The Gambia Infrastructure Project ( - Тендер #70479407) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: международный Организатор тендера: The World Bank Номер конкурса: 70479407 Дата публикации: 04-02-2026 Источник тендера: Тендеры всемирного банка |
||
P504762
The Gambia Infrastructure Project
Gambia, The
OP00424223
Request for Expression of Interest
Published
GM-CPCU - MOFEA-529482-CS-CQS
Consultant Qualification Selection
English
Feb 17, 2026 12:00
Feb 02, 2026
Central Project Coordinating Unit
Ndey Anta Taal
Ministry of Finance and Economic Affairs
Gambia, The
Gambia, The
3971756
CENTRAL PROJECTS COORDINATION UNIT (CPCU)
Ministry of Finance and Economic Affairs
The Gambia Infrastructure Project (GIP)
Request for Expressions of Interest for Consulting Service
Country: The Republic of the Gambia
Project Title: The Gambia Infrastructure Project (GIP)
Assignment Title: Consultancy Services for the Development of Electricity Anti-Theft and Infrastructure Protection Regulation.
Procurement Method: Consultant’s Qualification Selection (CQS)
Reference No. GM-CPCU-MOFEA-529482-CS-CQS
Background:
The government of the Republic of the Gambia, under the World Bank (WB) Infrastructure Project has received an IDA Grant in an indicative amount equivalent to US$52.56 million available through The Gambia’s national IDA. The bank intends to apply a portion of this grant to eligible payments under a consultancy contract for the provision of Consultancy Services for the Development of Electricity Anti-Theft and Infrastructure Protection Regulation.
The consulting services include Consultancy Services for the Development of Electricity Anti-Theft and Infrastructure Protection Regulation.
The detailed Terms of Reference (TOR) for the assignment can be collected from the address bellowed.
Ms. Ndey Anta Tall Project coordinator, Central Project Coordination Unit, Royal Insurance Building, OIC highway, Kotu Tel: 7555502/3971756. Email: /msanyang@cpcu.gm /gip.procurement@cpcumof.gm / rsey@cpcumof.gm
The Central Project Coordination Unit – Ministry of Finance and Economic Affairs 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.:
This assignment shall be undertaken by either:
A Small Consulting Firm, OR
A Consortium/Joint Venture (JV) of Three (3) Individual Experts.
Individual consultants applying alone are NOT eligible
7.2 Qualification Requirements for a Small Firm
A small consulting firm shall meet the following minimum requirements:
Legal Status: must be legally registered/incorporated and provide proof of registration.
Relevant Firm Experience
Minimum 5 years of demonstrated operational experience in energy sector regulation, legal drafting, regulatory compliance, or enforcement-related assignments.
At least two (2) similar assignments in the last 10 years involving one or more of the following:
Drafting subsidiary regulations or codes in the electricity/utility sector;
Enforcement guidelines and compliance monitoring systems.
Capacity building and training for regulators, utilities, and enforcement agencies.
Technical and Institutional Capacity
Ability to mobilize a qualified team and complete the assignment within three (3) months.
Proven ability to organize stakeholder consultations, validation workshops, and training sessions.
Minimum Staffing
The firm must propose a minimum of three (3) key experts, meeting the qualification requirements in Section 6.4.
7.3 Qualification Requirements for a Consortium/Joint Venture of Three (3) Experts
A consortium/JV shall consist of three (3) individual experts with complementary skills. One expert shall be nominated as the Team Leader and shall serve as the primary point of contact with PURA.
The consortium shall meet the following requirements:
Consortium Agreement
A signed Consortium/JV Agreement must be submitted, clearly stating:
the roles and responsibilities of each expert;
the nominated Team Leader;
the arrangement for coordination and delivery of outputs;
joint responsibility for all deliverables.
Joint Submission
The consortium shall submit one combined Technical Proposal and one combined Financial Proposal.
Commitment of Experts
Each expert must provide a signed Letter of Commitment confirming availability for the full assignment period.
7.4 Key Experts (Minimum 3 Experts Required)
The proposed team (firm or consortium) must include at least the following three (3) experts:
Expert 1: Regulatory / Energy Lawyer (Team Leader)
Minimum requirements:
Master’s degree (or equivalent) in Law, Energy Regulation, Public Policy, Economics, or a closely related field.
Minimum 10 years of professional experience in electricity/energy sector regulation, policy development, or enforcement.
Demonstrated experience drafting at least one (1) electricity/utility sector regulation, subsidiary legislation, code, or enforcement framework.
Expert 2: Electricity Sector / Loss Reduction Specialist
Minimum requirements:
Degree in Electrical Engineering, Energy Systems, or related discipline.
Minimum 7 years’ experience in distribution operations, metering systems, non-technical loss reduction, illegal connections, and infrastructure protection.
Proven experience conducting assessments of electricity theft/vandalism trends and recommending mitigation actions.
Expert 3: Compliance, Enforcement & Capacity Building Specialist
Minimum requirements:
Degree in Law, Public Administration, Regulatory Studies, or related fields.
Minimum 7 years’ experience in compliance monitoring systems, inspections, enforcement procedures, and institutional coordination.
Proven experience delivering training and producing guidance materials for regulators, utilities, or enforcement institutions.
7.5 Desirable Qualifications
The firm/consortium will have an advantage if it demonstrates:
Experience working on World Bank or other donor-financed projects.
Experience in Sub-Saharan Africa or similar regulatory environments.
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” (sixth edition February 2025 revised seventh edition March 2025) (“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 Consultants’ Qualifications Selection (CQS) set out in the Procurement Regulations.
Further information can be obtained at the address below during office hours 08:00 to 16:00 GMT Mondays to Thursday and from 8:00am to 12:30pm GMT on Fridays.
Expressions of interest must be delivered in a written form to the address below by hard copy on or before 17th February 2026, at 12:00 to the address below clearly marked Expression of Interest for Consultancy Services for the Development of Electricity Anti-Theft and Infrastructure Protection Regulation.
Anta Taal
Central Project Coordinating Unit
Gambia Infrastructure Project (GIP)
Tel: +220 7555502/3971756
E-mail: ataal@cpcumof.gm /nsosseh@cpcumof.gm/gip.procurement@cpcumof.gm