REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) – To develop a plan to implement the Resettlement Action Plan (RAP) of ECOWAS Regional Electricity Access Project (ECO-REAP)

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

The Gambia

ECOWAS Regional Electricity Access Project (ECOWAS-REAP)- P164044

Loan No./Credit No./ Grant No.: IDA- D4080

Assignment Title: To develop a plan to implement the Resettlement Action Plan (RAP) of ECOWAS Regional Electricity Access Project (ECO-REAP)

Reference No.:  GM-NAWEC-348394-CS-CQS

 

The ECOWAS-Regional Electricity Access Project (REAP), a part of a Series of Projects (SOP) being implemented within the ECOWAS region, with a long-term view to achieving electricity distribution expansion within the Region. Funded by the IDA/World Bank, the SOP aims to increase the number of people in West Africa with access to reliable and affordable electricity, as articulated in the ECOWAS White Paper of 2006 for Increasing Access to Energy Services to People of the Sub-region.

The SOP consists of two Phases, which plan to provide 2.5 million people across six countries in West Africa, namely Guinea-Bissau, Niger, Mali, Senegal, Mauritania, and The Gambia with electricity. Phase I of the SOP is to provide access to 1.1 million people in Guinea-Bissau, Mali, and The Gambia. In The Gambia, this Phase will finance the expansion of medium and low-voltage networks from the two high-voltage 225/33 kV substations (in Soma, Lower River Region–LRR, and in Brikama, in West Coast Region–WCR) being built under the OMVG Energy Project. It is expected that this will transform the power sectors of these countries and enable them to achieve their common objective of delivering more power to more consumers.

Specifically, the project aims to increase grid electricity access in the Republics of Guinea-Bissau, Mali, and The Gambia. It is expected to substantially increase the access to electricity to reach an access rate of almost 65 percent and 25 percent, in The Gambia and Guinea Bissau respectively, while Mali will increase its electricity access rate to 37 percent.

The objective of the RAP implementation, therefore, is to ensure that those whose livelihoods and property/dwellings affected by the Project are compensated for their losses, and their standard of living improved, or at least restored to pre-project levels for sustenance of livelihoods. More specifically the RAP implementation seeks to:

  • Reduce the risks of poverty, exclusion, and inequitable access to benefits especially for the vulnerable and marginalized individuals and groups such as women, single-headed-households, elderly, children, etc.
  • Ensure the Project is socially acceptable to maintain credibility of the implementing authority and funder.

Since this project is funded by the WB, and its implementation will result in involuntary resettlement, it is a requirement that a RAP be developed according to the Involuntary Resettlement Policy of the World Bank (OP 4.12). This is because when involuntary resettlement takes place, people lose their land, assets and access to assets, their income, and livelihoods, with or without physical relocation. The effect of these losses on the persons living in the project zone would increase poverty, unless measures are put in place to compensate them for the losses incurred so that the living conditions of pre-project PAPs are recovered or even improved.

The objective of the prepared and approved RAP, therefore, was to provide guidelines for compensation of land and associated asset loss. The aims of the RAP were to:

  1. Reduce the risks of deepening poverty, exclusion, inequitable access to benefits especially for vulnerable and marginalized individuals and groups such as women, women head of households, elderly, children, persons with disabilities, etc.
  2. Mitigate adverse impacts including those relating to loss of livelihood from the reduced opportunity of collecting plant resources, and this will consequently prevent competition and conflict
  • Minimize, as much as possible, involuntary physical and economic displacement
  1. Ensure that the affected populations that must lose part of their property or assets following the completion of the project, are:
  • Compensated for these losses at full replacement cost
  • That affected livelihoods are restored or improved
  • Sensitize the PAP of the positive impacts of the Project

 In The Gambia, the Project ’s beneficiaries will include households, small businesses, and public institutions (including local governments, schools, and health clinics), which will be connected to the electricity grid. The project will be implemented in four Regions, viz:  Lower River Region (LRR); North Bank Region (NBR); West Coast Region (WCR); and Central River Region (CRR-North and South).

 Scope of work:

Task 1:  Implementation of mitigation measures, land acquisition and livelihood restoration of the approved RAP

Task 2: Dissemination of Information and Consultation

Task 3: Land Acquisition

Task 4:  Verification

Task 5: Distribution of Identity Files

Task 6: The final RAP implementation report shall include the following:  Category of household, asset lost, compensation and all types of assistance, alternate livelihood options, details of resettlement, specific training requirement for skill up gradation and institutions responsible for training.

Task 7: Disbursement of Assistance and Delivery of Entitlements

Task 8: Relocation

Task 9: Grievance Mechanism

Task 10: Coordination between PAPs and NAWEC

Task 11: Conduct Public Information Campaign

Task 12: Awareness Creation on Gender Mainstreaming and Systemic inequalities

 It is estimated that the consultancy services shall be required for a period of minimum three months given previous experience with RAPs implementation for activities related to medium voltage transmission lines, for a possible upward limit of six months. The consultant shall carry out all assigned tasks based on the milestones as set out by NAWEC. The period of service shall be extended, if found necessary and based on the performance of the consultant, for a period mutually agreed upon by both the parties (NAWEC and the consultant / the consultancy firm). The PIU will notify the consultant by the end of the second month if an extension is required.

Reporting

Reports are to be submitted to NAWEC PIU. All supporting documents such as photographs, video graphs, maps, primary and secondary information collected, etc., taken during the assignment shall be submitted in support of the reports, along with an electronic copy of the documents.

iii) Deliverables:

The following deliverables must be submitted:

  1. Inception Report: The consultant shall submit to the NAWEC PIU an inception report detailing plan of action, the team which will implement the assignment deployment, time schedule, and detailed methodology, within 21 working days of the commencement of the assignment.
  2. Monthly Work Plan: The work plan for each coming month shall be submitted in the monthly meeting along with that of the current month clearly showing site visits, targets vis-a-vis achievements, and various other elements. The monthly progress report shall have to be submitted before the 10th of the following month.
  3. Consultation record keeping: The consultant shall document in full detail, the consultation processes (including dates, time, location, persons present, efforts to ensure women and other vulnerable groups attended and participated, noting if they are community meetings or individual/one on one meeting, etc. Photos of consultations shall only be taken with the expressed consent of participants and should be noted in consultations notes that consent was asked for and if it was obtained. No photos shall be taken of children and of women participating in women only focused discussions. Any concerns or issues which may be raised during consultation by PAPs may impact implementation of the RAP should be brought to the attention of the PIU within 24 hours.
  4. Training: full description of the training imparted (or facilitated) as part of the assignment (The GRC will need to be trained on how to manage complaints).
  5. Draft Final Report: Consultant shall submit a Draft Completion Report at the end of the contract period summarizing the actions taken during the project, the methods used to carry out the assignment, and a summary of support, compensation and assistance given to the PAPs. This draft will be reviewed by NAWEC and commented upon. The progress archived in land acquisition as per entitlements shall be documented and shall be submitted to the NAWEC PIU as a part of the monthly progress report.
  6. Final Report: Consultant shall submit final completion report complying all the remarks / comments of NAWEC PIU, the World Bank on Draft Final Report at the end of the contract period summarizing the actions taken during the project, the methods used to carry out the assignment, and a summary of support, compensation and assistance given to the PAPs.
  7. Participation in Periodic Review Meeting of PIU: Consultant’s Team Leader shall participate in the periodic review meetings of the PIU to discuss about the progress of the assigned tasks, issues, and constraints in carrying out any specific task, etc.
  8. Submission of Meeting Records: Minutes of the meeting shall be prepared for all the meetings with NAWEC PIU and PAPs, GRC Meetings, various consultations with the PAPs, consultations with respect to shifting of community assets, joint verification of affected land and structures, etc., shall need to be recorded and submitted to the NAWEC PIU.
  9. Submission of Micro Plans: All micro plans (this includes the resettlement plan, livelihood.

 

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.

Team for the Assignment:

The NGO/consulting firm shall dedicate a team of professionals to the site. The constitution of the Core Team and their required qualification and experience shall be as follows:

 

Position Number required Qualification/Experience
Project Manager / Team Leader

 

1 Project Manager/Team Leader should be a post-graduate, preferably in social sciences with financial management background. S/he should have 10 years’ experience in implementation of resettlement plans and development of reports with good knowledge on GIS and mapping of Project affected area and PAP plots of land. S/he should have held responsible position in the previous assignments and should possess participatory management skills. Knowledge of local language (Mandinka) will be a good asset.
Social Specialists as Community Facilitators

 

2 The social specialists should have a graduate or post- graduate or equivalent in social sciences with at least five years field experience. They shall have experience in implementation of resettlement in project development works with knowledge of prevailing resettlement policies including WB policies, and knowledge of social inclusion/working with vulnerable groups, and gender-based violence. They Should have at least five years of experience in community consultation (including one with demonstrated experience with gender-sensitive consultation approaches and working with women community members to create safe-spaces for discussion). Knowledge of the local language and experience of working in The Gambia are desired.

At least one of the social specialists will be an experienced woman-consultation facilitator to be able to conduct meetings with women and also attend all consultations and participate/help facilitate.

At least one of the two social specialists shall have knowledge about good financial and administrative management practices.

Land Acquisition Specialist

 

1 Should be a graduate or equivalent in the social sciences with five years field experience in Land Acquisition, using maps to identify PAP assets, should have knowledge of prevailing land acquisition and compensation Act and WB policies.

 

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.

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

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

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

ECOREAP_Additional Villages_TORs_RAP_Implementation

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

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 8th June 2023.

 

PIU-GAMBIA

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125/ 9967791/ 7009342

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

 

Inauguration Ceremony of the GERMP Backbone Phase 1, Laminkoto and Diabugu Electricity Project in the Sami and Sandu Districts

The Government of The Gambia through the Ministry of Petroleum and Energy and The National Water and Electricity Company (NAWEC) will inaugurate GERMP Backbone Phase 1, Laminkoto and Diabugu Electricity Project in the Sami and Sandu Districts. This project involves the construction of a 30KV Distribution network with secondary substations including last mile connections (meter connections to households).

The Inauguration Ceremony which will be presided over by His Excellency Adama Barrow, the President of the Republic of The Gambia, will be held on Saturday 6th May 2023 at the Sami Kallen Junction, commencing at 15.00hrs.

This Project will help improve the livelihood of the people within the beneficiary community, promote job creation and large-scale agricultural production, and facilitate the provision of quality medical, educational, and social services. These improvements will contribute to the national goal of poverty reduction and boosting prosperity.

In this regard, the General Public is hereby invited to attend the inaugural ceremony of this transformational project.

We look forward to seeing you at the inauguration ceremony!

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 Environmental Safeguards Specialist for Project Implementation Unit

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: Environmental Safeguards Specialist for Project Implementation Unit.

Reference No.: GM-NAWEC-339341-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 implementation of some activities of the GERMP project could lead to potential environmental and social risk and impacts which must be managed. The project is using the World Bank operational Policies on E&S safeguards as well as the Gambian national low on the management of E&S risks and impacts.

These Term of references are prepared to recruit an environmental specialist to support the monitoring of the management of E&S risks and impacts in the context of the project.

The environmental Safeguard Specialist’s overall responsibility will be ensuring strict compliance of sub-project preparation and implementation with the World Bank’s Operational Policies on safeguards and Environment, Health and Safety (EHS) guidelines, The Gambian legislation, and relevant international good practices.  In general, he/she will be responsible for providing advice and technical assistance to the project and all stakeholders to ensure acceptable quality of environmental risk and impact management in accordance with mentioned policies.

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

a) Provide overall technical environmental safeguards oversight for the sub-project preparation and implementation under the general management of the PIU Project Coordinator. Focus will be on environmental risk management, including measures for addressing negative impacts, labor influx, healthy and safe working condition of labors, biodiversity management, waste (including hazardous and non-hazardous) and other environmental issues that may arise during the implementation of project’s activities.

b) Ensure compliance with the provisions of the World Bank’s Safeguard Policies which have been deemed relevant to this project, and with national, regional, and international legal provisions in force that apply.

c) Conduct in collaboration of the social development specialist the E&S screening of planned sub-projects/activities and determined the appropriated E&S due diligence to perform. Ensure the participation of the NEA to the process as per national requirements.

d) Provide necessary coordination and relevant inputs during the preparation of environmental and social instruments such as Environmental and Social Impact Assessment/Environmental and Social Management Plan (ESIA/ESMP), E&S Audits as necessary, for sub-projects under preparation and implementation.

e) Conduct quality review and facilitate the approval and disclosure process of environmental and social risk and impact management instruments (ESIA, ESMP, C-ESMP for contractors etc.) and their implementation in accordance with the Operational Policies and the national regulations in force.

f) Undertake regular field visits to project sites to assess the management of environmental impacts and verify environmental monitoring information provided in the reports of contractors and Owner Engineer, including photo documentation as applicable.

g) Keep records of environmental 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.

h) Contribute to the preparation of environmental and social clauses and ensure their integration in the tender documents as well as in the contracts of the company in charge of the works and of the Owner Engineer, together with its social Safeguard specialist and the GBV Specialist.

i) Analyze project implementation reports to ensure that all work is completed in full compliance with Safeguards Policies, supervising contractors’ performance in handling specific environmental issues.

j) ensure the development and quality as well as the effective implementation of ESMP and any other instrument for mitigating environmental and social risks and impacts by the contractors in charge of the works and their approval by the Owner Engineer.

k) Monitor in collaboration with the social development specialist, the development, dissemination/make accessible and functional the implementation and effective monitoring of the project’s Grievance Mechanism, including the resolution of disputes and conflicts arising from the implementation of the C-ESMP and propose appropriate corrective measures.

l) Ensure proper documentation of all activities relating to environmental safeguards; prepare reports (monthly, quarterly, annual, incident report, accident report…).

m) Prepare relevant parts of required environmental monitoring reports, including reports on ESMP implementation status. his including being responsible for drafting sections of the project documentation and guidance such as the project operational manual related to environmental safeguards.

n) Provide capacity building to ensure safeguards is institutionalized in NAWEC PIU (i.e., Safeguard Specialist in PIU) and project partners (i.e., Owner Engineer and Contractors).

  • Hands-on program monitoring mechanisms (e.g., conducting monthly meetings and integrate reporting on implementation of ESMP/RAP).

o) Ensure proper management of OHS aspects by contractor (e.g., safety for workers and communities in construction and/or temporary and permanent rehousing sites, significant amounts of emissions or effluents produced, presence or adoption of unsafe processes for a project), to ensure that these risks are adequately addressed in the implementation processes, etc.

p) Participate in and ensure the implementation of the recommendations (related to the management of environmental risks and impacts, code of conduct, etc.) of the aide-memoirs of the support missions to the implementation of the project, carried out alone or jointly with the World Bank.

q) Ensure that activities related to the management of E&S risks and impacts are included in the project Annual Budget plan.

r) Work closely on an everyday basis with the PIU International E&S Safeguard Consultant to gain knowledge and on the job training of all the environmental safeguard matters.

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 Environmental Safeguard Specialist TOR

Required qualifications:

a)     have a higher education degree (Master) in environmental management or environmental sciences (ecology, biology, botany, forestry, natural resource management, etc.), geography, environment engineering or any other degree deemed equivalent and having the environment as a base (with experience in areas relevant to environmental safeguards).

b)     Have a proven experience of five (5) years in environmental management including two (2) years in projects financed by the World Bank.

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 environmental safeguard policies, especially, experience and familiarity with complex safeguard work.

e)     Good experience in the development and/or implementation of Environmental and Social Assessment instruments (ESIA, ESMP) of projects, if possible, in projects financed by the World Bank

f)      Proven experience and skills in managing projects.

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

h)     Demonstrated experience in the World Bank project cycle and procedures

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

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

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

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 CoordinatorAddress:

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)

 

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)

Specific Procurement Notice – Materials and Tools for Loss Reduction Exercise

Specific Procurement Notice

Request for Bids

Goods

(One-Envelope Bidding Process)

Country: The Gambia

Name of Project: Electricity Restoration and Modernization Project

Contract Title: Materials and Tools for Loss Reduction Exercise

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

RFB Reference No.: GM-NAWEC-294925-GO-RFB

 

  1. The Republic of The Gambia has received financing from the World Bank toward the cost of the Gambia Electricity Restoration and Modernization Project and intends to apply part of the proceeds toward payments under the contracts for Supply of Materials and Tools for Loss Reduction Exercise. 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 Materials and Tools for Loss Reduction Exercise

Qualifications requirements:

  • Minimum average turnover for the last 3 years of US$1.2 million
  • Minimum number of 3 contracts for similar items completed in the last 5 years, with each contract being not less than US$450,000.
  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 1st, 2016, revised in 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 and Electricity Company Limited Project Implementation Unit and inspect the bidding document during office hours at the address given below.
  3. The Basic qualification requirements are as follows:
  • Minimum average turnover for the last 3 years of US$1.2 million
  • The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s).
  • Minimum number of 3 contracts for similar items completed in the last 5 years, with each contract being not less than US$ 1million.
  1. The bidding document in English language may be purchased by interested 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 electronic transfer. The document will be sent by email.
  2. Bids must be delivered to the address below on or before 13th April 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.
  3. All Bids must be accompanied by a Bid Security of US$5,000.
  4. 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.
  5. 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:+220 996 1301 / 9967791/ 7009342

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

 

REQUEST FOR EXPRESSIONS OF INTEREST – Consultancy Service for the Design and Supervision for the Construction of Project Office

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

Name of Project: ECOWAS Regional Electricity Access Project (ECOWAS-REAP)- P164044

Grant No.: D4080

Assignment Title: Consultancy Service for the Design and Supervision for the Construction of Project Office

Reference No. GM-NAWEC-315674-CS-LCS

BACKGROUND

The Government of the Gambia (GOTG) has received financing from the World Bank (IDA Grant D4080), towards the implementation of the ECOWAS Regional Electricity Access Project (ECOWAS-REAP) and intends to use part of the fund to recruit a firm for the design, preparation of bidding documents and supervision of the works for the proposed Project office building at Kotu.

In order to realize its targets, NAWEC wishes to come up with an environmentally sound, conducive, cost-effective, and user-friendly Project office complex that can avail an effective means to accommodate a highly motivated workforce capable of delivering the outcomes for meeting its target in providing access to reliable electricity supply in The Gambia.

The purpose of this TOR is to spell out the terms and conditions for the hire of a consulting firm to carry out a fitting design that can cater to all the present and anticipated future requirement needs of  NAWEC’s Project Implementation Unit, on a proposed area at Bertil Harding Highway, Kotu for the construction of a new stand-alone multi-story complex office building and car park area plus the supervision of the works. The design shall be in accordance with the EDGE (“Excellence in Design for Greater Efficiencies”) requirements and the building shall be EDGE-certified upon construction completion.

DUTIES AND RESPONSIBILITIES OF THE CONSULTANT

The Consultant will be responsible to PIU/NAWEC, (the client) represented by the Project Coordinator; or his designates, for undertaking the following:

  1. Assess the management and administrative needs of NAWEC’s Project Office in consultation with the management. It is anticipated that the proposed Project Office building shall accommodate up to 150 employees, and parking space shall be sufficient for at least 20 mid-size vehicles (such as Toyota Frontrunner, Mitsubishi Pajero, or similar).
  2. Analyze the physical infrastructural development needs in the short, medium, and long term, and prepare detailed designs and tender documents for the proposed facilities.
  • Have consultative meetings with the PIU every fortnight to review progress.
  1. Propose the type of equipment and material needed for these structures along with necessary cost estimates.
  2. Suggestions/recommendations in order to meet sustainability requirements.
  3. Taking the above points into consideration, prepare a complete design together with the working drawings, schedules, etc. plus detailed cost estimates.
  • Assist the PIU in the development of the bidding documents and the recruitment of the Constructor
  • Supervise the construction of the designed facilities, including the preparation of interim certificates and overall management of the contract.

 

  • OUTPUTS; PRE-DESIGN PLANNING
  • OUTPUTS: SCHEMATIC DESIGN
  • OUTPUTS: PERFORMANCE STANDARDS
  • ASSISTANCE TO PROCUREMENT AND WORK SUPERVISION

DURATION AND SUPERVISION OF DELIVERABLES

The total duration of the consultancy contract is estimated to be 15 calendar months, including 1 month for Design, 5 months for Assistance to procurement (on an intermittent basis), and 9 months for Works supervision. The anticipated level of effort of key staff is at least 6 months.

National Water and Electricity Company now invite 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. The shortlisting criteria are:

  1. Have implemented at least 2 similar contracts in the last 6 years in Sub-Saharan Africa. Work completion reports are required to be part of the submissions.

The works must include design, bid preparation, and supervision during implementation for it to be considered as a similar assignment. A proper description of the projects in the last 10 years is desired. The value of each work performed in the last ten years must also be mentioned and names and contact numbers should also be provided.

  1. Must have designed, prepared bidding documents, and supervised buildings of at least 1,500 sq. m.)

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

PIU Office Consultant TOR

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” dated 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.

A Consultant will be selected in accordance with the Least- Cost-Based Selection (LCS) 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 written form to the address below (in person, by mail, by fax, or by e-mail) by close of business on November 21st, 2022.

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)