|
General Information
|
|
Country:
|
Palestine
|
|
City/Locality:
|
Ramallah
|
|
Notice/Contract Number:
|
MOA/AFD/2026/015EOI-CTD
|
|
Publication Date:
|
Apr 7, 2026
|
|
Deadline (local time):
|
May 10, 2026 - 00:00
|
|
Agency:
|
Agence Française de Développement (AFD)
|
|
Buyer:
|
PALESTINIAN TERRITORIES - Ministry of Agriculture
|
|
Eligibility of Bidders:
|
1. The contract size: Large-scale (more than 0.5 million USD) technical assistance and sector reform program,
2. The nature of the Services: Technical assistance in the field of water and/or wastewater.
3. The technical area and expertise
|
|
Original Language:
|
English
|
|
|
Contact information
|
|
Address:
|
Shirin Samhan
Procurement and Contract Manager
Ministry of Agriculture
Irsal Street, Ramallah, West Bank, State of Palestine
Ramallah, Palestine
Palestine
|
|
Telephone:
|
+ 970 592055767
|
|
Fax:
|
+972 2 403312
|
|
E-mail:
|
Shiren.Samhan@moa.pna.ps
|
|
|
Documents attachés
|
|
- Solicitation (1723 KB; Apr 7, 2026) Download documents
|
|
Original Text
|
STATE OF PALESTINE
MINISTRY OF PUBLIC WORKS AND HOUSING
CENTRAL TENDERING DEPARTMNET (CTD)
FOR THE BENEFIT OF THE
MINISTRY OF AGRICULTURE (MOA)
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)
Wastewater Management Development and Institutional Support (WaDIS)
Bid invitation No.: MOA/AFD/2026/015EOI-CTD
The Ministry Of Agriculture (MOA) has received a financing from Agence Française de Développement ("AFD"), and intends to use part of the funds thereof for payments
under the following project Wastewater management Development and Institutional Support (WaDIS).
The Services of the Consultancy Firm are providing Technical Assistance to the MOA in the following but not limited to:
1. Develop an operational roadmap for treated wastewater reuse in agriculture and the establishment of Water Users Associations (WUAs), ensuring systematic integration of
reuse considerations in planning, design and implementation of wastewater infrastructure.
2. Enhance the monitoring and oversight capacities of the MOA of WUAs through establishment of a centralized Management Information System (MIS) and the development of
practical operational tools.
3. Enhance sector coordination and promote knowledge-sharing on wastewater management and reuse, including through the organisation of national and international
conferences and study tours, capitalizing on local achievements and international best practices.
4. Strengthen the institutional and managerial capacities of the MOA in its role in the reuse sector, including project management support, capacity building and
assistance in the design and implementation of applied R&D programs for treated wastewater reuse in agriculture.
5. Improve the organizational, managerial, technical and commercial capacities of targeted WUAs through capacity building, targeted support and implementation of marketing
campaigns aiming to promote reuse acceptance.
6. Capitalize and promote existing reuse initiatives and innovations through benchmarking of national and regional experiences and the development of concept proposals for
new reuse projects to facilitate future investment, including gender-responsive initiatives.
The MOA hereby invites Applicants to show their interest in delivering the Services described above.
This Request for Expressions of Interest is open to: Consulting firms
Eligibility criteria to AFD 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: http://www.afd.fr.
The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or
participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.
If the Applicant is a JV, the expression of interest shall include:
1. a copy of the JV Agreement entered into by all members,
or
2. a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal,
In the absence of this document, the other members will be considered as Subconsultants.
Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.
Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of
recent (in the last 10 years) and similar services shall be submitted.
Determination of the similarity of the experiences will be based on:
1. The contract size: Large-scale (more than 0.5 million USD) technical assistance and sector reform program,
2. The nature of the Services: Technical assistant in the field of wastewater and/or reuse.
3. The technical area and expertise:
• Proven experience in agricultural water management and treated wastewater reuse, including planning and design of reuse schemes for irrigation, integration of reuse
considerations into wastewater infrastructure projects, and support to local water management entities or irrigation associations,
• Demonstrated experience in institutional strengthening of governmental entities, including preparation of strategic roadmaps or action plans, development of legal and
regulatory frameworks, tariff studies and formulation of operational implementation tools,
• Demonstrated experience in wastewater treatment and reuse systems, including feasibility assessments, technical and financial modelling (CAPEX/OPEX,), financial
sustainability analysis (cost recovery, tariff setting) and support to the design and implementation of pilot or research and development initiatives.
• Extensive experience in designing and implementing institutional capacity development programmes, development of KPIs and monitoring systems, support to regulatory
authorities, and delivery of structured training and technical assistance at governmental and utility levels.
• Proven experience in integrating gender equality and social inclusion considerations into institutional reform, service provision, communication strategies and
capacity building activities, including the use of sex-disaggregated data and gender-sensitive monitoring frameworks.
4. The location: In the MENA region
The Client will also take into account for the evaluation of the applications the following items:
1. Skills and availability of in-house technical back-up experts provided to the on-site experts;
2. Local representatives/partners,
The draft Terms of Reference (TOR) for the assignment can be found at the following website: https://www.moa.pna.ps
The duration of the assignment is 48 months.
Among the submitted applications, the MOA will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be sent.
Further information can be obtained at the address (1) below during office hours from 9:00 am to 14:00 pm.
Expressions of interest must be delivered in a written form to the address (2) below in person, or by e-mail on or before Sunday 10/05/2026 no later than 12:00 noon
(Palestine Local Time) Late applications will be rejected.
The addresses are:
Address 1: For Information
Ministry of Agriculture
Irsal Street, Ramallah, West Bank, State of Palestine
Attn: Shirin Samhan
Procurement and Contract Manager
Tel: +972 2 403341
Fax: +972 2 403312
Mobile: + 970 592055767
Email: Shiren.Samhan@moa.pna.ps
Address 2: For Submission and Opening
Ministry of Public Works and Housing
Central Tendering Department
First floor, Beside to Coca Cola Company, Bitounia - Al-Balou" Street (Alm’abar)
West Bank / Palestine
Attn: Eng. Taher Abu Shamleh
General Director
Fax: + 970 2 2909092
Mobile: + 970 592899214
E-mail: ctd@mpwh.pna.ps
tabushamlah@mpwh.pna.ps
Central Tendering Department
Appendix to The Request for Expressions of Interest
(To be submitted with the application, signed and unaltered)
Statement of Integrity, Eligibility and Environmental and Social Responsibility
Reference 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 fight-against-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:
a) 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;
b) 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:
|
|
|
|