• Home
    • Suppliers
    • Contact Us
    • English
An invitation to attend a webinar to discuss investment opportunities in renewed water with the participation of the private sector
  • +966 9200 029 88
  • Moon Tower 2nd - 18th – 19th Floor
    P.O. Box 300091 Riyadh 11372 Kingdom of Saudi Arabia
Menu
  • About us
    • Introduction
    • Vision & Mission
    • Board of Directors
    • CEO's Message
  • Projects
    • On Production


      • Rabigh-3
      • Jubail-3 (A)
      • STPC-IWP
      • SWEC-IWPP
      • SEPCO-IWP
      • more
      • SqWEC-IWPP
      • Rabigh-4
      • Shuqaiq 3


      Under Construction
      • Jeddah Airport 2
      • Dammam
      • Taif
      • Madinah 3
      • Tabuk 2
      • more
      • Buraidah-2


      • Yanbu 4
      • Jubail-3 (B)
      • Shuaibah 3


      Under Procurement
      • Jazan Cluster
      • Al-Haer
      • Khamis Mushait
      • Riyadh East
      • Jazan Cluster
      • more
      • Dammam outfall pipeline ISTP

      • Juranah (Makkah 1)

      • Ras Mohaisan

      • Riyadh – Qassim
      • Ras Muhaisen – Baha – Makkah
      • Rayis – Rabigh
      • Jubail – Buraydah

      Future Projects
      • Abu Arish 3
      • South Najran
      • North Jeddah
      • Western Cluster
      • Eastern Cluster
      • more
      • Central Cluster
      • Southern Cluster
      • North-western Cluster
      • Northern Cluster

      • Moghammas (Makkah 2)
      • Jeddah (Makkah 3)
      • Asir
      • Jazan

      • Jubail 6
      • Ras Al-Khair-2
      • Ras Al-Khair-3
      • Tabuk 1
      • Jazan 1
      • more
      • Shuqaiq 4
      • Rabigh-5
      • Jubail 4
      • Rayis-2

      • Rabigh – Jeddah
      • Jazan
      • Tabuk – Ula
      • RAK-KFJI-HFRBTN

  • Other Tenders
  • Media
    • News
    • Articles
    • Awards
    • Reports
    • Photos Gallery
    • Videos Gallery
  • Investor's Guide
    • SWPC Profile
    • Saudi Privatization Strategy
    • Saudi Investment Law
    • Income Tax Law
    • Saudi Labor Law
    • Capacity planning 7 years statement
  • Associates
    • Government
    • Customers
    • Suppliers
    • Useful Links
  • Careers
7 years statement
Planning & Analysis
  1. Home
  2. Projects
  3. News

Projects

April 3, 2022

Site Supervision Servises for SWPC’s ISWRs and IWTPs

Disclaimer

The information contained in this request for qualifications (“RFQ”) has been prepared by Saudi Water Partnership Company S. M. L.L.C. (“SWPC” or the “Company”) acting upon authority delegated from the Company’s Board of Directors and is furnished solely for the purpose of assisting Applicants in making their own evaluations of the Project. It does not constitute an offer in relation to Site Supervision Services ofIWTP’sand ISWR’s(the “Project”).

The information contained in the RFQ does not purport to be all-inclusive or to contain all the information that an Applicant or its advisers may require or desire in relation to the Project. The Applicant should form its own views as to what information is relevant and make its own investigations, projections and conclusions and consult its own advisers to verify independently the information contained in the RFQ,and to obtain any additional information that it may require, prior to submitting a statement of qualifications (“SOQ”).

ApplicantAnindividual EngineeringConsultancy firm experienced in water storageandtransmission pipelinesectors.
BidderPre-Qualified Applicant(s) who have fulfilled the eligibility requirements set out in this RFQ and are not disqualified in terms of this RFQ and have been issued a NPQ by SWPC
BOOBuild, Own, and Operate
BOOTBuild, Own, Operate and Transfer
ConsortiumA joint venture, partnership or other combination of international and/or KSA companies jointly participating as a developer
Due DateThe deadline for submission of SOQs, which is on 25-April-2022
EPCEngineering, Procurement and Construction
ESFElectrical Special Facilities
ESIAEnvironmental and Social Impact Assessment
FQRFinancial Qualification Requirement
GCCGulf Cooperation Council
GovernmentGovernment of the Kingdom of Saudi Arabia
ISWRIndependent Strategic Water Reservoir
IWTPIndependent Water Transmission Pipeline
JSCJoint Stock Company
KSAKingdom of Saudi Arabia
Lead DeveloperMain point of contact and manager in respect of a Consortium
Limited Liability Company
MEWASaudi Ministry of Environment, Water and Agriculture
NCECNational Centre for Environmental Compliance
NPQNotice of Pre-Qualification
NWCNational Water Company
O&MOperation and Maintenance
PCODProject Commercial Operation Date
ProjectStrategic Reservoir and/or Transmission Pipeline Project
Project Company A new company to be formed to undertake the Project, incorporated and registered in the KSA as a closed JSC or LLC
RFPRequest For Proposal
RFQRequest For Qualification
SARSaudi Arabian Riyal
SECSaudi Electricity Company
SOQStatement Of Qualifications
SWCCSaline Water Conversion Corporation
SWPCSaudi Water Partnership Company
TQRTechnical Qualification Requirement
PAPurchase Agreement

1 BACKGROUND INFORMATION

1.1 Introduction

MEWA is responsible for achieving the water, agricultural and environmental related objectives of Saudi Arabia’s Vision 2030. MEWA has delegated its power to be procurer for the upcoming Strategic Reservoir and Transmission Pipeline Projects to SWPC. SWPC is issuing this RFQ to seek a SOQ from experienced engineering consulting firms/parties (each an “Applicant”) interested to provide supervision and contract management for SWPC’s Independent Strategic Water Reservoir Projects (“ISWR”) and Independent Water Transmission Pipeline Projects (“IWTP”) which are in the process of Project Agreements signing execution/financial closure phase.

 ISWRs

The Projects will consist of the development, financing, procurement, implementation, operation, maintenance and transfer of a new independent strategic water reservoir. The Projects are located in the various regions in KSA. The Projects will be developed on BOOT basis by a Project Company to be 100% owned by the Project Company. Construction of the 1st Reservoir and associated facilities is scheduled to begin in 2023 (date to be confirmed with the selected bidder) with PCOD expected towards the end of 2025 and the similar schedules will be there for other upcoming projects.

 IWTP

The Projects will consist of the development, financing, procurement, implementation, operation, maintenance and transfer of a new independent water transmission pipeline. The Projects are located in the various regions in KSA. The Projects will be developed on a BOOT basis by a Project Company to be 100% owned by Project Company.

Construction of the 1st transmission pipeline and associated facilities is scheduled to begin in 2023 (date to be confirmed with the selected bidder) with PCOD expected towards the end of 2025 and the similar schedules will be there for other upcoming projects.

The requirements of the SOQ and additional details regarding the Projects are discussed below. Information provided in each SOQ will be used by SWPC to evaluate the capabilities and experience (organizational, technical and financial) of Applicants in order that only qualified parties will be invited to participate in the subsequent competitive tender for supervision services of the Projects. In order to be invited to participate in the subsequent competitive tender, each Applicant must submit all information requested under this RFQ which will be treated by SWPC in confidence.

Applicants are invited to submit a SOQ in accordance with Section 3.8 by the Due Date.

1.2 SWPC’s Objectives

1.2.1 ISWRs

The objectives of the Reservoir Projects are as follows:
• Secure and maintain safe water supply; and
• Attract private capital to invest in water storage to increase operational efficiencies (through competition) in order to provide water at most competitive prices.
• Achieve operational efficiencies on competitive economic terms; and
• Creating employment and training opportunities for Saudi nationals.

1.2.2 IWTPs

The principal objectives of the Water Transmission Pipeline Projects are as follows:

• Expand and improve water supply in the KSA through private sector participation;
• Achieve operational efficiencies on competitive economic terms;
• Attract private capital to invest in water storage to increase operational efficiencies (through competition) in order to provide water at most competitive prices;
• Achieve operational efficiencies on competitive economic terms; and
• Creating employment and training opportunities for Saudi nationals.

1.3 Technical Description

1.3.1 Project Company’s Responsibility

(i) ISWRs

Under the PA, the Project Company will have the responsibility to develop, design, finance, engineer, procure, construct, commission, complete, test, own, operate, maintain and transfer the Project including auxiliaries and interfaces. In addition, the Project Company shall be responsible for procurement of relevant permits and necessary approvals for construction and operation of the Project

(ii) IWTPs

Under the PA, the Project Company will be responsible for developing, designing, financing, engineering, procuring, constructing, commissioning, completing, testing, owning, operating, maintaining and transfer the pipeline and associated infrastructure including all auxiliaries and interfaces.

In addition, the Project Company shall be responsible for the procurement of relevant permits and approvals necessary for the construction and operation of the pipeline.

1.3.2 Supervisory Consultant’s Responsibility

The supervisory consultant must support SWPC for overall Project Construction and Contract Management, including facilitating all phases of project concurrently, from pre-design through to construction completion, commissioning, testing and commercial operation declaration activities. This includes overall contract management of the PA from the start of construction until commercial operation is achieved.

1.3.3 Site

The area allocated for the Projects in KSA, will be announced at the time of RFP issuance for Supervision Services.

1.3.4 Capacity and Main Design Features

(i) ISWRs

Each project shall have a guaranteed contracted water capacity at least 500,000 m3 (it will be informed at the time of RFP issuance).

(ii) IWTPs

Each project shall involve the development of a new water transmission pipeline facility at least 100 km long (it will be informed at the time of RFP issuance). 1.3.5 Environmental Matters The Projects will be required to be developed, constructed and operated in accordance with the environmental protection regulations and stipulations of the Kingdom of Saudi Arabia (issued by NCEC or any relevance authority) and within relevant IFC Equator Principles and guidelines. The Project Company will be responsible for the necessary ESIA and obtaining the necessary environmental permits to develop and operate the project.

1.4 Contractual Structure

The Project Company will be responsible for the development, design, permitting, engineering, procurement, financing, construction, completion, testing, commissioning, ownership, insurance, operation, maintenance and transfer of the Project. These stages in the development of the Project will be governed by a number of commercial agreements.

1.4.1 Project Company Legal Form

The Project Company will take the form of a LLC or closed JSC. The Project Company will be owned by one or more Developers and there will be no mandated Government ownership.

1.4.2 Key Commercial Project Agreements

Based on the envisaged commercial Project structure, number of Project agreements would be signed. Additionally, the Project Company will enter into the agreements required in relation to the financing of the Project.

1.5 Projects Parties

Within the Project’s contractual structure, the following Saudi entities will be involved (either directly or indirectly):

1.5.1 SWPC

1.5.2 Ministry of Finance

1.5.3 Water Regulator

1.5.4 NCES

1.5.5 NWC

1.5.6 SEC

1.5.7 SWCC

2 PRE-QUALIFICATION PROCESS

2.1 General

2.1.1 Background

SWPC has advertised its intention to seek bids for supervisory services for the various ISWRs and IWTPs individually, and through this RFQ seeks detailed SOQs from Applicants by the Due Date (25- April-2022) in the form and manner set out herein.

2.1.2 Statement of Qualifications

Information provided in each SOQ will be used by SWPC to evaluate the technical and financial strength of Applicants for the purposes of pre-qualification in respect of the required services for each individual Project. The evaluation will be carried out in accordance with the terms of this RFQ. Only those Applicants who are pre-qualified by SWPC will be eligible for receipt of a RFP, which permits, subject to the terms thereof, participation in the bidding process for Supervision services of the Projects.

2.1.3 Currency

All financial information in the SOQ should be provided in SAR.

2.1.4 Interpretation and Final Determination

The interpretation and final determination of any matter relating to this RFQ and all enclosed documents, sections, appendices, etc. as well as any further or supplementary information both oral and documentary required by SWPC, will be at SWPC’s sole discretion which will be final and binding on all Applicants.

2.1.5 Discharge and Exemption

Applicants that submit SOQs exempt and discharge SWPC, completely and unconditionally from any responsibility or liability for the decisions that may be made with respect to its pre-qualification hereunder and acknowledge and agree that SWPC will not be liable for any such actions and will be under no obligation to inform the Applicant(s) of the grounds for disqualification.

2.1.6 Final Form of RFP

While every effort has been made by SWPC to ensure that the description of the Projects set out in Section 1 of this RFQ is correct, SWPC reserve the right in their own absolute discretion to change the description, timetable and scope of the Projects at any time prior to execution of the contract with the successful Bidder.

2.2 SWPC’s Requirements

Application for pre-qualification is open, on an individual basis, to all engineering consultant firms engaged in the water storage and transmission pipeline sector. Each Applicant must be a business organisation duly organised and existing and registered in good standing under the laws of its country of domicile. Please note that both non-Saudi and Saudi entities are permitted to pre-qualify on an individual basis. The Applicant must have offices in KSA. International companies may bid but must establish offices in KSA within sixty (60) days following contract award and before any payment is made by SWPC to the successful International Bidder for their services. The Applicant must not involve local agents in dealings with SWPC. Any engineering company that has been employed as an Advisor/Consultant to SWPC or any other party related to the Projects during the development and or design phase is excluded from bidding on this Projects. While engaged on those Projects, the successful bidder must agree to not work as an Advisor to any 3rd party associated with the Projects in any form or manner. The successful bidder must confirm this in writing as part of their SOQ. It is required that Applicants can demonstrate successful international experience outside of the country of the Applicant’s principal business, with particular focus on KSA and GCC countries. Applicants are invited to submit a SOQ in accordance with the instructions in Section 3 by the Due Date (25-April-2022).

2.3 Additional Requests for Information

Should Applicants require additional information in relation to the Projects and/or the RFQ, such request should be made in writing or by email to SWPC, attention to:

The Vice President,

Project Delivery and Contracts Management

Saudi Water Partnership Company S.M.L.L.C.,

Floor 18-19, Moon Tower,

King Fahad Road, Ar Rahmaniyya

P.O. Box: 300091

Riyadh 12341-4119,

Kingdom of Saudi Arabia

E-mail: PDCM@SWPC.SA,

In due course, if SWPC requires additional information on the references submitted by the Applicant, SWPC may request such information from the Applicant. Although no Applicant will have the right to make an oral presentation to SWPC, SWPC reserves the right to request oral presentations from Applicants if deemed appropriate.

2.4 Notices of Pre-Qualification

Applicants will be selected on the basis of the evaluation criteria detailed in Section 4. SWPC will issue an NPQ in writing to each selected qualified Applicant. Following which the RFP will be issued to each qualified Applicant. SWPC reserves the right to reject any or all of the SOQs, proposals or other submissions at any time prior to the issuance of RFP. Neither issuance of this RFQ nor issuance of the RFP or any other document or request by or on behalf of SWPC at any time will oblige SWPC to enter into any arrangement or agreement or impose any liability on any of them other than assumed pursuant to the Contract with the successful Bidder when executed. SWPC is never under any obligation to return any SOQ submitted by any Applicant or to reimburse any Applicant for any cost or expense, whether incurred in preparing its SOQ, response to the RFP or to any other request from SWPC or otherwise. The RFP will provide the scope of work at different phases of the respective Projects and also list of deliverables to be submitted.

2.5 Disqualification

SWPC may disqualify or reject an Applicant’s SOQ for any reason at SWPC’s sole discretion, including, inter alia, the following reasons:

• Failure by an Applicant to comply with any of the requirements of this RFQ, in the time, form and manner prescribed;
• Misrepresentation, withholding or concealment of information in the SOQ by an Applicant;
• Failure by an Applicant to disclose or provide any additional information as may be required by SWPC during the evaluation and qualification process;
• Bankruptcy or insolvency of an Applicant in the last three (3) years;
• Determination by SWPC that the Applicant is prohibited from doing business with SWPC on grounds which may include but are not limited to public policy or national interest;
• Failure to report any material change in information provided in the SOQ following submission thereof;
• The existence and/or failure to disclose a conflict of interest that SWPC determines in its absolute discretion to be material to the conduct of a fair and transparent procurement process.

3 SOQ REQUIREMENTS

3.1 Introduction

Each SOQ is required to consist of the following sections:

• Section 1 – Submission Letter (Form of Submission Letter provided in this RFQ as Appendix A);

• Section 2 – Executive Summary;

• Section 3 – Corporate Structure;

• Section 4 – Technical Capability (Form of Technical Capability provided in this RFQ as Appendix B);

• Section 5 – Financial Status (Form of Financial Status provided in this RFQ as Appendix C);

• Section 6 – Additional Capabilities;

• Section 7 – Conflict of Interest Declaration.

3.2 Executive Summary

The Executive Summary section of the SOQ must provide a brief description of:

• The Applicant/ Engineering Consultancy firm qualifications for the Projects; and,
• The Applicant’s brief summary of its corporate structure and history.

3.3 Corporate Structure

The Corporate Structure section of the SOQ must comprise the following in respect of the Applicant:

3.3.1 Contact Information

Information Requirements:

• Company/ Engineering Consultant Firm Name
• Contact Details (Contact Person, Address, Telephone, e-mail, Fax);
• Parent Company Name
➢ Parent Company Contact Details (Address, Telephone, e-mail, Fax);
• Saudi / Regional Company Name (If Applicable)
➢ Relevant Contact Details (Contact Person, Address, Telephone, e-mail, Fax). 3.3.2 Summary Corporate Information & Organisational Structure

Information Requirements:

• Year Established;
• Company Profile (summary description);
• Key Financial Information (for 2018-2020):
➢ Turnover
➢ Net Income
➢ Total Assets
➢ Net Assets / Shareholders Funds
• Current Market Capitalisation (if listed);
• Current long term unsecured parent company credit rating (S&P, Moody’s, and Fitch);
• Identity of Company Auditor(s) (for 2019 -2021).
• A description and / or organisational chart of the organisational and corporate structure(s) of the Applicant (i.e. identity of intermediate shareholders, levels of shareholding and ultimate parent company)

3.4 Technical Capability

Each Applicant/ Engineering Consultant Firm, shall submit a comprehensive set of information regarding:

• Experience of the Firm with similar Projects (TQR1), and
• Experience of the Team Leader with similar Projects & Capability of the other Team members (TQR2) and
• Local Content regulations & requirement (TQR3).

Such information shall comprise in particular:

i. A summary table as set out in the form of Appendix B1: Summary of ISWR and IWTP Supervision service experience hereto, which includes details of the eligible project references for TQR1 as well as completion certificates.
ii. A summary of requirements as set out in the form of Appendix B2: Summary of Team Leader Experience with similar projects & capability of other Team members experience for ISWRs & IWTPs hereto, which includes details of the eligible project references for TQR2.
iii. A summary of requirements as set out in the form of Appendix B3: Summary of Saudi national CV’s in the team and experience hereto, which includes details as per TQR3.

3.5 Financial Status

Each Applicant must submit the summary tables provided in Appendix C of this RFQ in both PDF and Excel (unprotected) formats.

To the extent that the financial obligations of an Applicant to be guaranteed by a parent company or affiliate, this should be clearly stated, and the following information should also be provided for such parent company or affiliate.

3.5.1 Financial Strength

• Each Applicant Member must provide audited financial statements for the financial years 2019, 2020 and 2021. The financial statements shall include a consolidated balance sheet, consolidated income statement and consolidated cash flow statement;

3.6 Additional Capabilities

Provided that the minimum requirements specified in the RFQ are complied with, Applicants are free to submit any other information they feel would be useful to SWPC in respect of its evaluation of their corporate structure, organisational, technical or financial capability and experience.

3.7 Conflicts of Interest

Each applicant must provide confirmation that it has no conflict of interest in relation to the Project or provide details of any such conflict of interest together with an explanation as to why such conflict should not be considered to be material to the conduct of a fair and transparent procurement process. A conflict of interest for these purposes includes (but is not limited to) a situation where an applicant or any affiliate or associated entity of any of them:

• has previously acted or is acting in any other capacity on or in relation to the Projects; or
• is involved or proposes to be involved in any capacity in relation to the Projects with a different Applicant or Consortium or Project Company or Lender.

3.8 Administrative Requirements

All Applicants must submit signed copies of the SOQ in soft copy of USB Stick (2 no’s) (hardcopy not allowed) and send the scan copies (in PDF format) to the following email ID:

The Vice President,
Project Delivery and Contracts Management Saudi Water Partnership Company S.M.L.L.C.,
Floor 18-19, Moon Tower,
King Fahad Road, Ar Rahmaniyya
P.O. Box: 300091
Riyadh 12341-4119,
Kingdom of Saudi Arabia
E-mail: PROCUREMENT@SWPC.SA & PDCM@SWPC.SA

Each SOQ must be in the English language and contain the contents required by this RFQ.

It is the sole responsibility of the Applicant to ensure that its SOQ is delivered to the above address by the stated deadline. The envelope should be marked with the above full address on the face and with the following information marked on the rear:

• Statement of Qualification for Supervisory services to SWPC’s ISWRs and IWTPs;
• From [Applicant Contact Person and Applicant Name];
• Address;
• Telephone Number; and
• E-mail Address.

Each SOQ must be accompanied by a certification as to its accuracy by a person legally authorised to bind the Applicant, through signing the prescribed Submission Letter attached as Appendix A.

4 EVALUATION CRITERIA

4.1 Evaluation Criteria

SWPC will evaluate each Applicant’s SOQ on the basis of the following criteria:

• Organisational and Legal Evaluation Criteria Submission Letter
➢ Provision of the Submission Letter in the form of Appendix A;

• Technical Evaluation Criteria
Technical Capability and Expertise of each Applicant should contain,
➢ Satisfactory experience in the Supervisory consultancy or similar role on strategic reservoirs projects and water transmission pipeline projects of a broadly similar nature to the Projects;
➢ Profession, Specialization and Experience of the current Technical, professional and managerial staff available for the Projects;
➢ Number of similar Projects, in which the available/designated staff participated during the last 5 Years
➢ Local content requirements

4.1.1 ISWRs

Technical Evaluation Criteria
TQR1
The Applicant must demonstrate that it has a strong track record of Supervisory Consultancy or similar role in the successfully completed ISWR Projects in the following requirements:

(a) Eligible Project Reference of the reservoir will be not less than two.

(b) Location of the Projects (Preferably at least one in KSA and other anywhere else in GCC).

(c) Minimum capacity:

1. In case of stand-alone potable water storage facilities or part of IWP/IWPP:
i. has a minimum individual tank capacity greater than or equal to 75,000 m3 and has an aggregate total capacity greater than or equal to 200,000 m3 in maximum of two projects / tank farms.

2. In case of stand-alone TSE water storage facilities or part of ISTP:
i. has a minimum individual tank capacity greater than or equal to 15,000 m3 and has an aggregate total capacity greater than or equal to 45,000 m3 in maximum of three projects / tank farms.

3. In case of IWP/IWPP:
i. has minimum capacity of 90,000 m3 /day for one (1) Project and in total exceeding 180,000 m3 /day.

4. In case of ISTP:
i. at least two (2) projects that must have a minimum individual treatment production capacity of 30,000 m3 /day.

5. In case of Petro-chemical projects:
i. has a minimum aggregate liquid petrochemical (including oil) storage capacity greater than or equal to 100,000 m3 .

(d) Number of Years the Projects are in Operation (not more than 8 years from the construction start date preceding the issue date of the RFQ)

Technical Evaluation Criteria
TQR2
The Applicant must demonstrate that their Project Team member’s experience details (through CV’s) in the similar projects also includes the following requirements

(a) Qualifications of the team proposed by the consultant.
(b) Experience of the team leader with similar projects.
(c) Team member’s experience in ISWR projects transactions (for both procurers & bidders), in the region & internationally.
(d) Extent of time expected to be spent by each team member in KSA.

Technical Evaluation Criteria
TQR3
The KSA Vision 2030 recognizes the critical importance of local content, and the focus on encouraging employment for Saudi Nationals, SWPC is taking steps to encourage bidding companies to employ Saudi Nationals.

(a) The Bidder must have office in KSA/ to be in KSA before awarding the Contract.
(b) A minimum target of 25% of CV’s presented (and employees assigned to the project) must be Saudi Nationals. This will be monitored during execution and if violated will result in a penalty of 2% of the total Contract value for each invalid CV, with no set maximum.
(c) There will be an Incentive approach for each (%) over 25% of Local content during bid evaluation process.
(d) Incentive of total spending on training and development for Saudi Nationals.
(e) Subsequent Penalty regime will be there, if it is less than 25% of local content in submitted CV’s.

For SOQ purposes, the Applicant must confirm in writing their intention to meet the above criteria in submitting in response to the RFP.

• Financial Evaluation Criteria

Credit Standing of each Applicant in relation to
➢ Overall financial strength and credit status.
Financial Evaluation Criteria
FQR1
(a) Total Assets

(b) Total Liabilities

(c) Net income

4.1.2 IWTPs

Technical Evaluation Criteria
TQR1
The Applicant must demonstrate that it has a strong track record of Supervisory Consultancy or similar role in the successfully completed IWTP’s in the following requirements:

(a) Eligible Project Reference of Water Transmission Pipeline not less than two.

(b) Location of the Projects (Preferably at least one in KSA and other anywhere else in GCC)

(c) Each IWTP projects with a minimum of.

1. If standalone IWTP, 100 km, or
2. If part of IWP/IWPP, 30 km + 90,000 m3 /day capacity

(d) Number of Years the Projects are in Operation (not more than 8 years from the construction start date preceding the issue date of the RFQ)

Technical Evaluation Criteria
TQR2
The Applicant must demonstrate that their Project Team member’s experience details (through CV’s) in the similar projects also includes the following requirements

(a) Qualifications of the team proposed by the consultant.
(b) Experience of the team leader with similar Projects.
(c) Team member’s experience in IWTP Projects transactions (for both procurers & bidders), in the region & internationally.
(d) Extent of time expected to be spent by each team member in KSA.

Technical Evaluation Criteria
TQR3
The KSA Vision 2030 recognizes the critical importance of local content, and the focus on encouraging employment for Saudi Nationals, SWPC is taking steps to encourage bidding companies to employ Saudi Nationals.

(a) The Bidder must have office in KSA/ to be in KSA before awarding the Contract.
(b) A minimum target of 25% of CV’s presented (and employees assigned to the project) must be Saudi Nationals. This will be monitored during execution and if violated will result in a penalty of 2% of the total Contract value for each invalid CV, with no set maximum.
(c) There will be an Incentive approach for each (%) over 25% of Local content during bid evaluation process.
(d) Incentive of total spending on training and development for Saudi Nationals.
(e) Subsequent Penalty regime will be there, if it is less than 25% of local content in submitted CV’s.

For SOQ purposes, the Applicant must confirm in writing their intention to meet the above criteria in submitting in response to the RFP.

• Financial Evaluation Criteria
Credit Standing of each Applicant in relation to
➢ Overall financial strength and credit status.
Financial Evaluation Criteria
FQR1
(a) Total Assets

(b) Total Liabilities

(c) Net income

5 SUBSEQUENT BID PROCESS

5.1 Request for Proposals

Following SWPC’s selection of pre-qualified Bidders, an RFP will be issued to such prequalified Bidders. The RFP will include, inter alia, the following information:

• Instructions to Bidders;
• General Technical Specifications;
• Scope of Work;
• List of Deliverables for submission;
• Timeframe, Price and Payment Terms;

Parties submitting replies to the RFP will be required to submit, inter alia, the following as part of their bid:

• The Supervisory Consultants shall give their proposed price quote as a lump sum including all expenses, expressed on a monthly basis for the duration of the Project(s). The price shall be inclusive of all taxes, including VAT;
• Confirmation that it accepts the given scope of Work;
• Confirmation regarding submission of all Deliverables;
• Confirmation that it abides by SWPC’s conflict of interest policy.

Within the Instructions to Bidders section of the RFP, SWPC will outline in detail the documentation required to be submitted by Bidders, SWPC reserves the right to reject any or all bids or submissions in response to the RFP. Bidders will be responsible for costs incurred in preparing their bids.

5.2 Bid Evaluation Criteria

The bid evaluation criteria will be provided, in detail, as part of the RFP.

However, it is expected that the major evaluation criteria will be the overall proposed price quote for entire duration of each project Construction, Commissioning and successful completion of the Project up to PCOD. The monthly basis of fee payments will be subject to satisfaction of certain minimum compliance criteria to include inter alia submission of all deliverables to be specified in the RFP.

APPENDIX A – Submission Letter

[Letterhead of Applicant]
The Vice President,
Project Delivery and Contracts Management
Saudi Water Partnership Company S.M.L.L.C
Floor 18-19, Moon Tower,
King Fahad Road, Ar Rahmaniyya
P.O. Box: 300091
Riyadh 12341-4119,
Kingdom of Saudi Arabia
PDCM@SWPC.SA

[Date]

We, the undersigned:

Last Name:
First Name:
Title: [Chairman/Vice Chairman/President/Vice President]

of [Name of company], acting as the legal representative of Applicant, hereby certify, represent, warrant and agree, on behalf of [Applicant] that:

1. This Submission Letter, along with all documentation submitted herewith, forms our Statement of Qualification (“SOQ”), which is being submitted in response to the Request for Qualification (“RFQ”) dated prior to the bid submission date for Supervision services of Independent Strategic Water Reservoir (“ISWR”), and Independent Water Transmission Pipeline (“IWTP”) issued by SWPC. All capitalized terms used herein have the same meaning as in the RFQ.

2. We certify that: (i) the information submitted as part of this SOQ is complete, accurate and true and does not omit any information which might make the information contained in the SOQ misleading in any material respect and (ii) we accept the documents, terms and conditions set out in the RFQ.

3. We fully understand the RFQ, and acknowledge that SWPC is not obligated to accept our SOQ and may at any time reject our SOQ or cancel the prequalification process in its sole discretion.

4. We fully release and discharge SWPC, its consultants, advisers and personnel, completely and unconditionally from any responsibility or liability for the decisions that may be made with respect to our Pre-Qualification and that SWPC, its consultants, advisers and personnel shall not be liable for any such actions and shall be under no obligation to inform any Applicant of the grounds for them.

5. [We confirm that we are not aware of any situation constituting a conflict of interest (as set out at Paragraph 3.7 of the RFQ) or could potentially give rise to such a conflict of interest in connection with this Project.] OR [We have identified a conflict of interest of the sort as set out at paragraph 3.7 of the RFQ in connection with this Project and the nature and details of this conflict are set out below.]1

6. SWPC and its authorized representatives are hereby authorized to conduct any inquiries or investigations to verify the statements, documents, and information submitted in connection with this SOQ, and to seek clarification from our bankers and clients regarding any financial and technical aspects. This Letter will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information, to provide such information deemed necessary and requested by you to verify statements and information provided in this SOQ or with regard to the resources, experience and competence of the Applicant(s). In [Location], on this [Date]

Signature: _________________________ _ 1 Please identify the statement that would be applicable to you.

APPENDIX B – Technical Capability Form Sheet

Appendix B1: Summary of ISWR and IWTP

Projects Supervisory experience

The Applicant must demonstrate that it has a strong track record of Supervisory Consultancy or similar role in the successfully completed ISWR and IWTP Projects in the following requirements.

Information in the tables below is for the purpose of demonstrating TQR1 is met.

+++

1. ISWR

Items
ISWR Project 1
ISWR Project 2
Name of project
Firm’s Role Completion Certificate Attached Yes/No
Location of project, Country
Project Capacity* in m3
Project type (BOO, BOOT, etc.)
Independent / with Consortium
Project Development Company
Construction commencement date
Dates of scheduled and actual commercial operation of each unit**
Process technology used & Material
Entity to whom water storage provided
Duration of contract/concession

Note:

• The applicant should submit the Project completion Certificates (Scan copies) with reference to the above Project references.

• Location of the Projects (Preferably at least one in KSA and others anywhere else in GCC or International).

* Project Capacity must be according to 4.1.1.

** COD must be within 8 years of issue date of this RFQ

2. IWTP

Items
IWTP Project 1
IWTP Project 2
Name of project
Firm’s Role Completion Certificate Attached Yes/No
Location of project, Country
Pipeline Length in km & Pipeline Capacity in m3*
Pipeline Capacity in m3 /day
Project type (BOO, BOOT, etc.)
Independent / with Consortium
Project Development Company
Construction commencement date
Dates of scheduled and actual commercial operation of each unit**
Process technology used / Material
Entity to whom water storage provided
Duration of contract/concession

Note:

• The applicant should submit the Project completion Certificates (Scan copies) with reference to the above Project references

• Location of the Projects (Preferably at least one in KSA and others anywhere else in GCC or International)

* Project Length and Capacity must be according to 4.1.2.

** COD must be within 8 years of issue date of this RFQ.

Appendix B2: Team Leader and Team members References

The Applicant must demonstrate that their Project Team member’s experience details (through CV’s) in the similar projects also includes the following requirements. Information given below is for the purpose of demonstrating that TQR2 is met.

1. Academic Qualifications of the Teams Proposed by the Consultant.

2. Total Experience of the Team leader in similar projects. Provide the list of Project and Contact Details along with an extent of time spent in KSA. (Minimum 15 Years of total experience and minimum of 5 years as Team leader in similar Projects).

3. Team members experience in ISWR and IWTP Projects Transactions (for both Procurers & Bidders), in the Region & Internationally along with an extent of time spent by each team member in KSA. (A Minimum of total 5 Years of total experience in similar Projects).

4. Mandatory Requirement of Saudization.

5. Extent of time expected to be spent by each team member in KSA

6. Tabular list of projects of each member Appendix B3: Local Content Requirements

The Applicant must demonstrate the Local Content requirements that includes office set up & registration in KSA, number of Saudi Nationals as members of their full time Project Team expected to be on the project, along with their requisite experience details (through CV’s) having done work in the similar projects. In addition, this should identify any training programs planned for Saudi Nationals, who are in the project team.

Information given below is for the purpose of demonstrating that TQR3 is met.

(a) Office in KSA:

The Bidder must have an office in KSA or if not, must commit to establishing one in KSA before SWPC awards the Contract. The Applicant must provide a copy of the company registration.

(b) Saudization:

A minimum of 25% of CV’s presented (and employees assigned to the project) must be Saudi Nationals with proper experience and engineering background. This will be monitored during execution and if violated or not met, will result in a penalty. Moreover, an Incentive regime is applicable for recruiting a higher percentage of locals over and above the 25% minimum.

➢ Incentive Regime: This is applicable during the RFP Evaluation process only.

By meeting the minimum criteria of 25% of local employees as noted above, the Applicant is eligible to get 25% of the total weighted score in this context. Any higher percentage (above the minimum criteria) of Saudi nationals in the Team are entitled to get incentive benefit as follows;

➢ From 26% ~ 100% of local employees — eligible to get proportional 26% to 100% of the total Weighted Score in this item. By way of numerical example, if Saudization is weighted 20% of the total score, then achieving the minimum enables the Applicant to score 5 (which is 25% of the total weighted score). If the Applicant is able to achieve 40% Saudization, then the Applicant is scored 8 points (which is 40% of the Total weighted score).

➢ Penalty Regime: This is only applicable during Project execution period.

After awarding the contract, the Successful Bidder has to follow the requirements as described and committed to in their submitted proposal (including any amendments).

In case the successful Bidder is in violation, i.e. any reduction of each Saudi national employee during billing period (every month), will result in a deduction of 10% from the total monthly Invoice Payments from SWPC.

By way of numerical example, if the Company commits to using 5 Saudi Nationals on the project but only uses 4, their monthly invoice will be reduced by 10% for the entire month, and until such time as the Applicant is able to demonstrate to SWPC that they are meeting the Saudization targets as per their bid submission. If the Company uses only 3 Saudi Nationals, then their monthly invoice is reduced by 20%.

(c) Training Program for Saudi national Employees:

A minimum target of 1% of total value of the Bid is to be spent on a training program for Saudi Nationals. This must be specified during bid submission against RFP issuance from SWPC. This will be monitored during execution and if violated will result the following penalty. An Incentive regime is also applicable for allocating a higher percentage as follows.

➢ Incentive Regime: It is applicable during RFP Evaluation process only.

The Applicant allocating the minimum criteria of 1% of total value of the Bid will eligible to get 25% of the total weightage score in this Item. For any higher percentage (above the minimum criteria) of total value spending for Training program for Saudi nationals training program, the relevant incentive benefits are as follows;

➢ From 2% ~ 3% of total bid value — eligible to get 50% of the total Weighted Score in this item.

➢ From 3% ~ 4% of total bid value — eligible to get 75% of the total Weighted Score in this item.

➢ From 4% ~ >5% of total bid value — eligible to get 100% of the total Weightage Score in this item.

➢ Penalty Regime: It is applicable during Project execution period.

After awarding the contract, the Successful Bidder has to follow the requirements in this context as per the Bid submission. Any violation will result in deduction of 2 X Agreed amount from the total value of the bid. Details are disclosed in Payment terms of RFP.

Note:

To the extent that the Applicant is currently unable to demonstrate its ability to meet TQR3 requirement at this time, the Applicant must state in writing that it will do so prior to award of the Contract, should they be the successful Bidder.

APPENDIX C – Financial Status Form Sheet

Applicant Name:
Applicants must provide audited financial statements for each of the last three financial years as summarized in the form sheet below, and if a consortium for each member thereof.

Financial statements must include a consolidated balance sheet, income statement and where available, cash flow statement.

Where an Applicant has less than three years of operation, each Applicant must submit the aforementioned for the period of operation.

Applicant
Financial Year2019Financial Year2020Financial Year2021
Local currencyUSD’000/SARLocal currencyUSD’000/SARLocal currencyUSD’000/SAR
Turnover
–
–
–
–
–
–
Net Income before tax
–
–
–
–
–
–
Net income after tax
–
–
–
–
–
–

Cash and cash equivalents
–
–
–
–
–
–
Total assets
–
–
–
–
–
–

Debt payable within the next financial year
–
–
–
–
–
–
Total long term debt
–
–
–
–
–
–
Total liabilities
–
–
–
–
–
–

Net assets/Shareholders Funds
–
–
–
–
–
–

GAAP used:
–
–
–
–
–
–

Notes from Applicant:

For More Details download the file

  • iamge description Site Supervision Servises for SWPC’s ISWRs and IWTPs

News

  • Pre-qualification program for SWPC projects
  • SWPC Announces Financial Close of Juranah ISWR to
    support the potable water distribution system
  • SWPC has awarded as Public Water Agency of the Year 2024
  • SWPC has received the the private sector bids for Ras Mohaisen Independent Water Plant (IWP)
  • SWPC Announces Financial Close of Rayis-Rabigh Independent Water Transmission pipeline
  • Al Fadley signs an agreement of Al Haer Independent Sewage Treatment Plant Project in partnership with the private sector.
  • Request for Propsals for Jubail 4&6 IWP has been issued to the pre-qualified bidders
  • AlFadley, signed the project agreements of Juranah ISWR
  • Juranah ISWR Project Prices Announcement
  • Advisors’ Empanelment 2023
  • SWPC Announces Financial Close of Rabigh-4 Independent Water Plant
  • Al-Haer ISTP Prices Announcement
  • Request for Proposals for Jubail – Buraydah IWTP has been issued
  • SWPC has received the Private Sector bids for Al-Haer ISTP Project
  • Request for Proposals for Small Sewage Treatment Plant (SSTP) and Collection Network (CN) for Jazan Cluster Project has been issued
  • SWPC has received the Private Sector bids for Rayis – Rabigh IWTP
  • SWPC is pleased to announce the Preferred and Reserved Bidders and their Levelized Water Cost for Rabigh-4 IWP
  • List of the interested companies who submitted EOIs for Jubail 4&6 IWP Project
  • RFQ has been issued to the interested companies for Jubail 4&6 IWP
  • Request for Expressions of Interest for Jubail 4 & 6 Independent Water Project
  • Request for Proposals for Juranah Independent Strategic Water Reservoirs Project has been issued
  • Request for Proposals for Ras Mohaisen IWP has been issued
  • Request for Proposals for Al Haer Independent Sewage Treatment Plant (ISTP) Project has been issued
  • SWPC received Proposals for Rabigh 4 IWP
  • H.E. AlFadley: The completion of the Shuaibah-3 conversion project enhances the reliability of water supply to the Makkah Al-Mukarramah region and achieves environmental and financial benefits
  • INTERNATIONAL DESALINATION ASSOCIATION PRESENTS AWARDS AT 2022 WORLD CONGRESS, “CHARTING RESILIENT WATER SOLUTIONS,” IN SYDNEY, AUSTRALIA
  • Request for Proposals for Rayis – Rabigh IWTP has been issued
  • Request for Proposals for Mohaisen – Baha – Makkah IWTP has been issued
  • Pre-qualified bidders for The Eastern Province project & Al-Ahsa Independent Strategic Water Reservoir (ISWR)
  • Subject: Request for Proposals for Rabigh-4 IWP has been issued
  • Pre-qualified bidders for Small Sewage Treatment Plant (SSTP) and Collection Network (CN) for Jazan Cluster
  • Pre-qualified bidders for Riyadh East and Khamis Mushait Independent Sewage Treatment Plants (ISTP) Project
  • Pre-qualified bidders for Al Haer Independent Sewage Treatment Plant (ISTP) Project
  • Pre-qualified bidders for Juranah Independent Strategic Water Reservoirs
  • Pre-qualified bidders for Rayis – Rabigh Independent Water Transmission Pipeline Project (IWTP)
  • Pre-qualified bidders for Jubail – Buraydah Independent Water Transmission Pipeline Project (IWTP)
  • Pre-qualified bidders for Riyadh – Qassim Independent Water Transmission Pipeline Project (IWTP)
  • IDA Announces H.E. Eng. Khaled Al Qureshi, CEO of Saudi Water Partnership Company, as Chairman of the IDA Public and Private Utility Advisory Committee
  • Site Supervision Servises for SWPC’s ISWRs and IWTPs
  • SWPC Announces Financial Close of Tabuk-2 Independent Sewage Treatment Plant
  • SWPC Announces Financial Close of Buraydah-2 Independent Sewage Treatment Plant ISTP
  • SWPC Announces Financial Close of Madinah-3 Independent Sewage Treatment Plant
  • Pre-qualified bidders for Ras Mohaisen – Baha – Makkah Independent Water Transmission Pipeline Project (IWTP)
  • Prince of Jazan region inaugurates Al Shuqaiq 3 project
  • RFQ has been issued to the interested companies for The Eastern Province project & Al-Ahsa Independent Strategic Water Reservoir
  • List of the interested companies who submitted EOIs for Al-Ahsa & The Eastern Province project Independent Strategic Water Reservoir
  • RFQ has been issued to the interested companies for for Jubail- Buraydah IWTP Project
  • RFQ has been issued to the interested companies for for Riyadh-Qassim IWTP Project
  • Request for Expressions of Interest for Al-Ahsa & Eastern Province Independent Strategic Water Reservoir Project
  • List of the interested companies who submitted EOIs for Riyadh-Qassim IWTP Project
  • List of the interested companies who submitted EOIs for Jubail- Buraydah IWTP Project
  • RFQ has been issued to the interested companies for Riyadh East and Khamis Mushait Independent Sewage Treatment Plant
  • RFQ has been issued to the interested companies for Al Haer Independent Sewage Treatment Plant
  • List of the interested companies who submitted EOIs for Al Haer Independent Sewage Treatment Plant
  • List of the interested companies who submitted EOIs for Riyadh East and Khamis Mushait Independent Sewage Treatment Plant
  • List of the interested companies who submitted EOIs for Rayis – Rabigh IWTP Project
  • List of the interested companies who submitted EOIs for Juranah Independent Strategic Water Reservoir
  • RFQ has been issued to the interested companies for Juranah Independent Strategic Water Reservoir Project (ISWR)
  • Request for Expressions of Interest for Al Haer Independent Sewage Treatment Plant
  • Request for Expressions of Interest for Riyadh East and Khamis Mushait Independent Sewage Treatment Plant
  • Request for Expressions of Interest Jubail – Buraydah Independent Water Transmission Pipeline
  • Signing an agreement for Madinah-3 Independent Sewage Treatment Plant Project
  • Signing an agreement for the Buraidah-2 and Tabuk-2 projects
  • Request for Expressions of Interest Riyadh – Qassim Independent Water Transmission Pipeline
  • Madinah-3 ISTP Bid Prices Announcement
  • Request for Expressions of Interest Rayis – Rabigh Independent Water Transmission Pipeline
  • Buraydah-2 and Tabuk-2 ISTPs Bid Prices Announcement
  • RFQ has been issued to the interested companies for Ras Mohaisen – Baha – Makkah Independent Water Transmission Pipeline Project (IWTP)
  • Dammam West ISTP Outfall Pipeline RFQ has been issued to the interested companies
  • List of the interested companies who submitted EOIs for Dammam West ISTP Outfall Pipeline Project
  • List of the interested companies who submitted EOIs for Rabigh-4 IWP
  • Rabigh-4 IWP RFQ has been issued to the interested companies
  • Request for Expressions of Interest for Juranah Independent Strategic Water Reservoir
  • Jazan SSTPs RFQ has been issued to the interested companies
  • Request for Expression of Interest for Implementation of Outfall Pipeline for Dammam West Independent Sewage Treatment Plant
  • June 22, 2021 Jubail-3B signing agreement project
  • List of the interested companies who submitted EOIs for for SSTP Programme in Jazan Region
  • List of the interested companies who submitted EOIs for Ras Mohaisen – Baha – Makkah Independent Water Transmission Pipeline Project (IWTP)
  • Announcement of Qualified Bidders for Ras Mohesen IWP
  • Request for Expressions of Interest for Rabigh-4 Independent Water Project
  • Laying the foundation stone for the Taif Independent Water Treatment Plant project
  • Jubail 3B IWP Bid Prices Announcement
  • SWPC received Proposals for Buraydah-2 and Tabuk-2 ISTPs
  • SWPC received Proposals for Madinah-3 ISTP
  • Request for Expressions of Interest for Ras Mohaisen – Baha – Makkah Independent Water Transmission Pipeline
  • SWPC Announces Financial Close of Yanbu-4 Independent Water Plant
  • Yanbu-Rayis pipeline (enclosure to Yanbu-4 Project) agreements signing
  • Report on EOIs Received for Ras Mohaisen IWP
  • Ras Mohaisen IWP RFQ has been issued to the interested companies
  • SWPC Announces Financial Close of Jubail-3A Independent Water Plant
  • The Taif independent wastewater treatment plant project in Saudi Arabia achieves financial closure
  • Request for Expressions of Interest for Ras Mohaisen Independent Water Project
  • Financial Close of Jeddah Airport-2 wastewater treatment plant
  • CEO’s part at the water sector development symposium
  • Investing in Renewed Water Seminar
  • An invitation to attend a webinar to discuss investment opportunities in renewed water with the participation of the private sector
  • Buraydah-2 and Tabuk-2 ISTPs RFP has been issued to the qualified bidders
  • Madina-3 ISTP RFP has been issued to the qualified bidders
  • Despite of the Evolving COVID-19 Pandemic, the ‘First of its Type’ Independent Sewage Treatment Plant in KSA Reaches Financial Closing
  • Announcement of Qualified Bidders for Buraydah-2 and Tabuk 2 ISTPs
  • Announcement of Qualified Bidders for Madinah 3 ISTP
  • Jubail-3A
  • Appointment of Preferred Bidder for Jubail 3A IWP Project
  • Jubail 3A IWP Bid Prices Announcement
  • 2nd IWP Plant Signed in KSA R1
  • Madinah ISTP RFQ has been issued to the interested companies
  • Appointment of Preferred Bidder for Yanbu-4 IWP Project
  • Yanbu-4 project prices
  • Buraydah and Tabuk ISTPs RFQ has been issued to the interested companies
  • Report on EOIs Received for Madinah 3 ISTP
  • Report on EOIs Received for Buraydah-2 and Tabuk-2 ISTPs
  • Expression of interest for supervisory consultant services
  • Request for EOI to conduct Reliability Assessment
  • Request for Expressions of Interest for Madinah 3 Independent Sewage Treatment Plant
  • Request for Proposals “RFP” Jubail_3B of IWP has been issued
  • Request for Expressions of Interest for Buraydah-2 and Tabuk-2 Independent Sewage Treatment Plants
  • Request for Expressions of Interest for Madinah 3 Independent Sewage Treatment Plant
  • Appointment of Preferred Bidder for the TAIF ISTP Project
  • SWPC has received Proposals for Yanbu-4 IWP
  • Request for Proposals “RFP” of Yanbu 4 IWP has been issued
  • Invitation to Saudi companies and consulting offices for Expression of Interest in providing consultancy services for the Company’s projects
  • Signed the agreements of the independent wastewater treatment plant project in Dammam
  • SWPC announce Prices of Taif ISTP
  • RFP issued for Advisory Services to study the potential Transaction of Independent Water Transmission Pipelines (IWTP) Projects
  • Request for Proposals “RFP” of Jubail-3A IWP has been issued
  • Announcement of Qualified Bidders for Jubail-3 IWPs Project
  • SWPC received Proposals for Taif ISTP
  • Request for EOI to conduct Site Studies
  • Successful Advisor announced for Jubail 3A & 3B IWPs Package Transaction Advisory Services
  • Request for EOI to conduct Site Studies
  • Request for EOI to conduct Site Studies
  • Jubail-3 IWPs RFQ has been issued to the interested companies
  • Jubail-3 IWPs RFQ has been issued to the interested companies
  • Report on EOIs Received for Jubail-3 IWPs
  • Report on EOIs Received for Jubail-3 IWPs
  • Request for Proposals “RFP” of Yanbu 4 IWP has been issued
  • Announcement of Qualified Bidders for Yanbu-4 IWP Project
  • Announcement of Qualified Bidders for Yanbu-4 IWP Project
  • Successful Advisor announced for Batch-2 ISTPs Transaction Advisory Services
  • Successful Advisor announced for Jubail 3A & 3B IWPs Package Transaction Advisory Services
  • Successful Advisor announced for Batch 2 ISTPs Transaction Advisory Services
  • RFP issued for Makkah Region ISWR Transaction Advisory Services
  • Request for Expressions of Interest for Jubail (Phase- 3) Independent Water Projects
  • RFP issued for Taif ISTP Project
  • Announcement of Qualified Bidders for Taif ISTP Project
  • Yanbu-4 RFQ issued to the interested companies
  • Issue of Request for Expressions of Interest for Yanbu Phase 4 Independent Water Project
  • SoQs received for Taif ISTP project
  • Issue of RFP for Advisors Services for ISTP (Batch 2)
  • RFQ Issued for Taif ISTP
  • Water and Electricity S.M.L.L.C. Signs Agreement with a Consortium led by MARAFIQ to Construct & Operate a Sewage Treatment Plant Located at Jeddah Airport
  • Qualified companies authorized to receive RFP for Technical Consultants
  • Request for Qualification (RfQ)
  • Appointment of Preferred Bidder for the Jeddah Airport 2 ISTP Project
  • Qualified companies authorized to receive RFP for Supervision Consultants
  • Signing the agreement of Shuqaiq-3 Independent Water Plant
  • WEC announces the Jeddah Airport 2 ISTP Prices
  • Request for EoI from financial, legal and technical advisors for IWP & STP
  • Agreement Signing for Dammam ISTP
  • Signed the agreements of the independent wastewater treatment plant project in Dammam
  • Saudi Water Forum
  • Request for Expressions of Interest for Taif Independent Sewage Treatment Plant
  • WEC announces qualified companies for Supervision Consultation of Desalination Projects
  • Signing Agreement of Rabigh-3 IWP
  • Appointment of Preferred Bidder for the Dammam ISTP Project
  • Appointment of Preferred Bidder for the Shuqaiq-3 IWP Project
  • WEC announces the Shuqaiq-3 IWP Bids Prices
  • Appointment of Preferred Bidder for the Rabigh-3 IWP Project
  • WEC seeks to appoint “Supervisory Consultant” to support upcoming Desalination/STP Projects
  • WEC has received Proposals for Jeddah ISTP
  • The Council of Ministers has Approved to Tender 6 Projects of Water and Sewage
  • WEC announces the Dammam ISTP Prices
  • WEC has received Proposals for Shuqaiq-3 IWP
  • WEC announces the Rabigh-3 IWP Prices
  • WEC has received Proposals for Dammam West ISTP
  • WEC has received Proposals for Rabigh-3 IWP
  • WEC announces Qualified Companies for Shuqaiq-3 IWP
  • Issue of RFP for Rabigh-3 IWP
  • WEC Board of Directors approval on issue of RFP for Rabigh-3 IWP
  • RFP of Jeddah 2 ISTP has been issued
  • WEC announces Qualified Companies for Jeddah 2 ISTP
  • Issue of RFP for Shuqaiq-3 IWP
  • Issue of RFP for “Site Supervision Services” for Shuaibah-3 Expansion-II IWP Project
  • WEC Issues Request for Expressions of Interest for Jubail-3 IWPP
  • Issue of RFP for Dammam West ISTP
  • RFQ Issued for Jeddah Airport 1 & 2 ISTP
  • Extension of EOI Submission for Jeddah Airport-2 STP
  • يتقدم منسوبي شركة الماء والكهرباء بالتهنئة لمعالي وزير البيئة والمياه والزراعة
  • RFQ Issued for Dammam STP
  • RFQ for Shuqaiq 3 IWP Issued
  • Jeddah Airport 2 Independent Sewage Treatment Project – Request for Expressions of Interest issued by WEC
  • Dammam Independent Sewage Treatment Project – Request for Expressions of Interest issued by WEC
  • WEC Issues Request for Expressions of Interest for Yanbu Phase 4 Independent Water Project
  • WEC Issues Request for Expressions of Interest for Shuqaiq Phase 3 Independent Water Project
  • Shuaibah-3 Expansion II IWP reaches Financial Close
  • RFQ for Rabigh-3 IWP issued
  • Expressions of Interest for Rabigh-3 IWP received
  • WEC Issues Request for Expressions of Interest for Rabigh 3 Independent Water Project
  • Expansion of Water & Electricity L.L.C
  • Shuaibah Project Wins Outstanding GWI Award
  • WEC Awarded Distinction Water Agency
  • Shuaibah IWPP Awarded ‘Project Finance Deal

NEWS AND EVENTS

  • Pre-qualification program for SWPC projects

    May 29, 2024

  • SWPC Announces Financial Close of Juranah ISWR to
    support the potable water distribution system

    May 27, 2024

  • SWPC has awarded as Public Water Agency of the Year 2024

    April 17, 2024

SAUDI WATER PARTNERSHIP COMPANY

Welcome to the future of water in Saudi Arabia.

Moon Tower 2nd - 18th – 19th Floor
P.O. Box 300091 Riyadh 11372 Kingdom of Saudi Arabia
+966 9200 029 88
info@swpc.sa

Useful Links

  • Introduction
  • News & Events
  • Careers
  • Contact Us
  • Reports
  • Surveys

2025 Saudi Water Partnership Company - All rights reserved

Scroll Top