(หจส-ห.)02-Bidding 2013TS12-L-07 (พิรดา)

Transcription

(หจส-ห.)02-Bidding 2013TS12-L-07 (พิรดา)
การไฟฟ้าฝ่ายผลิตแห่งประเทศไทย
REGISTRATION FORM
INVITATION TO BID NO. TS12-L-07
FOR SUPPLY AND CONSTRUCTION OF TRANSMISSION LINES 230 kV UDON THANI 3 - PHANG KHON,
230 kV PHANG KHON - BUNG KAN, 230 kV SAKON NAKHON 2 - PHANG KHON, 115 kV SIRINDHORN 2 - THAI/LAOS BORDER
AND SECTIONALIZING OF 115 kV SIRINDHORN - UBON RATCHATHANI 1 TO SIRINDHORN 2 SUBSTATION
TRANSMISSION SYSTEM EXPANSION PROJECT NO. 12
AVAILABLE DURATION FOR PURCHASING April 29, 2016 TO May 30, 2016
PRICE USD 160.- OR THB 5,000.COMPLETE DATA IS REQUIRED FOR THE BIDDER’S OWN BENEFITS
(โปรดกรอกรายละเอียดให้ครบถ้วนเพือ่ ประโยชน์ของบริษทั )
Step 2 : Bring the payment receipt and filled-out registration Form (in English) to receive the bidding documents at Transmission
System Development Area Foreign Procurement Department (Room No. 1202/2, 12th Floor, Building Tor. 101) Tel no. 02 436 0241-42
FOR PURCHASER
NO.
TAX ID :
RECEIPT NO. :
DATE :
PURCHASER
(ผู้ซื้อ):
BIDDER’S NAME
(บริษัทผู้ซื้อเอกสาร)
ADDRESS
(ที่อยู่)
ATTN. (ผู้รับผิดชอบ):
FAX NO.:
E-mail :
e-GP Registration Date :
COUNTRY :
TEL.:
LOCAL REPRESENTATIVE
(ตัวแทนในประเทศ)
ADDRESS
(ที่อยู่)
ATTN. (ผู้รับผิดชอบ):
TAX ID :
FAX NO.:
TEL.:
E-mail :
FOR PROCUREMENT OFFICER
CHANGE OF BIDDER’S NAME
BIDDER’S LETTER NO. :
TAX ID :
DATED :
NEW BIDDER’S NAME
(ชื่อผู้ซื้อเอกสารเปลี่ยนเป็น)
ADDRESS
(ที่อยู่)
COUNTRY :
ATTN. (ผู้รับผิดชอบ):
FAX NO.:
TEL.:
E-mail :
LOCAL REPRESENTATIVE
(ตัวแทนในประเทศ)
ADDRESS
(ที่อยู่)
ATTN. (ผู้รับผิดชอบ):
TAX ID :
E-mail :
e-GP Registration Date :
FOR PURCHASER
FAX NO.:
FOR PROCUREMENT OFFICER
Procurement Officer
Document received by
(ผู้ส่งมอบเอกสาร)
(ผู้รับมอบเอกสาร)
TEL.:

Step 1 : Submit this part for payment at Receivable Cashier Section (1st Floor, TOR 100 Bldg., Counter 4-8) Tel no. 02 436 5512
FOR PURCHASER
TAX ID :
BIDDER’S NAME
(บริษัทผู้ซื้อเอกสาร)
ADDRESS
(ที่อยู่)
BID NO. TS12-L-07
PRICE USD 160.- OR THB 5,000.DURATION FOR PURCHASING April 29, 2016 TO May 30, 2016
Transmission System Development Area Foreign Procurement Department Tel no. 02 436 0241-42
(รวพส.)
INVITATION TO BID NO. TS12-L-07
SUPPLY AND CONSTRUCTION OF TRANSMISSION LINES 230 kV UDON THANI 3 - PHANG KHON,
230 kV PHANG KHON - BUNG KAN, 230 kV SAKON NAKHON 2 - PHANG KHON,
115 kV SIRINDHORN 2 - THAI/LAOS BORDER AND SECTIONALIZING OF
115 kV SIRINDHORN - UBON RATCHATHANI 1 TO SIRINDHORN 2 SUBSTATION
. TRANSMISSION SYSTEM EXPANSION PROJECT NO. 12
The Electricity Generating Authority of Thailand (EGAT) is calling for the subject Invitation to Bid
to be financed by EGAT's fund. The escalation factor (K) for price adjustment is applied to this Bid.
Place of Construction
Package I
From Udon Thani 3 Substation to Phang Khon Substation (approx. 91 kilometers)
From Sakon Nakhon 2 Substation to Phang Khon Substation (approx. 53.20 kilometers)
From Sirindhom - Ubon Ratchathani 1 Transmission Line to Sirindhorn 2 Substation (approx. 0.15 kilometer)
From Sirindhorn 2 Substation to Thai/Laos Border (approx. 10.80 kilometers)
Package II
: From Phang Khon Substation to Bung Kan Substation (approx. 116 kilometers)
Medium Cost
Package I
: THB 965,000,000.- (excluding cost of the Dismantled Equipment to be purchased by Bidder)
Package II
: THB 422,000,000.-
Eligibility of Bidders
1.
The Bidder shall be a juristic person who provides such services and shall not be named in the List of Work
Abandoners published by the Office of Prime Minister and/or in the Debarment List and/or in the List of
Work Abandoners declared by EGAT.
2.
The Bidder shall neither fail to submit the Revenue and Expense Accounts nor fail to present proper and
complete accounts under the Notification of National Anti-Corruption Commission Concerning Principles and
Methods of Preparing Revenue and Expense Accounts of Project between Individual/Company and
Government Agencies B.E. 2554 (A.O. 2011) issued on August 11, 2011 as amended from time to time ("the
Notification").
3.
The Bidder shall register for e-Government Procurement (e-GP) at Thai Government Procurement website
(www ~procurement ~o.th at telephone No. 66 2127 7386 - 89) of the Comptroller General's Department of
Thailand.
4.
The Bidder shall not be a Jointly Interested Bidder with other Bidders as from the date of EGAT's issuance of
the Invitation, or shall not be a person who undertakes any action as an "Obstruction of Fair Price
Competition" for this Invitation.
5.
The Bidder shall not either be EGAT's consultant or involve in EGAT's consultancy company under this
Invitation to Bid, or shall not have EGAT's personnel involved in his business as shareholder having voting
right that can control his business, director, manager, officer, employee, agent, or consultant except those
who are officially ordered by EGAT to act or participate therein.
6.
The Bidder shall not be the person who is privileged or protected not to be taken any legal proceedings
under Thai Court; Provided that such Bidder's government declares that such special privilege is waived.
7.
The Bidder who is a joint venture or consortium shall carry out all the work under such formation from the
time of bidding until the fulfillment of the Contract.
Availability of Bidding Documents
Bidding Documents in CD-ROM will be available for examination of Bidder's Qualifications and
purchase during 8:00 hrs. to 15:00 hrs., Bangkok Standard Time, as from April 29, 2016 to May 30, 2016 at
USO 160.- or THB 5,000.- per copy, non-refundable, at the following address :
Transmission System Development Area Foreign Procurement Department
(Room No. 1202/2, lih Floor, Building Tor. 101)
Foreign Supply and Procurement Division
Electricity Generating Authority of Thailand
Bangkruai, Nonthaburi 11130, Thailand
Fax no. 66 2433 6317, 66 2433 5523, 66 2434 4064
Telephone no. 66 2436 0242
E-mail : [email protected]
For more details and downloading Registration Form for purchasing Bidding Documents on
website : http://biddingeng.egat.co.th.
Payment can be made by a certified cheque or money order payable to EGAT or by a
telegraphic transfer to EGAT's current account no. 109-6-01958-2 (swift code : KRTHTHBK), Krung Thai Bank
Public Company Limited, Bangkruai Branch, Nonthaburi. All bank charges and fees incurred by the payment of
bidding documents shall be under the buyer's responsibility.
Bidding Documents in CD-ROM will be either airmailed or airfreighted to the buyer at EGAT's
expense upon receipt of the relevant remittance. In case the buyer requires the Bidding Documents to be sent
by Express Mail Service (EMS), the charge will be at the buyer's expense.
Delivery of Bids
Bids shall be submitted at Room No. 1202/1, 12th Floor, Building Tor. 101 during 9:30 hrs. to 10:00 hrs.,
Bangkok Standard Time, June 22, 2016 and will be opened publicly at 10:00 hrs.
ELECTRICITY GENERATING AUTHORITY OF THAILAND
April 20, 2016
(Mrs. Natnoi Kijwatworawet)
Chief, Transmission System Development Area
Foreign Procurement Department
\J-a::mAnT-alv-l-W1 e'.11 t1 ~ii~ bb vi'l\J-a::bVIALVI t1
b~B\I \J-a::n1fl11fl1~1\I Lf;'l"!J~ TS12-L-07
.
' "
'1tl1'U'VIOVi!71\I
Package I
:
Package II
·nfnmn:i
Package I
965, 000,000. - 'U1Vl
Package II
422,000,000.- 'U1Vl
-
(hh1m1fl1eitJmru~mrn'Y~n1V1uwi
1~~Li.'1'UB'j1mfo~ei~111 11vJ~.)
'
~
"
~rum.1'U011B.:i~b'1'UB11fl1
1.
tii'u.:JLllu'Ll~'Uflfl'1~l1Bl~Ylf'U~l'l\;11lJtJ'j~O'"JWl'j1fl1~1'1vl'lml11
,
'U
\;lllJrhi.:i
2.
LL'1~tilB'IhiLllu~'iff.:i.:i1uzj.:iJTUfl'U1 ~JflflilJ'Ll\;lnvi'LL~'ILiEJ'Ll~B11 Vl~B
'U
d.t
11\"J~.
L'Ulil'U~ Luum:J LLi.'1 Wi'IUfil~'jl EJfm1 mhEJ Vl~BLLi.'IWl'IUfil~'jl EJfm1EJ"'i!lEl1:J '1fllii'B'lfl'j'\.J~1'U1uf.'11'j~J1 fi'ru
\llB'I1lie:lEJ'U
v
'U
d.t
"
flru~ ffj'jlJ fll'jU B'I fl'ULL'1~'\.J'j1'\.J'\.J'j1lJ fll'jVl~~ \;!LL'1-i 'l'lll~ L~ B'I
cu
'U
\;lllJ'IJ'j~flli'l
Vl'1fl Lflru'il LL'1 ~15 fll'j~wivi1 LL'1~ LLi.'1 Wi'IUfi]~'jl El fll 'jf'tJ"'ii 1EJ'11B'ILfl'j 'I fll'j
'
v
~'\.Jflfl'1Vl~ei'Ll~'Uflflmuu~~ruru1n'UV1u1EJ.:i1u'lJei.:ifIi Yl. i'l. 2554 LL'1~~LLm'lJLYilJ L~lJ
,
,
'U
..... ...
~'LltloDBl;J'1~Wl~B~WJ~1.:imflf~
4.
61
(www gprocurement go th) LVl'JPlY-lvl Vll.l1EJL'1'11 0 2127 7386 - 89
lii'ei.:i1:J Luu~il~'1'\.J'j~ LEJ'llU11lJfl'Ufl'UeJLi.'1'UB'J1fl1'J1EJ~tl
~
~
i'utJ'J~ fl1i'1tJ'J~ fl'JWJ'jlfllfl~.:JdLiJutilu1tJ
ru
Vl1Btifu.:i1:JLllu~ m~vi1 fll'j
~
ei'muu11wuwi'lJ11.:i 01"JLL-ii.:i-Um1mBv1.:i Lll'Llli'J"JlJ1u fll "J lil1LiJu m "JtJ"J~ mwi"J1fl1 fl ~.:id
5.
tilei.:i1:JL llu~tJ~mn'lJB.:i
11\"J~. V11eil1ci1u11lJ1u'U~i;'V1~tJ~11"tt1'lJei.:i 11v-J~.
1ufi~01'J'lJB.:i~L1.'1um1fl1 1:W11~~1u1i1u~~~ei~u~il~Vl6fl1'\.JfllJ01"J~wi01"J
'U
Vl~B~mfl"ttl
6.
6.1
'U
,
,
EJflLl'U 1urmu~~tJD'U~'l1'Ll1vi'for\'1i.:imh.:1LlJ'UVll'lfl1'J~lfl
tilei.:i1:JLl!u0vi'f'ULBfl~Vl~Vl1Bfl11lJ~lJn'Ll
,,
1u.:i1ud Vl1BtifB.:i1:Jl1~tJ5'\.J~.:11u
m"JlJfll'j
~rl1wEJ01'j ~~wifll'j
'U
'U
11\"J~.
wum1u
Loii'11 tJl1ci1u11lJ
'111~1.:i
"U
lli'1uV1u
flv-J~. 1mtJtJ5'\.J~'11'LlVl1moif111lJ1ufi~flW1JB'l~Li.'1'Uel'J1fl1
zj'IB1~tJ5L'1li1:J EJBlJ;'Ui'11'11VlEJ L1uu~f~'U1'1'lJB'l~Li.'1'UB'J1fl11vi'ilr11i.:i1~i.'1'1~~Vl~LL'1~
fl11lJfllJn'LlL otlu11uu
'
7.
~tJ'J~i.'1-'.lrlL
oLJltJ'J~ fl1Wl'J1 fl11 'Ll'Ll1lJ'11 B-1n~fl1'J11lJrl1 (Joint Venture or Consortium) ~~ti]B'llil 1LUtl fll'JVl' 11.ff'U\;l B'U'lJB'lfll'J
~
.
tJ'J ~ O'"JWJ'jl fl11'Ll'Ll1lJ'1JB'I fi ~ fl1'J11lJ rll~'I LL~ fll'J Li.'1'UB'J1fl1~'Lli'U i.'1 wioifB ~ fl~'U fl'U flvJ ~.
~
011"U1tibe.Jna11u1~01~11ri1
~~'Uh~~ l'ie.J'tl'i.J'\1111'U11 tJ'1::: bBtJ~ b~'i.ll?ll'.J'il~B'UflfU~llllii'UB'l~
b~'UB11 fl1 bb'1:::'Uti~meio~11u1:::0':Hil11fl1 L'U11fl1
'
~
'll~'1:::
'
5,ooo.- 'U1V1
~
HI~ mrnn'5'1-:i-:i1uiP11011m:::'U'U~-:i (~ei-:i
'l:::vt11mm 08:00 u. !i.:i 15:00 u.
O 2436 0242
~.:Jbbl'ii'u~
29
bll~1tJ'U
2559
120212 .ffu 12 mri11 VJ.101)
!i.:ii'u~
vt~BBbll~ [email protected] ~.:id ~1ll11fl
30
Y-l'J~.f11flll
download
2559
oei-:i~~vt11'11-:iu1:::bV1P1~1v.:i1u
vt~ei~ti'Uml!VJ1.:J1V11~y.iv] vtmm'1'tl
bb'U'UV'lti1ll'1.:JV1:::b'i'.it1u~~mein~11u1:::01~11ri11~
~bl'U1'111'1 http://biddingeng.egat.co.th
011~u"lle.J.:JU1~m~11fl1
n1vtu~~'U'1lti.:iu1:::01~11ri11ui'u~
22 llflmtJu 2559 nm 9:30 u. fi.:i 10:00 u.
bb'1:::bll~'1lti.:iu1:::01~11ri1nm
'
10:00 u. ru ~ei.:i 120211 -a'u 12 mri11 VJ.101 m11V'lvhc'.hrn:..i~l?lbb'l-i.:ith:::LVJP11VJti L:a.:i~:::y.i1uy.i1:::11ll 7 ~.:ivti'~uuVJ'U~
'
,,
u1:::mP1 ru
i'u~
20
bll~1tl'U
2559
('W1'l'U1flUBtJ fi'ili'Vl11b1VIEJ)
~1vtu1nei.:i~~vt11'11.:iu1~bVIP1~1ti.:i1u~\ilJU11:::'U'U~.:J
\il111.:1Lba~.:i·Nb~'l.H'llth~l.l1ru~1l?l~u~~a11bb6'1~11ri1na1.:i (11ri1el'1.:i~.:i)
1um1~~6ff£1~~~1.:i~i11"li.:i1urim1~1.:i
1.
~elbl"l1.:Jn11
th::fl'Wl111"11bfl'U~ TS 12-L-07
'11'U~~Vl1bbi:l::~1-:ineii.'1~1'1?!18~'1 230 kV el~161U 3 - Vl''lLl°l'U, 230 kV Vl''lLl°l'U - li-:inTW,
'
230 kV i.'lni:l'LI\011 2 -Vl'-:iLFl'U, 115 kV ~1uo1 2 - '1!1mb~'LI1vm/mhJ.m1 bbi:l::-:i1u~~mbrn::
~i-:ineii.'1~1-:i~~i.'118~'1 115 kV ~1'Uo1 - eium1'llo1u 1 i:l'I~
'
11"11-:im1'U81m::uu~.:i1 vJvh1::8::~ 12
/V1tl1E.1.:i1m:il1'l1ei.:i11"1-a.:im-a
2.
~1uo1 2
~18 bbe.J'LI'l1'Ubb'1::LF11-:im11::uu~-:i m11 vJYl1~18e.J~\91 bb '!ti-:ith::b vw11 VJ8
'J.:Jb~t1.:iut11::mruvi'l~fo:5'~m1
LF11'1n11'U818J::uu~-:i1 vJYl11::8::~ 12
3.
i.'lvJ.
-:iuth::mru 60,000
~1'UU1Vl
1't1~n1'Vlt1~111"11mn.:i 24 iJu11"1:u 2559 Ci'u~ nvm. ffuii'~)
'
-a11"11113.1mt;J3.1~fi1b
~3Jtb~::f'ht-ii~1EJ~t16JbU\Jb~t1 1,387 ,000,000.00 u1VJ
...
-a11"11/V1tl1E.1 mmeini.'111bbuu
4.
5.
5.1 'U18i.'11l'lltlJ ~:u::mu
mi.'1-'l"li.'I.
5.2 'U18i.'l:utlei-:i m1ih::fi'1oU8
Vltli.'1-'l"li.'I. mi.'1-'l"li.'I.
5.3 'U18eJ.fi'U'l"l nm-:if'i
'
1P1. 7 Vltli.'1-'l"li.'I. mi.'1-'l"li.'I.
Vlmm Vl\91
fi11offzj18~'U 111ilbbn fi11 offzj18~
nvJe..i. M'ei.:izj18\911:u15m1Yi'111ru1btl18rn VJ8UJ11"11~n1V1u~111.u
beini.'l11tl1::m~111"11 botf'U mm'U1b-LJ'1 bU'UM'U
...
(
o~-
J.()J'~Yl~~r,\JY) if')sli'lo.rnfrr
U\>lf-U.
20 U-J.EJ. 2559
DETAILS OF THE MEDIUM COST FOR BID NO. TS12-L-07
PACKAGE I
SCHEDULE 1 : 230 kV Udon Thani 3 - Phang Khon
( 91 km)
Description
Total
(Baht)
3,840,900.00
1A: PRELIMINARY WORK
70,206,300.00
1B : TOWER FOUNDATIONS
240,607,329.40
1C: TOWERS
1D : IN SULATOR STRING AND OVERHEAD GROUND WIRE ASSEMBLIES
59,349,230.00
1E : CONDUCTOR AND OVERHEAD GROUND WIRE
24,229,500.00
1F : LINE ACCESSORIES
2,880,820.00
1G: GROUNDING MATERIALS
3,387,620.00
16,570,700.00
1H : OPTICAL FIBER AND LINE ACCESSORIES
7,755,000.00
11 : DISMANTLING WORK
146,559, 184.00
1J : TEMPORARY DETOUR LINES
340,000.00
1N : TEST OF EQUIPMENT
6, 156,000.00
10 : SUPPLY OF SERVICE OF VEHICLES
1P : SUPPLY OF SPARE EQUIPMENT
11, 120,424.61
1Q : DISMANTLING OF TEMPORARY DETOUR LINE
11,926,000.00
'.
'
Total for Schedule.1
604,929,008.01
Adjusted Price (Import Duty & Tax+ VAT)
42,345,030.56
·-
Total Price Schedule 1
647,274,038.57
SCHEDULE 2 : 230 kV Sakon Nakhon 2 - Phang Khoo { 53.20 km)
',
Description
Total
(Baht)
2, 143,050.00
2A: PRELIMINARY WORK
2B : TOWER FOUNDATIONS
40,683,800.00
127,724,970.00
2C:TOWERS
2D: INSULATOR STRING AND OVERHEAD GROUND WIRE ASSEMBLIES
32,564,960.00
2E : CONDUCTOR AND OVERHEAD GROUND WIRE
14,289,000.00
2F : LINE ACCESSORIES
1,653, 170.00
2G: GROUNDING MATERIALS
1,828,420.00
2H : OPTICAL FIBER AND LINE ACCESSORIES
9,449, 158.00
21 : DISMANTLING WORK
4,690,000.00
20 : SUPPLY OF SERVICE OF VEHICLES
.
4,617,000.00
,..,
.. --·
•,
,'
Total for Schedule 2
,
Adjusted Price (Import Duty & Tax+ VAT)
~
Total Price Schedule 2
Q,p,.; ,
r-1-U'
'L(i~· 11 •
.
{U1V«ufi\lU ~ti'"'"' ..,;
'lnJll"l?·i?AM lr?Mn~kage 1 - 1/2 -
20 l~W. 2559
. 239,643,52s.oo
I
il1t1.
}\'., ~
..... .")~
16,775,046.96
,\
'
256;418,574.96
TS12-L-07
DETAILS OF THE MEDIUM COST FOR BID NO. TS12-L-07
PACKAGE I
SCHEDULE 3 : Sectionalizing of 115 kV Sirindhorn - Ubon Ratchathani 1 Transmission Line to
Sirindhorn 2 Substation ( 0.10 km)
Description
Total
(Baht)
21,000.00
3C :TOWERS
30 : INSULATOR STRING AND OVERHEAD GROUND WIRE ASSEMBLIES
256,520.00
3E : CONDUCTOR AND OVERHEAD GROUND WIRE
203,000.00
1,590.00
3F : LINE ACCESSORIES
90,800.00
3H : OPTICAL FIBER AND LINE ACCESSORIES
>-·
Total for Schedule 3
572,910.00
Adjusted Price {Import Duty & Tax+ VAT)
40,103.70
613,013.70
Total Price Schedule 3
SCHEDULE 4 : 115 kV Sirindhorn 2 - Thai/Laos Border
( 10.80 km)
Description
Total
(Baht)
4A : PRELIMINARY WORK
414,600.00
4B: TOWER FOUNDATIONS
11,812,000.00
4C :TOWERS
29,612,870.20
4D: INSULATOR STRING AND OVERHEAD GROUND WIRE ASSEMBLIES
6,056,460.00
4E : CONDUCTOR AND OVERHEAD GROUND Wl~E
2,088,450.00
4F : LINE ACCESSORIES
1,188,680.00
4G : GROUNDING MATERIALS
356,840.00
4H : OPTICAL FIBER AND LINE ACCESSORIES
1,939,370.00
41 : DISMANTLING WORK
1,154,180.00
4K: LINE CONNECTION
266,000.00
4N : TEST OF EQUIPMENT
340,000.00
40 : SUPPLY OF SERVICE OF VEHICLES
2,052,000.00
40 : DISMANTLING OF TEMPORARY DETOUR LINE
2, 195,000.00
Total for Schedule 4
59,476,450.20
Adjusted Price (Import Duty & Tax+ VAT)
4,163,351.51
Total Price Schedule 4
63,639,801.71
Summary Price
904,621,896.21
Adjusted Price (Import Duty & Tax+ VAT)
63,323,532. 73
Total Price
967 ,945,428.94
'\.!1.
MEDIUM COST OF BID NO. TS12-L-07 (PACKAGE I)
- Package 1 - 212 -
~
rnn~!f'.)
"'
o.~
Or-
~'ilM i)Mnml'f
~"11(-·IJ..
'Jl\.
(i'I·""
('
965,000,000.00
2OUUJ. 2559
TS12-L-07
DETAILS OF THE MEDIUM COST FOR BID NO. TS12-L-07
PACKAGE II
SCHEDULE 5 : 230 kV Phang Khon - Bung Kan ( 116 km)
·· Description
Total
{Baht)
6,770,350.00
5A : PRELIMINARY WORK
67,716,600.00
5B: TOWER FOUNDATIONS
199,056,932.~
5C: TOWERS
5D: INSULATOR STRING AND OVERHEAD GROUND WIRE ASSEMBLIES
49,281,060.00
5E : CONDUCTOR AND OVERHEAD GROUND WIRE
30,512,000.00
5F: LINE ACCESSORIES
2,866,740.00
5G : GROUNDING MATERIALS
3,137,280.00
21,658,700. 00
5H : OPTICAL FIBER AND LINE ACCESSORIES
340,000.00
5N : TEST OF EQUIPMENT
50 : SUPPLY OF SERVICE OF VEHICLES
7,695,000.00
5P : SUPPLY OF SPARE EQUIPMENT
5,260,528.10
·Total for Schedule
5
..
394,295,190.90
. 394,295,190.90
Summa,.Y Price
Adjusted Price (Import Duty & Tax+ VAT)
27 ,600,663.36
Total Price
421,895,854.26
MEDIUM COST OF BID NO. TS12-L-07 (PACKAGE II)
d~~
).(l)'Arrir~M (''>c5\(lnN\f~~
422,000,000.00
~.u
lA~~-u.
Z0 l~UJ. 2559
- Package II - 1/1 -
TS12-L-07
INVITATION TO BID NO. TS12-L-07
SUPPLY AND CONSTRUCTION OF TRANSMISSION LINES
230 kV UDON THANI 3 – PHANG KHON, 230 kV PHANG KHON –
BUNG KAN, 230 kV SAKON NAKHON 2 – PHANG KHON,
115 kV SIRINDHORN 2 – THAI/LAOS BORDER AND
SECTIONALIZING OF 115 kV SIRINDHORN –
UBON RATCHATHANI 1 TO SIRINDHORN 2 SUBSTATION
TRANSMISSION SYSTEM EXPANSION PROJECT NO. 12
____________________
Invitation
The Electricity Generating Authority of Thailand (EGAT) hereby invites sealed bids for
Supply and Construction of Transmission Lines 230 kV Udon Thani 3 – Phang Khon,
230 kV Phang Khon - Bung Kan, 230 kV Sakon Nakhon 2 – Phang Khon, 115 kV
Sirindhorn 2 – Thai/Laos Border and Sectionalizing of 115 kV Sirindhorn –
Ubon Ratchathani 1 to Sirindhorn 2 Substation under Transmission System Expansion
Project No. 12 in accordance with the Terms and Conditions, Technical Specifications
and Drawings described in these Bidding Documents.
Work Description
This Invitation consists of two (2) Packages as follows :
Package I : The scope of Work under this Package is composed of four (4)
Schedules as described below :
Schedule 1 : Supply and Construction of 230 kV Udon Thani 3 – Phang Khon
Transmission Line
The Work for this Schedule is supply, construction and installation of a 230 kV
transmission line which is 50 Hz, 3 phase, single conductor per phase, double
circuit on self-supporting lattice steel towers extending from Udon Thani 3
Substation to Phang Khon Substation in the northeastern region of Thailand,
having a distance of approximately 91 kilometers. It shall be noted that the
portion of 0.50 kilometer of the line extending from Udon Thani 3 Substation to
Udon Thani 3 Junction shall be located on the new right-of-way with 20 meters
in width while the remaining of 90.50 kilometers extending from Udon Thani 3
Junction to Phang Khon Substation shall be located on the existing one with 12
meters in width on each side of the center line of the transmission line.
The scope of Work under this Schedule shall also include supply and
construction of temporary detour line. This line is 115 kV, 50 Hz, 3 phase,
single conductor per phase, single circuit with a distance of approximately
90 kilometers extending from Udon Thani 3 Substation to Phang Khon
Substation. The temporary detour line shall be constructed as indicated in the
Specifications No. TL-05 (Rev. 1) : Construction of Temporary Detour Line.
- 1/9 -
TS12-L-07
The conductors to be employed for this Schedule will be 1272 MCM ACSR/GA
for 230 kV Udon Thani 3 – Phang Khon Transmission Line and 795 MCM
ACSR/GA for 115 kV Udon Thani 3 – Phang Khon Temporary Detour Line.
Two types of overhead ground wires will be employed; one of which is 3/8 inch
nominal diameter, high strength galvanized steel overhead ground wire and the
other is composite overhead ground wire with 36-core optical fiber. The
conductors will be supplied by EGAT while the overhead ground wires shall be
supplied by the Contractor.
The dismantling Work of the existing 115 kV Udon Thani 3 – Phang Khon
Transmission Line strung with 336.4 MCM ACSR/GA conductor with a
distance of approximately 90.50 kilometers as well as the 115 kV Udon Thani 3
– Phang Khon Temporary Detour Line mentioned above are also required to be
performed under this Schedule.
Schedule 2 : Supply and Construction of 230 kV Sakon Nakhon 2 – Phan
Khon Transmission Line
The Work for this Schedule is supply, construction and installation of a 230 kV
transmission line which is 50 Hz, 3 phase, single conductor per phase, double
circuit on self-supporting lattice steel towers extending from Sakon Nakhon 2
Substation to Phang Khon Substation in the northeastern region of Thailand,
having a distance of approximately 53.20 kilometers. It shall be noted that the
portion of 14.20 kilometers of the line extending from Sakon Nakhon 2
Substation to Sakon Nakhon 2 Junction shall be located on the new right-of-way
with 20 meters in width while the remaining of 39 kilometers extending from
Sakon Nakhon 2 Junction to Phang Khon Substation shall be located on the
existing one with 12 meters in width on each side of the center line of the Sakon
Nakhon 1 – Phang Khon (Circuit No. 2) Transmission Line
The conductors to be employed for this Schedule will be 1272 MCM
ACSR/GA. Two types of overhead ground wires will be employed; one of
which is 3/8 inch nominal diameter, high strength galvanized steel overhead
ground wire and the other is composite overhead ground wire with 36-core
optical fiber. The conductor will be supplied by EGAT while the overhead
ground wires shall be supplied by the Contractor.
The scope of Work under this Schedule shall also include the dismantling Work
of the existing 115 kV Sakon Nakhon 1 – Phang Khon (Circuit No. 2)
Transmission Line strung with 477 MCM ACSR/GA (HAWK) conductor with a
distance of approximately 51.60 kilometers.
Schedule 3 : Sectionalizing of 115 kV Sirindhorn – Ubon Ratchathani 1
Transmission Line to Sirindhorn 2 Substation
The Work for this Schedule is supply and construction of a 115 kV transmission
line, 50 Hz, 3 phase, twin-bundled conductor per phase, double circuit on selfsupporting lattice steel towers with a distance of approximately 0.15 kilometer
on the existing right-of-way having 10 meters in width on each side of the
center line of the transmission line to sectionalize the double circuit of the 115
kV Sirindhorn – Ubon Ratchathani 1 Transmission Line to Sirindhorn 2
Substation.
- 2/9 -
TS12-L-07
The conductor to be employed for this Schedule will be 795 MCM ACSR/GA
supplied by EGAT. Two types of overhead ground wires will be employed for
this Schedule; one of which is 3/8 inch nominal diameter, high strength
galvanized steel overhead ground wire and the other is composite overhead
ground wire with 36-core optical fiber. Both types of overhead ground wires
shall be supplied by the Contractor.
Schedule 4 : Supply and Construction of 115 kV Sirindhorn 2 – Thai/Laos
Border Transmission Line
The Work for this Schedule is supply, construction and installation of a 115 kV
transmission line which is 50 Hz, 3 phase, twin-bundled conductor per phase,
double circuit on self-supporting lattice steel towers extending from Sirindhorn
2 Substation to Thai/Laos Border in the northeastern region of Thailand, having
a distance of approximately 10.80 kilometers on the existing right-of-way with
12 meters in width on each side of the center line of the transmission line.
The conductors to be employed for this Schedule will be 795 MCM ACSR/GA.
Two types of overhead ground wires will be employed; one of which is 3/8
inch nominal diameter, high strength galvanized steel overhead ground wire
and the other is composite overhead ground wire with 36-core optical fiber.
The conductor will be supplied by EGAT while the overhead ground wires
shall be supplied by the Contractor.
The dismantling Work of the existing 115 kV Sirindhorn – Chong Mek
Transmission Line strung with 477 MCM ACSR/GA (HAWK) conductor with
a distance of approximately 11 kilometers as well as the 115 kV Sirindhorn –
Thai/Laos Border Temporary Detour Line with a distance of approximately 11
kilometers is also required to be performed under this Schedule.
The scope of Work under this Invitation shall include the modification of the
existing 115 kV Sirindhorn – Ubon Ratchathani 1 and 115 kV Sirindhorn –
Bangyo Transmission Lines to be 115 kV Sirindhorn 2 – Ubon Ratchathani 1
and 115 kV Sirindhorn 2 – Thai/Laos Border (Bangyo) Transmission Lines
respectively. Details of the Work is shown on Drawings No. T05-001 and T05002.
Package II : The scope of Work under this Package is as described below :
Schedule 5 : Supply and Construction of 230 kV Phang Khon – Bung Kan
Transmission Line
The Work for this Schedule is supply, construction and installation of a 230 kV
transmission line which is 50 Hz, 3 phase, single conductor per phase, double
circuit on self-supporting lattice steel towers extending from Phang Khon
Substation to Bung Kan Substation in the northeastern region of Thailand,
having a distance of approximately 116 kilometers on the new right-of-way
with 25 meters in width on each side of the center line of the transmission line.
The conductor to be employed for this Schedule will be 1272 MCM ACSR/GA
supplied by EGAT. Two types of overhead ground wires will be employed; one
of which is 3/8 inch nominal diameter, high strength galvanized steel overhead
ground wire and the other is composite overhead ground wire with 36-core
- 3/9 -
TS12-L-07
optical fiber. Both types of overhead ground wires shall be supplied by the
Contractor.
It shall be noted that the dismantling Work under Schedules 1, 2 and 4 shall be
conducted in accordance with the requirements in Specifications No. TL-07 (Rev.3):
Dismantling Work. List of dismantled Equipment to be either purchased by the
Contractor or packed, delivered and stored at places specified is shown in Attachment
No. 2 : List of Equipment to be Dismantled by the Contractor. The prices offered for
the purchase of such dismantled Equipment shall include value added tax. Conditions
regarding the purchase of the dismantled Equipment are stipulated in Attachment No. 3 :
Requirements for Dismantling Work and Conditions of Sale of Dismantled Equipment.
All types of steel towers and foundations have already been designed by EGAT.
Furthermore, detailed fabrication / erection drawings, stub & setting dimensions and
details & bar bending schedules for all tower types will be provided to the Contractor
by EGAT except the stub & setting dimensions for tower types CWA1 and AWDE
which shall be provided to EGAT by the Contractor.
The Contractor shall note that the detailed fabrication / erection drawings for some
tower leg extensions as well as stub & setting dimensions for some tower types may
not be available. In such case, the Contractor shall perform and provide these
drawings for EGAT’s approval.
Detailed fabrication/ erection drawings of steel towers provided by EGAT will be
furnished to the Contractor after Award of the Contract. The Contractor shall
carefully scrutinize EGAT’s furnished detailed fabrication/ erection drawings, make
minor modifications as necessary and submit all revised drawings to EGAT for
review and approval. The full responsibility for adequacy and accuracy of all detailed
drawings shall rest with the Contractor and he shall have no right to claim for
additional compensation as a result of his misinterpretation or failure to check the
drawings for compliance with the design requirements, inaccuracies, errors and
omissions.
Reproducible drawings of and CD-ROM for EGAT’s furnished detailed fabrication /
erection drawings of steel towers will not be required. The approved drawings,
reproducible drawings and CD-ROM of these steel towers required to be submitted
for this Contract shall therefore be bill of material. However, in case the Contractor
makes modifications to EGAT’s furnished detailed fabrication / erection drawings of
steel towers or prepares drawings of which leg extensions and/or stub & setting
dimensions are not available, such drawings shall be submitted for EGAT’s approval
and therefore reproducible drawings of and CD-ROM for these drawings shall be
required.
The Contractor shall also be responsible for the design of any other necessary parts
for completion of the Work, including the manufacture, supply, testing, construction
and installation of the various components of the transmission line. The portion of
design and detailing which are provided by EGAT is not under the Contractor’s design
responsibility.
Services required to complete the Work are shown in the Bid Price Schedules and
included in these Bidding Documents.
- 4/9 -
TS12-L-07
Eligibility of Bidders
The bidding is limited to all firms, either alone or in joint venture or in consortium
(jointly and severally responsible), who satisfy the following qualifications:
I.
Restricted requirements which all Bidders shall meet; failure to comply with
these requirements shall constitute sufficient grounds for rejection.
a.
Being well-established and maintaining a permanent place of business.
b.
If the Bidder is a new company formed by acquisition of or merger with
other companies or business units before submitting the Bid, the experience
records of any of such previous companies or business units that meet the
requirements set forth herein are acceptable as the experience records of
the Bidder.
c.
Himself, or either firm of the joint venture/consortium, having a record of
experience in executing at least one (1) turnkey contract as contractor (not as
subcontractor) in overseas country (not his own country) or with EGAT on
the construction and installation of transmission line having voltage level
similar to or higher than the Work specified under this Invitation.
Experience record of the Bidder or either firm of the joint venture/consortium,
including experience record derived from being a firm of other joint venture
or consortium in previous project(s) is acceptable.
d.
Himself, or either firm of the joint venture/consortium or the combination
thereof, having excellent reputation and adequate technical knowledge and
record(s) of experience on the construction of transmission line having
voltage level similar to or higher than the work specified under this Invitation
and having accumulative circuit distance not less than 50 kilometers or not
less than the Work specified under this Invitation.
e.
Himself, or either firm of the joint venture/consortium or his subcontractor or
the combination thereof, having adequate technical knowledge and practical
experience in stringing of line conductors, overhead ground wire or OPGW
parallel to a live line. This eligibility will be applicable in case that scope of
work under this Invitation requires stringing of circuit conductor, overhead
ground wire and/or OPGW on towers on which the other circuit conductor is
under energizing condition while performing such work.
f.
Himself, or either firm of the joint venture/consortium or his subcontractor or
the combination thereof, having excellent reputation and adequate technical
knowledge and having at least three years experience in the construction of
transmission line having accumulative distance of overhead ground wire with
optical fiber not less than 20 kilometers in length. This eligibility will not be
applicable if such Equipment is not required under this Invitation.
- 5/9 -
TS12-L-07
With respect to item d., e., and f., experience record of the Bidder or either firm of
the joint venture/consortium, including experience record derived from being a
firm of other joint venture or consortium in previous project(s) is acceptable,
provided that there is a letter from the project owner certifying that the Works as
described in d., e., and f. above were performed by the Bidder or either firm of the
joint venture/consortium of this project.
However, reference records of either the parent or affiliated companies of the
Bidder or of either firm of the joint venture/consortium shall not be acceptable. If
the Bidder is a new company formed by acquisition of or merger with other
companies or business units before submitting the Bid, the experience records of
any of such previous companies or business units that meet the requirements set
forth herein are acceptable as the experience records of the Bidder.
g. Proposing towers, conductor, insulators, hardware assemblies and line
accessories for conductor, dampers and spacer dampers for conductor,
composite overhead ground wire with optical fiber (OPGW) and fiber optic
transmission system Equipment manufactured by regular manufacturers of
excellent reputation having significant technical knowledge and at least three
(3) years experience in the design, manufacture and testing of such
Equipment, having manufacturing capacity available to perform the Work
properly and expeditiously within the time specified, and having satisfactory
past experience, with additional requirements as follows:
1)
Tower manufacturer being an eligible local firm having set up a plant
for fabrication of steel towers in Thailand.
2)
Insulator manufacturer having a record of a minimum three (3)
consecutive years of successful operation/use of at least 10,000 units
of insulators of the same or similar ANSI class as those required under
this Invitation in any one transmission line operating in the
transmission network electric utility in overseas country (not his own
country) at a voltage level similar to or higher than the Work under
this Invitation during the last ten years.
3)
Composite overhead ground wire with optical fiber (OPGW), and
fiber optic transmission system Equipment manufacturers having a
record of at least three (3) consecutive years of successful
operation/use of the same or similar type as those required under this
Invitation in the transmission line having accumulated distance of not
less than 20 kilometers.
However, the Bidder may propose any qualified local manufacturer who does
not have experiences in design, manufacture and testing as well as a record of
successful operation/use of his Equipment as specified above but has obtained
special permission from EGAT for manufacture and/or fabrication of the
specific Equipment within the scope specified in the letter of permission
issued by EGAT, or propose any local manufacturer who is in the list of Eligible
Local Manufacturers Accepted by EGAT as shown herein at the end of this
Section.
In the event that the Bidder proposes the Equipment of the manufacturer who, at
the time of bidding, fails to meet requirements of any contract(s) with EGAT
regarding major defects or malfunctioning of such Equipment and such failure
has not yet satisfactorily been proved to and/or settled with EGAT, EGAT
reserves the right to reject his Bid.
- 6/9 -
TS12-L-07
The eligibility will not be applicable for any Equipment which is not required
under this Invitation.
h.
Not being, or supplying the Equipment from, the country under the state of Civil
War.
i.
Not being named in the List of Work Abandoners published by the Office of
the Prime Minister and/or in the Debarment List and/or in the List of Work
Abandoners declared by EGAT.
j.
Being a juristic person who neither fails to submit the Revenue and
Expense Accounts nor fails to present proper and complete accounts to the
Revenue Department of Thailand, in accordance with the Notification of
the National Anti-Corruption Commission Concerning Principles and
Methods of Preparing Revenue and Expense Accounts of Project between
Individual/Company and Government Agencies B.E. 2554 (A.D. 2011) as
amended from time to time (“the Notification”).
k.
Being a juristic person who registers for e-Government Procurement (e-GP) at
Thai Government Procurement website (www.gprocurement.go.th at
telephone No. 662 1277386 – 89) of the Comptroller General’s Department of
Thailand.
Due to the fact that the e-GP system is not ready for registration for foreign
Bidders who have no taxpayer identification number at this moment,
foreign Bidders are, therefore, temporarily released from this qualification.
However, whenever the e-GP system is ready, all foreign Bidders shall
register in the e-GP system.
l.
Not being a Jointly Interested Bidder with other Bidders as from the date of
EGAT’s issuance of the Invitation to Bid, or shall not be a person who
undertakes any action as an “Obstruction of Fair Price Competition” for this
Invitation.
m. Not either being EGAT’s consultant or involving in EGAT’s consultancy company
under this Invitation, or having EGAT’s personnel involved in his business as
shareholder having voting right that can control his business, director, manager,
officer, employee, agent or consultant except the ones who are officially ordered
by EGAT to act or participate therein.
n.
Not being the person who is privileged or protected not to be taken any legal
proceedings under Thai Court; provided that such Bidder’s government
declares that such special privilege is waived.
o.
In case of being a joint venture or a consortium, the Bidder shall carry out all
the Work under such formation from the time of bidding until the fulfillment
of the Contract.
p.
Having purchased the Bidding Documents from EGAT as described under
Article A-6. Availability of Bidding Documents. For a joint venture or
consortium, only one member of the joint venture or consortium is required to
purchase the Bidding Documents.
- 7/9 -
TS12-L-07
II. Requirements which all Bidders should preferably meet; failure to comply
with these requirements may constitute sufficient grounds for rejection
a.
Having sufficient capacity to carry out the Work.
b.
Having adequate funds to meet financial obligations incidental to this
Contract.
c.
Proposing overhead ground wire, hardware assemblies and line accessories
for overhead ground wire and OPGW, grounding materials, and other
Equipment manufactured by regular manufacturers of excellent reputation
having significant technical knowledge and at least three (3) years experience
in the design, manufacture and testing of such Equipment, having
manufacturing capacity available to perform the Work properly and
expeditiously within the time specified, and having satisfactory past
experience, with additional requirements as follows:

Manufacturers for overhead ground wire, and hardware assemblies and
line accessories (except damper) for OPGW being an eligible local firm
having set up a plant in Thailand.
However, the Bidder may propose any qualified local manufacturer who does
not have experience in design, manufacture and testing as well as a record of
successful operating/use of his Equipment as specified above but has obtained
special permission from EGAT for manufacture and/or fabrication of the
specific Equipment within the scope specified in the letter of permission
issued by EGAT, or propose any local manufacturer who is in the list of
Eligible Local Manufacturers Accepted by EGAT as shown herein at the end
of this Section.
In the event that the Bidder proposes the Equipment of the manufacturer who,
at the time of bidding, fails to meet the requirements of any contract(s) with
EGAT regarding major defects or malfunctioning of such Equipment, and
such failure has not yet satisfactorily been proved to and/or settled with
EGAT, EGAT reserves the right to reject his Bid.
The eligibility will not be applicable for any Equipment which is not required
under this Invitation.
d. Proposing reputable subcontractors, for the portion of the Work to be
subcontracted, having adequate technical knowledge, ability and capacity
and practical experience to perform such work. If any proposed
subcontractor(s) is (are) not qualified in the opinion of EGAT, the Bidder
is required to select other subcontractor(s) at his own cost to the
satisfaction of EGAT.
e.
Having no just or proper claims pending against him with respect to breach
in the performance of Contract on other similar works awarded by EGAT.
If Bidder is a new company formed by acquisition of or merger with
other companies or business units, the pending claim of any of such
previous companies or business units shall be considered pending claim
of the Bidder.
- 8/9 -
TS12-L-07
f.
Himself or his subcontractors, at the time of submitting this proposal, not
carrying excessive work or not being in a default position with respect to
work with EGAT. Unsatisfactory past performance on contract awarded
by EGAT may be a sufficient reason of being disqualified.
g.
Supplying documentary evidence established in accordance with Article B-8.
Information to be Submitted with Bid to demonstrate adequately that he is
eligible to bid and is qualified to perform the Contract if his bid is
accepted. Bidder should also demonstrate his capacity to perform the
Work either with or without the use of subcontractor.
Reference records of either the parent or affiliated companies shall not be considered
as the records of such Bidder or manufacturers.
*************************
- 9/9 -
TS12-L-07