Notification of Extension of Time for Submission
For Invitation for Bid
TWU/AFD/2025/004-CTD
Until 15/10/2025
State of Palestine
Ministry of Public Works and Housing
On Behalf of Tubas Water Utility (TWU)
Two-stage Bidding Procedure
Initial Publication date: 14/04/2025
Employer: Tubas Water Utility
Project name: Wind farm plant in Tubas
Grant No: N°CPS 1171 02 E dated December 10, 2024 (amendment 2)
IFB No: TWU/AFD/2025/004-CTD
1. The Palestinian Ministry of Planning and International Cooperation MoPIC (Beneficiary) has received a Grant from the European Union delegated to AFD, for the benefit of Tubas Water Utility (TWU) (The Employer) under the umbrella of Palestinian Water Authority. TWU intends to use part of the funds thereof towards the cost of Implementation of Renewable Energy Works. It is intended that part of the proceeds of this financing will be applied to eligible payments under the contract for Design, Supply, and Installation of a Wind farm plant in Tubas.
2. The Central Tendering Department now invites sealed bids from eligible and classified bidders for the design, supply and installation of a Wind farm plant in Tubas (“the Facilities”). International competitive bidding will be conducted in accordance with the Agency's two-stage Bidding Procedure.
3. Interested eligible Bidders may obtain further information from 08:00am to 02:00pm at the address (1) given below and inspect the Bidding document during office hours from 08:00am to 03:00pm at the address (2) given below.
4. A complete set of bidding documents may be purchased by interested bidders upon the submission of a written application to the address (2) below and upon payment of a non-refundable fee of 200€ (two hundred Euros) to be wired to the following IBAN (Euro): PS95PALS046804604600333002000.
Interested Bidders must issue they request and proof of payment by E-mail to the following addresses: tubas.wu@gmail.com , with copy to: sofreco.tender-tubas@groupeginger.com
Solicitations must also clearly indicate the Candidate’s official contact email address, from which all Candidates’ communications must be sent, and to which any clarifications, modifications made to the tender documents and any other communications will be addressed. Candidates are solely responsible for any submission failure or rejection linked to a non-existent, incorrect or late-accessed contact email address, and to communications sent other than to all the above specified Employer’s contact addresses.
5. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Agence Française de Développement’s Standard Bidding Documents: Procurement of Plant, Design, Supply and Installation.
6. A Pre-Bid meeting has already taken place on Tuesday 06/05/2025 at 10:00AM
7. Bids must be delivered to the address (2) below on or before 12:00 noon local time on Wednesday 15/10/2025. Electronic bidding will not be permitted. Late Bids will be rejected. And bids will be opened in the presence of bidders’ representatives and anyone who chooses to attend, at the address (2) below on Wednesday 15/10/2025 at 12:00 noon local time.
8. Qualification criteria are as follows:
FINANCIAL SITUATION:
(i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as € 3,000,000 (three million Euros).
for the subject contract(s) net of the Bidders other commitments
(ii) The Bidders shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.
(iii) The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the past three (3) years. The Bidder's financial situation will be considered sound if at least two (2) of the following four (4) criteria are met:
a) Average gross operating surplus (EBITDA) or EBITDA over the last three (3) financial years > 0;
b) Equity over the last three (3) financial years > 0;
c) Average liquidity ratio over the last three (3) years > 1
((Current assets) / (Current liabilities) > 1);
d) Average debt ratio over the last three (3) years < 6
((Total financial debt) / (EBITDA) (or EBITDA) < 6).
The Bidder shall demonstrate to have an average annual turnover of at least €10,000,000 (Ten Million Euros), over the last 5 years.
EXPERIENCE:
General Experience:
Experience under construction contracts in the role of prime contractor, JV member, sub-contractor, or management contractor for at least the last 8 years, starting 1st January 2017.
Specific Experience:
A minimum of 2 similar contracts:
1- One contract of a minimum value not less than €10,000,000 (Ten Million Euros).
2- One contract of a minimum value not less than €5,000,000 (Five Million Euros).
The projects implemented above in the field of the Engineering, Procurement, and Construction of a wind farm, that have been satisfactorily completed as a prime contractor, joint venture member, management contractor or sub-contractor in the last 8 years before application submission deadline.
For the above and any other contracts completed as prime contractor, joint venture member, management contractor or Sub-Contractor on or after the first day of the calendar year during the period stipulated in 4.2 (a) above, a minimum of 2 Successfully Completed Contracts (a maintenance contract shall be deemed completed after 3 years of operation), in each of the following key activities:
1. Wind turbine supply and installation for a value exceeding 2MW among which 2 Contracts in Arabic speaking countries.
2. Wind turbine full scope operation and maintenance for a asset of a rated capacity of more than 2MW among which 2 Contracts in Arabic speaking countries.
3. Design, engineering & construction of wind turbine foundations for a rated capacity exceeding 2MW.
4. Design, engineering and construction of wind farm civil Balance of Plant (roads, hardstands, etc.) for a value exceeding €200,000 (Two Hundred Thousand Euros)
5. Design, engineering and construction of wind farm electrical Balance of Plant (intra-park MV cabling, substation and grid connection) for a rated capacity of 2MVA.
6. Extensive training of Employer staff and transfer of the Long-term Operation & Maintenance of 2 (two) Wind farms with a rated capacity exceeding 2 MW.
9. The address (es) referred to above is (are):
Address (1) for Information:
Tubas Water Utility (TWU)
Atten: Eng. Eissa Dababat -EM
Street Address: Tubas Main Street –
Youth Activities Building, 2nd Floor –
Near Tubas Municipality Building
City: Tubas Country: Palestine
Mobile: +972592951963
Tel-fax: +9729 2571973
E-mail: tubas.wu@gmail.com
Address (2) for Submission:
Ministry of Public Works and Housing
Central Tendering Department (CTD)
First floor, Bitounia - Al-Balou' Street (Alm’abar)
West Bank / Palestine
Attn: Eng. Taher abuShamlah
Acting General Director
Fax: + 970 2 2909092
Mobile: + 970592899214
E-mail: ctd@mpwh.pna.ps
|