REQUEST FOR EXPRESSIONS OF INTEREST – Social Safeguard Specialist

REQUEST FOR EXPRESSIONS OF INTEREST

 

The Gambia

ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

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

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

 

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

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

  • Scope of Work

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

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

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

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

 

REPORTING LINE/COMMUNICATION

 

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

 

QUALIFICATION REQUIREMENTS

 

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

 

 

  • REQUIRED COMPETENCIES FOR ENVIRONMENTAL CONSULTANT

 

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

 

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

 

  1. FACILITIES TO BE PROVIDED BY THE PIU

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

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

Support for all site visits required for supervision and monitoring.

 

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

Social Safeguard Specialist Gambia PIU ToR

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

PIU-GAMBIA

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building,

Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 996 1301/ 9967791/ 7009342

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

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

WEST AFRICAN POWER POOL (WAPP)

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

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

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

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

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

Agency profile

 Interested Recruitment Agencies must:

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

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

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

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

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

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

Selection recrutment Agency WAPP SG ToR

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

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

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

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

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

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

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

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

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

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

 

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

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

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

REQUEST FOR EXPRESSIONS OF INTEREST Social Risk Management Specialist for the Project Implementation Unit (PIU)

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – INDIVIDUAL CONSULTANT’S SELECTION)

THE GAMBIA

ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP)

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

Assignment Title: Social Risk Management Specialist for the Project Implementation Unit (PIU).

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

The Republic of The Gambia with the support of the International Development Association (IDA), European Investment Bank (EIB), and European Union (EU), collectively the “Lenders”), are implementing an energy project approved in 2018 to improve the power generation and transmission capacity in the country. The Gambia Electricity Restoration and Modernization Project (GERMP) will increase the generation capacity through renewable sources, reinforce the transmission infrastructure in the Great Banjul Area, and in the provinces across the country.

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

The Social Risk Management Specialist’s overall responsibility will be ensuring compliance of project preparation and implementation activities with social risk management regulations and policies of the financing institutions and Gambian legislation.

The incumbent will be responsible for providing advice and technical assistance to the project and all stakeholders to ensure acceptable quality of social risk and impact management in accordance with the World Bank’s Operational Policies and EHS guidelines and, where applicable, national regulations in The Gambia.

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

  • Ensure the diffusion of the project’s safeguard instruments and contribute to the stakeholders’ appropriation.
  • Provide overall technical social safeguards oversight for the project preparation and implementation under the general management of the PIU Coordinator.
  • Participate systematically in the development of terms of reference (TOR) for the conduct of specific social assessments and other social studies (i.e., RAP, ESIA, ESMP, and/or Audits, etc.) of the Project.
  • Evaluate the gaps between Gambian legislation and the World Bank’s standards on social issues, including compensation, eligibility, vulnerability, etc.…
  • Focus will be on social risk management, including measures for addressing inclusive stakeholder engagement, social accountability, social inclusion, conflict reduction, addressing disadvantage and vulnerability, restoration of livelihoods, gender mainstreaming and considerations in risk management, and familiarity with social methodologies, and other social issues that may arise in the project.  Familiarity addressing gender-based violence (GBV)/sexual exploitation and abuse, sexual harassment (SEA/SH), violence against children (VAC) is also preferred.
  • Participate in the selection process of service providers to carry out environmental and social studies and be involved in the implementation and/or control/monitoring of social safeguards during the works and ensuring service providers are strictly following the E&S clauses.
  • Providing necessary coordination, review, and relevant input into preparation of Environmental and Social Impacts Assessment (ESIAs)/Environmental and Social Management Frameworks (ESMPs) and Resettlement Action Plans (RAPs) for projects under preparation and implementation.
  • Conduct a quality review of documents related to social and environmental activities carried out and facilitate the process of approval and disclosure of safeguard instruments (i.e. RAP, ESIA, ESMP, Audits, Grievance Mechanism [GM], Contractor-ESMP, etc.) and their implementation (i.e. payment of compensation, social support for PAPs, with particular attention to vulnerable groups including women, youth and the elderly, the disabled, etc.), in accordance with current national regulations and the World Bank’s environmental and social standards.
  • Ensuring that bidding documents and contracts include necessary social safeguards provisions.
  • Ensure the development and quality of the C-ESMPs and other instruments for mitigating social risks and impacts and gender and vulnerability aspects by the contractors in charge of the works and their approval by the Owner Engineer.
  • Conduct/participate, together with the environmental safeguard specialist, in supervision missions to verify and attest to the status of implementation of social safeguards, as well as gender, social inclusion, vulnerability, etc.
  • Supervise and monitor contractors’ performance in handling specific social issues; provide corrective instructions as needed.
  • Prepare relevant parts of required social monitoring reports, including reports on ESMP implementation status.
  • Undertake regular field visits to project sites to assess social impacts and verify social monitoring information provided in the reports of contractors and implementing partners, including photo documentation as applicable.
  • Keep accurate records of social supervision of project activities in a systemic manner that allows easy search-and-find of all documents upon request of, the World Bank, and national authorities.
  • Supervise and participate in the implementation of stakeholder consultations and coordinate the implementation of the Stakeholder Engagement Plan.
  • Suggest appointing stakeholder focal points to facilitate and sustain engagement with stakeholders.
  • Ensures good collaboration with government agencies, decentralized institutions, and local civil society
  • Analyzing project implementation reports to ensure that all work is completed in full compliance with Safeguards Policies; supervising contractors’ performance in handling specific social issues, such as GBV/SEA/SH/VAC (and monitoring measures related to the Codes of Conduct); providing corrective instruments as needed.
  • Monitor the development, dissemination, accessibility, and functionality of the project’s Grievance Mechanism, in particular the settlement of disputes and conflicts arising from the implementation of the RAPs and the C-ESMPs and propose appropriate corrective measures; ensure the consolidation of data and periodic reporting in conjunction with the GRC and all other relevant stakeholders Ensures that complaints related to SEA/SH are properly handled

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

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

GERMP Social Risk Management Specialist PIU TOR

Required qualifications:

a)     Master of Arts degree in social sciences such as political science or policy, sociology, anthropology, gender studies, social assessment studies, or related fields (with experience in areas relevant to social safeguards such as land acquisition or resettlement, vulnerable groups and individuals, gender, livelihoods, participation and civic engagement, social impact analysis, assessment of social risks).

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

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

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

e)     Proven experience and skills in managing projects.

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

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

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

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

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

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

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

m)   Familiarity with risks and mitigation measures related to gender-based violence (GBV) and Sexual Exploitation and Abuse/Sexual Harassment (SEA/SH) to ensure such risks/mitigation measures are included in safeguard instruments.

n)     Applications from women are highly recommended.

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

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

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

Emporium III Building, Fajara

114 Kairaba AvenueFloor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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

REQUEST FOR EXPRESSIONS OF INTEREST Developing a Resettlement Action Plan (RAP) for 30 kV MV Transmission lines with associated MV T-offs and Distribution Networks for Central River Region and Upper River Region

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia

Electricity Restoration and Modernization Project (GERMP)

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

Assignment Title : Developing a Resettlement Action Plan (RAP) for 30 kV MV Transmission lines with associated MV T-offs and Distribution Networks for Central River Region and Upper River Region

 Reference No.: GM-NAWEC-339332-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”), are implementing an energy project approved in 2018 to improve the power generation and transmission capacity in the country. The Gambia Electricity Restoration and Modernization Project (GERMP) will increase the generation capacity through renewable sources, reinforce the transmission infrastructure in the Great Banjul Area, and in the provinces across the country.

The development objective of the project is to improve the operational performance of the National Water and Electricity Company (NAWEC), and its capacity to dispatch variable renewable electricity. The Gambia Electricity Restoration and Modernization Project (GERMP) will improve the power generation capacity and efficiency of NAWEC’s transmission network to increase access to electricity for socio-economic development. This objective is in line with the Gambian National Development Plan (NDP-2018-2021), the Gambia Electricity Sector Roadmap (2017) and the National Energy Policy (2014-2018), among other national policies which promote the extension, reliability, and quality of the Government’s energy supply, as well as diversifying energy sources to include renewables. The Project site will cover mainly two regions: the Central River Region and the Upper River Region. This Project will cover communities not covered by other NAWEC projects in order to reach the universal access. Additional short lines will be covered in NBR and LRR as well.

The total distance of the MV lines for this assignment is approximately 310km.

The aim of the Resettlement Action Plan (RAP) is to include measures to address physical and/or economic displacement depending on the nature of the impacts expected from a project and identify and assess the socio-economic impacts of the planned 30 kV MV transmission lines with associated MV T-offs and distribution networks for CRR and URR and to prepare an Action Plan to be implemented in line with World Bank Policies, specifically, the World Bank Operational Policy 4.12 and Government of The Gambia policies and laws.

The RAP will identify the project affected persons (PAPs), engage them in inclusive, accessible, and participatory discussions regarding the plan, and formulating a plan of action to adequately compensate people or entities for their losses, and restriction of uses.

The RAP is based on up-to-date and reliable information about (a) the proposed project and its potential impacts on the affected  persons and other adversely affected groups, (b) appropriate and feasible mitigation measures, and (c) the legal and institutional arrangements required for effective implementation of resettlement measures.

Project-affected persons (PAPs) may be classified as persons: (a) Who have formal legal rights to land or assets; (b) Who do not have formal legal rights to land or assets but have a claim to land or assets that is recognized or recognizable under national law;  or (c) Who have no recognizable legal right or claim to the land or assets they occupy or use.

The expected output is a report that provides detailed information on the scope of adverse social impacts and mitigation measures (resettlement/rehabilitation) actions to be taken by the project. The Consultant is expected to submit to the GERMP PIU the following:

  • Inception report describing the procedures and timetable for completion of the RAP preparation process by first week after contract signing.
  • Report summarizing the preliminary results of the baseline socio-economic survey, PAPs census and consultations with PAPs and other stakeholders (by four weeks after contract signing)
  • Draft RAP report (by seven weeks after contract signing).

 

The main findings of the draft RAP report will be reviewed and cleared by the World Bank, and disclosed publicly by the Government of The Gambia, and the World Bank Infoshop.

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

RAP GERMP Two 30kV lines CRR and URR TOR

National Water and Electricity Company 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.

Qualifications and Experience:

The Consultant team should have a minimum of ten (10) years of strong working experience in social assessment, involuntary resettlement, and other relevant fields, such as the social sciences and gender studies. It is desirable that the consultant team have experience working with international development institutions like the World Bank.

The consultant’s team shall be composed of professionals with experience in socio-economic analysis, including gender-sensitive analysis, surveying, and valuation.

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

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

A Consultant will be selected in accordance with the Consultant’s qualifications-based selection (CQS) 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 30th March 2023.

 

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 Development of One Environmental and Social Impact Assessment for Two 30 kV MV Transmission Lines with Associated MV T-Offs and Distribution Networks for CRR and URR

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: Development of One Environmental and Social Impact Assessment for Two 30 kV MV Transmission Lines with Associated MV T-Offs and Distribution Networks for CRR and URR

Reference No : GM-NAWEC-339331-CS-CQS

 

The Republic of The Gambia together with the support of the International Development Association (IDA), European Investment Bank (EIB), and European Union (EU), collectively the “Lenders”), is implementing an 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 Greater 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.

To undertake the Environmental and Social Impact Assessment (ESIA) for the identified sites which will include screening, scoping, defining baseline scenarios, predicting impacts, and developing robust and applicable management and monitoring plans to avoid, mitigate or remedy significant potential and enhance benefits, including addressing impacts/risks and benefits for vulnerable and disadvantaged individuals and groups, and undertaking consultations with project affected communities and other stakeholders related to sharing project information regarding design, risks, impacts and benefits and receiving feedback from them and incorporating their views into the ESIA (see Annex B for outline of the ESIA).

The ESIA shall follow the format of World Bank Safeguard Policy 4.01 Environmental Assessment, while also covering the national environmental requirements.

The ESMP shall clearly articulate the procedures for preparing the safeguards aspects of the bidding documents for the Contractors, following World Bank procurement guidelines and Safeguards Policies, which will include provisions to address SEA/SH risks both in the bidding documents and the vendor’s contract. The bidding documents shall be clear that the Contractor must comply with the ESMP, must have their own environmental and social safeguards specialists, and prepare their own Contractor’s ESMP, including a SEA/SH mitigation, or action plan, which will articulate in detail how the Contractor will ensure compliance with the tasks for which they are responsible.

Mitigation and monitoring shall consider the capacity of the PIU, the communities, the Contractor and third parties such as NEA, NGOs and the amount and source of funding required for implementation. Institutional arrangements (who is responsible for what), supervision responsibilities, capacity strengthening (training, recruitment, equipment) and budgets shall be included in the ESMP.

The study will be conducted within a period of ninety working days (90) after signature of the Contract. The consultants shall deliver the following outcomes:

  • An Inception Report to be submitted within two (2) weeks of contract signing that includes a Workplan with timelines for completing the assignment.
  • Draft Environmental and Social Impact Assessment (ESIA) for the Proposed Project in CRR and URR 30 kV MV line with their t-offs and distribution network within four weeks after approval of inception report for review to the NAWEC PIU.
  • Final Environmental and Social Impact Assessment (ESIA) Reports within four weeks, incorporating suggestions and feedback from the Project core team and World Bank Environmental and Social Safeguards team during the review of the draft, and including an executive summary that highlights the most important findings (maximum 10 pages).

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 study will be conducted by a firm which must propose four key consultants, each of whom responds to the following profile:

  • ENVIRONMENTAL SPECIALIST

Qualification and Skills

  • Must hold a master’s degree or equivalent in Environmental Science or Environmental Engineering.
  • Good command of information technology and communication tools.
  • Fluent in English with excellent written and spoken skills. Working knowledge of one or more local languages will be an advantage.
  • Excellent written, presentation and reporting skills.

 Experience

  • At least 15 years of working experience in environmental activities particularly in Environmental Impact Evaluation for infrastructure projects.
  • Have been involved in at least in two (2) Environmental Impact Evaluation studies on power project specifically in grid extension or reinforcement projects or electrification projects HTA/BTA/BT or Power generation in the last five (5) years.

 

  • SOCIAL SPECIALIST

Qualification and Skills

  • Must hold a master’s degree or equivalent in the Social Sciences (i.e., sociology, political science), Human Science or equivalent.
  • Good command of information technology and communication tools.
  • Proficient in undertaking inclusive and participatory community and stakeholder consultation, especially with vulnerable populations.
  • Fluent in English with excellent written and spoken skills. Working knowledge in one or more local languages will be an advantage.
  • Excellent written, presentation and reporting skills.

 

Experience

  • At least 10 years of working experience in social activities, including assessment of social risk and impact, particularly in public consultation on infrastructure projects, especially with vulnerable or traditionally marginalized groups.
  • Experience with conducting inclusive and participatory stakeholder consultations, gender disaggregated collection, understanding of including vulnerable groups in social assessments is an asset.
  • At least one year of experience with gender and/or GBV prevention and response programming as well as with the guiding principles for the ethical collection, management, and sharing of data related to GBV is required.
  • Have been involved in at least in two (2) Social Impact Evaluation studies on power project specifically in grid extension or reinforcement projects or electrification projects HV-MV-LV or Power generation in the last five (5) year.

 

  1. OCCUPATIONAL HEALTH AND SAFETY SPECIALIST

The specialist should possess at least a university degree in fields such as civil engineering, environmental management, public health or environmental health or environmental engineering. He or she must possess post graduate training in occupational health and safety. Experience of five years in conducting ESIA for similar assignment is a pre-requisite.

  1. 4. ENERGY SPECIALIST
  • This expert should possess a bachelor’s degree (Master Level) in Electrical Engineer or equivalent, with at least ten (10) years of experience in the conduct of electrical power distribution works and having participated in at least two (2) medium voltage transmission line projects studies, including 30 kV power lines studies over the last five (5) years.

The firm must possess experience developing and implementing safeguard instruments for project financed by the World Bank or other international financing institutions.

Having experience working in the Gambian context is an asset.

The firm must have worked on similar energy project in The Gambia or in the Sub-Saharan Africa in the last 5 years at least.

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

ESIA GERMP Two 30kV lines CRR and URR TOR

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 March 2023.

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 – Recruitment of a Procurement Consultant

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES –

INDIVIDUAL CONSULTANT’S SELECTION)

GAMBIA

ELECTRICITY RESTORATION AND MODERNIZATION PROJECT

Grant No.: GRANT NUMBER D309-GM

Assignment Title: Recruitment of a Procurement Consultant

Reference No. GM-NAWEC-341067-CS-INDV

 The Republic of the Gambia is implementing Electricity Restoration and Modernization Project (GERMP) financed by the World Bank, European Investment Bank, and European Union. National Water and Electricity Company (NAWEC) is Implementing Agency for this project. The main Project Development Objectives are increasing the availability and reliability of electricity supply in the Gambia; improving operational performance of NAWEC; improve the capacity of NAWEC to dispatch variable renewable electricity. In June 2020, the World Bank Board approved Additional Financing for GERMP to address, inter alia, urgent needs in improvement of NAWEC water business. Main project activities shall be implemented before the project closing date 31 December 2024.

NAWEC has set up a Project Implementation Unit (PIU) to manage the implementation of the projects financed by International Financing Institutions (IFIs), including procurement of goods (equipment and materials), works, and selection of consultants for technical assistance. PIU is also managing contract implementation to ensure compliance with the Financing Agreements. An experienced Procurement and Contract Management Consultant (the Consultant) will be required to support the PIU in conducting these activities in accordance with the World Bank Guidelines and Project legal documents. The Consultant will also provide on-the-job training and support capacity building of the PIU staff, and perform other related activities, as the need may be.

The objectives of the Consultant’s services are to ensure quality and efficiency of procurement and contract management for the activities outlined in the Project and Financing Agreements, Project Procurement Strategy for Development (PPSD) and Procurement Plan; and provide on-the-job training and capacity building of PIU procurement staff.

 

SCOPE OF WORK

  1. Procurement consultant will assist PIU in performing procurement and contract management activities, which include but are not limited to the following:

(i)        Hands-on assistance in performing the following procurement and contract management activities without limitation:

  • Preparation of, Requests For Bids and Requests For Proposals based on the WB’s standard procurement documents, advising on procurement packaging.
  • Conducting proper communication with bidders, including drafting responses to bidders’ inquiries, debriefing, addressing bidders’ complaints.
  • Assisting PIU and NAWEC staff on conducting bid/proposal opening session, bid/proposal evaluation, technical and commercial evaluation of bids and proposals, preparing Bid/Proposal Evaluation Reports with recommendations for contract awards.
  • Assisting in negotiating finalizing and monitoring contracts with winning bidders/consultants.
  • Preparation of contract management plans for large contracts, organizing contract management teams, establishing appropriate processes and communication.
  • Managing negotiating, preparing and obtaining approvals for variation orders and contract amendments;
  • Timely submitting to the World Bank and obtaining all necessary approvals/no objection notices.
  • Ensuring that timely input is provided to STEP system of the World Bank.
  • Maintaining procurement filing system to ensure proper record keeping of all procurement-related documentation/records and their availability for the review by the World Bank and the Government.
  • Preparing relevant inputs into regular implementation progress reports by the PIU in part related to procurement.
  • Other procurement and contract management-related activities, as may be requested, from time to time, by the PIU and NAWEC management.

(ii)       Developing procurement capacity of PIU, primarily in the form of on-the-job training and coaching procurement staff of the PIU in conducting procurement work in accordance with the World Bank Procurement Regulations

(iii)      Developing contract management capacity in PIU and NAWEC, based on the requirements of the World Bank and in accordance with accepted international practices.

 

  1. It is envisaged that, without limitation, Consultant will be actively involved in managing the following major activities:
  • Design, supply and installation of Solar PV Plant (procurement stage completed, contract signed and being implemented);
  • Design and Build of HV Transmission infrastructure Plant (procurement stage completed, contract signed and being implemented);
  • Provincial Backbone 2 (procurement stage completed, contract signed and being implemented);
  • Provincial Backbone 3 (at procurement stage);
  • Greater Banjul Area (GBA) primary and secondary substations upgrading (procurement stage completed, contract signed and being implemented);
  • Design, supply and installation of the Integrated Management System for NAWEC (operational acceptance completed);
  • Owner’s Engineer to supervise construction of Solar PV Plant; and Transmission infrastructures (contract implementation ongoing);
  • Borehole drilling and rehabilitation services (at procurement stage);
  • Replacement of Water Storage tanks (at procurement stage);
  • Various consulting services’ contracts.

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

Procurement Consultant TOR

NAWEC now invites eligible individual consultants (“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. Consultant’s Letter of Expression of Interest and CV shall be submitted to the address below.

Required qualifications.

Successful candidate is expected to have the following qualifications and experience:

  • (i) Master’s Degree from a reputable university in procurement, business administration, engineering, economics or related fields. Certification in procurement from a recognized institution (e.g. CIPS) is preferred.
  • (ii) Strong experience in power sector, including procurement and contract management of large contracts for Design, supply and installation of Plant. Experience in water sector will be an advantage.
  • (iii) Strong experience and detailed knowledge of the World Bank latest procurement regulations for all main types of procurement: Goods, Works, Plant, Information Systems, Consulting and Non-consulting services.
  • (iv) At least 8 years of proven successful procurement and contract management experience in the World Bank-funded projects in developing countries, including experience in Sub-Saharan Africa. 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.
  • (v) Strong experience in assessment of procurement-related risks, training, implementation of procurement systems in project implementation units.
  • (vi) Strong experience in and understanding of international development business, including sensitivity to cultural issues, leadership, communication, negotiations, and project management skills.
  • (vii) Fluent in English with excellent written and spoken skills.

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.

It is estimated that the workload will be 120 staff-days spread over the total contract period of 12 months..

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 March 27th, 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)

 

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

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

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

Background

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

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

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

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

World Bank Support to the Gambia

The Gambia Electricity Restoration and Modernization Project (GERMP) additional financing, in the amount of USD 43 million, was approved by the World Bank Board of Directors on 29 June 2020. This project, which expands the scope of the parent GERMP, aims to improve NAWEC’s operational performance for both electricity and water services and will fund important investments in water infrastructure that can help address the water crisis in NAWEC’s service area.

The GERMP Additional Financing will provide essential support to NAWEC to address some of these challenges. The project plans to strengthen the utility’s functioning through a service contract covering both electricity and water; the introduction of water drinking modules in the information management system (IMS); training; and strategic studies on sanitation. A separate component will strengthen NAWEC’s planning on non-revenue water reduction; install retail meters and district metered areas (DMAs); introduce energy efficiency measures; rehabilitate storage tanks; finance new water connections; and improve water quality at selected water treatment facilities. Moreover, considering the current coronavirus pandemic, the project will provide emergency support to NAWEC to purchase IT equipment for staff; supply water to unconnected areas through borehole drilling and tanker trucks; purchase needed spare parts and equipment to ensure continuity of service provision; provide handwashing and hygiene kits to the population; and implement hygiene campaigns.
Addressing the Challenge of Non-Revenue Water (NRW)

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

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

Objective of recruiting a consulting firm.

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

Scope of work of the consulting firm

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

Task 1: Situational Assessment (6 months)

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

 

Specifically, the firm will deliver the following.

  1. Institutional and Policy Framework

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

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

 

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

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

 

  1. Field Assessment

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

 

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

 

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

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

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

 

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

 

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

 

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

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

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

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

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

Task 4: NRW Plan and Options (6 months)

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

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

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

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

 

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

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

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

Required qualifications and experience:

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

 

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

Additional Information

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

 

Assignment/Contract duration

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

The Ministry of Petroleum & Energy Terms of Reference for the Review and Update of National Energy Policy, Strategies and Action Plan

The Ministry of Petroleum & Energy

 

 

 

Terms of Reference

 

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

 

 

FINAL

 

 

September 2021

 

1.     Introduction and Background

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

 

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

It is against this backdrop that the Ministry of Petroleum and Energy is seeking the services of a consulting firm to review and update the National Energy Policy (2014) to reflect the recent changes and development in the sector especially in electricity, renewable energy, energy efficiency, domestic energy as well as petroleum sub-sectors. The review and update of the policy document would be carried out in consultation with relevant stakeholder institutions including the Ministry of Finance and Economic Affairs, Ministry of Trade, Regional Integration and Employment, Ministry of Transport, Public Utilities Regulatory Authority, National Environment Agency, Department of Forestry, National Water and Electricity Company, Gambia National Petroleum Corporation, NGOs, Civil Society, Private Sector etc. The assignment will be funded through the Gambia Electricity Restoration and Modernization Project (GERMP) co-financed by the World Bank, the European Investment Bank and the EU.

 

2.     Objectives

 

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

 

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

 

3.     Scope of Work

 

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

 

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

 

This phase will entail a detailed review of existing energy policies, strategic objectives, plans and programmes at both national as well as regional level to identify the existing gaps between the policies, plans, programs under the current situation and the policy, plans, programs needed to meet the sector objectives in terms of safe, secure, affordable energy and low carbon development. This phase is expected to last for a period of two weeks.

 

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

This phase will involve a detailed SWOT analysis of the energy sector and high-level consultations with relevant stakeholders. It also involves assessment and analysis of projects, and programmes undertaken in the last 10 years. The purpose of this assessment is to help draw useful lessons from the implementation of the projects and programs, as well as make recommendations to the Ministry of Petroleum and Energy for future effective implementation of similar projects and programs.

 

This phase of the work is expected to last for four weeks. The consultants shall make a presentation of the findings to stakeholders in a Consultation Workshop.

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

 

The third phase will mainly involve the update of the National Energy Policy (2014) Strategy and Action Plan. This should be informed by the outputs of Phase 1 and 2.

 

The consulting firm is expected to conduct the update of the energy policy and align it with the relevant regional (ECOWAS, AU etc.) and international energy policies and strategies (such as the SE4ALL, NDCs).

 

This phase is expected to be completed within six weeks. The consulting firm shall present draft updated policy, strategies, and action plan at a National Stakeholder Validation Workshop.

 

4.        Deliverables

 

For the purpose of this assignment, there will be four deliverables:

 

  1. Inception Report: This should be prepared and submitted after the inception meeting with the Ministry and shall outline the agreed methodology, workplan for the assignment, and detailed desk review of policies, plans and programmes in the energy sector and gap analysis. To be submitted two weeks after the inception meeting (draft and final)
  2. Detailed SWOT Analysis of the Energy Sector and Stakeholder consultation Report
  • Draft Updated National Energy Policy, Strategies and Action Plan (2021-2030)
  1. Final Updated National Energy Policy, Strategies and Action Plan (2021-2030): This final version of the updated policy shall be submitted two weeks after the Validation Workshop incorporating all comments

 

Draft reports for each deliverable (I-IV) shall be submitted via email to the Ministry of Petroleum and Energy. For each of the deliverables I, II, and IV, the consulting firm is required to submit 1 soft copy (in USB) and 5 hard copies to the Ministry of Petroleum and Energy.

 

In addition, the consulting firm shall provide the slide packs for the Consultation Workshop and for the Validation Workshop to the Ministry of Petroleum and Energy by email no later than 5 days prior to the respective Workshop.

5.        Duration of Assignment

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

6.        Responsibilities of the Consulting firm

 

The responsibilities of the consulting firm will include the following:

 

  1. To carry out the assignment in the most professional manner desired.
  2. Be responsible for collecting all data and information required for the completion of the assignment.
  3. Be responsible for its own transportation, accommodation, and subsistence during stakeholder consultations and for the two workshops.
  4. Be responsible for the printing and binding and delivery of all reports as outlined in section 4 of this Terms of Reference.
  5. Prepare PowerPoint presentation of the relevant key deliverables and present this at the Consultation Workshop and at the Validation Workshop.
  6. Be responsible for addressing all comments received from stakeholders and providing a comments matrix describing how all comments have been addressed.

7.     Responsibilities of the Ministry of Petroleum & Energy (MOPE)

 

The responsibilities of MOPE will include the following:

 

  1. Facilitate and support the work of the consultant during the assignment (stakeholder consultations etc.)
  2. Provide all documents (policies, strategies, action plans, Acts, regulations etc.) related to the assignment
  3. Coordinate the logistical arrangements for the organization of the two workshops (stakeholder consultation and validation workshops) (i.e., send invitations). Prepare and submit budget to GERMP PIU for the organization of the workshops to cover the costs of venue, food and refreshments, printing of materials etc.)
  4. Provide timely comments on draft deliverables.

 

 

8.        Qualifications of the Consulting firm

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

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

 

The team should comprise of the following three (3) key experts with qualifications and experience outlined below:-

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

 

  • The Team Leader

The Team Leader would coordinate the overall work, assure the coherence and quality of the services provided and lead the delivery of the content of the assignment. The team leader’s profile should have:

  • At least a master’s degree in public policy, economics, engineering, strategic planning, business administration or related field
  • At least 10 years professional experience in developing policies, strategies and action plans for the public sector
  • Experience in policy and regulatory aspects of energy
  • Experience in leading similar assignments
  • Ability to analyze, compile and synthesize, and present technical information
  • Ability to work effectively in a team environment
  • Excellent writing / presentation skills and fluent in English
  • Energy Economist
  • A master’s level degree in economics, finance, engineering, or the economics and energy related field
  • At least 8 years’ experience in energy policy, energy planning,
  • Ability to analyze, compile and synthesize, and present technical information
  • Ability to work effectively in a team environment
  • Excellent writing / presentation skills and fluent in English

 

 

  • Public Policy Expert
  • A master’s level degree in public policy, strategic planning, public administration or related field
  • At least 6 years postgraduate experience in public policy development. Experience in energy policy development is desirable
  • Ability to analyze, compile and synthesize, and present technical information
  • Ability to work effectively in a team environment
  • Excellent writing / presentation skills and fluent in English

 

 

  1. Reporting Requirements

The Team Leader/consultant team will report directly to the Permanent Secretary, Ministry of Petroleum & Energy. However, the consultant’s team will work closely with the Energy Division of the Ministry.

 

  1. Submission of Proposal

Interested firm should send separate technical and financial proposals in sealed envelopes marked “CONSULTANCY FOR UPDATE OF NATIONAL ENERGY POLICY, STRATEGIES AND ACTION PLAN (2021-2030)” and addressed to:

Permanent Secretary           

Ministry of Petroleum and Energy

Petroleum House, Brusubi Roundabout

Brikama Area Council

REQUEST FOR EXPRESSIONS OF INTEREST – Electricity Restoration and Modernization Project (GERMP) – Development of Environmental and Social Impact Assessment for the Distribution backbone phase II

REQUEST FOR EXPRESSIONS OF INTEREST – Electricity Restoration and Modernization Project (GERMP) – Development of Environmental and Social Impact Assessment for the Distribution backbone phase II

Please click the link below for more information.

REOI FOR ESIA -for phase II Distribution Backbone 23-02-21

THE GAMBIA ELECTRICITY RESTORATION AND MODERNIZATION PROJECT
TERMS OF REFERENCE 

For the Development of One Environmental and Social Impact Assessment
for Three 30 Kv Mv Transmission Lines with Associated MV T-Offs and Distribution Networks for NBR (Niumi – Jokadu) and URR North – Diabugu to Passamas and URR South – Basse Santa Su to Fatoto.

Please click the link below for more information.

TOR for ESIA

NATIONAL WATER AND ELECTRICITY COMPANY (NAWEC) ASSESSMENT OF ENERGY EFFICIENCY, LOAD MANAGEMENT AND RENEWABLE ENERGY OPTIONS Terms of Reference

NATIONAL WATER AND ELECTRICITY COMPANY (NAWEC)

ASSESSMENT OF ENERGY EFFICIENCY, LOAD MANAGEMENT AND RENEWABLE ENERGY OPTIONS

Terms of Reference

Background

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

The energy sector, particularly the National Water and Electricity Company (NAWEC) has implemented a number of measures to increase generation capacity, improve supply and efficiency, increase electricity access, and reduce transmission and distribution losses. Thereby contributing to debt reduction. However, NAWEC faces technical, organizational, and financial challenges and remains financially unviable, with high electricity costs, continuing financial losses, and high debt.

Management of the water sector is somewhat fragmented. The Ministry of Fisheries and Water Resources (MFWR) is responsible for the overall management of water resources as well as for rural water supply and sanitation services, while NAWEC is the public utility responsible for provision of water supply and sanitation services. While the Gambia is endowed with ample water resources, the economic value of these resources is not fully exploited.

Urban water supply, which is under NAWEC’s responsibility, is in crisis. In urban areas, about 69 percent of the population has access to safely managed water, but the quality of services is poor due to frequent service outages, with some neighborhoods not receiving water for days, weeks or even months at a time. Preoccupied by emergency measures to contain the water cuts, NAWEC has not been able to extend services in urban areas at a time when urbanization has been growing at a rate of 4.5 percent a year, and many areas still lack access to water.

World Bank Support to The Gambia

In 2018, The World Bank initiated the Gambia Electricity Restoration and Modernization Project. The Project Development Objectives (PDOs) are to improve the operational performance of NAWEC and improve the capacity of NAWEC to dispatch variable renewable electricity. This project is intended to support the country’s first utility‐scale solar PV plant, upgrades to the T&D infrastructure needed to absorb variable energy and imports, and extension of the distribution backbone throughout the country. The World Bank is now preparing to provide additional financing (AF) to this project.

The proposed AF will allow the project to meet the PDOs and increase the Project’s developmental impact. The AF will address three issues: (i) a funding gap for Component 2 of the original Project; (ii) scale up investments in metering and energy efficiency; and (iii) address the funding gap for sector turnaround activities, which in the case of the water sector, represent a quick response to the current water crisis through targeted interventions. These actions would include reforms related to NAWEC’s financial and commercial performance, measures to improve NAWEC’s ability to reduce losses related to non-revenue water (NRW), actions to improve the efficiency of water pumping systems, storage and water treatment processes; and strategic studies for water, sanitation and energy and capacity building for NAWEC’s water staff.

A key element of the AF is a comprehensive energy audit of the water operations of NAWEC  in the Banjul urban area to identify opportunities to improve energy efficiency, implement cost-effective renewable energy resources, and reduce operating costs, consistent with global best practice, and to increase NAWEC’s capacity for delivering water and sanitation services. The AF will also identify options for developing a sustainable financing mechanism for investments in energy efficiency and NRW reduction in the water operations of NAWEC throughout the country.

The NAWEC System in the Banjul Urban Area

The following information on the NAWEC System in the Banjul area is provided in Annex A. It includes:

  • Map of the system
  • List of borehole pumps
  • List of stand-alone boreholes
  • Coordinates of all boreholes
  • List of tanks

NAWEC has not assessed the energy efficiency of its water operations, but it is recognized that these operations are inefficient due to the age of its pumping inventory and other equipment, inadequate maintenance, and limited attention to efficiency improvement. Also, NAWEC loses an estimated 33 to 50 percent of the water it produces, either through physical losses in the distribution network or through commercial losses due to faulty meters, poor billing practices, and illegal connections. In addition, NAWEC does not have enough bulk water meters and thus cannot accurately measure water production and distribution through its network, hence creating the need for district metered areas (DMAs). NAWEC does not have a functioning geographical information system (GIS) to manage its assets; a hydraulic model to monitor water flow; and hydraulic zones that could help it deliver water in an organized and systematic way.

Improving Energy Efficiency and Reducing Operating Costs

The energy consumption of the water operations of NAWEC in the Banjul urban area is very high. These costs contribute to its financial losses, unreliable service, and weakening institutional autonomy. Promoting energy efficiency is a key objective of the World Bank’s Additional Financing of the Project.

It is believed that, since much of the equipment in the NAWEC System was installed many decades ago, it is likely to be inefficient. Also, since the system has probably undergone many changes over the years, the pumping system configurations are not likely to be optimized. The World Bank’s experience with water supply, distribution and treatment systems has demonstrated that large savings in energy consumption and costs, as well as many co-benefits including reduction of greenhouse gas (GHG) emissions, are achievable with a formal approach for energy management. Energy and cost savings measure identified in prior World Bank projects include:

  • Pumps and pumping systems operations: (a) replace inefficient pumps; (b) install variable frequency drives; (c) utilize gravity-fed systems instead of pumping; (d) optimize pumping system operation; (e) improve maintenance.
  • Water loss management technologies: (a) leak reduction (b) pressure management.
  • Wastewater treatment: (a) improve efficiency of anaerobic digestion and aeration equipment; (b) use efficient activated sludge process; (c) reduce wastewater with reuse and recycling; (d) generation and use of biogas from wastewater treatment processes.
  • Load Management: (a) schedule pumping operations during off-peak electricity periods; (b) use capacitors for power factor correction; (c) utilize storage capacity of reservoirs to reduce peak loads on the electricity system
  • New technologies: (a) implement supervisory control and data acquisition (SCADA) software; (b) install smart pumps; (c) automated meter reading
  • Renewable energy options: (a) small-scale hydropower; (b) rooftop solar PF; (c) solar pumps; (d) floating solar PV plants on reservoirs.

Objective

The overall objective of this assignment is to conduct a detailed energy and water audit of the NAWEC water supply, distribution and treatment system in the Banjul urban area to identify, assess and recommend opportunities for improving energy efficiency and load management and implementing renewable energy options.

Scope of Work

The Consultant shall apply its know-how and expertise in energy and water audits, using international best practice, to:

  • document in detail the NAWEC water supply, distribution, and treatment system in the Banjul urban area;
  • create a robust baseline of water and energy use based on a survey of actual operating conditions;
  • establish detailed data on electricity and water-use patterns,
  • Identify the major energy-intensive equipment and systems;
  • identify and assess potential for optimization of electricity use patterns,
  • create a list of specific energy efficiency and water savings measures,
  • define the opportunities for cost savings and reduced power curtailment (blackouts or brownouts) through load management by shifting large pumping operations from peak to off-peak electricity use periods;
  • Identify opportunities for utilization of renewable energy, solar PV especially;
  • identify and assess potential for generating power in wastewater treatments plants, gravity lines, the raw water canals, solar collectors on the roofs of filtration plants and other buildings (or any other possibility), and
  • identify the investment requirements and project paybacks for the opportunities for improved efficiency and cost savings.

The Consultant shall conduct the following tasks:

 

Task 1 – Project Inception and Preliminary Assessment

This Task shall focus on identification of data availability and a preliminary identification of the opportunities for energy efficiency improvement, load management, and renewable energy deployment.

The Consultant shall conduct the equivalent of a “walk-through” assessment of the NAWEC water operations in the Banjul urban area. It is anticipated that the Consultant shall conduct a one to two-week site visit to the headquarters and major parts of the system and shall identify the available data from existing sources including, but not limited to:

  • layout of the system and all of its major components (reservoirs, pumping stations, pipelines, treatment facilities, etc.)
  • main pumping stations
  • pipelines – length, capacity, age, etc.
  • reservoirs – capacity, flows
  • identification of major energy using equipment – capacity, age, operating hours, etc.
  • electricity consumption – total and for major pumping stations and other major energy consuming equipment
  • peak loads – total and for major pumping stations and other equipment
  • electricity tariffs (if internally billed to the water operations by the electricity operations) – peak and off-peak tariffs, time of use tariffs, energy charges per kWh, demand charges per kW, power factor fees, etc. as appropriate
  • electricity bills (or payments/transfers from the water operations to electricity operations) – total and for major components of the system
  • Operation and maintenance procedures and costs
  • Potential sites for generating hydropower from water flows and for establishing solar PV power plants on rooftops and reservoirs
  • Opportunities for using solar PV pumps.

Based on this information, the Consultant shall conduct a situation analysis that will identify:

  • Additional data that may be needed to develop a detailed baseline
  • Needs for equipment replacement
  • Preliminary identification of energy efficiency opportunities
  • Preliminary assessment of load management options
  • Identification of possible opportunities for renewable energy
  • Detailed definition of measurements to be undertaken and instruments to be used.

The consultant shall prepare an Inception Report describing all of the above findings. The Consultant shall define (with modifications and refinements as appropriate) the scope of work and task descriptions for the subsequent Tasks in more details than those originally presented in the Consultant’s proposal for this assignment.

Task 2: Identify and Assess Energy Efficiency Opportunities

The consultant shall carry out an energy efficiency audit that will include collection and analysis of technical and financial data on the NAWEC system, including bulk water supply, filtration plants, water trunk mains, distribution pipelines, and sewage treatment plants. The technical data collection will include field measurements as defined in the proposal and refined during the Inception Task. The Consultant shall develop a detailed baseline of historical energy consumption and peak loads, equipment inventory including technical characteristics of pumps, energy use (kWh) and peak load (kW) for each major facility, electrical, mechanical and process systems, physical losses in the transmission and distribution networks, electricity use and bills/transfers, and operation and maintenance costs. The purpose of the baseline will be to identify the most energy intensive equipment and processes, their specific energy consumption (kWh/m3) and contribution to total costs, and potential areas of energy and water savings.

The assignment will include:

  • Data collection (document and data reviews, field measurements, review of operational and maintenance practices, and other onsite assessments), information analysis, pump inventory, identification and evaluation of energy saving options.
  • Development of operational information on the pressure and discharge at major nodes of the water mains and distribution pipelines.
  • Assessment of the power supply system of the water intake facilities, pumping stations, and water treatment facilities to identify and recommend measures on how to improve the reliability of the system operation and maintain optimal pressure at control points.
  • Breakdown of energy consumption and costs based on a thorough assessment of the existing systems. This assessment is intended to inform the identification and prioritization of interventions (both physical and institutional) to improve energy efficiency and reduce costs of utility operations.

Based on the above, the Consultant shall establish an accurate and reliable method for measuring results of the implementation of the efficiency options.

Examples of energy efficiency (EE) measures shall include but not be limited to:

  • Pumps and pumping systems operations
    • Replace inefficient pumps
    • Install variable frequency drives
    • Operate pumping systems more efficiently
    • Improve maintenance of pumping systems
    • Install capacitors
  • Water loss management
    • Leak reduction
    • Pressure management[1]
  • Installing light emitting diodes (LEDs)
  • Wastewater treatment
    • Improve efficiency of anaerobic digestion

and aeration equipment

  • Use efficient activated sludge process (if appropriate)
  • Reduce wastewater with reuse and recycling
  • New technologies such as
    • Supervisory control and data acquisition (SCADA)
    • Smart pumps
    • Pumping systems optimization
    • Automated meter reading

For the identified options, the Consultant shall assess the implementation mechanisms, energy and cost savings, investment costs, operational and maintenance costs, and estimated payback periods. The Consultant shall also estimate the potential greenhouse gas (GHG) reductions resulting from the implementation of the EE options.

Task 3: Analysis of Load Management Opportunties

This task shall include assessment of electricity usage profile for the water operations, specifically from the point of view of assessing the demand or load on the electrical system incurred during the peak-demand timings coincident with high electricity demand on the NAWEC electricity distribution system.

The consultant shall identify the peak electricity demand periods of NAWEC and estimate the benefits to the NAWEC Electricity system shifting pumping operations to off-peak periods. The Consultant shall identify options for load shifting to off-peak periods including increasing reservoir capacity, and other actions to facilitate the shifting of the water pumping timings. The consultant shall suggest demand management protocols to promote a permanent load shift through simple heuristics/rules for management of pumping hours, optimized use of holding capacities, etc.

In cooperation with NAWEC, The consultant shall also estimate the co-benefits to the NAWEC electric power system due to the reduction of the electricity peak loads, such as improved electrical systems efficiency, reduced power shortfalls and load curtailment/blackouts, reduced needs for new generation capacity and related investments, and reduced operational costs due to load shifting from peak to off-peak periods.

Task 4: Assessment of Potential for Renewable Energy

The consultant shall assess options for renewable energy generation in the water operations of NAWEC. These options shall include, but not be limited to:

  • Solar photovoltaic (PV) generation – Installation of solar collectors on rooftops at water supply and treatment facilities or other water-related properties, including floating solar PV plants on reservoirs, to produce electricity and reduce electricity needed from the NAWEC electrical system.
  • Solar PV applications for water pumping – Installation of solar pumps as replacements for existing electric pumps.
  • Generation of electricity from small hydropower – To the extent that NAWEC is discharging water to a lower level, small hydro turbines could be used to generate electricity.
  • Generation of biogas in wastewater treatment facilities for power generation or other uses.
  • Other renewable energy options, as applicable.

For each option, the consultant shall define the technical options, feasibility of implementation, electricity generation potential, cost savings, other benefits and co-benefits (including GHG reduction), and costs of construction, operation and maintenance.

 

Task 5: Investment Needs and Financing Options

The consultant shall develop and document the methodology and approach for conducting pre-feasibility analysis to translate key findings into investment needs, benefit-cost assessment, and implementation plans – considering both institutional and infrastructure/equipment requirements to improve efficiency of water operations, implement load management/demand response options, and utilize renewable energy where appropriate. The methodology shall include, as appropriate, development of energy and water balance models, and hydraulic modeling of the water supply system with different scenarios of water consumption and operation of pumping stations. It will also include identification of investment needs for key infrastructure and equipment for improved efficiency (e.g., leakage and pressure control, pump replacements, and other modifications) as well as renewable generation technologies. The Consultant shall prepare a pre-feasibility report for the measures identified in Tasks 1 – 3.

The consultant shall review and summarize international experience with respect to the options for implementation and financing the required investments. One option that should be explored is the engagement of energy service providers (ESPs), such as energy service companies (ESCOs), to undertake some or all of the implementation activities using a performance based contracting approach. An ESCO can provide services spanning the entire energy services value chain, including auditing, design and engineering, equipment procurement, installation and commissioning, financing, O&M, and facility management. The Consultant shall assess the existing market in The Gambia for provision of energy services and define whether and how NAWEC can work with local or international ESCOs to: (i) Mobilize private sector innovation, entrepreneurship, and financing; (ii) Obtain access to the latest energy efficient products, technologies, and equipment; (iii) achieve high-quality installation and O&M; (iv) obtain performance guarantees, thereby reducing the project risks.

The Consultant shall document typical business models used by ESCOs, such as guaranteed savings, shared savings, outsourced energy management, etc. The Consultant shall provide an overview of the current status of the energy services market in The Gambia and any expected activities by the Government of Gambia to facilitate and promote ESCOs.

Task 6 – Dissemination and Training

The Consultant shall conduct the study in close cooperation with NAWEC, and its conclusions will then be presented and discussed with NAWEC staff and management during a dissemination workshop. The main purposes of this workshop will be to (i) present the results; (ii) validate the information and assumptions; (iii) obtain additional feedback from a wider cross-section of NAWEC staff, including from its electricity operations; and (iv) raise awareness of the options and benefits; and (v) design and initiate a capacity building process to be taken up and intensified by the planned World Bank lending project.

The Consultant shall develop a training program that would include the following:

  • Training materials for water utility management and government officials on the benefits of energy management and energy efficiency improvement
  • Training of water utility engineers on options for energy efficiency and load management and related financing and implementation issues
  • Training of operating personnel on pumping technologies, energy auditing, and instrumentation and metering)Training of equipment and service providers who may be providing services to the water utility on detailed energy audits, assessment of the financial aspects of EE measures, implementation and commissioning, and measurement and verification (M&V)

Task 7 – recommendations for Scaling Up

The Consultant shall collaborate with NAWEC to develop a scaling up plan for extending the results of this study of the urban Banjul area to the other urban and rural areas of Gambia.

Reporting

The consultant shall provide the following reports:

  • Inception report
  • Energy Audit report
  • Load Management Report
  • Renewable Energy Options report
  • Pre-Feasibility report
  • Financing Options Report including assessment of potential for performance contracting using ESCOs or other financing mechanisms
  • Training materials
  • Draft Final Report
  • Final Report

SPECIAL TERMS AND CONDITIONS AND SELECTION CRITERIA

Duration of Assignment

The estimated period of performance is eight (8) months. The contract is expected to commence on _______ and conclude on _______.

Payment Schedule

The Consultant is responsible for all project activities and logistics including, but not limited to, transport, lodging, supplies, translation/interpretation, telephones, computers, and so forth.

The assignment will be remunerated on a lump sum basis as per the norms and procedures of the World Bank. Payment will be linked to the following deliverables (specified in the Scope of Work), after being accepted by the World Bank to its satisfaction:

  • Contract Signing: 10% of contract value
  • Inception Report: 10% of contract value
  • Draft Reports on Energy Audit, Load Management and Renewable Energy – 30% of contract value
  • Pre-Feasibility Report – 10% of contract value
  • Financing Options Report – 10% of contract value
  • Draft Final Report – 15% of contract value
  • Final Report – 15% of contract value

 

Required Firm Qualifications and Experience

The Consultant must demonstrate experience in:

  • Conducting investment-grade energy audits for water supply, distribution and sanitation systems
  • Flow measurements for bulk water supply and distribution networks and creation of water and energy balance
  • Knowledge and understanding of water treatment facilities and related technology options
  • Understanding of electricity distribution systems
  • Experience in carrying out prefeasibility of engineering and costing with raw and/or treated water, assessment of renewable energy options.
  • Experience in the region is an advantage.

ANNEX A

INFORMATION ON THE NAWEC SYSTEM

 

The following files provide information on the NAWEC System:

 

(Note – we need to place the map and the four excel files on a web site that can be accessed by the respondents to the RFP.)

 

  • Map of the system
  • List of borehole pumps
  • List of stand-alone boreholes
  • Coordinates of all boreholes
  • List of tanks

 

[1]  Pressure management technologies such as Demand Driven Distribution (or equivalent) can considerably reduce surplus water pressure in pipes and lower the risk of water hammer, which is a primary cause of new holes. This multi-pump solution operates at proportional pressure and this ensures flow is supplied precisely as needed and at the pressure required.

Click on the link below for additional information.

REOI for Energy and Water Audit Final

Brikama Wellfield Boreholes
No.  Name Location Coordinates Total/Depth Drilled SWL Pump type Rated Power (kw) BH Status
Easting Northing
1 E1 Ballast 320534 1469928 85 19.32 SP46-5 7.5 OK
2 E14 Kassakunda 315430 1466380 75 15.4 SP95-7 30 OK
3 E15 Jambanjelly 314112 1467409 72 12.01 SP95-7 30 OK
4 E2 Nyambia Forest 319029 1469244 89 19.3 SP46-7 12 OK
5 N1 Abandoned 322959 1470679 17.93 OK
6 N2 Kabafita Forest N 321985 1470862 80 20.5 SP46-7 11 OK
7 N3 Kabafita Forest N 320726 1471119 75 20.82 SP77-5 18.5 OK
8 N4 Nyambia Forest N 319452 1471387 80 17.76 SP77-5 18.5 OK
9 N5 Nyambai Forest N 318332 1471618 78 17.4 SP77-5 18.5 OK
10 N6 Nyambai Forest N 317172 1471863 72 14.63 SP95-7 30 OK
11 O1 Ballast 320498 1469811 90 19.17 Observation B/Holes OK
12 O2 Kabafita Forest N 320517 1469890 100 18.74 OK
13 O3b Kabafita/Bafuloto Rd 318835 1471518 78 17.93 OK
14 E6 Kassakunda 317612 1465887 75 18.02 OK
15 E7 Kassakunda 316546 1464372 77 20.23 OK
16 E9 Nyofeleh Madina 315341 1463184 76 9.14 SP77-5 18.5 OK
17 E12 Siffoe 316437 1461645 73 9.51 SP77-7 18.5 OK
18 E13b Nyofeleh Madina 314835 1464757 89 16.81 SP77-7 26 OK
19 E5 Brikama Jamisa 318998 1466465 82 14.53 SP77-7 26 OK
20 E3 Brikama Jamisa 319449 1467933 90 19.19 SP77-7 26 OK
21 M3 Mandinari 323384 1476315 82 13.12 SP77-5 18.5 OK
22 M4b Mandinari 322860 1475696 85 16.81 SP46-7 11 OK
23 N1A Nyambai Forest S 317980 1469637 88 20.7 SP77-5 18.5 OK
24 MO3 Lamin 322701 1477844 Observation BHs OK
25 O5 Nyofeleh Madina 315361 1463096 OK
Brikama Stand Alone Boreholes
No Name Location Latitude longitude Total/Depth Drilled SWL Pump type Rated Power (kw) BH Status
1 Brik old Tank Nema 13°16’32.29″N 16°38’50.84″W N/A N/A SP-30-8 7.5 OK
2 Brik  new Tank Kabafita 13°17’12.88″N  16°38’24.39″W 90.2 20.6 SP-77-5 30 OK
3 Kembujeh Kembujeh 13°16’49.48″N 16°37’52.23″W N/A N/A N/A N/A OK
Yundum Wellfield Boreholes
No Name Location Latitude longitude Total/Depth Drilled SWL Pump type Rated Power (kw) BH Status
1 YUN/T Yundum Tank  13°22’8.46″N  16°39’12.79″W 64.9 21.4 SP77.5 18.5 OK
2 TTC Yundum Army Barracks  13°21’47.67″N 16°39’41.86″W N/A 22.22 SP46-8 13 OK
3 NASA Yundum Airport  13°20’54.44″N  16°38’57.92″W N/A 26.22 SP77-5 18.5 OK
JOB 2 Yundum Airport N/A N/A N/A N/A OK
Fajara Wellfield Boreholes
No Name Location Latitude longitude Total/Depth Drilled SWL Pump type Rated Power (kw) BH Status
1 1A Kairaba Ave  13°27’51.85″N  16°41’20.87″W N/A N/A SP-46-7 11 Ok
2 1B Kairaba Ave  13°27’31.27″N  16°41’6.77″W N/A N/A SP-46-8 15 Ok
3 BH5 Latrikunda  13°27’14.82″N  16°40’57.92″W N/A N/A SP-46-8 13 Ok
4 BH6 Fajara  13°27’53.48″N  16°40’53.33″W N/A N/A SP-77-5 18.5 Ok
5 BH14 Kanifing  13°27’32.50″N  16°40’43.47″W N/A N/A SP46-8 15 Ok
6 BH16 Stadium  13°28’8.99″N  16°40’46.35″W N/A N/A SP-77-5 15 Ok
Serrekunda Wellfield Boreholes
No Name Location Latitude longitude Total/Depth Drilled SWL Pump type Power (kw) BH Status
1 BH8 Serekunda tank  13°26’10.92″N  16°40’56.31″W 60.95 11.62 SP-30-8 7.5 Ok
2 BH10 Bakoteh  13°25’42.33″N 16°41’45.44″W N/A N/A SP-30-8 7.5 Ok
3 BH11 Sukuta  13°24’50.33″N  16°41’35.42″W N/A N/A SP 46 8 15 Ok
4 BH12 Nema Kunku  13°24’50.72″N  16°40’57.83″W N/A N/A SP-30-8 7.5 Ok
5 BH17 Nema Kunku  13°24’18.11″N  16°41’20.31″W N/A N/A SP-95-5 22 Ok
6 BH18 Willingara  13°24’18.81″N 16°40’25.37″W N/A N/A SP-46-12 15 Ok
7 PN-2 Willingara  13°23’23.33″N  16°41’7.70″W N/A N/A SP-77.5 18.5 Ok
8 PN-3 Willingara  13°23’22.47″N 16°40’25.92″W N/A N/A SP 77.-5 18.5 Ok
9 PN-4 Willingara  13°23’37.05″N  16°40’1.60″W N/A N/A SP-77-5 18.5 Ok
10 PN-5 Willingara 13°23’49.69″N  16°40’25.25″W N/A N/A SP-45-15 15 Ok
11 PN-6 Willingara  13°23’30.75″N  16°40’43.75″W N/A N/A SP77-5 18.5 Ok
GBA Stand Alone Boreholes
No Name Location Latitude longitude Total/Depth Drilled SWL Pump type Power (kw) BH Status
1 Kan/Tank Kanifing  13°27’44.61″N  16°40’41.22″W N/A N/A SP77-5 18.5 OK
2 Kerr Serign Kerr Serign  13°26’8.76″N  16°42’52.38″W N/A N/A SP-30-6 5.5 OK
Sukuta Wellfiled Boreholes
No Name Location Latitude longitude Total/Depth Drilled SWL Pump type Power (kw) BH Status
1 SS-1 Salagie  13°23’43.34″N  16°42’13.12″W 58 18.28 SP-77-5 18.5 OK
2 SS-2 Salagie  13°22’57.41″N  16°42’15.29″W 65 19.68 SP230-10 15 OK
3 SS-3 Salagie  13°22’2.25″N  16°42’12.18″W 76 21.46 SP 95-5 22 OK
4 SS-4 Salagie  13°21’40.29″N  16°42’18.83″W 60 18.61 SP-45-15 18.5 OK
5 SS-5 Salagie  13°23’31.35″N  16°43’11.43″W 60 16.24 SP-46-8 15 OK
6 SS-6 Jabang  13°21’40.29″N  16°42’18.83″W N/A N/A SP-77-5 18.5 OK
OB8 67 13.49 Observation BHs OK
JO1 68 12.81 OK
JO2 71 13.53 OK
JO2A 32 13.78 OK
JO3 80 12.55 OK
7 A-1 Jambur  13°21’47.45″N  16°43’32.59″W 69 13.83 SP-77-5 18.5 OK
8 A-2 Jambur  13°21’1.42″N  16°42’28.59″W 63 5.79 SP-77-5 18.5 OK
9 A-3 Jambur  13°20’37.33″N  16°43’12.13″W 62 7.94 SP-77-5 30 OK
10 A-4 Jambur  13°19’53.04″N  16°42’26.89″W 71 13.74 SP-77-5 18.5 OK
11 A-5 Jambur  13°20’28.22″N  16°41’49.35″W 65 10.95 SP-77-5 18.5 OK
12 B-1 Jambur  13°19’9.01″N  16°43’7.63″W 78 8.12 SP-77-5 18.5 OK
13 B-2 Jambur  13°18’37.39″N  16°41’59.36″W 80 17.03 SP-77-5 18.5 OK
14 B-3 Jambur  13°18’8.96″N  16°43’9.70″W 73 12.51 SP-77-5 18.5 OK
15 B-4 Jambur  13°19’21.80″N  16°42’26.70″W 93 18.64 SP-77-5 18.5 OK
16 SS-7 STP Sukuta  13°23’31.00″N  16°42’17.00″W N/A N/A SP-77-6 18.5 OK
17 JOB 1 Salagi Forest  13°22’31.00″N  16°42’20.00″W N/A N/A SP-77-7 18.5 OK
Gunjur Wellfield Boreholes
No Name Location Latitude longitude Total/Depth Drilled SWL Pump type Rated Power (kw) BH Status
1 G-1 GUNJUR  13°11’27.00″N  16°45’03.00″W N/A N/A KSB 18.5 OK
2 G-2 SANDALI  13°12’20.00″N  16°43’53.00″W N/A N/A KSB 18.5 No
Kotu Ring Project Boreholes-Sukuta Wellfiled
No Name Location Latitude longitude Total/Depth Drilled SWL Pump type Rated Power (kw) BH Status
1 C1 LATRIA  13°21’14.68″N  16°41’32.27″W N/A N/A SP77-5 18.5 OK
2 C2 JABANG  13°20’9.17″N  16°41’22.84″W N/A N/A SP77-7 26 OK
3 C3 JAMBUR  13°19’0.22″N  16°41’52.60″W N/A N/A SP95-5 22 OK
4 C4 BRIKAMA  13°17’50.93″N  16°41’25.86″W N/A N/A SP95-5 26 No
5 C5 JALAMBANG  13°16’42.95″N  16°41’5.80″W N/A N/A SP95-5 26 OK
New Stand Alone Boreholes
No Name Location Latitude longitude Total/Depth Drilled SWL Pump type Rated Power (kw) BH Status
1 A BRUFUT WARD TANK BOREHOLE  13°23’46.39″N  16°45’11.81″W N/A N/A N/A 7.5 OK
2 B BRUFUT  TANK BOREHOLE  13°22’43.48″N  16°45’40.66″W N/A N/A N/A 7.5 OK
3 D BRUSIBI TANK BOREHOLE  13°24’34.42″N  16°43’21.95″W N/A N/A N/A 7.5 OK
4 E OLD YUNDUM TANK BOREHOLE  13°22’11.48″N  16°40’57.32″W N/A N/A N/A 7.5 OK
5 F TANJI BOREHOLE  13°20’48.20″N  16°47’15.43″W N/A N/A N/A 7.5 OK
6 G SANYANG BOREHOLE  13°16’10.34″N  16°45’33.24″W N/A N/A N/A 7.5 OK
7 I JAMBANJELLY BOREHOLE  13°17’9.10″N  16°43’31.55″W N/A N/A N/A 7.5 OK
Proposed Boreholes World Bank- GBA
No Borehole Location Latitude longitude Total/Depth Drilled SWL Pump type ≈ Rated Power (kw) BH Status
1 WB-1 Nyambai Forest  13°17’26.67″N  16°39’25.09″W TBC TBC TBC 18.5 To be drilled
2 WB-2 Kabafita Forest  13°17’51.30″N  16°39’40.28″W TBC TBC TBC 18.5 To be drilled
3 WB-3 Kabafita Forest  13°17’47.93″N  16°39’11.68″W TBC TBC TBC 18.5 To be drilled
4 WB-4 Kabafita Forest  13°17’31.53″N  16°38’45.32″W TBC TBC TBC 18.5 To be drilled
5 WB-5 Kabafita Forest  13°17’35.93″N  16°38’13.73″W TBC TBC TBC 18.5 To be drilled
6 WB-6 Kabafita Forest  13°25’29.71″N  16°42’35.57″W TBC TBC TBC 18.5 To be drilled
7 WB-7 Nema Su  13°24’32.06″N  16°41’42.54″W TBC TBC TBC 18.5 To be drilled
8 WB-8 Nyofelleh  13°22’12.10″N  16°40’57.64″W TBC TBC TBC 18.5 To be drilled
9 WB-9 kanuma N/A N/A TBC TBC TBC 18.5 To be drilled Out of scope for energy audit
10 WB-10 Farafenni N/A N/A TBC TBC TBC 18.5 To be drilled Out of scope for energy audit
Indian Project Boreholes-Sukuta Wellfiled
No Name Location Latitude longitude Total/Depth Drilled SWL Pump type ≈ Rated Power (kw) BH Status
1 SP/GBA-1 Mamuda Village  13°18’04.00″N  16°43’46.00″W TBC TBC TBC 18.5 Under construction
2 SP/GBA-2 Mamuda Village  13°18’06.64″N  16°44’21.98″W TBC TBC TBC 18.5 Under construction
3 SP/GBA-3 Mamuda Village  13°18’31.18″N  16°44’20.81″W TBC TBC TBC 18.5 Under construction
4 SP/GBA-4 Mamuda Village  13°19’04.42″N  16°44’17.42″W TBC TBC TBC 18.5 Under construction
5 SP/GBA-5 Banyaka Village  13°19’46.21″N  16°44’10.83″W TBC TBC TBC 18.5 Under construction
6 SP/GBA-6 Latriya village  13°20’20.20″N  16°43’58.18″W TBC TBC TBC 18.5 Under construction
7 SP/GBA-7 Jambur Village  13°19’34.17″N  16°43’47.62″W TBC TBC TBC 18.5 Under construction
8 SP/GBA-8 Jambur Village  13°19’45.80″N  16°43’06.94″W TBC TBC TBC 18.5 Under construction
9 SP/GBA-9 Jambur Tank Site  13°19’17.29″N  16°42’04.32″W TBC TBC TBC 18.5 Under construction
* BH Borehole
** TBC To be confirmed
Item No. Water Treatment Plant No. of Boreholes Capacity m3/hr. Boreholes in Operation Actual Capacity m3/hr. Pump details Motor details Status of pump/motor
Type Pump No. Serial no: Head Dischargem3/h Type Serial no: Power( KW) RPM
1 Fajara Water Treatment Plant 6 316.8 6 316.8 KSB P1 9974056414/400/01 20 144 ABB 3G1J19250001731261 15 1463 Ok
KSB P2 9974056414/400/02 20 144 ABB 3G1J19250001731262 15 1463 Ok
KSB P3 9974056414/400/03 20 144 ABB 3G1J19250001731263 15 1463 Ok
2 Serekunda Water Treatment Plant 12 792 11 720 GRUNDFOS P1 A97508487P109300001 45 288 GRUNDFOS 10710173417 – 2 55 1470 Ok
GRUNDFOS P2 A97508487P109300002 45 288 GRUNDFOS 10710173417 – 5 55 1470 Ok
GRUNDFOS P3 A97508611P109300003 45 288 GRUNDFOS 10710173417 – 3 55 1470 Ok
GRUNDFOS SP4 96595583P209210004 81.1 148 MMG160M – 42 – E2 80158 11 1460 Ok
GRUNDFOS SP5 96595583P209210005 81.1 148 MMG160M – 42 – E2 80161 11 1460 Ok
3 Sukuta Water Treatment Plant 20 1425.6 18 1295.6 KSB P1 9974056414/200/05 60 288 ABB 3G1J19310001745391 75 1488 Ok
KSB P2 9974056414/200/01 60 288 ABB 3G2J19260090090674 75 1488 Ok
KSB P3 9974056414/100/04 60 288 ABB 3G2J19260090090672 75 1488 Ok
KSB P4 9974056414/100/02 60 288 ABB 3G2J19260090090671 75 1488 Ok
KSB P5 9974056414/100/03 60 288 ABB 3G1J19310001745389 75 1488 Ok
KSB P6 9974056414/100/03 60 288 ABB 3G1J19310001745390 75 1488 Ok
KSB P7 9974056414/200/01 60 288 ABB 3G1J19310001745388 75 1488 Ok
KSB P8 9974056414/200/05 60 288 ABB 3G2J19260090090673 75 1488 Ok
KSB P9 386639 50 288 KSB 12SET20181045414325 55 1480 Ok
KSB P10 386637 50 288 KSB 12SET20181045414325 55 1480 Ok
KSB P11 386638 50 288 KSB 17SET20181045476184 55 1480 Ok
KSB P12 66356 50 216 KSB UC1107/088803908 55 1480 No
KSB P13 9974056414/300/02 35 180 ABB 3G1J19250001730813 30 1474 Ok
KSB P14 9974056414/300/01 35 180 ABB 3G1J19250001730812 30 1471 Ok
4 Brikama Ballast Water Treatment Plant 17 1278 16 1198.6 KSB P1-1 246598 32.5 55.5 SIEMENS E0903/518820701003 15 1465 Ok
KSB P1-2 246599 32.5 55.5 SIEMENS E0903/518820701001 15 1465 Ok
KSB P1-3 246600 32.5 55.5 SIEMENS E0903/518820701002 15 1465 Ok
KSB P2-1 247834 93 257 SIEMENS 0909/059470401 105 2984 Ok
KSB P2-2 247832 93 257 SIEMENS 0909/059470403 105 2984 Ok
KSB P2-3 247833 93 257 SIEMENS 0909/059470404 105 2984 Ok
KSB P2-4 247831 93 257 SIEMENS 0909/059470402 105 2984 Ok
5 Gunjur Water Treatment Plant 2 72 2 72 KSB 1 ETN080-065 24 100 SIEMENS N/A 11 2960 Ok
KSB 2 ETN080-065 24 100 SIEMENS N/A 11 2960 Ok
Sub – Total 57 3884.4 53 3603
Standalone Systems
1 Mandinary 2 162 2 162 Direct Injection of water to the distribution system Ok
2 Yundum 3 165.6 3 165.6 Ok
3 Kerr Serign 1 36 1 36 Ok
4 Kanifing Tank 1 68.4 1 68.4 Ok
5 Kembujaye 1 36 0 0 Ok
6 Brikama Kabafita 1 79 1 79 Ok
7 Brikama Old Tank 1 29 0 0 Ok
8 Brufut 1 36 0 0 Ok
9 Bwiam 1 36 1 36 Ok
Sub – Total 12 648 9 547 Ok
Stand Alone Pumping Stations
Item No. Pumping Station Capacity m3/h Actual Capacity m3/h Pump details Motor details Pump and Motor Status
Type Pump No. Serial no: Head (m)  Discharge m3/h Type Serial no: Power( KW) RPM
1 Mile II Station N/A N/A KSB P1-1 N/A 40 216 VEM        MOTOR N/A 37 2900 Ok
KSB P1-2 N/A 40 216 VEM        MOTOR N/A 37 2900 Ok
KSB P1-3 N/A 40 216 VEM        MOTOR N/A 37 2900 Ok
Item No. Pumping Station Capacity m3/h N/A Type Pump No. Serial no: Head(m) Expected Discharge m3/h Type Serial no: Power( KW) RPM Pump and Motor Status
2 Jambur Station N/A N/A KSB P-1 N/A N/A 90 KSB N/A 22 N/A Under contruction
KSB P-2 N/A N/A 90 KSB N/A 22 N/A Under construction
* N/A Information not available, either project is under construction or client could not retrieve from old files at the time
No. Elevated Tanks Height to tank floor( m) Depth of tank(m) Capacity (M3) Coordinates
Latitude Longitude
1 Banjul West 17 3.6                         500  13°27’11″N  16°34’33″W
2 Brikama New 14 5.12                         500  13°22’08″N  16°38’24″W
3 Faji Kunda 15 5.12                         500  13°24’44″N  16°40’17″W
4 Kanifing 14.2 8.48                     1,500  13°27’44″N  16°40’40″W
5 Kotu 16 5.63                     1,000  13°26’27″N  16°42’12″W
6 Latrikunda 13.7 3.9                         500  13°27’15″N  16°40’55″W
7 Mile II 15 5.12                         500  13°27’54″N  16°36’09″W
8 Serekunda New 16 5.63                     1,000  13°26’12″N  16°40’56″W
9 Serekunda Old TBC TBC                         477  13°26’11″N  16°40’27″W
10 Sukuta 17.27 5.12                         500  13°24’29″N  16°42’27″W
11 Yundum 16 5.63                     1,000  13°22’11″N  16°40’57″W
12 Fajara TBC TBC                     1,500  13°28’22″N  16°41’41″W
13 Albion N°.2 TBC TBC                     1,206  13°27’10″N  16°34’58″W
14 Brikama Old TBC TBC                         477  13°16’31″N  16°38’50″W
15 Mandinarine TBC TBC                         500  13°22’05″N  16°36’35″W
16 Banjulinding TBC TBC                         500  13°22’08″N  16°39’12″W
17 Farato TBC TBC                         500
18 Brusubi TBC TBC                         500  13°24’34″N  16°43’21″W
17 Bijilo TBC TBC                     1,000  13°25’34″N  16°43’45″W
18 Brufut village TBC TBC                           60  13°22’43.48″N  16°45’40.66″W
19 Brufut Height TBC TBC                         500  13°23’46.39″N  16°45’11.81″W
21 Tujereng TBC TBC                           80  13°22’43.48″N  16°45’40.66″W
22 Sanyang TBC TBC                           60  13°16’10.34″N  16°45’33.24″W
23 Tanji TBC TBC                           60  13°20’48.20″N  16°47’15.43″W
24 Kembujeh TBC TBC                         500  13°16’49″N  16°37’52″W
25 Gunjur Tank TBC TBC                         500  13°11’25″N  16°45’04″W
Sub total                   15,920
No. Low Tanks/Reservoirs Height to tank floor( m) Depth of tank(m) Capacity (M3) Coordinates
Latitude Longitude
2 Fajara low level TBC TBC 1000  13°28’22″N  16°41’42″W
3 Jambur TBC TBC 500  13°19’14″N  16°42’04″W
4 Gunjur TBC TBC 200  13°11’25″N  16°45’03″W
6 Brikama  LLT x 2 TBC TBC 1200  13°17’25″N  16°39’23″W
7 Mile II -2 TBC TBC 1500  13°27’55″N  16°36’12″W
8 Mile II -1 TBC TBC 1500  13°27’55″N  16°36’11″W
9 Sukuta 1 TBC TBC 1200  13°23’32″N  16°42’13″W
10 Sukuta  3- Ward TBC TBC 500  13°23’31″N  16°42’16″W
11 SerreKunda TBC TBC TBC  13°26’11″N  16°40’54″W
12 Sukuta  3 TBC TBC 1000  13°23’31″N  16°42’16″W
Sub total 8600
* N/A Information not avalable
TBC To be confirmed