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

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTANT SERVICES-SELECTION OF FIRMS)

 RECRUITMENT OF CONSULTANCY FIRM TO CONDUCT NAWEC HUMAN RESOURCES HEAD COUNT

Country: The Gambia

Company : National Water and Electricity Company ( NAWEC)

Sector : Human Resources Directorate

Funding: Nawec Funds

Reference: REOI/ICB/HR/001/2023

 

Background

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

Scope of the Assignment

 

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

 

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

 

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

Minimum Qualification and Experience for this consultancy

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

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

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

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

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

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

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

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

 

Timelines for deliverables after Contract signing

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

Validation of Reports and incorporation of comments                                   Week 6

 

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

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

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

 

Managing Director

National Water and Electricity Company

53 Mamadi Maniyang Highway

P.O.Box 609, The Gambia

Email: ksambou@nawec.gm

Telephone: +220 9969757

INVITATION TO BID (TENDER) – Design and Construction of Perimeter Fence and Basse Office Building

INVITATION TO BID (TENDER)

 

Date: 24th  November 2023                                                       Reference No.: NAWEC/OT/WD/002/2023

 

Project Name: Design and Construction of Perimeter Fence and Basse Office Building.

 

Dear Sir/Madam:

 

You are hereby invited to be a Bidder in the Tender described in the following documents.  The Gambia Public Procurement Act defines a Tender as a type of Bid and anyone submitting a Tender or other Bid is known as a Bidder. Under the Tender process, there will be a public opening of all bids received as stated in 9 below.

 

  1. The National Water and Electricity Company has budgeted funds for the Design and Construction of Perimeter Fence and Basse Office Building. It is intended that part of these funds will be applied to eligible payments under the Design and Construction of Perimeter Fence and Basse Office Building.

 

 

  1. The National Water and Electricity Company now invites sealed Bids from eligible Bidders for the Design and Construction of Perimeter Fence and Basse Office Building. The Project shall have the following components:
  • Complete detailed Architectural design plans of the project.
  • Construction of office building from foundation to completion.
  • Fencing of office Complex
  1. The works to be effected shall be performed at Basse (Upper River Region) and the required time for the performance of the works is four (4) months (One month for design and three months for construction).

4. Bidding will be conducted through the National Competitive Bidding procedure in accordance with the requirement of the GPPA 2022.

  1. The deadline for submission of inquiries and for requests for clarifications is 18 th December 2023
  2. Interested eligible Bidders may obtain further information from and inspect the Bid documents at the office of Monday to Thursday from 8:00am to 4:00pm and Fridays 8:00am to 12:30pm at the address given below:

Managing Director
National Water and Electricity

53 Mamady Maniyang

P.O. BOX 609
Kanifing Industrial Estate

Email: ksambou@nawec.gm  snyang@nawec.gm  ldemba@nawec.gm

 

  1. A complete set of Bid documents in English language may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of D5,000.00 (Five Thousand Dalasis only)

 

  1. The provisions in the Instructions to Bidders and the General Conditions of Contract are the provisions of the Bid and Contract Documents for the Procurement of Complex Works of the Government of The Gambia.

 

  1. Bids must be delivered to the address indicated under Section 5 above on or before 12:00 Hours Banjul Time prompt on Monday 27th December 2023 and must be accompanied by a Bid Security D 69,000 (Sixty-Nine thousand Dalasis Thousand Dalasi) of the Bid Amount.

 

  1. Bids will be opened in the presence of Bidders’ representatives who choose to attend at the address indicated under Section 5 above at 12:30pm on 27th December 2023.

 

 

REQUEST FOR EXPRESSIONS OF INTEREST – Junior Power Engineer for Project Implementation Unit

REQUEST FOR EXPRESSIONS OF INTEREST

The Gambia
ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

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

Assignment Title: Junior Power Engineer for Project Implementation Unit. (As per Procurement Plan): GM-NAWEC-387349-CS-INDV

National Water and Electricity Company Ltd, NAWEC, is preparing and implementing the Gambia-related part of the World Bank funded ECOWAS-Regional Electricity Access Project, Phase I (ECOWAS-REAP1). The Project Development Objective is to increase grid electricity access in Guinea-Bissau, Mali, and The Gambia. The project aims to provide access to around 1.1 million people in specific localities selected in the countries following a first order least cost geospatial planning within a 100-km radius of the substations of the OMVG in The Gambia and Guinea Bissau, and the substations of the OMVS in Mali. The project comprises three components: (i) Design and build of electricity distribution infrastructure (Medium Voltage – MV and Low Voltage – LV) to maximize new connections; (ii) Supervision of the construction and technical advisory; and (iii) Technical assistance and project management.

For the project management, the Junior Power Engineer of the Gambia Project Implementation Unit (PIU) needs technical assistance to handle properly various activities he is in charge of. For this, a Junior Power Engineer is now being recruited by the Gambia Project Implementation Unit (PIU), in relation with the World Bank, to work under the supervision of the Senior Power Engineer of the PIU, on relevant activities of the ECOWAS-REAP1 project and any other projects implemented under the PIU.

1. SCOPE OF WORK

The Junior Power Engineer’s overall responsibility will be providing technical expertise during project implementation and inputs to ensure timely and efficient implementation of the projects. Activities to be performed include but are not limited to the following:

– Participating in the review of the designs prepared by the Contractors and the Owner’s Engineers, technical specifications, drawings,  schedules, all technical documents and works’ documents, including various reports and invoices.
– Take part in acceptance of materials (FAT & SAT), control of the works’ compliance with Employer’s Requirements, and all other necessary  supervision activities, to ensure that construction of the distribution networks is implemented on time, efficiently, safely, and with high      technical quality.
– Representing the PIU on-site during implementation of works and reporting accordingly to the Senior Power Engineer of the PIU.
– Contribute to the elaboration of Annual Work Plans and Budgets of the projects.
– Other activities, as instructed by the Senior Power Engineer and the Project Coordinator.

2. QUALIFICATION REQUIREMENTS
(i) Bachelor’s degree in electrical engineering or related fields.
(ii) Minimum 3 years’ relevant experience meant as being involved in power distribution grid operation activities or in power distribution grid extension/reinforcement projects in urban or rural areas.
(iii) Fluent in English with excellent written and spoken skills.
(iv) Ability to work in a multidisciplinary team.
(v) Experienced computer user, including excellent knowledge of Microsoft Office suite.

3. DUTY STATION
Besides the PIU office for sometimes, the Engineer will be required to reside most of the time around the project sites. Her/his office will be in Farafenni and Basse, depending on the intervention site.

4. FACILITIES TO BE PROVIDED BY THE PIU
The following facilities will be provided by the client to the consultant free of charge.
(i) Office Space: Office space with desk shall be provided in the PIU’s office or as it may be agreed.
(ii) Laptop, Office facilities: printing facilities, photocopying, copying paper writing materials etc.
(iii) Documents: All the documents and available data and information concerning the Project.
(iv) Internet facilities within the office.
(v) Business transport within the city for meetings, workshops, etc.
(vi) Support for all site visits required for supervision and monitoring.

5. FACILITIES TO BE PROVIDED BY THE CONSULTANT
(i) Mobile phone and communication (Telephone, own internet outside office hours).
(ii) In City Personal Transportation.
(iii) Accommodation and meals.

6. DURATION OF CONTRACT
1 year period contract renewable after satisfactory evaluation contract alongside the project implementation

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

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

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

Junior_Power_Engineer_ToR

Expressions of interest must be delivered in a written form to the address below (in person, or by fax, or by e-mail) by close of business November 30th, 2023.

PIU-GAMBIA
Attention: Mrs. Haddy Njie – Project Coordinator
Address: National Water & Electricity Company Limited,
Project Implementation Unit
Emporium III Building, Fajara
114 Kairaba Avenue
Floor/ Room number: Conference Room, 1st Floor
City: Banjul
Country: The Gambia
Telephone: +220 996 1301/ 9967791/ 7009342
Electronic mail address: hnjie@nawec.gm, (and copy to mfsanyang@nawec.gm, asallah@nawec.gm)

REQUEST FOR EXPRESSIONS OF INTEREST – External Auditor

REQUEST FOR EXPRESSIONS OF INTEREST

 

The Gambia

ECOWAS-REGIONAL ELECTRICITY ACCESS PROJECT (ECOREAP)

 

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

 

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

 

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

A. Project Development Objective

 

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

 

B. Project Components
  1. The proposed SOP1 will finance work outlined above in Guinea-Bissau, Mali, and The Gambia. The project aims to provide access to around 1 million people in the three countries. Specific localities in each country have been selected following a least-cost geospatial electrification planning within a 100-km radius of the substations of the OMVG in The Gambia and Guinea Bissau, and the substations of the OMVS in Mali. The project is aligned to the national access programs.
  2. The project comprises three components:
  • Design and build electricity distribution infrastructure (Medium Voltage – MV and Low Voltage – LV) to maximize new connections.
  • Supervision of the construction and technical advisory; and
  • Technical assistance and project management.

 

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

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

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

 

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

 

  1. RESPONSIBILITY FOR   PREPARATION       OF   FINANCIAL STATEMENTS 

 

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

  1. SCOPE OF THE AUDIT

 

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

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

 

  1. Project financial statements

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

 

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

 

 

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

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

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

 

Review of Statements of Expenditure and Interim Unaudited Financial Statements

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

 

Review of designated accounts

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

 

  1. Audit Reports

Audit opinion

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

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

Other audit reports

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

     General

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

 

  1. DURATION OF THE ENGAGEMENT AND PRICING OF THE SERVICES

 

 

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

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

 

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

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

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

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

 

  1. Team composition and Qualification requirements for the Key experts

 

Expert Position/expertise

Qualification and experience of key personnel

 

  1. Audit Partner.

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

 

  1. Audit Manager

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

 

  1. Senior Auditor

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

 

  1. Junior Auditor

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

 

  1. Procurement Specialist.

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

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

 

  1. Level of Effort

 

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

Position

Staff-days

Audit Partner

3

Audit Manager

6

Senior Auditor

13

Junior Auditor

18

Procurement Specialist

10

Total

50

 

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

  1. Reports and Schedule of Deliveries

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

 

Deliverable Not later than:

 

Draft Audit Report

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

 

Draft Management Letter

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

 

Final Audit Report

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

 

Management Letter

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

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

 

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

 

NAWEC will provide, free of charge, the following:

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

 

  1. Equipment to be provided by consultants

 

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

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

  1. Awarding of Contract

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

 

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

 

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

 

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

 

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

External Auditor ECO-REAP ToR

 

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 23rd November 2023.

National Water and Electricity Company

 

Managing Director

Attn: Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 996 1301/ 9967791/ 7009342

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

 

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

REQUEST FOR EXPRESSIONS OF INTEREST (REOI) CONSULTING SERVICES – SENIOR POWER ENGINEER INDIVIDUAL CONSULTANT

                                                                               

Projects Implementation Unit (PIU).

National Water and Electricity Company.

53, Mamadi Maniyang Highway,

P.O. Box 609, Kanifing,

The Gambia

REQUEST FOR EXPRESSIONS OF INTEREST (REOI)

(CONSULTING SERVICES – SENIOR POWER ENGINEER INDIVIDUAL CONSULTANT)

 

 PROVISION OF SUPERVISORY SERVICES AND HANDS-ON TRAINING

October 2023

REQUEST FOR EXPRESSIONS OF INTEREST (REOI)

(CONSULTING SERVICES – INDIVIDUAL CONSULTANT)

 PROVISION OF SUPERVISORY SERVICES AND HANDS-ON TRAINING

 

Country: GAMBIA

Project: The Gambia Electricity System Rehabilitation and Expansion Project (GESREP)

Sector : POWER

Project ID No.: P-GM-FA0-004

Issue Date: 27 October 2023

Closing Date: 9 November 2023

 Recipient: Republic of Gambia

Implementing Agency: National Water and Electricity Company (NAWEC)

The Government of the Gambia has received a grant from the African Development Bank for the implementation of The Gambia Electricity System Rehabilitation and Expansion Project (GESREP)

 Part of the Grant is to be used for Project Implementation Management, and more specifically, for funding the services of a Senior Power Engineer (Consultant) to support project supervision and to provide hands-on training to selected technical staff of NAWEC,

This Request for Expression (REOI) is for the selection of this Consultant.

Scope of the Services

The expected Scope of the Services of the Consultant includes:

i. Review and approve all the detailed designs to be prepared by the Contractor(s);

ii. Provide engineering support to the PIU during bidding, management, and implementations;

iii. Provide inputs to specifications/employers’ requirements/ToRs for bidding documents;

iv. Provide technical support during bidding stages, bid evaluations, requests for clarifications, contract negotiations, drafting contracts, etc.;

v. Oversee project preparations, particularly in aspects related to designs, works, equipment                         specifications, and other technical aspects like substation protection and control system;

vi. Ensure that bidding documents, project implementations, and contracts adhere to all technical details  and international standards, for the  lines and substations as well;

vii. Review all technical documents; designs, specifications, and construction schedule submitted by Contractors, ensuring strict control for proper and quality implementations of the project, in relation with the owner’s engineer;

viii. Attend Factory Acceptance Tests, and inspect the quality and quantity of the equipment

ix. Supervise the implementations of all the projects to conform to the approved design;

x.  Supervise commissioning conducted on all the projects and issue reports;

xi. Monitor the implementation of the projects schedules to ensure adherence with the project timeline;

xii. Review the reporting from Contractors and the invoices of contractor(s);

xiii. Monitor the implementation of the Quality Management Plan set up by contractors and safety arrangements during works (Personal protective equipment, Staff certifications to handle specific electricity-related tasks, etc.);

xiv. Collect all relevant information on the constructions, anticipate and identify problems and risks arising and recommend necessary actions to the Project Coordinator;

xv. Assess and address all proposed technical variations and report on justification or otherwise of claims;

xvi. Respond effectively to any other job assigned by the Project Coordinator;

xvii. Elaborate Annual Work Plans, annual budgets, as well as the quarterly, biannual, annual reports of the projects, and project completion reports;

xviii. Be readily available and provide technical support during Bank and/or other stakeholders’ supervision missions;

xix. Provide hands-on training to NAWEC-assigned staff specifically in the area of substation regular operations and maintenance;

xx. Lead the project closing processes.

Duration of Assignment:

This assignment is full-time and is initially for a one-year period and may be subject to renewal based on project requirements, the Consultant’s performance, and availability of funds.

Qualifications & Experience

The candidates shall meet the following qualifications requirements:

Qualifications and Skills Requirements

i. Must hold a first degree in Electrical Engineering from a recognised

ii. University. A Master’s degree in Electrical Engineering would be recognized as additional advantage ;

iii. Minimum 10 years of relevant practice experience. Strong knowledge and skills in Electric Power System Design, Planning, Operations, and network protection are necessary;

iv. Fluent in English

v. Good skills in information technology and communication tools

vi. Ability to work in a multidisciplinary team

vii. Experienced computer user, including excellent knowledge of Microsoft Office suite

General Experience

 viii.  Excellent writing and reporting skills

ix.     Significant exposure to the electricity sector with a minimum of 10 years’ professional experience in power engineering.

Specific experience

 

x. Demonstrable experience in Procurement of Works, Goods and Selection of Consultants, according to Guidelines of the AfDB, World Bank  or other Development agencies;

xi. Have been involved at least in two (2) large engineering projects on power grid extension/reinforcement including the construction of Medium Voltage Substations in the last five (5) years;

xii. Experience and understanding of the methodology of power system planning and analysis software, as well as rules for the interconnection of electricity networks;

xiii. Specific experience in substation design, construction, protection, control setting and coordination;

xiv. Relevant practice experience in developing countries will be considered an added advantage.

Senior Power Eng_GESREP_ToR

National Water and Electricity Company (NAWEC) of the Ministry of Petroleum and Energy, in the Republic of Gambia now invites eligible Individual Consultants to indicate their interest in providing these services.

Interested individual consultants must provide information indicating that they are qualified to perform the services: (i) evidence of delivering on similar assignments (brochures, description of similar assignments; (ii) experience in similar conditions; (iii) availability of appropriate and relevant skills, etc.

Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’s ““Procurement Policy and Methodology for Bank Funded Operations, October 2015”, which is available on the Bank’s website at http://www.afdb.org.

Expressions of interest including relevant supporting documents must be delivered in hard copy or submitted via email to the address below by 9th November 2023 not later than12:30 p.m. (Gambia time) and must be specifically marked: Consulting Services – Senior Power Engineer Individual Consultant: Provision of Supervisory Services and Hands-On Training, and Addressed To:

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 Junior Power Engineer 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: Junior Power Engineer for the Project Implementation Unit (PIU).

Reference No.: GM-NAWEC-379215-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. 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.

The project has a component on rural electrification – Design, Supply, and Install electricity distribution infrastructure (Medium Voltage Backbones and Low Voltage networks) to maximize new connections.

A Junior Power Engineer is now being recruited by the Gambia Project Implementation Unit (PIU) to work on relevant projects activities under the supervision of the Senior Power Engineer of the PIU.

The assignment will be for a period of one (1) year, renewable.

  1. SCOPE OF WORK

The Junior Power Engineer’s overall responsibility will be providing technical expertise during project implementation and provide inputs to the ensure timely and efficient implementation of the projects managed under the PIU.

Activities to be performed include but are not limited to the following:

  • Participating in the review of the designs prepared by the Contractors and the Owner’s Engineers.
  • Representing the PIU on-site during implementations of works and reporting accordingly to the Senior Power Engineer of the PIU.
  • Report on project related activities and identifying bottlenecks to implementation for swift redress.
  • Take part in reviewing works’ documents, including invoices, acceptance of materials, control of the works’ compliance with Employer’s Requirements, and all other necessary supervision activities, to ensure that construction of the distribution networks is implemented on time, efficiently, safely, and are of satisfactory technical quality.
  • Participating in monitoring of the implementation of the Environmental and Social Management Plan in liaison with the Safeguard team of the PIU.
  • Reviewing technical documents and ensuring strict control during implementation activities.
  • Contribute to the elaboration of Annual Work Plans and Budgets of the projects under the PIU.
  • Other activities, as instructed by the Senior Power Engineer and the Project Coordinator.

2. QUALIFICATION REQUIREMENTS

  • (i) Bachelor’s degree in Electric Engineering or related fields.
  • (ii) Minimum 3 years’ relevant experience in Medium Voltage (MV) and Low Voltage (LV) networks.
  • (iii) Fluent in English with excellent written and spoken skills.
  • (iv) Experienced computer user, including excellent knowledge of Microsoft Office suite.
  • (v) The Engineer will be required to reside around the project sites. Her/his office will be in Farafenni and Basse, depending on the intervention site.
  1. FACILITIES TO BE PROVIDED BY THE PIU

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

  • (i) Office Space: Office space with desk shall be provided in the client’s office or as it may be agreed.
  • (ii) Laptop, Office facilities: printing facilities, photocopying, copying paper writing materials etc.
  • (iii) Documents: All the documents and available data and information concerning the Project.
  • (iv) Internet facilities within the office.
  • (v) Business transport within the city such as meetings workshops etc.
  • (vi) Support for all site visits required for supervision and monitoring.
  1. FACILITIES TO BE PROVIDED BY THE ENGINEER
  • (i) Mobile phone and communication (Telephone, own internet outside office hours)
  • (ii) In City Personal Transportation.

THE ENGINEER WILL BE RESPONSIBLE FOR ARRANGING AND PAYING FOR ACCOMMODATION AND MEALS.

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 15th November 2023 

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building,

Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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

REQUEST FOR EXPRESSIONS OF INTEREST Junior Water Engineer 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: Junior Water Engineer for the Project Implementation Unit (PIU).

Reference No.: GM-NAWEC-379215-CS-INDV 

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

The GERMP Additional Financing will provide essential support to NAWEC to address some of these challenges. The project plans to strengthen the utility’s functioning through a service contract covering both electricity and water; the introduction of water drinking modules in the information management system (IMS); training; and strategic studies on sanitation. A separate component will strengthen NAWEC’s planning on non-revenue water reduction; install retail meters and district metered areas (DMAs); introduce energy efficiency measures; construct storage tanks; finance new boreholes and water connections; and improve water quality at selected water treatment facilities.

Moreover, considering the past coronavirus pandemic, the project has provided emergency support to NAWEC to purchase IT equipment for staff and handwashing and hygiene kits to the population; and implement hygiene campaigns. It has provided refilling of water plastic tanks by service providers to water stressed zones in the GBA It will also provide water supply to unconnected areas through borehole drilling and extension of water network, will also purchase needed water distribution spare parts and equipment to ensure continuity of service provision.

NAWEC is now recruiting a Junior Engineer to provide services in design review and supervision of works in the construction of storage tanks, boreholes, water and power transmission lines and related civil works in both the Greater Banjul Areas and Provinces. He/she may also be assigned to participate in specific tasks in sewerage activities as instructed by the Water Consultant and Project Coordinator.

  1. SCOPE OF WORK

The Junior Water Engineer’s overall responsibility will be providing technical expertise during project implementation and inputs to ensure timely and efficient implementation of the projects under the guidance of the Water Consultant. Activities to be performed include but are not limited to the following:

  • Participating in the review of the designs prepared by the Contractors and the Owner’s Engineer, technical specifications, drawings, schedules, all technical documents, and works’ documents, including various reports and invoices.
  • Take part in Factory acceptance Tests of materials (FAT & SAT), control of the works’ compliance with Employer’s Requirements, and all other necessary supervision activities, to ensure that construction of the transmission networks for both water and electricity is implemented on time, efficiently, safely, and with high technical quality.
  • Representing the PIU on-site during implementation of works and reporting accordingly to the Water Consultant of the PIU.
  • Contribute to the elaboration of Annual Work Plans and Budgets of the Projects.
  • He/she will report to the Water Consultant.
  • Other activities in water and sewerage services, as instructed by the Water Consultant and the Project Coordinator.

The overall objective of the assignment is to improve the water supply system in Banjul, Brikama, Gunjur, Bwiam, Mansakonko, Farafenni and Kerewan by providing a reliable supply of clean drinking water to these communities through the drilling of new boreholes, constructing electrical networks to power the boreholes, laying raw water transmission lines, rehabilitation/construction of elevated water tanks and improving the water treatment process.

  1. QUALIFICATION REQUIREMENTS
    • (i) Minimum bachelor’s degree in electrical and electronic engineering, water engineering, mechanical engineering, or related fields.
    • (ii) Minimum 5 years of relevant experience meant as being involved in water and electricity transmission and distribution works including borehole drilling.
    • (iii) Demonstrated knowledge and experience of the water and sewerage sector in Gambia.
    • (iv) Demonstrated knowledge in power distribution grid extension/reinforcement projects in urban or rural areas will be an added advantage.
    • (v) Fluent in English with excellent written and spoken skills.
    • (vi) Ability to work in a multidisciplinary team and ability to do multitasking.
    • (vii) Experienced computer user, including excellent knowledge of Microsoft Office suite.
  2. DUTY STATION
    • (i) The Engineer will be required to reside most of the time around the project sites. Her/his time is estimated at 50% in the provinces and 50% in the GBA or as instructed by the Water Consultant or Project Coordinator.
  1. FACILITIES TO BE PROVIDED BY THE ENGINEER
    • (i) Mobile phone and communication (Telephone, own internet outside office hours)
    • (ii) In City Personal Transportation.
    • (iii) The Engineer will be responsible for arranging and paying for his accommodation and meals at his/her designated duty station.
  2. FACILITIES TO BE PROVIDED BY THE PIU
    • The following facilities will be provided by the client to the engineer free of charge.
    • (i) Office Space: Office space with desk shall be provided in the client’s office or as it may be agreed.
    • (ii) Laptop, Office facilities: printing facilities, photocopying, copying paper, writing materials etc.
    • (iii) Documents: All the documents and available data and information concerning the Project.
    • (iv) Internet facilities within the office.
    • (v) Business transport within the city such as meetings, workshops etc.
    • (vi) Support for all site visits required for supervision and monitoring.
  1. DURATION OF CONTRACT
    • (i) One year period contract renewable after satisfactory evaluation by the Project Coordinator.
  1. APPLICATION PROCESS

Interested candidates should submit their application as follows:

  • A recent CV documenting professional and academic experiences and qualifications relevant to the position.
  • A letter indicating why the candidate considers himself/herself suitable for the required position.

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 15th November 2023 

Managing Director

Attention: Mrs. Haddy Njie – Project Coordinator

Address: National Water & Electricity Company Limited,

Project Implementation Unit

Emporium III Building, Fajara

114 Kairaba Avenue

Floor/ Room number: Conference Room, 1st Floor

City: Banjul

Country: The Gambia

Telephone: +220 3664125 / 3182113/ 7009342

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

INVITATION TO BID – Procurement of works for the Construction of Basse and Jangjanbureh Revenue Offices

PROCUREMENT OF WORKS FOR CONSTRUCTION OF BASSE AND JANGJANGBUREH REVENUE OFFICE

Issued on: 24th August 2023

RT No: NAWEC/RT/WKS/B&JRO/002/2022

Employer: NAWEC

Country: THE GAMBIA

  1. The National Water and Electricity Company Limited (NAWEC) have budget funds towards the Procurement of works for the Construction of Basse and Jangjanbureh Revenue Offices.

 

  1. The National Water and Electricity Company Limited (NAWEC) now invites sealed Bids from eligible Bidders for the procurement of the works as follows:

 

      LOT I: CONSTRUCTION OF BASSE REVENUE OFFICE

 

LOT II: CONSTRUCTION OF JANGJANGBUREH REVENUE OFFICE

 

  1. Bidding will be conducted through the National Competitive Bidding procedure (NCB) as specified in the GPPA Regulation of September 2019 and is open to all eligible Bidders as defined in the Procurement Regulations.

 

  1. Interested eligible Bidders may obtain further information from Mr. Kainding Sambou – Senior Procurement and Materials Manager and Mr. Famara Kinteh-Procurement Manager of National Water & Electricity Company Limited through the following Electronic mail addresses: ksambou@nawec.gm and fkinteh@nawec.gm to inspect the bidding document during office hours at the address given below.

 

  1. The bidding document in English shall be issued to interested firms at the cost of GMD5,000. The method of payment will be electronic transfer.
  2.    Bids must be delivered to the office of the Managing Director of NAWEC at the address below on or before 11:00 AM on 28th September 2023:

National Water & Electricity Company Limited

53, Mamady Maniyang Highway

P.O. Box 609

Banjul The Gambia.

 

  1. Electronic Bidding will not be permitted, and 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 on 28th September 2023 at 11:30 AM at NAWEC Conference Room at the address above.
  2. All Bids must be accompanied by a Bid Security from a reputable bank in the amount of Three Hundred and Thirty-Three Thousand Dalasi (GMD 333,000.00) for Lot I and Eighty-One Thousand Dalasi (GMD 81,000.00) for Lot II valid for 120 days. A combined bid security for both lots is allowed.
  3. Upon completion of the bidding process, all bidders will be informed of the outcome of the tender including the details and the price of the most responsive bidder recommended for award.

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

 

Targeted Internships at NAWEC for Female Technicians and Engineers Call for Applications

Targeted Internships at NAWEC for Female Technicians and Engineers

Call for Applications

Name of the intervention
Targeted Internships for Female Technicians and Engineers at NAWEC
Introduction
Women are underrepresented in both technical and non-technical roles in the energy and water sectors in The Gambia with the share of women’s employment currently standing at 15 percent versus 85 percent for male with less than 1 percent of women in technical and engineering jobs combined at NAWEC, and with no women Engineers in several energy and water sector institutions. Furthermore, NAWEC has an ongoing short-internship program and receives hundreds of interns per year, from which less than 25% are female, with a retention rate of 0%. As part of NAWEC’s gender program with financing from the Gambia Electricity Restoration and Modernization Project (GERMP) which is funded through the World Bank, this internship program is initiated to improve the said gender gap by strengthening the pipeline of technical female staff and by implementing specific targeted activities to facilitate the integration of female staff at NAWEC, when needed.
Description
The project will implement an internship program focused on technical fields (that match NAWEC’s priority areas of human resources development) coupled with targeted individual and collective mentorship/coaching sessions to foster in-depth on the job training, boost confidence and self-awareness as well as increase the possibility of integration at NAWEC. 20 profiles will be identified for the above internship program.

Interns’ Profiles and Selection:

Based on our assessment of NAWEC’s HR needs, expertise and profiles of prospective candidates should be related to but not limited to one of the following areas, either at Technician or Engineering level:

·       Mechanical Engineering

·       Electrical Engineering/Electrical Installation

·       Electronics

·       Civil Engineering

·       Water Engineering

·       Auto-mechanics

·       Electro-mechanical

·       Solar PV maintenance and installation

 

To each intern, an internship coordinator will be assigned who will be responsible for the overall coordination/monitoring of the intern, the individual mentorship/coaching sessions, and the final internship evaluation.

The selection criteria will cover two levels: i) general criteria; and ii) specific technical criteria – as follows:

·       Education background in a technical field (preferably related to the energy and/or water sectors).

·       Not be currently enrolled in a technical training program.

·       Not be a current employee of NAWEC.

·       Preference will be given to GERMP gender scholarship graduates.

 

Selection and Evaluation:

Interested applicants for the Internship Program can collect application forms from the NAWEC Records Office at NAWEC H/Q. Completed forms can be submitted to the same office on or before the closing date of 11th August, 2023.

The evaluation and selection of the internees will be divided in 3 stages:

·       Stage 1 – Administrative evaluation (match between the submissions and the required criteria)

·       Stage 2 – Match between candidates and available positions (match between submissions and profiles)

·       Stage 3 – Interview of the shortlisted candidates (including scoring of their performance)

The candidates will be ranked by score (for each position) and selected accordingly.

 

Internship Approach

The internship will last for 5 months. During this period, the interns will be expected to acquire the skills required to perform at a technical role within NAWEC, commensurate to the intern’s qualification and experience. Monthly sessions will be organized with the interns by assigned supervisors to simultaneously assess their progress and to guide them and provide specific coaching in areas identified. The interns will also benefit from at least a collective mentoring session with external stakeholders to be organized by the Gender Committee.

Before the end of the 5 months, each supervisor will provide a performance report and recommendations.

Reporting

At the end of the internship program, a final report will be prepared (in addition to the individual evaluation of each intern) describing the overall process and the lessons learned to inform future programs.

Preliminary Schedule

Task Expected Dates/Timelines
Launch of the application process 20th July, 2023
Submission of applications 20th July – 11th August 2023
Short list of Candidates/Interview 14th August- 1st September 2023
Communication to Selected Interns 4th September-8th September, 2023
Internship 15th  September 2023 -15th February 2024
Individual Coaching Meetings Monthly
Collective Mentoring Program Between Mid-November to Late December, 2023
Development of Individual Performance Report Mid-January, 2024
Close of Internship 15th February 2024
 

Internship Package

 

·       Each intern will receive a monthly stipend of 5, 000 GMD.

·       In addition to a Health and Safety induction, personal protection equipment will also be provided if needed