SARAWAK ENERGY BERHAD From
Total Page:16
File Type:pdf, Size:1020Kb
SARAWAK ENERGY BERHAD From: Distribution Procurement & Contract, Distribution Department, Kuching 93050 Sarawak Malaysia Our Ref.: PUR 18/19/CSY Date: 30th April 2019 To: UPK Registered Tenderers Head VIIB, Class II or above, Sub-Head 2b or above or Sub-Head 4b or above and CIDB G3 or above, Category ME (E04 & E05) Menara Sarawak Energy, No. 1, The Isthmus, 93050 Kuching, Sarawak. Dear Sir/Madam, TENDER FOR SUBSTATION ROUTINE MAINTENANCE IN BINTULU & OUTSTATION, BINTULU REGION TENDER REF.: PUR 18/19 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. “CONFIDENTIAL – TENDER FOR SUBSTATION ROUTINE MAINTENANCE IN BINTULU & OUTSTATION, BINTULU REGION” 2. Tender Ref.: PUR 18/19 3. Closing date and time: 15th May 2019 at 3:00 p.m. 4. The warning: Do Not Open Before The Closing Date And Time addressed to: The Chief Executive Officer, Sarawak Energy Berhad, c/o The Officer-In-Charge, Tender Box, Level 1 (Ground Floor) North Wing, No. 1, The Isthmus, Menara Sarawak Energy, 93050 Kuching, Sarawak. or hand-delivered to: The Officer-In-Charge Tender Box, Level 1 (Ground Floor) North Wing, No. 1, The Isthmus, Menara Sarawak Energy, 93050 Kuching, Sarawak. Sarawak Energy Berhad. and to reach the Tender Box addressed above on or before 15th May 2019 at 3:00 p.m. Yours faithfully, (Leonora Liong Peh Ling) for CHIEF EXECUTIVE OFFICER TENDER FOR SUBSTATION ROUTINE MAINTENANCE IN SARIKEI, CENTRAL REGION INSTRUCTIONS TO PERSONS TENDERING 1. The Tenderer must be a registered Contractor with the following:- a) UPK under Works Head VIIB, Class II or above under the following Sub-Head; • 2b (for Overhead Lines up to 33kV) or above OR • 4b (for Switchgear & Substation up to 33kV) or above b) CIDB Grade G3 or above, Category ME, E04 (Low Voltage Installation) & E05 (High Voltage Installation) Tenderers are required to submit proof of UPK and CIDB registrations together with their tender submission. 2. This tender is for SUBSTATION ROUTINE MAINTENANCE IN BINTULU & OUTSTATION, BINTULU REGION. This tender covers the supply of transport, labour, tools and materials (where specified) for the routine maintenance and grass cutting/ vegetation clearing for all the existing and newly commissioned substations in Bintulu & Outstation, Bintulu Region. The specifications for this tender cover the following areas: ZONE 1: (a) Bintulu areas i) Bintulu – Miri Old Road up until Bakun Junction (including all tee-offs) ii) Bintulu Town area iii) JIE/Jepak/Kuala Segan area iv) All along Bintulu – Miri Coastal Road and all Tee-offs up until Tee-off to Miri excluding Samalaju. (b) Bintulu – Sibu Road i) From Bintulu Airport toward Tatau up until SMK Tatau along main Bintulu - Sibu Road (includes all tee-off roads and the branch roads) ZONE 2: (a) All Tee-off roads and their branch roads along Bintulu – Sibu Road from SMK Tatau along main road until Sg. Bawang. (This includes Tatau township, Tatau area, Ulu Sangan and Sangan areas) (b) All of Kuala Tatau area excluding area across the Kemena river (c) Sebauh areas i) From Sebauh junction to Sebauh Town ii) Sebauh Pandan iii) Sebungan iv) Ulu-Sebauh (d) All Tee-off roads and their branch roads along Bintulu – Miri Coastal road from Miri tee-off and inclusive of Samalaju and Nyalau areas (up until Nyalau bridge) PUR 18/19/CSY 2/11 TENDER FOR SUBSTATION ROUTINE MAINTENANCE IN SARIKEI, CENTRAL REGION (e) All Tee-off roads and their branch roads along Bintulu – Miri Old road heading towards Miri from Bakun Junction onwards up until Pole 268 of 33KV line starting from Bakun Junction (inclusive of the area from pole 268 till pole 457 of Miri-Suai line) and from Bakun Junction up till Tubau Bridge. This shall include the newly commissioned substations during the duration of the Contract Period. The Tenderer must tender for the whole work by filling the Schedule(s) of Rates. A minimum of Two (2) competent persons holding valid SEB Competency and Authorisation Committee (CAC) certificates are required for this contract: a) One (1) competent person holding valid technical CAC certificate for Substation Equipment up to 1kV OR Overhead Line up to 1kV and b) One (1) competent person holding valid non-technical CAC certificate for Routine Building and Compound Maintenance Works within Substation/Power Station “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. Tender Price a) The Tender Price shall be clearly stated in the Form of Tender and shall be calculated by reference to, and in accordance with the pricing method set out in the Schedule of Rate. b) Except as otherwise stated in this clause, the Tender Price submitted by the Tenderer is required to be inclusive of all Taxes which may be applicable to the Works as set out in the Schedule A - Schedule of Rate. c) The Tender Price excludes: i. any GST applicable to the Works and the Company shall be liable for the payment of any such GST in addition to the Tender Price; and ii. any stamp duty payable in relation to the Works within Malaysia, and the Company shall be liable to arrange and pay for all such duty. d) Where GST is applicable to the Works, or any part of the Works, the successful Tenderer shall: i. invoice the Company any applicable GST as a separate and clearly identifiable line item within the relevant statement and invoice; PUR 18/19/CSY 3/11 TENDER FOR SUBSTATION ROUTINE MAINTENANCE IN SARIKEI, CENTRAL REGION ii. fully comply with the requirements of the Goods and Services Tax Act 2014 (including the requirements for the issuing of a valid tax invoice); iii. provide the Company with suitable evidence of its registration with the relevant Government Authority in accordance with the requirements of the Goods and Services Tax Act 2014; and iv. otherwise do all acts and things necessary to assist the Company to claim an input tax credit under the Goods and Services Tax Act 2014. e) The Tenderer acknowledges that it may be required to pay a levy to the Construction Industry Development Board in accordance with the Lembaga Pembangunan Industri Pembinaan Malaysia Act 1994 and the Construction Industry (Levy Collection) Regulations 1996, and, if requested by the Company, shall provide evidence of the payment of such amounts. f) A Discount may be offered by the Tenderer, provided that: i. any such offer of a Discount shall: i.i. be received by the Company prior to the Closing Date and Time; and i.ii. not be withdrawn or modified on and from the Closing Date and Time; and ii. the Company may, in its absolute discretion, take into account the Discount offered by the Tenderer in its evaluation of the Tender Offer and shall be entitled to treat the final Tender Price of such Tender Offer to be the price read with the Discount. g) On and from the Closing Date and Time, the Tenderer shall under no circumstances be permitted to amend its Tender Price (including by way of an offer of a Discount), regardless of: i. any change in applicable laws (including the introduction of any new Taxes); ii. any fluctuation in foreign exchange rates; iii. any fluctuations in the cost of materials and/or labour; or iv. any other occurrence. 6. 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. 7. 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. 8. Incomplete tender submission will be rejected. 9. 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. 10. The Tenderer is to submit with his tender in order of the relevant clauses, a statement of any departures from the Specifications. PUR 18/19/CSY 4/11 TENDER FOR SUBSTATION ROUTINE MAINTENANCE IN SARIKEI, CENTRAL REGION 11. 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.