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: Feasibility study for treatment Plant and rehabilitation of Storage Tanks
Reference No. (as per Procurement Plan): GM-NAWEC-191767-CS-CQS
The 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 the operational performance of the National Water and Electricity Company (NAWEC), which provides electricity and water services throughout most of the country.
NAWEC provides water and sewerage services to urban areas and provinces with more than 100,000 residents. However, it faces many challenges in service provision. In urban areas, about 69 per cent of the population has access to safely managed water, but the quality of services is weak due to frequent service outages, with some neighbourhoods not receiving water for days, weeks or even months at a time. Investments in service expansion are not enough to meet growing demand and water and sewerage assets are in need of rehabilitation and upgrades. In addition, water quality is a challenge in terms of high levels of nitrates, iron and salinity in drinking water.
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 DMAs; introduce energy efficiency measures; rehabilitate storage tanks; finance new water connections, and improve water quality at selected water treatment facilities. Moreover, in light of 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 inputs to ensure continuity to service provision; provide handwashing and hygiene kits to the population, and implement hygiene campaigns.
Under the supervision of the PIU Coordinator, the Engineering Firm shall carry out the following tasks:
- Task 1- Analysis of water quality and treatment plant operations
- Provide technical expertise to assess the existing conditions and operational process of the Gunjur Water Treatment Plant (WTP), in an effort to improve efficiency and quality.
- Based on a review of the World Health Organization, US Environmental Protection Agency and other similar industry-specific regulatory agencies’ standards for potable water, develop pertinent water quality goals for the Gunjur WTP.
- Conduct plant walkthroughs, interview plant operations staff, perform condition assessment and hydraulic analysis to identify performance limiting factors (PLFs). Develop recommendations to address PLFs. Recommendations shall cover operational changes and capital improvements to achieve the desired plant capacity and performance reliability.
- Perform alternatives analysis with advantages and disadvantages, benefit-cost analysis for each of major capital improvement identified to address the plant limitations. Summarize the recommendations from the alternatives analysis as part of a Feasibility Study (FS). Include construction cost estimates for the recommended alternatives as part of the FS.
- Provide recommendations for implementation of a Supervisory Control and Data Acquisition (SCADA) system to control the different components of the plant and monitor and control the plant operations remotely.
- Prepare construction plans, specifications, and documents specific to the project’s needs, to include recommendations for improvements, the addition of chemical feeds, changes to chemical treatment, modifications of treatment processes, with and options based on the client’s needs, safety, economics, and life expectancy of the project. These to include:
- bills of quantities
- technical specifications
- technical designs
- cost estimates
- Develop technical parts, including Employer’s Requirements, for the bidding documents for goods, works and services for the improvements to the Water Treatment Plant under Component 4 (iv) of the project (see annex).
- Incorporate a work plan that stems from successful regional and international experiences on similar projects.
- Participate in the analysis of bids and contract negotiations with bidders and assessment of contractors’ capacities.
- Be available for technical support and to address any questions and prepare a response to bidders’ requests for clarifications during the bidding process.
- Make staff available to participate in meetings, in person or via teleconferences, with the PIU staff and the World Bank Task Team about project status and other project-related matters.
Provide water quality report of the existing condition as a baseline or reference and to justify recommendations of the new treatment process
Task 2- Inspection and Assessment of Elevated Water Storage Tanks
- Provide technical expertise to assess the conditions of existing water storage tanks, both for coatings performance, corrosion conditions, and structural integrity.
- Conduct investigations and assessments of existing conditions by visual inspection, material testing, measurement evaluation of both the structural integrity and coatings performance of water storage tanks and assess serviceability of the tank, in accordance with acceptable industry standards and regulations (minimum compliance with the United States National Association of Corrosion Engineers-NACE and the American Society for Testing Materials-ASTM requirements or equivalent).
- Prepare construction plans, specifications, and documents specific to the project’s needs, to include protective coating recommendations and options based on the client’s needs, safety, economics, and life expectancy of the project. These to include:
- bills of quantities
- technical specifications
- technical designs
- cost estimates
- Develop technical parts, including Employer’s Requirements, for the bidding documents for goods, works and services for the rehabilitation of water storage tanks related activities under Component 4 (iii) of the project (see annex). The bidding documents shall be based on the World Bank’s Standard Procurement Documents for Design, supply and installation of Plant; and for Supply of Goods.
- Incorporate a work plan that stems from successful regional and international experiences on similar projects.
- Participate in the analysis of bids and contract negotiations with bidders and assessment of contractors’ capacities.
- Be available for technical support and addressing any questions and prepare a response to bidders’ requests for clarifications during the bidding process.
- Make staff available to participate in meetings, in person or via teleconferences, with the PIU staff and the World Bank Task Team about project status and other project-related matters.
The contract will be for a Firm, that will report to the PIU Coordinator.
The firm must mobilize staff to be stationed in Banjul, Gambia full time, for the duration of the field assessment and agreed periodic field visits during implementation. Analysis of data, preparation of designs, reports, etc., as well as engineering assistance during the bidding process, can be a combination of field and home office work.
The estimated start date is November 2020. The successful candidate will sign a lump-sum contract.
The detailed Terms of Reference (TOR) for the assignment can be obtained from NAWEC’s Website: www.nawec.gm.
National Water and Electricity Company Limited (NAWEC) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested firms should submit their application as follows:
- An updated Statement of Qualifications (SOQ) documenting professional and technical experiences and qualifications of the firm to include at a minimum:
- A list of relevant projects undertaken by the firm in the past 5 years.
- A list of certifications for the firm or its personnel that are relevant to the scope of this project.
- A mobilization plan and proposed schedule of the work to be completed by the firm if selected.
- A detailed list of equipment necessary to conduct the inspections.
- A list of references and completion certificates.
- A sample report format for the deliverable/assessment as it would be issued at the completion of the project.
- The Qualifications and Experience of Key Experts shall not be included in the shortlisting criteria. Key Experts will not be evaluated at the shortlisting stage.
The successful firm is expected to have the following qualifications and profile:
- At least 10 years’ expertise in water storage inspections, structural assessment of tank structures, and evaluation of protective coatings (paint systems), water quality and treatment design and operations. Project capabilities shall include governmental and institutional projects.
- Firms experience shall include the preparation of feasibility studies, detailed design, procurement, tendering, and working with contractors.
- Employ at a minimum one (1) Professional Engineer (or acceptable equivalent certification) each, in the areas of Corrosion/Coatings and Structural Design, and in the areas of Water Quality and Water Treatment, Electrical/Communications, and Facilities Design. These individuals should possess at a minimum, BS degrees in the respective fields, with 15 years of experience in related areas, or MS or PhD degrees with 10 years of experience.
- Employ technical specialists in the areas of testing and evaluating coatings, corrosion assessment, and structural integrity, and employ technical specialists in the areas of operations of water plants and water distribution systems. Specific personnel expertise should also include chemical piping and sand filtration systems, coating, remodelling office, electrical, and knowledge of pumps, valves, actuators, clarifiers, and cathodic protection systems, as well as SCADA and related electrical and communication systems.
- Demonstrated knowledge of the water sector in Gambia or countries with a similar developmental profile.
- Demonstrated ability or capacity to manage multiple projects concurrently is desired.
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 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.
A Consultant will be selected in accordance with the Consultant’s Qualification-based Selection method set out in the Procurement Regulations.
Further information can be obtained at the address below during office hours from 09:00 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 November 13th, 2020.
The Managing Director
National Water and Electricity Company
Attn: Haddy Njie – Project Coordinator
53 Mamadi Maniyang Highway
Kanifing, K.M.C.
P.O. Box 609, Banjul
The Gambia
Tel: +220 4376607 / 4376608
Fax: +220 4375990
E-mail: hnjie@nawec.gm (and copy to mfsanyang@nawec.gm)