Retender - Rehabilitation of LABOOS Booster Water Pump Station in Yemen - ''YEHCP''
UNOPS
Retender - Rehabilitation of LABOOS Booster Water Pump Station in Yemen - ''YEHCP''
Request for quotation
Reference:
RFQ/2025/59613
Beneficiary countries or territories:
Yemen
Registration level:
Basic
Published on:
30-Sep-2025
Deadline on:
20-Oct-2025 09:00 0.00
Description
Retender - Rehabilitation of LABOOS Booster Water Pump Station in Yemen - ''YEHCP'':
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
- LOT 1 - EHC-AF3-WS-LAH-005 - Supply, Install and operate new hybrid PV diesel system, to operate of Laboos Water Well and FORWARD, BOOSTER Water Pump Station
- LOT 2 - EHC-AF-WS-LAH-005 - Supply, Install and operate new 33KV Overhead Line and Power Transmission System, to operate of Laboos Water Well and Booster water pump station
- LOT 3 - EHC-AF-WS-LAH-005 - Supply, Install and operate new Pumps, Motor, DG, piping and fitting and control Panel provision of equipment, tools and materials of the FORWARD And BOOSTER WATER PUMPING STATION
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
This tender has been posted through the UNOPS eSourcing system. / Cet avis a été publié au moyen du système eSourcing de l'UNOPS. / Esta licitación ha sido publicada usando el sistema eSourcing de UNOPS. Vendor Guide / Guide pour Fournisseurs / Guíra para Proveedores: https://esourcing.unops.org/#/Help/Guides
First name:
N/A
Surname:
N/A
| Link | Description | |
|---|---|---|
| https://esourcing.unops.org/#/Help/Guides | UNOPS eSourcing – Vendor guide and other system resources / Guide pour fournisseurs et autres ressources sur le système / Guía para proveedores y otros recursos sobre el sistema |
26131507
-
Solar power plants
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 - We would like to seek clarification regarding Lot 1 in the BOQ and the Technical Questionnaire.In the BOQ, the transformer rating is mentioned as 10 .1 3 MVA, 11/ 33KV/50 HZ step-up power transformer only , whereas in the Technical Questionnaire, it is specified as it meantion ITEM NO. 12 13 MVA, 11/ 33KV/50 HZ step-up power transformer and ITEM NO .13 1.5 MVA, 0.4/11 kV, 50 Hz step-up transformer. This clarification is essential for us to ensure accurate and compliant pricing in our proposal.Ans 1 - There are no contradictions or differences. in the 3 MW transformer capacity between the Bill of Quantities and the Technical Questionnaire.As stated in the Bill of Quantities, Item 10.1: ""Supply, installation, testing, and commissioning, power transformer 3 MVA, step-up 11/33 KV, and as also stated in the Technical Questionnaire, Item 12.5: Power Transformer, normal continuous rating in MVA under site conditions at all taps: 3 MVA, step-up 11/33 KV with (MR - or equivalent).Therefore, please carefully study the offer in accordance with the provisions of the tender documents."The contractor must adhere to all requirements contained in the specifications, drawings, technical questionnaire, and bills of quantities.
Edited on:
13-Oct-2025 22:04
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 Dear UNOPS, Kindly confirm the following points:LV Cables (1C x 300 mm²):We normally use aluminium wire armouring for MV/HV (e.g., 33 kV) to limit eddy-current losses. For LV, we typically use SWA.Please confirm acceptance of:CU/XLPE/SWA/PVC (1C × 300 mm²), orCU/XLPE/PVC (unarmoured) if the route is fully mechanically protected (ducts/trays).Transformer Vector Group:As per IEC 60076 notation, YNd11 means: HV side = Y with neutral (YN), LV side = delta (d), with 30° phase displacement (clock 11).Please confirm this understanding.PV Inverters / DC Layout:Since the selected string inverters provide sufficient MPPT/string inputs, we propose omitting external DC combiner boxes and the two 180 m DC cable runs, and landing strings directly at the inverters (with the required DC disconnects/protection).Please confirm if this approach is acceptable.We appreciate your guidance so we can proceed accordingly.Ans 1 - The contractor must adhere to all requirements contained in the specifications, drawings, technical questionnaire, and bills of quantities.
Edited on:
13-Oct-2025 22:02
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 Subject: Clarification Request – RFQ/2025/59613 Retender – Clarification on Transformer Specifications in Lot 1 , Dear UNOPS Sana’a Office,With reference to RFQ/2025/59613 Retender – Rehabilitation of LABOOS Booster Water Pump Station in Yemen – “YEHCP”, we would like to request clarification regarding the transformer specifications listed in Lot 1 – Bill of Quantities: In Section 9.1.2, the item is described as:“Step-up transformer 0.415/11 kV,1500 kVA, YNd11, (suitable for PV solar system) (altitude 2550 m) (2 units).” In Section 9.1.3, the description is identical:“Step-up transformer 0.415/11 kV,1500 kVA, YNd11,(suitable for PV solar system) (altitude 2550 m) (2 units).”Ans 1 - The description of Clause 9.1.2 and Clause 9.1.3 for step-up transformers is very clear. You can refer to the drawings and bills of quantities, which outline all the technical requirements.The contractor must adhere to all requirements contained in the specifications, drawings, technical questionnaire, and bills of quantities. Could you kindly confirm whether the item in Section 9.1.3 should instead refer to a “Step-up transformer 0.415/11 kV,1500 kVA, YNd11,(suitable for Generators) (altitude 2550 m) (2 units).”, or if the current description is correct?Your clarification on this matter will be highly appreciated to ensure our offer aligns accurately with the required specifications.
Edited on:
13-Oct-2025 22:01
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 Dear UNOPS Team, We kindly request an extension of one week for this tender. I look forward to your positive response.Ans 1 - Any extension granted will be presented as an amendment in e sourcing platform, no extension as of today is granted.
Edited on:
13-Oct-2025 21:04
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 We would like to seek confirmation regarding the origin of materials. As many reputable manufacturers operate their production facilities in China, please confirm whether products manufactured in China are acceptable for this project.Ans 1 - Please adhere to everything stated in the specifications, technical questionnaire and bill of quantitiesQ2 Dear Procurement Team,During our review of the tender documents for the Laboos Forwarding Pumping Station, we noted the following discrepancy:The P&ID drawings indicate four well field flow meters.However, these flow meters are not listed in the Forward Pumping Station Bill of Quantities (BOQ).Kindly confirm whether the flow meters are to be included in the scope of supply and installation, or if they should be excluded.Ans 2 - Note: Only the materials and quantities of flow meters explicitly listed in the Bill of Quantities are included in the scope of supply and installation. Any items or quantities not specified therein are excluded from this scope.Q3 - In Lot-1, specifically in the Technical Questionnaire point 4.4 regarding PV inverters, it was stated that the number of inputs must be no less than 16 inputs .However, there are currently no available 100 kW on-grid string inverters that feature 16 inputs and max input voltage of 1500 VDC. According to the electrical drawings for Lot-1, each string consists of 16 solar panels in series, totaling 12 strings.We have reached out to leading manufacturers of on-grid inverters, and none have models that meet the specified requirements (100-110 kW, 16 inputs, 1500 VDC maximum input voltage).The available options only include inverters with 12 inputs at the same power range and max input voltage 1500VDC.Ans 3 - Bidders are required to strictly adhere to the specifications and ensure that the proposed inverter meets the technical requirements specified for the operation of 1500 VDC solar PV inverters, as per Clause 4.4 of the Technical Questionnaire and Clause 3.1 of the Bill of Quantities.This is to ensure compatibility with and maintain compatibility with the solar PV module panels, also rated at 1500 VDC, as per Clause 1.4 of the Technical Questionnaire and Clause 1.1 of the Bill of Quantities. This compatibility is essential to ensure system efficiency, safety, and optimal performance.However, it is clearly stated that the PV Inverter is not less than 100 kW.
Edited on:
12-Oct-2025 21:43
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification:Q1 - Dear Procurement Team,With reference to Sub-Clause No. 10.2 "Advance Payment Amount" of Schedule 1 in the tender documents, that no advance payment is granted.However, we would like to respectfully highlight that a substantial portion of the contract value relates to the procurement of long-lead major equipment and materials. The suppliers for those items require advance payments to secure manufacturing slots and ensure timely delivery. Additionally, due to the current situation in Yemen, most suppliers are not releasing materials for shipment unless full payment is made.To ensure uninterrupted cash flow and to avoid delays in project mobilization and material delivery, we kindly request your approval for the following revised payment structure, on Sub-Clause 10.2:Proposed PaymentAdvance Payment (Against Bank Guarantee) 30%Progress Payments (as per certified works) 70%We believe that allowing a 30% advance payment will significantly support timely procurement, , and ensure on-schedule execution of the project in line with your expectations.Ans 1 - No advance payment will be made for this tender.
Edited on:
12-Oct-2025 20:41
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 - Subject: Request for Additional Extension of Submission Deadline – RFQ/2025/59613 Retender – Rehabilitation of LABOOS Booster Water Pump Station in Yemen – “YEHCP”Dear UNOPS Sana’a Office,We would like to express our appreciation for your kind consideration in extending the submission deadline for RFQ/2025/59613 Retender – Rehabilitation of LABOOS Booster Water Pump Station in Yemen – “YEHCP” by five days. However, due to the size and complexity of the project, and the time required to communicate with international manufacturers and suppliers to obtain quotations and finalize a technically compliant offer, the current extension period remains insufficient. Therefore, we kindly request an additional extension of at least ten (15) days beyond the current submission deadline to allow sufficient time to complete and submit a comprehensive and competitive proposal.We highly appreciate your understanding and kind support.Ans 1 - Any exntension will be presented as an amendment in the esourcing platfourm and as of today no extension is granted.
Edited on:
12-Oct-2025 20:39
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarificationQ1 - We would like to inquire about the split air conditioners for Lot 1, Point No. 21. You have specified that the refrigerant type should be R407C. However, after contacting multiple suppliers and manufacturers, we were unable to find any units using this type of refrigerant.Currently, only R410A models are available in the market. These units are newer, more efficient, and more environmentally friendly compared to R407C. Some companies mentioned that they could customize R407C systems upon request, but the available quantity is only one unit.Kindly advise us on the solution for this issue. Should we proceed with R410A systems instead?Best regards , Ans 1 - Bidders are required to fully adhere to the specifications set
Edited on:
12-Oct-2025 09:37
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 Lot-1, Q1:. PV inverters, it was mentioned in Lot-1 BOQ point 3.1, it was mentioned that * Max input voltage not less than 1500VDC, same thing in Lot-1 Technical Questionnaire point 4 * Max array open voltage: 1500Vdc, but in Lot-1 Technical Specification-PV diesel solar system-Elec point * 2. Inverters * was mentioned * input voltage not less than 1000VDC*, according to lot-1 electrical drawings that shows each strings has 16 solar panels in series that results in less than 800Vdc open circuit voltage, so the required MPPT voltage range should be lets say between 400~750Vdc which matches with inverters with open voltage 1100Vdc and lower. But for inverters with 1500Vcd open circuit voltage, the MPPT voltage range starts from above 700Vdc up to 1300Vdc which will result in changing the system design, We have contacted all the top manufacturers of on grid inverters, they all don't have inverters with these specificationsAns 1 - Bidders are required to fully adhere to the specifications and ensure that the proposed inverter meets the technical requirements specified for PV Inverters 1500 VDC operation according to Technical Questionnaire item 4.4 and according to BoQ item 3.1. This is to ensure compatibility with the Solar PV Module panels, also rated at 1500 VDC according to Technical Questionnaire item 1.4, and according to BoQ item 1.1, and maintain their compatibility. This compatibility is essential to ensure system efficiency, safety, and optimal performance. Dear UNOPS
Edited on:
11-Oct-2025 21:38
Edited by:
webservice@unops.org
New amendment added #1: The purpose of this amendment is:Upload the prebid meeting minutes.Amend Qualifications Criteria Tender extension tender for clarifications and Deadline. Therefore, please note the following changes:The General tab :Clarificaitosn deadline to read as 13 oct 2025. Deadline to read as 20 Oct 2025The Esourcing Criteria tab: Qualificaitons Criteria To read as : Previous experience: The bidder should have successfully completed at least one (1) similar Contract within the last Ten (10) years from the date of the bid opening. The value of the completed contract should be a minimum of USD 400,000. (Similar means PV diesel solar systems or Water Pump Station or 11,33 KV OHL). In case of Joint Venture (JV), all joint venture members combined must meet it. To read as Financial capability - Availability of Liquidity (Cash/Credit line) The bidder shall have sufficient liquidity for the implementation of the contract of not less than USD 400,000 For each lot of the project separately In case a bidder submits bids for more than one Lots (tenders), the requirement shall be cumulative for all bids submitted during evaluation. In case of Joint Venture (JV), all joint venture members combined must meet it. To read as Capacity to undertake this contract within current workload: The Cumulative Work Capability [CWC] of the Bidder shall be at least [USD 500,000]. The CWC is calculated as follows: (Cumulative work capability) = (Highest annual turnover in any of the last Three [3] years) – (current commitments) Note: The current commitment includes the value of all the works at hand (RS 0.4) and ongoing contracts and awards under the Yemen Office including the process under review and recommendation In case a bidder submits bids for more than one lot/Tender this requirement shall be cumulative.The Esourcing Document tab : Upload Pre-bid Meeting - RFQ-2025-59613Upload Amendment 001 - ALL LOTS - Small Works - 6 Solicitation - RFQ 04 Sections II, III, IV, VAll other terms and conditions remain the same.
Edited on:
10-Oct-2025 21:35
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 Subject: Clarification Request – RFQ/2025/59613 Retender – Rehabilitation of LABOOS Booster Water Pump Station in Yemen – “YEHCP”Dear UNOPS Sana’a Office,With reference to RFQ/2025/59613 Retender – Rehabilitation of LABOOS Booster Water Pump Station in Yemen – “YEHCP”, we would like to request clarification regarding the following technical points:1. Section 9.3 Lot-01 (AIS Switchgear System 11kV & Accessories) - In the notes under Section 9.3, the short circuit level is stated as 31.5kA / 3 sec, while in Sections 9.3.1, 9.3.3, and 9.3.4 the short circuit level is mentioned as 25kA / 3 sec.Could you kindly confirm which short circuit rating should be considered as correct for compliance in our bid?2. Section 6 and Sections 12.1–12.12 Lot-01 (AC Power Cables and Accessories) - In Section 6 (AC Power Cable), it is mentioned that the item includes all connection accessories, heat shrink termination kits. The same is stated in Sections 12.1 and 12.2, but without specifying quantities.However, in Sections 12.3 to 12.12, quantities are listed for some of these accessories.Could you please clarify whether the quantities specified in Sections 12.3–12.12 are additional to or instead of what is already included in the cable items under Section 6 and Sections 12.1–12.2?3. Section 3 (PV Inverters)- In Section 3.1, PV inverters are specified as with multi MPPT, whereas in Section 3.2 they are specified with one MPPT.Kindly clarify whether bidders must strictly comply with Section 3.2 (single MPPT) or if PV inverters with multi MPPT, as indicated in Section 3.1, are acceptable.Your kind clarification on these matters will be highly appreciated to ensure that our proposal is complete and in full compliance with the required specifications.Best regards,Ans 1.1 - For all in the item 9- (AIS) Switchgear SYSTEM 11KV & Accessories Please adhere to everything stated in the specifications, technical questionnaire and bill of quantities____________________________________________________Ans 1.2 - Please study the requirements for each item AC Power Cables and Accessories from item 12-1 to 12-12 and adhere to everything stated in the specifications, technical questionnaire and bill of quantities__________________________________________________________Ans 1.3. Section 3 (PV Inverters)"After careful review, we would like to inform you that there are no contradictions or differences. in the inverter specifications between the Bill of Quantities and the Technical Questionnaire.As stated in the Bill of Quantities, Item 3.1 ""Supply, install, test, and commission a three-phase pure sine wave, on-grid solar inverter rated (output power (100 ~ 110) KW, at an operating altitude of 2550 m), with multi-MPPT, as per technical specifications and drawings And as also stated in the Technical Questionnaire, Item 4.4 ● PV inverter not less than 100 KW, on-grid string solar inverter, MPPT, with all required fittings and accessories.Multi-MPPT not less than 16 input.Therefore, please carefully study the offer in accordance with the provisions of the tender documents.""And ensure that the documents used are the latest ones used in this tender."
Edited on:
10-Oct-2025 21:26
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 from Lot 1 : LOT 01 - BoQ - A-PV-Final , Item 3.1 Inverters operating at the specified output AC voltage of the tender (380-415VAC) do not meet the minimum DC input voltage specified (1500VDC). Inverters at this output AC voltage usually have a DC input that ranges in 1000-1100VDC as a maximum. Please clarify or amend technical requirement.Ans 1 - Bidders are required to fully adhere to the specifications and ensure that the proposed inverter meets the technical requirements specified for 1500 VDC operation. This is to ensure compatibility with the solar panels, also rated at 1500 VDC, and maintain their compatibility. This compatibility is essential to ensure system efficiency, safety, and optimal performance.
Edited on:
09-Oct-2025 11:14
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 Dear UNOPS - Lot-3,Q1. In the Technical Questionnaire point 1.15 pump specificatios , it was mentioned Cr steel as Chromium steel, but in 1.16 was mentioned as carbon steel, which one is the correct one.Lot-3,Q2, in Technical Questionnaire points 1.15, 1.16, 1.18 pump specifications, the impeller and shaft materials could be carbon steel, because * C steel & Cr steel * were mentioned as one thing Carbon steel. Lot-3, Q3, In the Questionnaire item No:9 double Flange electromagnetic flow meter, point 9.16 & 9.17 minimum flow rate at 0.3 m/s 80-150 m3/hr & in 1.0 m/s 200-350 m3/hr, for DN150 & DN250, we check with many factories and no one can offered this specifications, which is normally because it is defined by physics equation: Q = ¼· ν·π· Ø2, so if we want to get the required flow we need to change one of the parameters, pipe diameter or fluid velocity, please advice.Lot-1. Q1, 11kv switchgear, the specifications in Technical Questionnaire was shortened, is it mandatory to meet the specifications in * * LOT 01 - Technical Specification - A-11kv Metal Clad Swich Gear** file; like the tables in last 10 pages, countries of origin, controllers, bus ducts, type of tests ....act, all those requirements have a huge effect on the price and it didn't mention in the Technical Questionnaire.Ans 1 - Lot-3, Q1 The contractor submitting the bid must fully comply with the specifications detailed in the technical questionnaire, which detail the type of manufacturing materials for the pump components, as shown below:1-15 for: Impeller/diffusers: Cr steel A216 Gr. WCB (Cr steel - Chromium steel) or equivalent1-16 for: Neck/impeller/casing wear rings: Cr steel / A 216 Grade WCB (Cr steel - Carbon steel) / 1.4024.19 or equivalent1-17 for: Pump housing: C steel (C steel - Carbon steel) or equivalent1-18 for: Shaft materials: Cr steel/CrNi steel (Cr Ni steel - Chromium Nickel steel) / A276 410 or equivalentAs noted, if there is another option for selecting the type of material from another code, it must be appropriate, with technical clarification that the type of material provided is equivalent to the requirements equivalent--------------------------------------------------------------------------------Lot-3, Q2The contractor submitting the bid must fully comply with the specifications detailed in the technical questionnaire, which detail the type of manufacturing materials for the pump components, as shown below:1-15 for: Impeller/diffusers: Cr steel A216 Gr. WCB (Cr steel - Chromium steel) or equivalent1-16 for: Neck/impeller/casing wear rings: Cr steel / A 216 Grade WCB (Cr steel - Carbon steel) / 1.4024.19 or equivalent1-17 for: Pump housing: C steel (C steel - Carbon steel) or equivalent1-18 for: Shaft materials: Cr steel/CrNi steel (Cr Ni steel - Chromium Nickel steel) / A276 410 or equivalentAs noted, if there is another option for selecting the type of material from another code, it must be appropriate, with technical clarification that the type of material provided is equivalent to the required (equivalent).--------------------------------------------------------------------------------Lot-3, Q3The contractor must fully Adhere with all that is stated in the specifications, technical questionnaire and bill of quantities.--------------------------------------------------------------------------------Lot-1, Q1The contractor must fully Adhere with all that is stated in the specifications, technical questionnaire and bill of quantities.
Edited on:
09-Oct-2025 11:12
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 We kindly request a two-week extension of the submission deadline for this tender to allow us sufficient time to obtain quotations from our suppliers and prepare a complete and fully compliant proposal. Your consideration of this request would be greatly appreciated.Ans 1 - Any extension to the tender will be reflected as an amendment in the esourcing platform.
Edited on:
09-Oct-2025 11:07
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 We would like to highlight that the project duration of 7 months, as specified in the tender, is not adequate to complete the project successfully.The project involves the supply and installation of long-lead items, including pumps, transformers, generators, and switchgears. The procurement and delivery timelines for these critical components are long, and completing the project within the current timeframe may not be feasible.We kindly request your consideration to reassess and extend the project duration to ensure that all activities can be executed safely, efficiently, and in full compliance with the required standards.Ans 1 - From previous experience in similar projects we would like to let you now that time set for this tender is aduqat and similar projects have been implemented in the same time with same complexity therefore set time remains the same
Edited on:
09-Oct-2025 11:05
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 We would like to seek clarification regarding Lot 1 in the BOQ and the Technical Questionnaire. In the BOQ, the transformer rating is mentioned as 3 MVA, 11/ 33KV/50 HZ step-up power transformer only , whereas in the Technical Questionnaire, it is specified as it meantion 13 MVA, 11/ 33KV/50 HZ step-up power transformer and 1.5 MVA, 0.4/11 kV, 50 Hz step-up transformer. This clarification is essential for us to ensure accurate and compliant pricing in our proposal.Ans 1 - We would like to inform you that there is absolutely contradictions or differences. in the 3 MW transformer capacity between the Bill of Quantities and the Technical Questionnaire. As stated in the Bill of Quantities, Item 10.1: "Supply, installation, testing, and commissioning, power transformer 3 MVA, step-up 11/33 KV, and as also stated in the Technical Questionnaire, Item 12.5: Power Transformer, normal continuous rating in MVA under site conditions at all taps: 3 MVA, step-up 11/33 KV with (MR - or equivalent).Therefore, please carefully study the offer in accordance with the provisions of the tender documents.
Edited on:
09-Oct-2025 11:02
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 We would like to seek clarification regarding the country of origin requirement for the 33kV GIS Switchgear. In the technical specifications, it is stated that the 11kV Switchgear shall be manufactured and tested in Europe, North America, or Japan. However, no similar requirement is mentioned for the 33kV GIS Switchgear.Kindly confirm whether the same country of origin condition applies to the 33kV GIS Switchgear as well.Ans 1 - Please study the requirements for each item and adhere to everything stated in the specifications, technical questionnaire and bill of quantities.
Edited on:
09-Oct-2025 10:54
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 We would like to clarify the inverter specification mentioning Max. DC voltage of 1500 V. Inverters with 380–415 VAC output typically have a maximum DC voltage below 1500 V (usually 1000–1100 V). The 1500 V rating is generally found in high-voltage systems (around 800 VAC output).Kindly confirm whether the required inverter should be 1500 VDC input or a standard 1000–1100 VDC model .Ans 1 - Bidders are required to fully adhere to the specifications and ensure that the proposed inverter meets the technical requirements specified for 1500 VDC operation. This is to ensure compatibility with the solar panels, also rated at 1500 VDC, and maintain their compatibility. This compatibility is essential to ensure system efficiency, safety, and optimal performance.
Edited on:
09-Oct-2025 10:52
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 We would like to request clarification regarding the PV inverter specifications, as there seems to be some inconsistency between the BOQ, the Technical Questionnaire, and the project drawings:In the BOQ, item 3.1 specifies an inverter with multi-MPPT inputs, while item 3.2 specifies an inverter with one MPPT.In the LOT 01 – Technical Questionnaire, it is again mentioned that the inverter should be multi-MPPT (not less than 16 inputs).However, in the drawings, the inverter is shown as a single-MPPT type, and the DC combiner box has a single output, which also indicates that the inverter is designed for single-MPPT operation.Additionally, the DC cable size (185 mm²) is quite large, which further suggests that the inverter is single-MPPT, as such cable sizing is typical for centralized DC input designs.Kindly confirm whether the inverter required should be multi-MPPT as per the BOQ item 3.1 and Technical Questionnaire, or single-MPPT as reflected in the drawings and DC layout.Ans 1 - We would like to inform you that there are no contradictions or differences. in the inverter specifications between the Bill of Quantities and the Technical Questionnaire.As stated in the Bill of Quantities, Item 3.1 "Supply, install, test, and commission a three-phase pure sine wave, on-grid solar inverter rated (output power (100 ~ 110) KW, at an operating altitude of 2550 m), with multi-MPPT, as per technical specifications and drawings And as also stated in the Technical Questionnaire, Item 4.4● PV inverter not less than 100 KW, on-grid string solar inverter, MPPT, with all required fittings and accessories.● Multi-MPPT not less than 16 input.
Edited on:
09-Oct-2025 10:51
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 Question: The deadline for submitting bids is very short, and the scope and components of the work are extensive, requiring more time than specified to prepare and process the required bids. Therefore, please agree to extend the deadline by an additional ten days, including the time required to request revisions and clarifications. Ans 1 - Any extension to the tender will be reflected as an amendment in the esourcing platform.
Edited on:
09-Oct-2025 10:47
Edited by:
webservice@unops.org
New clarification added: Dear Bidders This is to reminder you that the prebid meeting is happening as per below:Prebid Meeting - RFQ/2025/59613 - Re-Tender Rehabilitation of LABOOS Booster Water Pump Station in Yemen - ''YEHCP''Monday, October 6 · 11:30 – 12:30Time zone: Asia/RiyadhGoogle Meet joining infoVideo call link: https://meet.google.com/obx-ujhe-gjuOr dial: (US) +1 419-677-0324 PIN: 234 861 452#More phone numbers: https://tel.meet/obx-ujhe-gju?pin=8775825412745 Dear UNOPS,
Edited on:
05-Oct-2025 22:38
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 In the technical questionnaire for Lot 2, you mentioned a 3.2 ACSR conductor, but I didn’t see it listed in the BOQ. Could you please help clarify this for me?Ans 1 - This item constitutes a key component in the energy transfer system, as reflected in the BOQ - The ACSR Conductor at BoQ at Item 3.3.5
Edited on:
05-Oct-2025 22:36
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 Dear UNOPS , About 33 KV Metal clad GIS Switchgear System & AccessoriesThe submitted documents show short-circuit currents as 31.5kA, 25kVA, and 16kA. What short-circuit current should be used?The IP protection class of our SNC Model MV Switchgears is IP4X. Is IP65 required for the switchgears?The technical specifications of our MV switchgears are for elevations below 1000m. The project's elevation above sea level was previously stated as 2550m. You requested the grid voltage at this elevation. Since you couldn't provide it, we had to submit our proposal based on the values at 1000m. Is the elevation at which the project will be carried out 2550m, as previously stated? If so, can you tell me the mains voltage values at this height? we will ask the end user?B.regards , Ans 1 - Below are the answers for each items: For the 33 KV Metal-clad GIS Switchgear System & Accessories, the degree of protection is described at LOT 1: TECHNICAL Questionnaire- 11.12 : Short circuit level: 31.5 KA- 11.15 Incoming CB SF6, 630A,31.5KA/1sec, with all Protection, Control, Indication, Alarm, and Metering V.T, GIS panel- 11.17 Outgoing CB SF6, 630A,31.5KA/1sec, with all Protection, Control, Indication, Alarm, and Metering V.T, GIS panel___________________________________________________________- For the 33 KV Metal-clad GIS Switchgear System & Accessories, the degree of protection is described in Item No. 11.25. at LOT 1: TECHNICAL Questionnaire Degree of Protection- Enclosures: IP40- Cable and Breaker: IP41- Instruments: IP50_____________________________________________________________For the 33 KV Metal-clad GIS Switchgear System & Accessories, the degree of protection is described at LOT 1: TECHNICAL Questionnaire - 11.8 Service conditions Altitude: above sea level : 2550 m - The elevation at which the project will be carried out 2550m- The end user voltage 415V
Edited on:
05-Oct-2025 22:34
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 - Please clarify the following inquiries for the diesel generators:1-In the Technical Spec and technical questionnaire you requested a requirement for a Tier 4 emission engine is mentioned. Kindly confirm this.2- Under the section “LOW VOLTAGE CIRCUIT BREAKERS” in the Technical Specification, it is stated that all breakers should be withdrawable type. Could you please confirm?Ans 1 and 2 - All requirements must be adhered to according to the technical questionnaire.
Edited on:
05-Oct-2025 22:32
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification:Dear UNOPS Q1 Could you please extend the deadline Q2 LABOOS Booster Water Pump Station in Yemen – “YEHCP” Dear UNOPS Sana’a Office, With reference to RFQ/2025/59613 Retender – Rehabilitation of LABOOS Booster Water Pump Station in Yemen – “YEHCP”, we respectfully request an extension of the submission deadline.The current submission period coincides with the Mid-Autumn Festival holiday in China (October 1–7, 2025). During this time, it will be difficult to communicate with manufacturers, obtain quotations, and finalize our bid documents within the remaining submission period.Therefore, we kindly request an extension of one month from the originally announced submission deadline to allow sufficient time for preparing a complete and compliant offer.We highly appreciate your kind consideration and understanding.Best regards, Dear UNOPS , Q3 We request to extend the bid as it is big and we want to prepare the tender and technical specification as per your requirements . Best Regards , Dear UNOPS,Q4 As most of the required materials are sourced from China, supplier responses to our RFQs are still pending due to the national holiday there until 7 or 8 October.We kindly request an extension of the tender deadline to allow us to obtain the quotations and submit a complete proposal.Ans 1,2,3 and 4 - Any extension to the tender will be reflected as an amendment in the esourcing platform as of today no extension is granted.
Edited on:
05-Oct-2025 22:29
Edited by:
webservice@unops.org
New clarification added: Dear Bidders Please find below answers to all clarification: Q1 Subject: Clarification Request Regarding RFQ/2025/59613 Retender – Rehabilitation of LABOOS Booster Water Pump Station in Yemen – “YEHCP” Dear UNOPS Sana’a Office,We kindly request your clarifications regarding RFQ/2025/59613 Retender – Rehabilitation of LABOOS Booster Water Pump Station in Yemen – “YEHCP”, as the following technical specifications were not found within the provided RFQ attachments:1. LOT 01 – Item 11: 33kV GIS Switchgear- The detailed technical specifications are missing, “ that similar to those provided for Item 9 of the AIS Switchgear 11kV (document titled “LOT 01 – Technical Specification – A-11kV Metal Clad Switch Gear”)”.- Kindly provide the detailed specifications for the 33kV GIS Switchgear.Also, 2. LOT 01 – Item 9.3.5 and 10.1 : Power Transformer 3 MVA- Please share the detailed technical specifications for this item.3. LOT 01 – Item 10.2: Neutral Earthing Resistor- We also request the detailed technical specifications for this item.4. LOT 01 – Item 9.3.5 and 11.3 : NI-CD Batteries and Charger- Please share the detailed technical specifications for this item.Your timely clarification will be highly appreciated to ensure the preparation of a responsive and technically compliant bid.Best regardsAns 1 - All specifications and requirements must be adhered to as required and explained in the technical questionnaire.
Edited on:
05-Oct-2025 22:26
Edited by:
webservice@unops.org