SARAWAK ENERGY BERHAD

From: Distribution Procurement & Contract Division Distribution Department Kuching 93050

Our Ref.: PUR 7/17/OCY Date: 1st March 2017

To: UPK Registered Tenderers Head VIIB, Class IV or above, Sub-Head 2d 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 STREET LIGHTING MAINTENANCE IN , BINTULU REGION TENDER REF.: PUR 7/17

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 STREET LIGHTING MAINTENANCE IN BINTULU, BINTULU REGION 2. Tender Ref. : PUR 7/17 3. Closing date and time : 29th March 2017 at 3.00 p.m. 4. 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: 29th March 2017 at 3.00 p.m.

Yours faithfully,

Leonora Liong Peh Ling for CHIEF EXECUTIVE OFFICER

Tender For Street Lighting Maintenance In Bintulu, Bintulu Region

INSTRUCTIONS TO PERSONS TENDERING

1. The Tenderer must be a registered Contractor with the following:-

a) UPK under Works Head VIIB, Class IV or above under the following sub-heads; • 2d (for Overhead Lines works up to 415V) or above and

b) CIDB Grade G3 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 STREET LIGHTING MAINTENANCE IN BINTULU, BINTULU REGION.

This tender comprises the following different aspects of work:-

 Supply all necessary manpower, tools and transport to carry out Street Lighting Maintenance works.  Execute repair of all defective/faulty parts installed in the street lightings as necessary

The specifications for this tender cover the following areas in Bintulu, Bintulu Region:

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) Sebauh areas i) From Sebauh junction to Sebauh Town. ii) Sebauh Pandan. iii) Sebungan. iv) Ulu-Sebauh.

c) Bintulu – Sibu Road i) From Bintulu Airport toward up until SMK Tatau along main Bintulu - Sibu Road (includes all tee-off roads and the branch roads). ii) All of Kuala Tatau area excluding area across the Kemena river.

d) 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).

e) 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).

f) All Tee-off roads and their branch roads along Bintulu – Miri Old road heading towards Miri from Bakun Junction onwards up until Pole 277 of 33KV line starting from Bakun Junction (inclusive of the area from pole 277 till pole 457 of Miri-Suai line) and from Bakun Junction up till Tubau Bridge).

PUR7/17/OCY 2

Tender For Street Lighting Maintenance In Bintulu, Bintulu Region

Zone 2:

All areas, branch roads and tee-offs after Tubau Bridge on the Bakun junction road inclusive of Sg. Asap, Murum, Bakun and Belaga areas. This also includes any newly commissioned street lights under Murum Hydro project and also new RES lines around that area such as Metalun, Tegulang and Long Wat.

and shall include projects completed and commissioned during the contract period.

The minimum of THREE (3) competent persons in Low Voltage (Overhead Lines) up to 1kV holding SEB Competency Authorisation and Allowance Committee (CAAC) certificates are required for this contract.

"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.

PUR7/17/OCY 3

Tender For Street Lighting Maintenance In Bintulu, Bintulu Region

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;

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.

PUR7/17/OCY 4

Tender For Street Lighting Maintenance In Bintulu, Bintulu Region

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. Value of Contracts Performance Bond a Above RM 100,000 to RM 500,000 2.5% of the Contract Sum b Above RM 500,000.00 to RM 1,000,000.00 5% of the Contract Sum c Above RM 1,000,000.00 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.

c) The successful Tenderer 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 the terminate the Contract with immediate effect.

15. Penalty for Non-Tally Online and Hard Copy Tender Submission Bid Values

Tenderer is required to submit the hard copy tender document before the tender closing date, as in the usual manner. Tenderer is also reminded to ensure that his online bid value and hard copy Form of Tender value are tallied. If these 2 values differ from one another, the tender submission will be disqualified.

Should the tenderer repeatedly submit hard copy tender submissions with Form of Tender values different from the corresponding online bid values, or does not submit the hard copy tender document at all after the on-line bidding was done, his tender submission will be disqualified and the following actions will be taken against him for the offences committed.

a) First offence – a reminder letter will be given. b) Second and third offences – a warning letter each will be given. c) Three consecutive offences – the tenderer will be barred from taking part in the Company’s tenders for three consecutive months. d) Any additional offence after the third offence – the tenderer will be barred from taking part in the Company’s tenders for three consecutive months for each offence committed.

16. 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

PUR7/17/OCY 5

Tender For Street Lighting Maintenance In Bintulu, Bintulu Region

b) The Tenderer will be blacklisted and may not be eligible to participate in any tender or RFP issued by the Company as follows:

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.

17. 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.

18. 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, in whole or in part.

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.

19. Bumiputra Tenderers are required to submit certified copies of Trade Registrations showing the proportion of Bumiputra participation in the companies and the names of the directors of the companies.

20. 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 B.

21. 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 be retained by the Tenderer for filing. However, such written advice shall not imply that the Tenderer’s offer has been admitted for consideration.

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. “TECHNICAL” for envelopes containing technical and specifications related matters; and ii. “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

PUR7/17/OCY 6

Tender For Street Lighting Maintenance In Bintulu, Bintulu Region

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.

22. Prior to dropping in the Tender Box, the tender must be stamped by the Company’s representative with the date and time of submission.

23. Tenders received prior to the time of opening will be securely kept unopened. Tenders received after the time of opening will be rejected. The Company shall not be held responsible for premature opening of tenders not properly addressed or identified.

24. 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.

25. The Tender or any Tenderer who has not conformed with the foregoing instructions may not be considered.

26. The official currency for this Contract shall be the Ringgit Malaysia (RM) and all rates and prices shall be quoted in this currency.

27. 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.

28. 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.

29. 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.

PUR7/17/OCY 7

Tender For Street Lighting Maintenance In Bintulu, Bintulu Region

TENDER SPECIFICATIONS

C.1.1. Scope of Works

1. Street lighting patrol. 2. Carry out trouble-shooting as well as confirmation and isolation of faulty street lighting cable, control cabinet mains wiring and switch wire on O/H line and at shophouse/ building. 3. Replacement of parts installed in the street lighting system which are defective/faulty including the replacement of lantern if necessary and restore defective lighting point to full operating condition. 4. Adjustment and maintenance of all street lighting components inclusive of control box, meter box, time switches/photocell and contactors that control the switching ON or OFF of the street lighting and restore the street light control cabinet to full operating condition. 5. Checking insulation resistance of wirings and repairing as necessary 6. General cleaning of all street lighting components e.g. lantern covers/bowls, control boxes, brackets, columns etc. 7. Clearing of branches obstructing or interfering with column type street lighting and removal of creepers at columns if necessary. 8. Provision of temporary or alternative source of supply to all affected street lighting in the event of street lighting cable fault and theft. 9. To carry out load balancing/alteration of phase if required. 10. To carry out load measurements for all outgoing feeders from the control box housing time switch/photocell. 11. Replace/relocate damaged street lighting columns (per unit rate). 12. Erect and uplift sinking column (per unit rate). 13. Repair slanting column (per unit rate). 14. Replacement of control cabinet inclusive of replacing/reinstalling the components and accessories which are damaged beyond repair and/or poses immediate danger to general public (per unit rate). 15. Street lighting cable trenching, laying and cable jointing (per unit rate). 16. Replacement of twin twisted overhead conductor for street lighting and re-erection of slanting street lighting pole (per unit rate).

C.1.2. Areas of Coverage

Street lighting maintenance shall cover street lightings at the following areas where the Company has its electrical distribution system and includes new street lighting points connected to the system during the contract period. Separate set of manpower, transport vehicle and tools/equipment shall be engaged for the three different zones. The areas are as follows:

PUR7/17/OCY 8

Tender For Street Lighting Maintenance In Bintulu, Bintulu Region

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) Sebauh areas i) From Sebauh junction to Sebauh Town. ii) Sebauh Pandan. iii) Sebungan. iv) Ulu-Sebauh.

c) 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). ii) All of Kuala Tatau area excluding area across the Kemena river.

d) 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).

e) 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).

f) All Tee-off roads and their branch roads along Bintulu – Miri Old road heading towards Miri from Bakun Junction onwards up until Pole 277 of 33KV line starting from Bakun Junction (inclusive of the area from pole 277 till pole 457 of Miri-Suai line) and from Bakun Junction up till Tubau Bridge).

Zone 2:

All areas, branch roads and tee-offs after Tubau Bridge on the Bakun junction road inclusive of Sg. Asap, Murum, Bakun and Belaga areas. This also includes any newly commissioned street lights under Murum Hydro project and also new RES lines around that area such as Metalun, Tegulang and Long Wat.

and shall include projects completed and commissioned during the contract period.

C.2.1 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 Electrical Inspectorate Unit (EIU) and the Company, 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) LV OH lines up to 1kV

PUR7/17/OCY 9

Tender For Street Lighting Maintenance In Bintulu, Bintulu Region

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.

C.2.2. Manpower

The Contractor must provide sufficient full time workers to conduct routine patrols and maintenance/repair work. All personnel employed by the Contractor for performing street lighting maintenance works shall not be involved in executing other duties unless permission is granted from the Company. The Contractor shall propose the number of teams and persons per team required to carry out routine patrols and complete maintenance/repair works in areas stated in Clause C.1.2 within the specified time frame and cover all street lighting points located in the specified areas within a period of one week. Should the Company’s Representative feel that the Contractor’s workers are not able to cope with the work at any time, the Contractor must employ more workers with no extra cost.

The Company has implemented Mobile Field Force Automation (MFFA) whereby each gang leader/supervisor must have a smartphone with GPS capability and subscribed with data plan. The MFFA software will be installed on his smartphone to enable him to receive and feedback on complaints. The gang leader/supervisor must ensure that GPS on his smartphone is enabled when he is on duty.

Each team of workers shall have a gang leader/supervisor who must be competent to carry out the works. The Contractor must also have an overall in charge supervisor who must also be competent. All workers/supervisors must be based in the areas/regions where works are to be carried out. All workers shall wear proper uniform bearing the Contractor’s name and logo/ identification.

The Contractor shall provide a list of their competent and skilled workers in Schedule B. Academic and technical qualifications and any other certificates must be attached. The Contractor’s personnel shall have good working knowledge of the Company’s low tension overhead and underground distribution systems and street lighting distribution practices.

The Company’s Representative shall conduct random checking on site and if it is found that the personnel employed is not in the list as given in Schedule B or the subsequent approval list for addition of new workers, the Company shall be entitled to suspend work by issuing stop work notice.

PUR7/17/OCY 10