Professional Documents
Culture Documents
ADDDITIONAL TERMS
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
1.1 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.
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:
PART ITEM
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.
3.1 Mandatory Requirements of Bidders and Equipment are as follows. Failure to submit the
supporting documents shall result in the tender to be rejected.
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.
AND
AND
4
TENDER RFx 4000042795
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.
5
TENDER RFx 4000042795
OR
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.
6
TENDER RFx 4000042795
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.
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.
OR
7
TENDER RFx 4000042795
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
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
Model/type offered with track record in TNB but has not been fully
type tested is acceptable with the following condition:
10
TENDER RFx 4000042795
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:
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
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.
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.
4.1 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.
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
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
5.1 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.
6.1 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: -
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) The Letter of Tender (hereinafter referred to as "LOT”) shall be signed either by the leading
partner or all partners.
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:
8.1 Bidders are required to submit document of Business Continuity Planning which consist
of items as below:
Note: Document need to be submitted upon tender submission, however, it is not criteria
of mandatory evaluation.
15