loading
  • PS West Bank, PS Jenin
  • 16.04.2018
  • Ausschreibung
  • (ID 2-296501)

Construction Management And Supervision Of Nexus North Project For Joint Service Council Of Jenin Western Villages


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.04.2018 Bewerbungsschluss
    Verfahren Außereuropäische Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Objektplanung Ingenieurbauwerke / Objektplanung Ver-/ Entsorgung / allgemeine Beratungsleistungen / Bauleitung, Objektüberwachung / Projektsteuerung / Technische Ausrüstung
    Aufgabe
    Expression of Interest for Construction management and supervision of Nexus north project for Joint Service Council of Jenin Western VillagesDescription:
    The Ministry of finance and planning has applied for a financing from the French
    Development Agency (AFD) and the European union and intends to use part of the
    funds thereof for payments under the Nexus north project for the benefit of the Joint
    Service Council of Jenin Western Villages for water and wastewater (JSC-JWV)
    under the umbrella of the Palestinian Water Authority,
    The Project, which will be implemented by the (JSC-JWV), aims to contribute to the
    improvement of the living conditions of the population in (JSC-JWV) service area by
    developing and improving the quality of the service access to drinking water.
    The consulting services ( the Services ) include:
    - Carry out all construction management and supervision related to Nexus North
    Project in JSC-JWV Service Area
    The implementation period is 18 months and 12 months for defect liability period.
    The Nexus North Project in JSC-JWV service area contract mainly includes the
    following components:
    a. Supply and installation of around 50 km of HDPE transmission and
    distribution pipes and house connections from 32 mm – 180 mm
    b. Construction of water reservoir (Concrete Structure).
    c. Scada equipment for pumping stations, reservoirs and valve/flow meter
    chambers.
    d. Supply of spare parts.
    Informationen

    Organisation
    FRENCH DEVELOPMENT AGENCY (AFD)

    ClientAddress
    2 floor , Apartment #9, Um Al Sharayet , Al Ameen Square, Al Bireh , West Bank
    Palestine
    Tel: +970-2 296 6006
    Fax: +970-2 298 8582
    Email_id: MjE3UmNTL1xfZlcdX11QHV9i

    Tender Notice No:JSCJWV/ AFD/ 2018/024- CTD
    Deadline:16-Apr-2018

    Adresse des Bauherren PS-West Bank
    Projektadresse PS-Jenin

  • Anzeigentext Ausschreibung

    maximieren

    • Construction management and supervision of Nexus north project for Joint Service Council of Jenin Western Villages

      Request For Expressions of Interest

      Text

      Bidding Documents (1)

      Return to list of notices

      General Information

      Country: Palestine

      City/Locality: Jenin

      Notice/Contract Number: JSCJWV/ AFD/ 2018/024- CTD

      Publication Date: Mar 20, 2018

      Deadline (local time): April 16, 2018 - 12:00

      Funding Agency: Agence Française de Développement (AFD)

      Buyer: PALESTINIAN TERRITORIES - T-JWSSC and JSCNWJ

      Original Language: English

      Contact information

      Address: Moneer Jaradat

      palestine-jenin -Haifa road- Haifa building

      3rd floor-jscjwv

      Jenin

      Palestine

      Email: Click here

      Assignments

      71310000 - Consultative engineering and construction services

      71300000 - Engineering services

      71311100 - Civil engineering support services

      71311300 - Infrastructure works consultancy services

      71510000 - Site-investigation services

      71520000 - Construction supervision services

      71521000 - Construction-site supervision services

      71540000 - Construction management services

      71541000 - Construction project management services

      71800000 - Consulting services for water-supply and waste consultancy

      Documents attachés

      Solicitation (280 KB; Mar 20, 2018)

       Download documents

      Original Text

       STATE OF PALESTINE

      MINISTRY OF PUBLIC WORKS AND HOUSING

      CENTRAL TENDERING DEPARTMENT (CTD)

      FOR THE BENEFIT OF THE

      JOINT SERVICE COUNCIL FOR JENIN WESTERN VILLAGES

      (JSC- JWV)

      UNDER THE UMBRELLA OF

      PALESTINE WATER AUTHORITY

      REQUEST FOR EXPRESSION OF INTEREST

      (CONSULTING SERVICES –FIRMS SELECTION)

      PALESTINE

      NEXUS NORTH PROJECT

      CONSULTING SERVICES

      (Construction Management and Supervision)

      Expression of interest

      The Ministry of finance and planning has applied for a financing from the French Development Agency (AFD) and the

      European union and intends to use part of the funds thereof for payments under the “Nexus north project” for the benefit of

      the Joint Service Council of Jenin Western Villages for water and wastewater (JSC-JWV) under the umbrella of the Palestinian

      Water Authority,

      The Project, which will be implemented by the (JSC-JWV), aims to contribute to the improvement of the living conditions of

      the population in (JSC-JWV) service area by developing and improving the quality of the service access to drinking water.

      The consulting services (“the Services”) include:

      - Carry out all construction management and supervision related to Nexus North Project in JSC-JWV Service Area

      The implementation period is 18 months and 12 months for defect liability period.

      The Nexus North Project in JSC-JWV service area contract mainly includes the following components:

      a. Supply and installation of around 50 km of HDPE transmission and distribution pipes and house connections from

      32 mm – 180 mm

      b. Construction of water reservoir (Concrete Structure).

      c. Scada equipment for pumping stations, reservoirs and valve/flow meter chambers.

      d. Supply of spare parts.

      The JSC-JWV hereby invites consultants to show their interest in delivering the Services described above.

      Eligibility criteria to AFD’s financing are specified in sub-clause 1.3 of the “Procurement Guidelines for AFD-Financed

      Contracts in Foreign Countries”, available online on AFD’s website www.afd.fr.

      Interested consultants must provide information evidencing that they are qualified and experienced to perform those

      Services. For that purpose, documented evidence of recent and similar services shall be submitted. The number of similar

      experiences presented in the expression of interest is strictly limited to 10 (for single consultant or joint venture). Beyond 10,

      additional experiences presented will not be analyzed.

      If the consultant is a Joint Venture (JV), the Expression of Interest shall include a copy of the JV Agreement entered into by

      all members. Alternatively, a letter of intent to execute a JV Agreement in the event of a successful proposal shall be signed

      by all members and submitted with the Expression of Interest, together with a copy of the proposed Agreement.

      Determination of the similarity of the experiences will be based on:

      - The contracts size;

      - The nature of the Services: Consultancy services “Construction Management and Supervision for Water Supply

      Distribution System”.

      - The technical area and expertise: Water Supply Distribution System.

      - The location: Palestine.

      The Client will also take into account for the evaluation of the applications the following items:

      - Skills and availability of in-house technical back-up experts provided to the on-site experts. No CV must be

      presented in EOI.

      - Local representatives/partners. No CV must be presented in EOI.

      Expression of interest should not exceed 80 pages maximum.

      Among the submitted applications, the JSC-JWV will shortlist a maximum of 6 consultants, to whom the Request for

      Proposals to carry out the Services shall be sent.

      Expressions of Interest must be submitted to the address below no later than16 April 2018, 12:00 AM .

      Attention :

      Eng. Saeed Abu Zeid

      Acting Director General

      Central Tendering Department

      Ministry of Public Work and Housing

      2 floor , Apartment #9

      Um Al Sharayet , Al Ameen Square

      Al Bireh , West Bank , Palestine

      Tel : + 970 2 296 6006/7

       Fax : + 970 2 298 8582

      Mobile : + 970 592979098

      Email : MjE1VGVVMV5haFkfYV9SH2Fk

      Interested consultants may obtain further information’s by contacting the contact below:

      Joint Service Council for Jenin western villages

      West bank –Jenin- Haifa street

      Haifa building 3rd floor

      PO BOX 371 Jenin

      Telephone: +97042431604

       Mobile : +970599201725

      E-mail: MjE1W2RUHmhWZGUxalJZYGAfVGBe

      APPENDIX TO THE REQUEST FOR EXPRESSIONS OF INTEREST

      (TO BE SUBMITTED WITH THE APPLICATION, SIGNED AND UNALTERED)

      Statement of Integrity, Eligibility and Social and Environmental Responsibility

      Reference name of the bid or proposal: ____________________________________ (The "Contract")

      To: ______________________________________________(The "Contracting Authority")

      1) We recognise and accept that Agence Française de Développement ("AFD") only finances projects of the

      Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or

      indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our

      company, our joint venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting

      Authority retains exclusive responsibility for the preparation and implementation of the procurement process and

      performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be,

      for the procurement of goods, works, plants, consulting services or non-consulting services.

      2) We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors,

      subcontractors, consultants or subconsultants are in any of the following situations:

      2.1) Being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into

      receivership, reorganisation or being in any analogous situation arising from any similar procedure;

      2.2) Having been:

      a. convicted within the past five years by a court decision, which has the force of res judicata in the country where the

      Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or

      performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting

      information showing that this conviction is not relevant in the context of this Contract);

      b. subject to an administrative sanction within the past five years by the European Union or by the competent authorities of

      the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process

      or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting

      information showing that this sanction is not relevant in the context of this Contract);

      c. convicted within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any

      other offense committed during the procurement process or performance of an AFD-financed contract;

      2.3) Being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fightagainst-terrorist

      financing or threat to international peace and security;

      2.4) Having been subject within the past five years to a contract termination fully settled against us for significant or

      persistent failure to comply with our contractual obligations during contract performance, unless this termination was

      challenged and dispute resolution is still pending or has not confirmed a full settlement against us;

      2.5) Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either

      the country where we are constituted or the Contracting Authority's country;

      2.6) Being subject to an exclusion decision of the World Bank and being listed on the website

      http://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement of Integrity supporting

      information showing that this exclusion is not relevant in the context of this Contract);

      2.7) Having created false documents or committed misrepresentation in documentation requested by the Contracting

      Authority as part of the procurement process of this Contract.

      3) We hereby certify that neither we, nor any of the members of our joint venture or any of our suppliers, contractors,

      subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest:

      3.1) Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless

      the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;

      3.2) Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the

      supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of AFD and

      resolved to its satisfaction;

      3.3) Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or

      consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same

      legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant

      which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing

      them or influencing decisions of the Contracting Authority;

      3.4) Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we

      would carry out for the Contracting Authority;

      3.5) In the case of procurement of goods, works or plants:

      i. Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations

      and other documentation to be used in the procurement process of this Contract;

      ii. Having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works

      supervision or inspection for this Contract;

      4) If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and

      financial autonomy and that we operate under commercial laws and regulations.

      5) We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation

      with regard to points 2 to 4 here above.

      6) In the context of the procurement process and performance of the corresponding contract:

      6.1) We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others,

      to intentionally conceal items, to violate or vitiate someone's consent, to make them circumvent legal or regulatory

      requirements and/or to violate their internal rules in order to obtain illegitimate profit;

      6.2) We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory

      obligations or our internal rules in order to obtain illegitimate profit;

      6.3) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any Person

      who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless

      of whether that Person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the

      position and regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public function,

      including for a State institution or a State-owned company, or who provides a public service, or (iii) any other person defined

      as a Public Officer by the national laws of the Contracting Authority’s country, an undue advantage of any kind, for himself or

      for another Person or entity, for such Public Officer to act or refrain from acting in his official capacity;

      6.4) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any Person who

      occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her

      capacity, any undue advantage of any kind, for himself or another Person or entity for such Person to perform or refrain from

      performing any act in breach of its legal, contractual or professional obligations;

      6.5) We have not and we will not engage in any practice likely to influence the contract award process to the detriment of

      the Contracting Authority and, in particular, in any anti-competitive practice having for object or for effect to prevent, restrict

      or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings;

      6.6) Neither we nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants

      or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations,

      the European Union or France;

      6.7) We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or

      subconsultants comply with international environmental and labour standards, consistent with laws and regulations

      applicable in the country of implementation of the Contract, including the fundamental conventions of the International

      Labour Organisation (ILO) and international environmental treaties. Moreover, we shall implement environmental and social

      risks mitigation measures when specified in the environmental and social commitment plan (ESCP) provided by the

      Contracting Authority.

      7) We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or

      subconsultants authorise AFD to inspect accounts, records and other documents relating to the procurement process and

      performance of the contract and to have them audited by auditors appointed by AFD.

      Name: In the capacity of:

      Duly empowered to sign in the name and on behalf of:

      Signature: Dated:

      Please note that this notice is for your information only.

      We try our best to have the most accurate and up-to-date information available on our web site, but we cannot guarantee

      that all of the information provided is error-free.

      If you have any updates, corrections, or complaints related to this notice, please contact the responsible purchaser directly.

  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 22.03.2018
Zuletzt aktualisiert 22.03.2018
Wettbewerbs-ID 2-296501 Status Kostenpflichtig
Seitenaufrufe 48