Specific Procurement Notice – Design, Supply, and Installation for Gunjur Water Treatment Plant and Boreholes; and Rehabilitation of Banjul and Brikama Storage Tanks

Specific Procurement Notice

Request for Bids

 

Employer: National Water & Electricity Company (NAWEC)

Project: Gambia Electricity Restoration and Modernization Project

Contract title: Design, Supply, and Installation for Gunjur Water Treatment Plant and Boreholes; and Rehabilitation of Banjul and Brikama Storage Tanks

Country: The Gambia

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

RFB No: GM-NAWEC-304860-CW-RFB

Issued on: 16th August 2023

  1. The Republic of The Gambia (hereinafter called “Borrower”) has received financing from the International Development Association (IDA), the European Investment Bank and the European Union (the “Banks”) in the form of a credit and grant (hereinafter called “credit” and “grant”) toward the cost of Gambia Electricity Restoration and Modernization Project (GERMP). The National Water and Electricity Company (NAWEC), an implementing agency of the Borrower (hereinafter called “Client”), intends to apply part of the proceeds toward payments under the Contracts for Design, Supply, and Installation for Gunjur Water Treatment Plant and Boreholes; and Rehabilitation of Banjul and Brikama Storage Tanks. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing.
  2. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for:

Lot 1: Design Supply and Installation for Rehabilitation of Banjul and Brikama Storage Tanks

Banjul

  • Construction of the two new water towers
  • Demolishment of the existing water towers
  • Pipework including valve chamber and water meters
  • Site works

Brikama

  • Construction of the new water tower
  • Demolishment of the existing water tower
  • Pipework
  • Site works

 

Lot 2: Design, supply and installation for Gunjur Water Treatment Plant and New Boreholes

  • Drilling of 1 new borehole (G03), assemble the components and plot works
  • Connect existing borehole E13 and new borehole G03 to new transport main to WTP Gunjur
  • New transport main approximately 7 km PVC250 to WTP Gunjur
  • Replacement of chlorine dosing pumps
  • Power supply and control panel

The following works should be conducted related to WTP Brikama

  • Drilling of 1 new borehole (Kasssa Kunde), assemble the components and plot works
  • New transport main approximately 2.8 km PVC250 to connect new borehole to WTP Brikama
  • Power supply, control panel and telemetry

Main Qualifications Requirements:

Two similar contracts within the last Five (5) years, each with a value of at least:

  • For Lot 1: US$ 1,200,000.00
  • For Lot 2: US$ 900,000.00

 

  1. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers (July 2016 Revised November 2017 and July 2018 and November 2020) (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
  2. Interested eligible Bidders may obtain further information from National Water & Electricity Company, attention Haddy Njie, email hnjie@nawec.gm, CC: mfsanyang@nawec.gm, and inspect the bidding document during office hours Monday to Thursday from 8:00am to 16:00 p.m. and Friday from 8:00am to 12:30 p.m. at the address given below.
  3. The bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of US$300. The method of payment will be bank transfer. The document will be sent by electronic mail in PDF format or a link for downloading will be provided. Should a bidder require hardcopy, it will be sent by courier mail, however, such bidder will have to make own pick up and shipment arrangement.
  4. Bids must be delivered to the address below on or before 12:00 pm Gambian time 29th September 2023. Electronic bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below.
  5. All Bids must be accompanied by a Bid Security of:

Lot 1: US$ 12,000.00

Lot 2: US$ 10,000.00

  1. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
  2. The address(es) referred to above is (are):

 

Attention:  Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

The Gambia

Tel:+220 3664125 / 3182113/ 7009342

Electronic mail address: hnjie@nawec.gm, mfsanyang@nawec.gm

 

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

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – INDIVIDUAL CONSULTANT’S SELECTION)

THE GAMBIA

ELECTRICITY RESTORATION AND MODERNIZATION PROJECT (GERMP)

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

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

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

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

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

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

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

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

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

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

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

GERMP Social Risk Management Specialist PIU TOR

Required qualifications:

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

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

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

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

e)     Proven experience and skills in managing projects.

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

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

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

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

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

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

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

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

n)     Applications from women are highly recommended.

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

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

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

Emporium III Building, Fajara

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

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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

Specific Procurement Notice – Design, Supply and Installation of Transmission and Distribution Provincial Backbone, Phase 3

Specific Procurement Notice

Request for Bids

Plant


Design, Supply and Installation of Transmission and Distribution Provincial Backbone, Phase 3

 

 

Employer: National Water and Electricity Company Limited

Project: Gambia Electricity Restoration and Modernization Project

Country: The Gambia

Loan No. /Credit No. / Grant No.: D309-GM

RFB No: GM-NAWEC-327002-CW-RFB

Issued on: 8th February 2023

 

  1. The Republic of The Gambia (hereinafter called “Borrower”) has received financing from the International Development Association (IDA), the European Investment Bank and the European Union (the “Banks”) in the form of a credit and grant (hereinafter called “credit” and “grant”) toward the cost of Gambia Electricity Restoration and Modernization Project (GERMP). The National Water and Electricity Company (NAWEC), an implementing agency of the Borrower (hereinafter called “Client”), intends to apply part of the proceeds toward payments under the Contract for Design, Supply and Installation of Transmission and Distribution Provincial Backbone, Phase 3. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing, except for those payments, which the contract provides to be made through letter of credit.
  2. The National Water & Electricity Company Limited now invites sealed Bids from eligible Bidders to provide Engineering design, supply, delivery to site, storage, installation, testing, commissioning and putting into satisfactory operation the following:
  • Construction of a 30kV overhead line extending the existing Medium Voltage Network in URR, CRR, and NBR
  • Electrification of villages on the route of the 30kV line and branching by construction of lines and erection of pole mounted transformers ranging from 50kVA to 160kVA with pillar units and associated low voltage networks
  • Earthing System including pole mounted transformers, all poles (both LV and MV), fixing brackets and strings, earthing pits, earthing rods, earthing conductor, copper bars, insulators, connectors, adapters, excavation, backfill, compaction, etc.
  • Supply and installation of Medium Voltage & Low Voltage poles, cross-arms, insulators, suspension accessories, etc. required for the works.
  • Making good any impaired surface or grade finish and transportation of excess earth.
  • Labeling of all equipment
  • Testing and commissioning of installation and hand-over upon completion of the work.

Main Qualification requirements:

  • Annual turnover for the last 3 years of at least $15 million.
  • Access to financial resources (e.g. line of credit) of at least $2 million.
  • General relevant experience of at least 10 years.
  • Specific experience: 2 similar contracts during the last 5 years, with a minimum price each of $6 million.
  1. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) procedure as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” (July 1st, 2016, revised in November 2017 and August 2018) (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
  2. Interested eligible Bidders may obtain further information from National Water & Electricity Company, attention Haddy Njie email hnjie@nawec.gm and inspect the bidding document during office hours Monday to Thursday from 9:00am to 16:00pm and Friday from 9:00am to 12:30pm at the address given below.
  3. The bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of $300. The method of payment will be bank transfer. The document will be sent by electronic mail in PDF format or a link for downloading will be provided. Should a bidder require hardcopy, it will be sent by courier mail, however, such bidder will have to make own pick up and shipment arrangement.
  4. Bids must be delivered to the address below on or before 12:00 p.m. (local time), March 31st, 2023. Electronic bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below at 12:30 p.m. (local time), on March 31st, 2023.
  5. All Bids must be accompanied by a Bid Security of US$80,000.
  6. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
  7. The address referred to above is:

 

Attention:  Haddy Njie – Project Coordinator

Address:  National Water & Electricity Company Limited,

53, Mamady Maniyang Highway, P.O. Box 609, Banjul The Gambia

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country:  The Gambia

Telephone: +220 4375990

Facsimile number:  +220 4375990

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

Public Announcement – Foundation stone laying of 23MW Solar PV Plant in Jambur

Public Announcement – Foundation stone laying of 23MW Solar PV Plant in Jambur

NAWEC informs the general public, that the Government of The Gambia (GOTG), with financing from the World Bank and The European Investment Bank (EIB), under The Gambia Electricity Restoration and Modernization Project (GERMP), will be constructing a 23MW Solar PV Plant in Jambur in the West Coast Region of The Gambia.

The project will improve the power generation capacity and efficiency of NAWEC’s transmission network in order to increase access to electricity for socio-economic development. This is in line with the National Development Plan and The Gambia Electricity Sector Roadmap among other national policies.

The project will promote the extension, reliability and quality of the energy supply nationally, as well as diversifying energy sources to include renewables.

It is against the backdrop that NAWEC cordially invites you, to the foundation stone laying of this important project by His Excellency the President, Mr. Adama Barrow, on Saturday 4th February 2023 at 9am.