
EUROPEAN UNION
○ AFD
AGENCE FRANCAISE DE DEVELOPPEMENT
الاتحاد الأوروبي
Invitation for Bid
State of Palestine
Ministry of Public Works and Housing On Behalf of Tubas Water Utility ( TWU ) Two - stage Bidding Procedure
Date :
Employer :
14/04/2025
Project name : A Wind farm plant in Tubas
Joint Service Council of Tubas
Grant No :
IFB Nº :
N ° CPS 1171 02 E dated December 10 , 2024 ( amendment 2 ) TWU / AFD / 2025 / 004 - CTD
سلطة المياه الفلسطينية
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 08:00 am to 02:00 pm at the address ( 1 ) given below and inspect the Bidding document during office hours from 08:00 am to 03:00 pm 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 shall take place to the address ( 1 ) given below at Tuesday 06/05/2025 at 10:00 AM
7. Bids must be delivered to the address ( 2 ) below on or before 12:00 noon local time on Tuesday 15/07/2025 . 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 Tuesday 15/07/2025 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 and 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
Telephone : +9729 2571973
Facsimile number : +9729 2571973
E - mail : tubas.wu@gmail.com
Address ( 2 ) for Submission :
Ministry of Public Works and Housing Central Tendering Department First floor ,
Bitounia Al - Balou ' Street ( Alm'abar )
West Bank / Palestine
Attn : Eng . Mohammad Omran
Acting General Director
Fax : +970 2 2909092
Mobile : + 970594277649
E - mail : ctd@mpwh.pna.ps