SARAWAK ENERGY BERHAD From: Distribution Procurement & Contract, Distribution Department, Kuching 93050 Sarawak Malaysia Our Ref.: PUR 6/14/CT Date: 10 February 2014 To: UPK Registered Tenderers Head VIIB, Class IV or above, Sub-Head 2b or above and Sub-Head 5c or above and CIDB G1 or above, Category ME (E04 & E05) Menara Sarawak Energy, No. 1, The Isthmus, 93050 Kuching, Sarawak. Dear Sir/Madam, TENDER FOR INSTALLATION & MAINTENANCE OF HT/LT OVERHEAD LINES, AERIAL CABLES, SERVICE LINES & BONDING WORKS, SARIKEI OUTSTATION TENDER REF.: PUR 6/14 You are cordially invited to tender for services listed in the attached schedule. Please refer to Tender Document for the instructions & conditions to tender. Tenders are to be submitted in sealed plain envelope marked: 1. 2. 3. “CONFIDENTIAL – TENDER FOR INSTALLATION & MAINTENANCE OF HT/LT OVERHEAD LINES, AERIAL CABLES, SERVICE LINES & BONDING WORKS, SARIKEI OUTSTATION” Tender Ref.: PUR 6/14 Closing date and time: 19 March 2014 at 3:00 p.m addressed to: The Chief Executive Officer, Sarawak Energy Berhad, c/o The Officer-In-Charge, Tender Box, 8th Floor, Menara Sarawak Energy, No. 1, The Isthmus, 93050 Kuching, Sarawak. or hand-delivered to: The Officer-In-Charge Tender Box, 8th Floor, Menara Sarawak Energy, Sarawak Energy Berhad, No. 1, The Isthmus, 93050 Kuching, Sarawak and to reach the Tender Box addressed above on or before 19 March 2014 at 3:00 p.m Yours faithfully, (Leonora Liong Peh Ling) for CHIEF EXECUTIVE OFFICER TENDER FOR INSTALLATION & MAINTENANCE OF HT/LT OVERHEAD LINES, AERIAL CABLES, SERVICE LINES & BONDING WORKS, SARIKEI OUTSTATION INSTRUCTIONS TO PERSONS TENDERING 1. The Tenderer must be a registered Mechanical and Electrical (M & E) Contractor with:a) UPK under Works Head VIIB, Class IV or above under the following sub-heads; 2b (for Overhead Lines works up to 33kV) or above and 5c (for Aerial Cables Installation up to 11kV) or above b) CIDB Grade G1 or above, Category ME (E04 & E05) Tenderers are required to submit proof of UPK and CIDB registrations together with their tender submission. 2. This tender is for INSTALLATION & MAINTENANCE OF HT/LT OVERHEAD LINES, AERIAL CABLES, SERVICE LINES & BONDING WORKS, SARIKEI OUTSTATION. This tender comprises the following different aspects of work: Works relating to overhead lines and aerial cables Works relating to street lighting Maintenance of HT/LT Overhead lines The specifications for this tender cover the following areas: Sarikei (Outstation): i. Pakan This zone covers all HT and LT distribution lines connected from US92 (not including step down transformer to Lemayung) towards Power Station 33/11 kV Substation and all HT and LT distribution lines connected from Pakan Power Station 33/11 kV Substation towards the whole Pakan town. ii. Julau The whole Julau District including KJD Road from open point 266 (Meradong/Julau District Boundary) and Julau/Kanowit Road from pole 48 (Julau/Kanowit District Boundary) up to tee-offs therein. The feeder roads includes Tr. Kuyok Road, Bukit Tinggi Road, SRK Ng. Naman, Celcom and feeders from 33kV Julau Substation. The feeder roads from 33kV Julau Substation includes Local Sub, Town Sub, Sg. Nyamok, Education Office, Rh. Selaut, Rh. Banjang Jikang and SMK Julau. iii. Paloh This zone covers all HT and LT distribution lines connected to and having source of supply from Paloh Power Station. These include all other areas defined under the respective station boundary and new RES line connected to the system. The Tenderer must tender for the whole work by filling the Schedule(s) of Rates. A minimum of TWO (2) Competent Persons: ONE (1) Competent Person for High Voltage Overhead Lines (O/H) up to 33kV and ONE (1) Competent Person for Low Voltage Overhead Lines (O/H) up to 1kV with valid Chargeman Certificate of Competency issued by EIU and Competency, Authorization and Allowance Certificate (CAAC) issued by SESCO are required for the Contract. The Contractor shall provide a complete list of Competent PUR 6/14/CT 2/8 TENDER FOR INSTALLATION & MAINTENANCE OF HT/LT OVERHEAD LINES, AERIAL CABLES, SERVICE LINES & BONDING WORKS, SARIKEI OUTSTATION workers and fill in all their names in Schedule B – Schedule of Skilled Technicians and Labourers. “The Tenderer must tender for the whole work by filling GENUINE unit rates in the Schedule(s) of Rates and the Tenderer is not allowed to submit the unit rates in the Schedule of Rates which is considered as manipulative to the Company. The Company reserves the right to reject, any tender submission for any acts of fraud or considered as manipulative” 3. The Tender must be made on the accompanying Form of Tender with all the blanks therein and all the Schedules of Rates duly filled in ink and signed. Tender rates must include all incidental and contingent expenses. 4. No alteration is to be made in the Form of Tender or in the Schedules thereto except in filling up the blanks as directed. Any amendments in filling up the blanks must be made with the Tenderer’s authorised signature/initial and the Tenderer’s Company stamp. If these instructions were not fully complied with, the tender shall be rejected. 5. Any erasures, alteration or correction to the Tender Documents shall be done in pen and initialled by the person authorized to sign the Tender. Correction using correction fluid/tape will be rejected. 6. The Tenderer, however is at liberty to add any further details that he may deem desirable and, in the event of his so doing, must print or type such details and annex the added matter to the tender submitted by him. Such additional details shall not be binding upon the Company unless they are approved by the Company and incorporated in the contract. 7. Incomplete tender submission will be rejected. 8. If the Tenderer has any doubt as to the meaning of any portion of the General Conditions or of the Specifications, he shall when submitting his tender, set out in his covering letter, the interpretation on which he relies. 9. The Tenderer is to submit with his tender in order of the relevant clauses, a statement of any departures from the Specifications. 10. The rates offered in the tender should be without consideration of the details/departures from the Specifications. If there is addition or deduction of the tender rates by virtue of the Company adopting those details/departures, then such additional/reduced sum should be stated in the annexed documents. 11. The Company will not be responsible for any expenses or losses, which may be incurred by any Tenderer in the preparation of his tender. 12. Bond/Securities (a) All Bonds, i.e. Tender Bond and/or Performance Bond shall be secured in Ringgit Malaysia for all International Tenderers and some Local Tenderers. The Bonds shall be furnished in any one of the following form and issued to the Company:i. Cash/Cheque; ii. Bank Draft issued by a bank licensed to operate in Malaysia/Cashier Order; iii. Bankers Guarantee must be unconditional and irrevocable and issued by a bank licensed to operate in Malaysia or in the case of a foreign Tenderer, bonded by a foreign bank; PUR 6/14/CT 3/8 TENDER FOR INSTALLATION & MAINTENANCE OF HT/LT OVERHEAD LINES, AERIAL CABLES, SERVICE LINES & BONDING WORKS, SARIKEI OUTSTATION (b) In the case whereby, the Bonds are issued by a bank that is not licensed to operate in Malaysia, measures should be taken to ensure that the financial institution is reputable and credible. For example, a foreign bank with ‘AAA’ rating accredited by Moody’s Corporation would be an acceptable bank even though it is not licensed to operate in Malaysia. A list of Licensed Banking Institution in Malaysia can be found in Bank Negara Malaysia’s web portal. (c) All Bonds shall be submitted in the format provided by the Company and acceptable by a bank licensed to operate in Malaysia. 13. Tender Bond (a) For local tenders with estimated tender sum of above RM 2,000,000.00, the amount of Bid Bond/ Earnest Money, required to accompany the tender, shall be 2% of the tender sum subject to a maximum of RM 100,000.00 (Ringgit Malaysia One Hundred Thousand). (b) Any Tender offer not accompanied by a Tender Bond, if it is required, shall be rejected. (c) Tender Bond must be valid for a period of four (4) months from the date of the Tender closing. (d) Tender Bond shall be issued in accordance with the Company’s standard format (Form PUR/4) by a bank licensed to operate in Malaysia or such other format as approved by the Company. (e) Should it become necessary to extend the validity period of the Tender and the Tender Bond, the Company will request in writing to all those who submitted the Tenders for such extension before the expiry date thereof. Tenderers shall have the right to refuse to grant such extension without forfeiting their Tender Bond. The Tender Bond of Tenderers who refuses to grant the Company’s request for an extension of the validity of their respective Tender Bond will have the Tender Bond returned to them. However, they are deemed to have waived their right to further participate in the Tender. (f) Tender Bond submitted by the unsuccessful Tenderer shall be returned as promptly as possible upon the successful Tenderer being awarded with the contract and furnished the Performance Bond to the Company. (g) Tender Bond of the successful Tenderer shall be returned as promptly as possible upon the successful Tenderer furnished the Performance Bond to the Company and signed the Contract Documents. Failure of the successful Tenderer furnishing the Performance Bond to the Company and signed the Contract Documents within the specified period, the Company may immediately encash the Tender Bond. 14. Performance Bond (a) Performance Bond is required for all Contracts exceeding RM 100,000.00 (Ringgit Malaysia One Hundred Thousand) and the amount of the Performance Bond to be obtained is as follows: No. a b c Value of Contracts Above RM 100,000.00 to RM 500,000.00 Above RM 500,000.00 to RM 1,000,000.00 Above RM 1,000,000.00 Performance Bond 2.5% of the Contract Sum 5% of the Contract Sum 10% of the Contract Sum (b) Performance Bond shall be valid for the whole duration of the Contract Period including Defect Liability/Maintenance Period, if any. PUR 6/14/CT 4/8 TENDER FOR INSTALLATION & MAINTENANCE OF HT/LT OVERHEAD LINES, AERIAL CABLES, SERVICE LINES & BONDING WORKS, SARIKEI OUTSTATION (c) The successful Tenderers must furnish the Performance Bond within twenty-eight (28) days of receipt of the Notification of Award from the Company. (d) Failure of the successful Tenderers to submit the Performance Bond will constitute sufficient grounds for the annulment of the award of contract and forfeiture of the Tender Bond. (e) The Performance Bond will be returned to the Tenderer upon the Company satisfied that the Tenderer has completed the performance of the Contract. If the Tenderer fails to performance the Contract, the Company may without further notice and subject to any other rights under the Contract, encash the Performance Bond and terminate the Contract with immediate effect. 15. Modification and Withdrawal Tenderer may not modify or withdraw its Tender Offer after the date of Tender closing. If the Tenderer withdraws or modifies his Tender Offer during the Tender validity period or after having been awarded the contract, the Company is entitled to: (a) Encash and forfeit the Tender Bond (if any) and (b) The Tenderer will be blacklisted and may not be eligible to participate in any tender or RFP issued by the Company as follow. i. For a period of one (1) year for the first time. ii. For a period of three (3) years, for the second time. iii. De-registered and disqualified for the third time. 16. The validity period for the Tender shall not be less than four (4) months from the date of the Tender closing, during which period the Tenderer’s Tender Offer must remain fixed, valid, irrevocable and open for acceptance by the Company. Tenderers who submit Tender Offer with a shorter validity period may be and will run the risk of being rejected. 17. The Contract shall be for one-year period and can be renewed on annual basis up to a maximum of three years depending on the performance of the Contractor. However, please take note that the total tender sum (i.e. total contract value) shall also be used to determine the expiry of the Contract as provided under Clause 23 of the “General Conditions of Contract”. Should the Contract expire upon reaching the total contract value, the Contract can be renewed for another year up to a maximum of two (2) times depending on the performance of the Contractor. 18. Bumiputra Tenderers are required to submit certified copied of Trade Registrations showing the proportion of Bumiputra participation in the companies and the names of the directors of the companies. 19. The Tenderer should supply evidence to show the competence to undertake the works specified together with details of competent staff, which is to be provided by completing Schedule B. When the Tenderer intends to employ more competent staff, this should be separately mentioned in the Schedule. 20. Tender Submission (a) All Tender offers must be addressed to the Company’s address as set out in the Tender Documents and to be deposited immediately in a Tender box at a respective location. (b) The Tenderer must prepared a written advice for the Company’s acknowledgement and filing. A copy of such written advice shall not imply that the Tenderer’s offer has been admitted for consideration. PUR 6/14/CT 5/8 TENDER FOR INSTALLATION & MAINTENANCE OF HT/LT OVERHEAD LINES, AERIAL CABLES, SERVICE LINES & BONDING WORKS, SARIKEI OUTSTATION (c) The Tenderer must submit the original and a photocopy of the Tender Offer i.e. Technical Offer and Commercial Offer. (d) The submission of the Tender offer shall be done in separate sealed envelopes, duly marking each envelope as: i. ii. “TECHNICAL” for enveloped containing technical and specifications related matters; and “COMMERCIAL” for envelopes containing commercial/quotation/prices and any financial related information (e) Both envelopes shall be placed in another envelope, sealed and marked “CONFIDENTIAL” with “Tender reference and title” and “date and time of the deadline for submission” but shall bear no writing on the outside of the envelope which would enable the Tenderer to be identified. The warning “Do not open before the closing date and time” must also be marked at all the envelopes. (f) If all the envelopes are not sealed and marked as required, the Company will not be responsible for the misplacement or premature opening of the Tender offer. The Tender offer will be rejected if it is opened before the Tender opening date. (g) Tender received prior to the date and time of opening will be securely kept, unopened. Tender received after the closing date and time will be rejected. The Company bears no responsibilities for premature opening of Tenders not properly addressed or identified. 21. Prior to dropping in the Tender Box, the tender must be stamped by the Company’s representative with the date and time of submission. 22. The Company does not bind itself to accept the lowest or any Tender, in part of in whole nor to assign any reason for the rejection of any Tender. 23. The Tender or any Tenderer who has not conformed with the foregoing instructions may not be considered. 24. The official currency for this Contract shall be the Ringgit Malaysia (RM) and all rates and prices shall be quoted in this currency. 25. Should there be any discrepancies in the offer price in the Schedule of Rates and the Form of Tender, the offer price quoted in the Form of Tender shall prevail. 26. Except as required by the Laws, all Tender Documents and all information relating to the tender and the proposed contract which may have been disclosed to the Tenderer (whether they submit a Tender or not) shall be treated as confidential information and shall not be disclosed to any third party or published without the written consent of the Company. 27. Tenderers who require clarification of the tender document may contact the Company through: Manager, Distribution Procurement & Contract Division, Sarawak Energy Berhad, 5th Floor, Menara Sarawak Energy, No. 1, The Isthmus, 93050 Kuching, Sarawak. PUR 6/14/CT 6/8 TENDER FOR INSTALLATION & MAINTENANCE OF HT/LT OVERHEAD LINES, AERIAL CABLES, SERVICE LINES & BONDING WORKS, SARIKEI OUTSTATION CONTRACT SPECIFICATIONS 1. SCOPE OF WORKS This tender comprises the following different aspects of work: 2. Works relating to overhead lines and aerial cables Works relating to street lighting Maintenance of HT/LT Overhead lines COVERAGE AREAS UNDER THIS CONTRACT The specifications for this tender cover the following areas: Sarikei (Outstation): i. Pakan This zone covers all HT and LT distribution lines connected from US92 (not including step down transformer to Lemayung) towards Power Station 33/11 kV Substation and all HT and LT distribution lines connected from Pakan Power Station 33/11 kV Substation towards the whole Pakan town. ii. Julau The whole Julau District including KJD Road from open point 266 (Meradong/Julau District Boundary) and Julau/Kanowit Road from pole 48 (Julau/Kanowit District Boundary) up to tee-offs therein. The feeder roads includes Tr. Kuyok Road, Bukit Tinggi Road, SRK Ng. Naman, Celcom and feeders from 33kV Julau Substation. The feeder roads from 33kV Julau Substation includes Local Sub, Town Sub, Sg. Nyamok, Education Office, Rh. Selaut, Rh. Banjang Jikang and SMK Julau. iii. Paloh This zone covers all HT and LT distribution lines connected to and having source of supply from Paloh Power Station. These include all other areas defined under the respective station boundary and new RES line connected to the system. 3. COMPETENCY AND CONTRACTOR PASS All Contractor’s site supervisor(s) who are working for the Company and in the Company’s premises must be competent person(s), holding the relevant valid competency certificate issued by the SEB Competency, Authorization and Allowance Committee (CAAC) before they can commence work on site. Tender submission will not be considered for adjudication for those tenderer(s), who do not submit a list of minimum number of competent persons holding relevant valid competency certificate issued by SEB Competency, Authorization and Allowance Committee (CAAC) for the following: i. ii. PUR 6/14/CT HV OH lines LV OH lines 7/8 TENDER FOR INSTALLATION & MAINTENANCE OF HT/LT OVERHEAD LINES, AERIAL CABLES, SERVICE LINES & BONDING WORKS, SARIKEI OUTSTATION The Contractor shall have all their competent persons issued with the Company’s relevant contractor pass and will be required to produce the pass on site when requested by the Company’s Representative. For the first offence where the Contractor or Contractor’s workers fail to comply with this requirement, “STOP WORK” notice and a letter of warning will be issued to the Contractor. For the second offence, apart from issuing “STOP WORK” notice and warning letter to the Contractor, the Contractor can be suspended for one week, up to a maximum of three months period if necessary, pending on the jurisdiction of the Authorized Officer. The Company reserves the right to employ other contractor(s) to carry out the Works for that period and the Company shall be entitled to recover from the Contractor any of the cost thereof or deduct the same from any monies due or that become due to the Contractor. For the third and subsequent offence, apart from issuing “STOP WORK” notice, the Company reserves the right to terminate the Contract and to bar the Contractor from participating in any distribution service tender for a period of one year. 4. SUPERVISION OF WORKS The Contractor shall provide efficient supervision of the Works, and appoint competent supervisor(s) who can interpret drawings, understand explanation and carry out directions given by the Company’s Representative. A minimum of TWO (2) Competent Persons with valid Chargeman Certificate of Competency issued by EIU and relevant valid certificate issued by SEB Competency, Authorization and Allowance Committee (CAAC) are required for the Contract. (a) (b) ONE (1) Competent Person for Low Voltage Overhead Lines up to 1kV ONE (1) Competent Person for High Voltage Overhead Lines up to 33kV Any orders or instructions which the Company’s Representative may give to the Contractor’s competent persons shall be deemed to have been given to the Contractor. The Contractor shall provide a complete list of competent workers and fill in all their names in Schedule B – Schedule of Skilled Technicians and Labourers. PUR 6/14/CT 8/8
© Copyright 2025 ExpyDoc