer/cash deposit to the designated NAWEC account. The document will be sent via email upon payment and requesting the said document on written application.

 

  1. Electronic Bidding will not be permitted, and late bids will be rejected.

 

  1. A bid Security shall be required; the amount and currency of the bid security is GMD 240,000 (Two Hundred and Forty Thousand Dalasi) Convertible currency stated in ITB 19.
  2. Bid must be delivered to the address below on or before 12:00 hrs Local time on 12th December 2023.

 

Office of the Managing Director

           National Water and Electricity Company Limited

           53 Mamadi Maniyang Highway

           PO BOX 609

           Kanifing

 

 

  1. Bids will be opened in the presence of Bidders’ representatives who choose to attend in person at the address above at 12:30 hrs (Local time) on 12th December 2023.

INVITATION TO BID -THE PROCUREMENT OF STATIC WATER METERS

INVITATION TO BID

 

Date:      24/11/2023                                                                                             Reference No. NAWEC/GCSDWBU/OT/009/2023

 

Project Name:     THE PROCUREMENT OF STATIC WATER METERS

 

Dear Sir/Madam:

You are hereby invited to be a Bidder in the Tender described herein.  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 at the place and at the time stated in paragraph 8 below.

 

  1. The National Water and Electricity Company Limited (NAWEC) has budgeted funding for the procurement of Static Water Meters through an International Competitive Bidding and intends to place a Contract for the supply and delivery of these goods for a period of three (3) years.

 

DESCRIPTION                                                                               QUANTITY

  1. DN 15mm Static Water Meter                                               5,000 pcs
  2. DN 20mm Static Water Meter                                            15,000 pcs

 

  1. The goods to be supplied shall be delivered CIF Banjul International Seaport as per Incoterm 2020 and the required time for the supply of the goods is Four (4) Months after signature of the contract.

 

  1. Payment shall be made under this contract via Telegraphic Transfer as follows:

 

  • 50% Advance upon submission of a Bank Guaranty to be confirmed by a local bank and 50% within 30 days after receipt and acceptance of the goods by NAWEC.

 

  1. NAWEC now invites sealed Bids from eligible Bidders for the supply of­­­­­­­­­­­­­­­­­­­ the above-mentioned Goods

 

  1. The deadline for submission of inquiries and for requests for clarifications shall be Ten (10) days before the deadline for bid submission.

 

  1. Interested eligible Bidders may obtain further information from and inspect the Bid documents at the Office of the Senior Procurement Manager:

 

53 Mamady Maniyang Highway

PO Box 609

Kanifing

Tel: 9969757 / 9962556 / 9962006            

Email: ksambou@nawec.gm / snyang@nawec.gm / fkinteh@nawec.gm

 

  1. 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 USD 300.00

 

  1. Bids must be delivered to The Office of the Managing Director at the address indicated in No. 5 above on or before 12.00 PM on 28th December 2023 and must be accompanied by a bid security of USD 65,400.00 from a reputable Bank.

 

  1. Bids will be opened in the presence of Bidders’ representatives who choose to attend at 12:30 PM on 28th December 2023 at the boardroom of NAWEC Head Office at:

 

     53 Mamady Maniyang Highway

     PO Box 609

     Kanifing.

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 – 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 – External Auditor

REQUEST FOR EXPRESSIONS OF INTEREST

 

The Gambia

ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

 

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

 

Assignment Title: External Auditor. (As per Procurement Plan): GM-NAWEC-379210-CS-LCS

 

The Government of the Gambia (GOTG) has received financing from the World Bank (IDA Grant D4080), towards the implementation of the ECOWAS Regional Electricity Access Project (ECO-REAP) and intends to recruit an audit firm for the audit of the financial statements.

A. Project Development Objective

 

  1. The Project Development Objective is to increase grid electricity access in Guinea-Bissau, Mali, and The Gambia.

 

B. Project Components
  1. The proposed SOP1 will finance work outlined above in Guinea-Bissau, Mali, and The Gambia. The project aims to provide access to around 1 million people in the three countries. Specific localities in each country have been selected following a least-cost geospatial electrification 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 is aligned to the national access programs.
  2. The project comprises three components:
  • Design and build electricity distribution infrastructure (Medium Voltage – MV and Low Voltage – LV) to maximize new connections.
  • Supervision of the construction and technical advisory; and
  • Technical assistance and project management.

 

  1. Component 1: Design, supply, and installation of electricity distribution infrastructure   This component specifically supports the detail design, supply and installation  of distribution networks from OMVG and OMVS 225/33KV substations  with the following scope:   (a) 3 700 km of 33 KV medium voltage (MV) lines, (b) 1 000 33KV/400V distribution substations, (c) 3 500 km of 400V low voltage (LV) lines to expand grid coverage and maximize the number of new connections; and d) 140 000 last mile connection equipment, including service drops,  prepaid meters, as well as ready boards for low voltage customers.
  2. Component 2: Supervision of the construction and technical advisory. This component will finance the costs associated with the recruitment of an owner’s engineer (OE) that will be recruited on a competitive basis under the project to supervise the work carried out under component 1. The owner’s engineer will also monitor compliance with safeguard instruments (environmental and social) related to construction. The responsibility of the OE will comprise review of design, technical specifications, and bidding documents; supervision of construction; contract management; and supervision of implementation of Environmental and Social Management Plan (ESMP) and Resettlement Action Plan (RAP). The OE will assist each PIUs and the RCU during bid clarification, evaluation, and contract negotiation with the selected/awarded bidders/contractors.
  3. Component 3: Project coordination and technical assistance). In the spirit of strengthening national and regional capacities, this component will finance a combination of technical assistance and project management support to assist recipients in successfully implementing the project and preparing for future phases under the program. Specifically, this component will finance the strengthening of recipient implementation teams responsible for project implementation, expected project costs associated with the management of safeguards excluding the resettlement costs, and technical advisory services pertaining to preparation studies – such as least cost electricity access development plans – for future projects in the region. The component will include three sub-components as follows:
  4. Sub-component 3.1 –Regional Implementation Support (: This sub-component will finance
  • the operation of the Regional Coordination Unit (RCU) and the preparation of the SOP2. It will finance a team comprising a Coordinator, power engineer, procurement, accounting, environmental, social and M&E specialists that will support the project implementation; and, the acquisition of computers and office equipment, training, audits, and other operational costs.
  • carry out a study related to the harmonization of equipment and materials to be utilized under component 1 of the project as well as carrying out of a Project-wide assessment at the end of the Project to identify and disseminate lessons relating to absorption capacity and joint procurement the review relating to the harmonization process during the project as well as a program-wide assessment at the end of the project to identify and disseminate lessons relating to absorption capacity and joint procurement; and
  • technical studies, ESIA and RAP, gender baseline analysis studies, and bidding documents for future access projects under the program.

Sub-component 3.2. – National Implémentation Support.). This sub-component will finance.

  • expected costs related to the management of Environmental and Social Impact Assessment (ESIA) and RAP and the application of the Bank’s safeguard policies.
  • recruitment of staff at the national level to strengthen the implementation teams and ensure close oversight throughout the project, including for fiduciary and safeguards supervision. Any physical resettlement costs identified under the project RAP once prepared will be financed by the recipient countries directly.
  1. OBJECTIVE OF THE AUDIT

 

2.1 The objective of the audit of the Project financial statements (PFSs) is to enable the auditors to express an independent professional opinion on the financial position of the Project as at the end of each fiscal year; and of the income and expenditure for the accounting period ending on that end.  The project’s books of account provide the basis for preparation of the financial statements and are established to reflect the financial transactions in respect of the project.

 

  1. RESPONSIBILITY FOR   PREPARATION       OF   FINANCIAL STATEMENTS 

 

The project’s management is responsible for the preparation of financial statements, including the maintenance of adequate accounting records and internal controls, the selection and application of accounting policies, the safeguarding of the assets of the project, and adequate disclosure.  As part of the audit process, the auditor will request from management written confirmation concerning representations made to us in connection with the audit.

  1. SCOPE OF THE AUDIT

 

The audit will be conducted in accordance with International Standards on Auditing. Those Standards require that the auditor plans and performs the audit to obtain reasonable assurance about whether the financial statements are free of material misstatements. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation.

  1. In complying with International Standards on Auditing, the auditor is expected to pay particular attention to the following matters, including special considerations for public sector entities:
  • In planning and performing the audit to reduce audit risk to an acceptably low level, the auditor should consider the risks of material misstatements in the financial statements due to fraud, as required by International Standard on Auditing 240.
  • When designing and performing audit procedures and in evaluating and reporting the results thereof, the auditor should recognize that noncompliance by the entity with laws and regulations may materially affect the financial statements, as required by International Standard on Auditing 250.
  • The auditor should communicate audit matters of governance interest arising from the audit of financial statements to those charged with governance of an entity, as required by International Standard on Auditing 260.
  • The auditor should appropriately communicate to those charged with governance and to management any deficiencies in internal control that the auditor has identified in an audit of financial statements, as required by International Standard on Auditing 265.
  • To reduce audit risk to an acceptably low level, the auditor should determine overall responses to assessed risks at the financial statement level and should design and perform further audit procedures to respond to assessed risks at the assertion level, as required by International Standard on Auditing 330.
  • When certain aspects of an entity’s operations are performed by a third-party service provider, the auditor is expected to include an understanding and assessment of the internal control environment of the service provider during the audit process, as required by International Standard on Auditing 402.
  • As part of the audit process, the auditor is expected to obtain written representations from management and, where appropriate, those charged with governance, as required by International Standard on Auditing 580.
  • When the external auditor decides to use the work of an entity’s internal audit function to modify the nature or timing, or reduce the extent, of audit procedures to be performed directly by the external auditor, the determination shall be in accordance with International Standard on Auditing 610.
  • In determining whether to use the work of an auditor’s expert or the extent to which the work of an auditor’s expert is adequate for audit purposes, the determination shall be made in accordance with International Standard on Auditing 620.
  1. In evidencing compliance with agreed project financing arrangements, the auditor is expected to carry out tests to confirm that:
  • All external funds have been used in accordance with the conditions of the relevant financing agreements, with due attention to economy and efficiency, and only for the purposes for which the financing was provided. Relevant financing agreements include [Loan/Credit Agreements].
  • Counterpart funds have been provided and used in accordance with the relevant financing agreements, with due attention to economy and efficiency, and only for the purposes for which they were provided.
  • Goods, works, and services financed have been procured in accordance with relevant financing agreements,[1] including specific provisions of the World Bank Procurement Framework.
  • All necessary supporting documents, records, and accounts have been maintained in respect of all project activities, including expenditures reported using Statements of Expenditure (SOE) or Interim Unaudited Financial Statements (IFS) methods of reporting. The auditor is expected to verify that respective reports issued during the period were in agreement with the underlying books of account.

 

  1. Project financial statements

The auditor should verify that the financial statements have been prepared in accordance with Generally Accepted Accounting Standards and on a cash basis. The financial statements should include:

 

  • A summary of funds received from the World Bank, other financiers and counterpart contributions from the borrower, all presented separately;
  • A summary of expenditures paid, presented under project account headings and main categories of expenditures; and
  • Additional disclosures in explanatory notes, including details of statements of expenditures (SOE) supporting Withdrawal Applications submitted during the period, a reconciliation of movements on the Designated Account, and a statement of fund balances]
  • List of assets purchased with project’s fund

 

 

(d) A management assertion that project funds have been expended for the intended purposes

( e) When the entity makes publicly available its approved budget, a comparison of budget and actual amounts either as a separate additional financial statement or as a budget column in the financial statements; and

  • Notes, comprising a summary of significant accounting policies and other explanatory notes.

 

Review of Statements of Expenditure and Interim Unaudited Financial Statements

  1. The auditor is required to audit all SOE/IFS submitted to the World Bank in support of requests for periodic replenishment of the project designated account(s). Expenditures should be examined for eligibility based on criteria defined in the terms of the financing agreement and detailed in the Project Appraisal Document. The auditor should report any ineligible expenditures identified as having been included in withdrawal applications and reimbursed.

 

Review of designated accounts

  1. During the audit of the project financial statements, the auditor is required to review the activities of the project’s designated account(s). Activities to be examined will include deposits received, payments made, interest earned, and reconciliation of period-end balances

 

  1. Audit Reports

Audit opinion

10 The auditor will issue an audit opinion on the financial statements. The auditor’s opinion shall be based on an evaluation of the conclusions drawn from the audit evidence obtained and shall be expressed clearly through a written report that also describes the basis for that opinion. The audit report shall be prepared in accordance with International Standard on Auditing 700.

  1. A modified audit opinion shall be rendered in the financial statements when the auditor concludes, on the basis of the audit evidence obtained, that the financial statements as a whole are not free from material misstatement; or the auditor is unable to obtain sufficient appropriate audit evidence to conclude that the financial statements as a whole are free from material misstatement. Modified audit opinions shall be in accordance with International Standard on Auditing 705.
  2. The auditor will include emphasis of matter paragraphs or other matter paragraphs in the audit opinion where the auditor, having formed an opinion on the financial statements, seeks to draw users’ attention, when in the auditor’s judgment it is necessary to do so, by way of clear additional communication in the auditor’s report. The paragraphs will refer to either a matter that, although appropriately presented or disclosed in the financial statements, is of such importance that it is fundamental to users’ understanding of the financial statements; or as appropriate, any other matter that is relevant to users’ understanding of the audit, the auditor’s responsibilities, or the auditor’s report. This form of opinion will be presented in accordance with International Standard on Auditing 706.

Other audit reports

  1. In addition to the audit opinion, the auditor will also, either in the audit report or in the report to management:
    1. provide comments and observations on the accounting records, systems, and controls that were examined during the course of the audit;
    2. identify specific deficiencies and areas of weakness in systems and controls and make recommendation for their improvement;
    3. report on instances of noncompliance with the terms of the financial agreement(s);
    4. quantify and report expenditures that are considered to be ineligible and either paid out of the designated account(s) or claimed from the World Bank;
    5. communicate matters that have come to attention during the audit that might have a significant impact on the implementation of the project;
    6. draw to the borrower’s attention any other matters that the auditor considers pertinent; and
    7. responses from management, including implemented and proposed remedial actions.
  1. The auditor’s opinion on the financial statements and management letter should be received by the Bank no later than six months after the end of each accounting period which represents June 30.

     General

  1. The auditor is entitled to unlimited access to all information and explanations considered necessary to facilitate the audit, including legal documents, project preparation and supervision reports, reports of reviews and investigations, correspondences, and credit account information. The auditor may also seek written confirmation of amounts disbursed and outstanding in the Bank records.
  2. The auditor is encouraged to meet and discuss audit-related matters, including input to the audit plan, with the World Bank project task team.
  3. It is highly desirable that the auditor reviews the Bank’s financial reporting and auditing requirements contained in OP 10.00 Investment Project Financing, Bank Policy: Program for Results Financing, and OP 8.60 Development Policy Lending. The auditor should also be familiar with the Disbursement Guidelines for Investment Project Financing (February 2017), the Loan Handbook for World Bank Borrowers (February 2017), and the World Bank’s Procurement Framework (July 2016).

 

  1. DURATION OF THE ENGAGEMENT AND PRICING OF THE SERVICES

 

 

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

First period will be from January to December 2023, then the year ending December 2024 and December 2025.

 

The Client will pay to the Consultant in accordance with the following schedule:

1st payment: 10% of the Contract amount against advance payment guarantee.

2nd payment: 40% of the Contract amount upon delivery of draft Audit report and draft Management Letter for the accounting Period.

Final payment: 50% of the Contract amount upon delivery of the Final Audit Report and Final Management Letter for the accounting Period.

 

  1. Team composition and Qualification requirements for the Key experts

 

Expert Position/expertise

Qualification and experience of key personnel

 

  1. Audit Partner.

Chartered Accountant or compatible certification with a minimum of 12 years of post-qualification experience as a practicing Chartered Accountant and at least 8 years’ experience in auditing World Bank or other development partners projects.

 

  1. Audit Manager

Minimum of 8 years of post-qualification experience as a Chartered Accountant and at least 5 years’ experience in auditing World Bank or other development partners projects.

 

  1. Senior Auditor

Minimum of 5 years of post-qualification experience as a Chartered Accountant and at least 3 years’ experiences in auditing World Bank or other development partners projects.

 

  1. Junior Auditor

Minimum of 3 years of post-qualification experience as a Chartered Accountant and at least 2 years’ experience in auditing World Bank or other development partner projects.

 

  1. Procurement Specialist.

A minimum of 10 years’ experience in the World Bank procurement is required, including procurement of consulting services, goods, and works/Plant. Procurement specialists, as a minimum, shall have Master’s degree in procurement, business or public administration, or other relevant fields.

  1. This assignment will not be awarded to audit firms whose audit report was previously rejected by the bank.

 

  1. Level of Effort

 

It is expected that about 80 person-days will be required during the contract implementation. It is envisaged that the services of specific experts will be provided intermittently. The table below shows the indicative positions and their estimated staff months.

Position

Staff-days

Audit Partner

3

Audit Manager

6

Senior Auditor

13

Junior Auditor

18

Procurement Specialist

10

Total

50

 

Note to Consultants: The above presentation of staff days and specific positions is indicative only; consultants are at liberty to propose their own calculations, provided that the required areas of expertise are adequately covered.

  1. Reports and Schedule of Deliveries

The key specific outputs and reports are as follows for each accounting Period.

 

Deliverable Not later than:

 

Draft Audit Report

3 weeks after the invitation from the project to start the audit.

 

Draft Management Letter

3 weeks after the invitation from the project to start the audit.

 

Final Audit Report

1 week after receiving Client’s comments on the Draft Audit Report

 

Management Letter

1 week after receiving Client’s comments on the Draft Management Letter

All reports and deliverables will have to be submitted in 5 copies, and electronically.

 

  1. Data, local services, personnel, and facilities to be provided by NAWEC

 

NAWEC will provide, free of charge, the following:

  • Data and information in connection with the project.
  • Counterpart staff necessary for implementing the assignment.
  • NAWEC will arrange/facilitate meeting/visits with other governmental agencies, authorities and offices as needed for implementing the services

 

  1. Equipment to be provided by consultants

 

Consultants’ staff shall use its own computers, notebooks, and cellular phones.

Consultants will be responsible for their transportation arrangements and office arrangements for their team, including space, furniture and telecommunication.

  1. Awarding of Contract

The contract shall be awarded to an audit firm based on the received offer, profile, qualifications and experience of the firm, and availability within the tight schedule set.

 

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

 

Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications.

 

A Consultant will be selected in accordance with the Least- Cost-Based Selection (LCS) method set out in the Consultant Guidelines.

 

Further information can be obtained at the address below during office hours.

External Auditor ECO-REAP ToR

 

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 23rd November 2023.

National Water and Electricity Company

 

Managing Director

Attn: Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 996 1301/ 9967791/ 7009342

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

 

[1] Depending on the complexity of procurement activities, the auditor may consider involving technical experts during the audit engagement, in compliance with provisions of International Standard on Auditing 620. Consideration of using of the work of experts should be brought to the early attention of the borrower and the World Bank for mutual agreement and appropriate guidance.