You are on page 1of 15

TENDER RFx 4000042795

INSTRUCTIONS TO BIDDER (ITB)

ADDDITIONAL TERMS

NO. TENDER: 4000042795


TAJUK TENDER:
OHL 275kV SC LILO PAKA-LALOH & 132kV DC LILO FROM KUALA TERENGGANU – GONG
BADAK INTO PMU KUALA TERENGGANU SOUTH

Contents
1.0 GENERAL INFORMATION .......................................................................................................... 2
2.0 SUPPLIER GUIDE FOR DOWNLOADING THE TENDER DOCUMENTS ONLINE........... 2
3.0 MANDATORY REQUIREMENT FOR BIDDERS ...................................................................... 4
4.0 SUBMISSION OF PROPOSAL (ONLINE) ................................................................................. 5
5.0 EVALUATION OF TENDER ......................................................................................................... 7
6.0 JOINT-VENTURE PARTNERSHIP (IF APPLICABLE) .......................................................... 14
7.0 TECHNICAL ENQUIRIES ........................................................................................................... 15
8.0 ADDITIONAL INFORMATION.................................................................................................... 15

1
TENDER RFx 4000042795

1.0 GENERAL INFORMATION

1.1 The Bidder is presumed to have read and understood the Conditions of Contracts as
attached in the folder for the purpose of preparing the Tender.

1.2 If the Bidder has any doubt as to the meaning of any portion of the Conditions of Contract,
he shall seek clarification from TNB.

1.3 The Bidder is not allowed to make an offer based on his own terms and conditions that
clearly do not comply to the TNB’s Requirement and Conditions of Contracts as stated in
the Tender.

1.4 This tender is based on Two Envelope Electronic Tender Method.

2.0 SUPPLIER GUIDE FOR DOWNLOADING THE TENDER DOCUMENTS ONLINE

2.1 Bidder can download and view the tender documents before the payment of the tender
fee, if they received invitation through email notification.

2.2 Bidder which have not been invited but interested and qualified to participate in the e-
tender, may do so by contacting the respective RFx Creator.

2.3 For the purpose of this e-tender, Bidder will be required to download the softcopy of tender
documents in the following folders to view the Tender Documents:

For 2 Envelope: Technical Rfx>>Folder >> EXTERNAL AREA>>Tender Document

Tender Document consist of: -

PART ITEM

Part A INSTRUCTIONS TO BIDDERS (ITB)


1. ITB (General Terms)
2. ITB (Additional Terms)
3. Manual Panduan Pengguna
4. Sample JV Agreement
5. Sample Compliance Letter
6. Sample Corporate Guarantee Letter
7. Sample Performance Security Letter
8. OEM 5 Years Warranty Declaration (N/A)

2
TENDER RFx 4000042795

PART ITEM
Part B CONTRACT CONDITIONS
1. Particular Conditions of Contract (PCC) for FIDIC Yellow Book
2. General Condition of Contract (GCC) for FIDIC Yellow Book
Part C EMPLOYER’S REQUIREMENT
Scope of Work
1. General Requirement
a. Project Description
b. Terms and Policy of Insurance Facilities
c. List of TNB Panel’s MTO
d. List of Approved Laboratories
e. Construction Work Permit (CWP)
2. Project Description
3. Technical Particulars
4. Factor of Safety
5. List of Anti-theft Lock Nut Supplier
Additional Requirement
1. SCA Guideline & Passing Criteria
2. PIAT Guidelines & Passing Criteria
3. PQA Guidelines
4. PQA Process Map
5. Site Acceptance Test (SAT) Version 4.0
6. Construction Work Permit
Technical Specification
Drawing and SI report
Profile Plan
Route Plan
EIA Report
Safety Requirement
1. HSE Requirement for Contractors
2. SAFCA Guidelines
Part D BIDDER’S PROPOSAL
Technical Proposal
1. Mandatory Requirement of Tenderer
2. Tenderers Profile, Experience and Project Organization
3. Proposed Project Teams
4. Integrity Pact
5. Declaration of Litigation form
6. Technical declaration:
• Schedule E & Pre-Approved List Overhead Line Equipment
• Technical Schedules
7. Business Continuity Plan template
8. Letter of Tender
9. Appendix to Tender
10. Schedule of Prices OHL

3
TENDER RFx 4000042795

2.4 The Bidder shall always regard his Tender Document as the contract document to avoid
mistakes during preparation of the Tender.

2.5 The Bidder shall not alter the content in any part of the tender documents. The Bidder
shall completely fill in the blanks in the schedule in permanent and clearly legible type
fonts. The schedule shall contain specific information / data as intended.

2.6 The Bidder is particularly directed not to alter the Tender Documents in any way. The
Tender Documents must be submitted (uploaded) in their entirety. Appendices
(clarification, addendum, supporting documents etc) shall be submitted (uploaded) in
dedicated folder as mentioned in para 4.0.

3.0 MANDATORY REQUIREMENT

3.1 Mandatory Requirements of Bidders and Equipment are as follows. Failure to submit the
supporting documents shall result in the tender to be rejected.

A. MANDATORY REQUIREMENT FOR BIDDERS

No. Criteria Supporting Document


1. Pre-Qualification Certificate (if applicable) To attached

OR
2. Registration A valid TNB Certificate on advertised
tender closing date.
a) Tenaga Nasional Berhad (TNB).
The company or all partners of Joint Ventures (JV) Form 24, Form 49 dan Form 32A
are registered with TNB
Note : Where the registration has expired,
AND letter of approval or acknowledgement of
b) All partners registered with Suruhanjaya renewal application from TNB is
Syarikat Malaysia. acceptable.

c) CIDB A valid CIDB Certificate on advertised


tender closing date.
The company or the leading partner of the JV shall
be registered with CIDB registration as below: Note : Where the registration has expired,
letter of approval or acknowledgement of
- The company or the leading partner of the JV is renewal application from CIDB is
registered with CIDB and has valid CIDB acceptable.
registration of Grade G7, Category ME,
Specialization E23/E25.

AND

The company or all partners of Joint Ventures are


registered with TNB

AND

4
TENDER RFx 4000042795

No. Criteria Supporting Document


The company or all partners of Joint Ventures shall
not be blacklisted / suspended by TNB.

3. Work Experience Certified True Copy (CTC) of Letter of


Acceptance/Award (LA) Or Contract
Minimum of one company to have successfully Agreement Or Purchase Order (PO) AND
executed at least one contract as Main Contractor or Performance Certificate (PC) Or Taking
Sub-contractor, involving in the design, erection Over Certificate (TOC) of the said contract
and commissioning of the plant and associated
civil works within the last 10 years for the For sub-contractor:
following work: To submit evidence in the form of the
appointment of the company as the sub-
a) 220kV overhead line, or not less than 30km contractor for the said works. OR to submit
cumulative route length of 110kV overhead line evidence in the form of endorsement by
TNB Project Manager / Employer on the
appointment of the company as the sub-
contractor for the said works

Only experience as sub-contractor


encompassing the full scope of works in
design, erection and commissioning will be
considered.

For example, experience as sub-contractor


in equipment installation only will not be
considered.

4. Financial Strength
Certified True Copy of
The tenderer shall fulfil all the criteria. If Tenderer is i) Audited Report and Financial
joint venture partnership, the Shareholders Fund / Statement (not more than 20 months
Total Net worth and Paid Up Capital of all companies after tender closing date) of all
shall be included in the evaluation. partners and Parent Company, if
applicable
4a Shareholders Fund
ii) Documents that support Acid Test
The total Shareholders’ Fund of the Tenderer taken Ratio Criteria as follows:
from recent 12 months Audited Financial Statement • Current Asset, Stock & Current
(not more than 20 months after tender closing Liabilities.
date) shall be positive
iii) Bank Statement for the last 3 months.
a) Shareholders’ Fund = Share Capital + Share
Premium + Retained Earnings - Amounts iv) Letter of Credit Facilities dated not
Owing from Shareholders more than 3 months before tender
closing date.

4b Paid-up Capital v) Outstanding Payment from TNB. (if


applicable)
b) The Total Paid Up Capital of all partners
shall be more than RM 750,000.00 as at
Tender closed

5
TENDER RFx 4000042795

No. Criteria Supporting Document


4c Acid Test Ratio

a) Acid Test Ratio (The figures for calculation


shall be taken from recent 12 months
Audited Financial Statement-not more than
20 months after tender closing date) shall be
more than 1.0:

Acid Test Ratio = Current Asset–Stock/ Inventories


Current Liabilities

For tenderer participating on JV basis, the following


formula shall be used:

Acid Test Ratio =


(Current Asset of Company 1 + Company 2) –
(Stock/Inventories of Company 1+ Company 2)
Current Liabilities of Company 1 + Company 2

OR

If Acid Test Ratio less than 1.0, tenderer must have


Unutilized Revolving Credit Facilities + Average
Latest 3 Months Bank Balance, shall be at least RM
21,000,000.00;

5. Bidder’s Performance CASE report (Contracts only)

The Tenderer shall have an overall TNB Contractor Testimonial from previous Employer (if
and Supplier Evaluation (CASE) star rating of at applicable)
least three (3) stars.

For JV tenderer, the highest score of CASE shall


prevail.

For new tenderer or tenderer with no CASE Score,


testimonial from previous client is required.

For a new Tenderer or with no Star rating,


testimonial from previous Employer is required.

6. Project Personnel Borang A KWSP,


Relevant CIDB qualification,
Tenderer to have full time Project Manager (PM) Current project status
under the employment of the company to manage Resume/CV Project manager
current active project(s). Active project is defined as
from the start of physical work until 90% completion.
(%progress will be as per TNB evaluation)

A project manager shall have at least five (5) years’


experience in project management, and managing
an average of not more than two (2) active projects
at the time of tendering.

6
TENDER RFx 4000042795

No. Criteria Supporting Document


(Owner/director of the company will not be counted
as a project manager for tender evaluation
purposes)

7. Special Requirement for Transmission Line


Projects

Erection & Stringing Team, Tools and Machineries. Proposed Organization Chart for Team,
The bidder shall fulfill the requirements as follows: Borang A KWSP, NTSP Card, CIDB
Green Card, Work Permit from
- The Company shall have at least one (1) in- Kementerian Dalam Negeri
house tower erection team consisting minimum
of 8 personnel and at least (1) one in-house
stringing team consisting minimum of 15
personnel.
- The Company shall own at least one (1) set of
puller and one (1) set of tensioner.

8. Safety Management Borang A KWSP, DOSH certification

The company shall have a salaried employee The certification by DOSH shall be
designated as Safety and Health Officer (SHO) evidenced by submission of a copy of SHO
certified by Department of Safety and Health Green Book which shall be valid at least
(DOSH), proof of which is the latest copy of until tender validity expiry date and shall
statement of EPF Contribution Schedule (Form A) remain valid throughout the entire contract
with a copy of the receipt in respect of the period
contribution in question. The certification by
DOSH shall be evidenced by submission of a copy
of SHO Green Book which shall be valid at least
until tender expiry date and shall remain valid
throughout the entire contract period.

9. Free from any litigation against TNB. A declaration of litigation dated within 3
months before tender closing date in the
The company or each partner of the joint-venture form of an affidavit taken under oath in
shall submit a declaration of litigation dated within front of a Judge, Magistrate or
3 months before tender closing date in the form of Commissioner for Oath. All Tenderers
an affidavit taken under oath in front of a Judge, shall be free from any litigation against
Magistrate or Commissioner for Oath. All Tenderer TNB.
shall be free from any litigation against TNB.

Tenderer shall be disqualified in the following


situations:-

a. Where the company has filed a legal action


against TNB, until the case is heard, a decision is
made and the case is closed,

OR

b. TNB has taken legal action against the


company/companies for breach of contract.

7
TENDER RFx 4000042795

No. Criteria Supporting Document


10. Full Compliance
No deviation declared elsewhere in the
All documents to be completely filled up dan tender
upload into the system.

The Bidders shall comply fully with the: -


- Particular and General Conditions of Contract
- Employer’s Requirements,
- Instructions to Bidders and
- Procurement Code of Conduct
- Integrity Pact to be signed
11. Blacklisted / Suspended

Shall not be blacklisted / suspended by TNB.

12. Integrity Pact


Integrity Pact form.
TNB Integrity Pact to be completely filled up.

13. Time for Completion


No deviation declared elsewhere in the
The Tenderer shall comply fully with the Time for tender
Completion of the contract, not more than the
Tender Requirement

14. Site Visit


Attend Tender Briefing and Site Visit as per
Bidder shall participate in mandatory Tender tender notices
Briefing and Site Visit for the Tender

B. MANDATORY REQUIREMENT OF EQUIPMENT

1. All equipment offered in the tender shall comply with the mandatory requirements for
equipment.

2. For equipment categories listed in the Product Acceptance List, the Bidder shall only offer
model/type from the list.

3. For equipment category with only ONE model/type listed in the Product Acceptance List
and equipment category that is not listed in the product Acceptance List, the Bidder can
offer an equipment model/type that complies to the mandatory requirements and fulfils the
conditions as follows:

a) Manufacturing Experience

The manufacturer of the model/type shall have at least five (5) years’ experience
in design, manufacture and supply of similar equipment of the same voltage level
or higher.

8
TENDER RFx 4000042795

Model/Type offered from a new factory of a manufacturer already accepted in TNB


(excluding ‘under license’ manufacturer) that does not have five (5) years
manufacturing experience is acceptable subject to the followings:

i) Shall have at least three (3) years manufacturing experience


ii) Passed quality audit on the new factory by TNB or TNB’s appointed
representative
iii) Additional Quality Guarantee from the Principal OEM

For imported model/type with track record in TNB or locally manufactured


model/type where the above requirement is not fulfilled, the model/type is
acceptable with the condition that the Tenderer shall furnish an Extended
Corporate Guarantee of at least five (5) years after the expiry date of Defect
Notification Period for the model/type and related accessories supplied under the
contract. The Extended Corporate Guarantee shall be executed in the format as
attached with this ITB and shall be furnished within the Time for Completion of the
Contract.

b) Commercial Operation Experience

i) For imported equipment:


The model/type offered, or similar equipment of the same voltage level or
higher from the same manufacturer, shall have at least three (3) years of
successful commercial operation outside the country of origin.

ii) For local equipment:


The model/type offered, or similar equipment of the same voltage level or
higher from the same manufacturer, shall have at least three (3) years of
successful commercial operation.

For imported model/type with track record in TNB or locally manufactured


model/type where the above requirement is not fulfilled, the model/type is
acceptable with the condition that the Tenderer shall furnish an Extended
Corporate Guarantee of at least five (5) years after the expiry date of Defect
Notification Period for the model/type and related accessories supplied under the
contract. The Extended Corporate Guarantee shall be executed in the format as
attached with this ITB and shall be furnished within the Time for Completion of the
Contract

c) Type Test

The model/type shall have passed all the MANDATORY TYPE TEST
REQUIREMENTS for the same model/type and rating required in the tender before
the tender closing date. The type test certificate and reports will remain valid as
long as there is no significant change in the design as allowed by the standard.
Only type test certificate and reports from TNB approved laboratories or
manufacturer’s laboratories accredited to ISO/IEC17025 are acceptable. The list
of approved testing laboratories is attached in Part C: Appendix to General
Requirements (Appendix C).

OR

9
TENDER RFx 4000042795

i) The equipment is locally manufactured

If not fully type tested, acceptable with condition to complete outstanding


type tests at TNB approved testing laboratories or manufacturer’s
laboratories accredited to ISO/IEC17025 and witnessed by TNB personnel
or representative appointed by TNB.

ii) The equipment is imported manufactured

1. For Equipment with One Pre-Approved Model/Type Only

Tenderer may offer type/model other than in the Product


Acceptance List subject to the following conditions:

a. Equipment with track record in TNB


To complete outstanding type test within a year after
contract award and shall be conducted at TNB approved
testing laboratories or manufacturer’s laboratories and
witnessed by TNB personnel/ representative or
representative from TNB approved testing laboratories

b. Equipment with no track record in TNB


Fully type tested at TNB approved testing laboratories or
manufacturer’s laboratories accredited to ISO/IEC17025.

2. For Equipment with no Product Acceptance list

Model/type offered with track record in TNB but has not been fully
type tested is acceptable with the following condition:

• To complete outstanding type test within a year after


contract award and shall be conducted at TNB approved
testing laboratories or manufacturer’s laboratories and
witnessed by TNB personnel/ representative or
representative from TNB approved testing laboratories

3. For Reactor and Capacitor Bank

Similar equipment of different ratings but in the same voltage class


and type tested at TNB approved testing laboratories accredited to
ISO/IEC 17025, is acceptable with the following conditions:

• To perform design review


• To complete type test for the design to be supplied under the
contract within eight (8) months after contract award
• To furnish Extended Corporate Guarantee for 5 years after
the end Defect Notification Period

10
TENDER RFx 4000042795

4. For Transformer / Shunt Reactor / Neutral Grounding Reactor

Shall have passed all type tests, for the same transformer design in
terms of voltage level, capacity and vector group, at TNB approved
testing laboratories accredited to ISO/IEC 17025 and witnessed by
TNB personnel / representative;

OR

Model/type offered which has not been fully type tested, but other
transformer of same voltage level and capacity or higher has been
fully type tested by manufacturer’s laboratory accredited to ISO/IEC
17025, the offer is acceptable with conditions:

• To perform design review as per Employer’s Requirements


• To conduct full type test at TNB’s approved testing
laboratories or manufacturer’s laboratory and witnessed by
TNB personnel/representative and representative from
TNB’s approved testing laboratory
• To furnish Extended Corporate Guarantee for 5 years after
the end Defect Notification Period

iii) New factory of manufacturer already accepted in TNB (excluding


manufacturer under license)

Fully type Tested at TNB approved testing laboratories or manufacturer’s


laboratories accredited to ISO/IEC17025 and witnessed by TNB personnel
or representative appointed by TNB.
OR
Passed surveillance audit on the new factory by TNB to verify component,
design, manufacturing process and assembly are the same as the previous
factory.

d) Compliance to Technical Requirements

i. The model/type offered shall fully comply with all requirements stated in the
technical specifications, technical schedules and tender drawings.

4. Extended Of Warranty

Original Equipment Manufacturing (OEM) shall furnish product warranty of 132kV


equipment and higher up to five (5) years starting from the date of commissioning or
delivery date if the Equipment is procured as spares. The DECLARATION OF
WARRANTY BY OEM FORM shall comply with the Employer’s Requirements as specified
and intended as attached. List of the 132kV Equipment and higher are listed in Sub-Clause
2.7 of the General Specification in Part C of the Employer’s Requirement. Failure to
comply with this requirement shall result in the Tender being rejected.

5. If the Bidder offer equipment which conform to standards other than those specified in the
Employer’s Requirements, full details of the differences between the proposed standards
and the specified standards in so far as they affect the design, testing and performance of

11
TENDER RFx 4000042795

the equipment are to be submitted with the Tender. These would only be considered if the
proposed standards are higher than the specified standards.

6. Each manufacturer or local agent of every equipment offered in this Tender shall provide
after sales service.

7. Equipment that are mandatory to be manufactured locally are listed in Sub-Clause 3.1 of
the General Requirement in Part C of the Employer’s Requirement.

8. Preference shall be given to locally manufactured equipment as listed in Sub-Clause 3.2


of the General Requirements of Part C: Employer’s Requirement. For tender evaluation
purposes, the tenderer who opted to offer imported equipment over local equipment shall
be imposed ‘local product preference loading’.

9. The Tender shall be rejected if any of the equipment does not fully comply with these
mandatory requirements.

10. The Tenderer shall offer only one (1) manufacturer for each equipment. If more than one
manufacturer is offered, the Tender shall be rejected.

4.0 SUBMISSION OF PROPOSAL (ONLINE)

4.1 Bidders can prepare and edit their offers before the tender closing date and time. After the
tender closing date and time, Bidders cannot edit their submitted offer in any case. No
written or online request in this regard shall be considered.

4.2 For Two Envelope Tender, Bidders are required to upload the completed and scanned
technical and financial documents in the folder generated by system by clicking Technical
RFx Response.

4.3 Bidders are required to upload the right tender documents to the right folder. Uploading of
tender documents in the wrong folder shall result in the tender to be rejected.

4.4 The main folder which has been created by system will be named based on the User ID /
Company’s name of the Bidder.

4.5 Bidder is required to upload the completed and scanned documents based on SCMS
Paperless Project in which the folders (Folder Technical Proposal, Folder Supporting
Document and Folder Financial Proposal) will be automatically generated by the system.

DOCUMENTS TO BE UPLOADED BY BIDDERS


FOLDER

TECHNICAL PROPOSAL
Mandatory Requirement of Tenderer
TECHNICAL BID Tenderers Profile, Experience and project organization
Proposed Project Teams
TNB Integrity Pact Form

12
TENDER RFx 4000042795

DOCUMENTS TO BE UPLOADED BY BIDDERS


FOLDER
Declaration of Litigation
Technical declaration:
• Schedules - List of Pre-Approved for OHL
• Technical Schedules (Tower)
Business Continuity Plan
Form of Declaration of Warranty by OEM
Compliance Letter
Corporate Guarantee Letter (if applicable)
Joint Venture Agreement (if applicable)
SUPPORTING DOCUMENT
Certificate of Incorporation
Form 24 - Return of Allotment of Shares
Form 49 - Board of Directors
Form 32A - Transfer of Shares
SSM Shareholder List
Form of Annual Return
CIDB Registration
TNB Registration
Bank Statement for the last 3 months
Latest Audited Financial Statement (valid 20 months before
closing date)
Letter of Credit Facilities dated not more than 3 months before
tender closing date
CV/Resume for Project Manager
Company Profile
KWSP Borang A
SHO Green Book
ISO/ OHSAS Certification
Commission of Energy Certificate
Custom's Registration
NIOSH Card
Equipment Supporting Document
Evidence of Experience (LA / PO)
Evidence of Experience (TOC / CC)
Letter of Tender
Appendix to Tender
FINANCIAL DOC
Schedule of Prices

NOTE: BIDDERS ARE REQUIRED TO SEPARATE ALL THE DOCUMENTS BASED


ON THE LIST ABOVE. PLEASE DO NOT COMBINE ALL DOCUMENTS IN ONE PDF.

4.6 TNB reserves the right to reject any tenders that do not comply with the instructions given.

4.7 To help Bidders to upload the required document at the right folder, Bidders are required
to fill in and sign the checklist as attached in the document tender.

13
TENDER RFx 4000042795

5.0 EVALUATION OF TENDER

5.1 The Technical Proposal of a Tender will be evaluated against the Technical Evaluation
Criteria. The Technical Evaluation Criteria consist of Mandatory Evaluation Criteria for
Tenderer and Equipment. Any tender which fails any of the Mandatory Criteria, will be
rejected and no further evaluation will be carried out.

5.2 The Mandatory Criteria for Tenderer and Mandatory Criteria for Equipment are stipulated
in the Schedule of Mandatory Requirement of Tenderer and this ITB.

5.3 The Financial Proposal envelope of the corresponding accepted technical proposal will be
opened. The selected Financial Proposal shall be evaluated according to the Financial
Evaluation Criteria which involves arithmetical checking, local equipment preference
loading and capitalised value of transformer losses.

5.4 TNB reserves the right to reject any Tender which fails the mandatory criteria requirement.

6.0 JOINT-VENTURE PARTNERSHIP (IF APPLICABLE)

6.1 Bidders participating on a joint-venture basis shall comply with and submit the following:

6.1.1 The nominated leading partner shall be the one who holds the CIDB registration
as per mandatory requirements.

6.1.2 All partners of the joint venture shall be from locally incorporated companies only.

6.2 To submit a certified true copy of the JV agreement entered into by the JV partners
detailing their partnership. The Joint-Venture Agreement (hereinafter referred to as "JVA”)
shall be executed and stamped in Malaysia before Tender closing date and submitted on
the tender closing date. The JVA shall also detail out each partner’s roles and
responsibility in the execution of the contract and shall contain the following standard
minimum requirements: -

i. Joint and several liability


ii. The appointment of the leading partner
iii. Correspondence address for any correspondence related to this Tender
including telephone and fax numbers
iv. The composition of the joint-venture and provisions of the JVA shall not be
changed without prior written approval of TNB
v. Agreed proportion of the obligations in the Works
vi. Continuing obligations to TNB in the event of conflict or dispute
vii. The term of the JVA shall cover the whole period to complete the works and
preferably to have a grace period to be determined by the parties

The Tenderer shall refer to the attached Sample Form of JVA as a guide in drafting the
JVA. Failure to comply with the minimum requirements above may result in tender
rejection.
14
TENDER RFx 4000042795

A “Memorandum of Understanding” (hereinafter referred to as "MoU”) shall not be


acceptable as a replacement of the JVA between the concerned parties.

a) The Letter of Tender (hereinafter referred to as "LOT”) shall be signed either by the leading
partner or all partners.

7.0 TECHNICAL ENQUIRIES

7.1 If the bidder has any technical enquiries on the tender document or other matter pertaining
to the tender and site, he shall obtain clarification prior to the submission of tender. Only
written interpretations given by authorised officers stated below will be recognised. The
letter shall be addressed to:

HEAD (KEY ACCOUNT SERVICE EXCELLENCE)


PROCUREMENT & SUPPLY CHAIN DIVISION
TENAGA NASIONAL BERHAD,
LEVEL 9, NU TOWER 1,
203, JALAN TUN SAMBANTHAN,
KUALA LUMPUR SENTRAL,
50470 KUALA LUMPUR.

TELEPHONE : 6-03-2727 1500

8.0 ADDITIONAL INFORMATION

8.1 Bidders are required to submit document of Business Continuity Planning which consist
of items as below:

Main Element in Business Continuity Planning


•Risk Matrix
•Business Continuity (BC) Team
•Time-Critical/Key Business Process
•Business Impact Analysis- Timeline Recovery Plan

Note: Document need to be submitted upon tender submission, however, it is not criteria
of mandatory evaluation.

15

You might also like