Vientiane Times

Home Lao Chinese


 

Tender announcement
PAK BENG POWER COMPANY LIMITED

912 MW, Pak Beng Hydropower Project, Laos PDR
Engineering, Procurement, and Construction (EPC)

PAK BENG POWER COMPANY LIMITED, announces a tender for Pak Beng Hydropower Project’s Engineering, Procurement, and Construction (EPC) contract.

PART A  Conditions of Tender
The Pak Beng Hydropower Project is open for public bidding under an Engineering, Procurement, and Construction (EPC) contract. The Project has successfully secured both the Power Purchase Agreement (PPA) and the Concession Agreement (CA) in Laos.
The project is fully funded by Pak Beng Power Company Limited through self-raised funds. The financial structure is as follows:

  • Capital Contribution:                   30%
  • Bank Loans:                                     70%

PART B  Project Overview and Scope of Tender
1. Project Name: Pak Beng Hydropower Project
2. Contract Type: Engineering, Procurement, and Construction (EPC) Contract
3. Construction Site: Pak Beng District, Oudomxay Province, Laos.
4. Construction Scale:
The Pak Beng HPP in Laos is the first-cascade hydropower station among the 11-cascade development program of Mekong Hydropower Development Plan, with an installed capacity of 912MW and a normal water level of EL. 340.0m. The Pak Beng HPP is located at the upper reaches of Mekong River within Pak Beng District, Oudomxay Province, Northern of Laos. The geographical coordinates of the dam site are 101°01′12″E and 19°50′45″N.
Pak Beng HPP adopts the mode of "right-bank: ship lock and flood discharge & sediment flushing sluice” and “left-bank: powerhouse and fishway" as the basic hub layout scheme. The hub structures are composed of water retaining structure, water release structures, powerhouse structure, navigation structure and fish passage structure.
The water retaining structures comprise the left-bank non-overflow dam section, powerhouse section, flood discharge & flushing sluice section, ship lock section and right-bank non-overflow dam section. Elevation of dam crest is EL. 349.00 m, and the maximum dam height is 67 m. The length of dam crest is 910.2m. The powerhouse section is located at the main river channel on the left side. The flood discharge & sediment flushing section is situated on the right bank beach. The ship lock section is arranged on the right bank. The non-overflow dam section is arranged on the right side of the ship lock section and the left side of the powerhouse section which connects to the bank slope.
The transmission system of Pak Beng hydropower project consists of a 500 kV double circuit transmission line, about 64 km. long, extending from the Pak Beng Switchyard to the Delivery point at Thai/Lao border. The distance between Pak Beng HPP Take off yard to the Collective Substation is around 51 km. From the power shall be further’ transmitted to Thailand via a 500 kV double circuit transmission line between the Collective Substation and the Tha Wang Pha Substation with a distance from the Collective Substation to the Delivery point at Thai/Lao border around 13 km.
5. Planned Duration:

  • Commencement Date:                                                [Effective Date of EPC Contract]
  • Main Construction Start Date*:                                  [1st Oct 2025]
  • 1st Unit Commissioning Ready Date                          [1st Nov 2031]
  • Construction Complete Date (CCD)                          [15th Dec 2032]
  • Commercial Operation Date (COD)                           [1st Jan 2033]

*Remark: Main construction start date means Construction work start date for construction Phase 1 (right side).
6. Tender Scope
The Pak Beng Hydropower Project encompasses the EPC contract scope for the hydropower station and associated transmission line. This includes comprehensive services such as investigation, design, procurement, construction, service, and operation. The scope covers, but is not limited to, the following activities:

  • Survey: Due to the varying levels of survey and design detail required for hydropower stations and transmission lines, separate explanations shall be provided. The current survey results offered by the Tenderer are for reference only, with the final survey or review results conducted by the Tenderer taking precedence. All design schemes shall receive confirmation from the Tenderer before implementation to ensure alignment with project specifications.
  • Design: The Tenderer is tasked with designing the entire scope of work, ensuring that all engineering designs meet the project's requirements and are approved by the Employer prior to execution.
  • Procurement: This includes the acquisition, supervision, and timely delivery of all equipment, materials, and spare parts essential for the project. The scope covers the entire supply chain, including transportation, unloading, secondary transfers, storage, and the management of related data. To ensure the quality and performance of the equipment, main equipment must be procured from the Employer’s vendor list.
  • Construction: This phase encompasses all temporary and permanent engineering works, including construction, manufacturing (fabrication), installation, commissioning, testing, and construction period inspection and observation,It also covers the implementation of environmental assessments, fire protection measures, safety facilities, and adherence to all administrative approvals and specific agreements. The Tenderer shall ensure these activities are completed according to the project's quality, safety, and timeline requirements.
  • Service: The Tenderer is responsible for delivering the full scope of service work, including procedural management, internal and external coordination, insurance arrangements, grid connection, and trial operations. This also involves managing acceptance, transfer, training, audits, post-evaluation cooperation, daily maintenance, and the administration of the Tenderer’s camp. Furthermore, the Tenderer must handle defect liability issues and other equivalent service tasks as required.
  • Operation: This covers the observation, maintenance, operation, upkeep, and management of the hydropower station from the commencement of commercial operation of each unit until the formal handover of the project to the employer. This includes ensuring all units meet Commercial Operation Date (COD) requirements, with clearly defined time limits for the inspection, operation, maintenance, and management of transmission lines.

The Pak Beng Hydropower Project involves the development of a hydropower project on the Mekong River in the Lao PDR. The task of EPC contract is divided in to the following section:

  • Auxiliary Construction Works
    The Auxiliary Construction Works shall include, but not limited to the following:
    • Construction Traffic Engineering(temporary)
    • Navigation during the Construction Period
    • Construction Power Supply, including 115 kV and 22 kV power Supply line
    • Construction Water Supply System
    • Construction Air Supply System
    • Construction Communications
    • Construction Management Information System
    • Overburden Removal and Protection of Quarry
    • Aggregate Production System
    • Concrete Production System
    • Diversion Work
    • House Building for Construction and Management
    • Safety Monitoring during the Construction Period
    • Water regime forecast during construction (Operation during construction)
    • Closed management Cost during construction
    • Other Auxiliary Work for Construction
  • Civil Works
    The Contractor assumes full responsibility for the design and execution of all Civil Works essential for the construction of the Project, as outlined in the Detailed Design. This Detailed Design, to be meticulously formulated by the Contractor and subsequently subject to approval by the Employer, encompasses both Temporary Works, Preliminary Contracts Works, and Permanent Works. It is imperative to note that all Civil Works essential for the Project, spanning from the Commencement Date until the conclusion of the Works, inclusive of any intermediate stages, are to be comprehensively regarded as part of the Civil Works, unless explicitly designated for inclusion within the domains of Hydro-Mechanical Works, Electro-Mechanical Works, or Transmission Line project.
    Civil Works shall encompass a range of components, including but not limited to Right and Left Non-overflow concrete gravity structure, One-step Navigation Lock system, Flood Discharge and Sediment-Flushing (Spillway), Powerhouse, Fish Pass System, etc.
  • Hydromechanical Works
    The works under Hydro-Mechanical Equipment include the design, supply (procurement, fabrication, transport), installation, testing, and commissioning of the complete Hydro-Mechanical Equipment, including Spare Parts and Special Tools, necessary for safe and easy handling of equipment required for the Project.
    The EPC Contractor or Subcontractor shall provide Operation and Maintenance key personnel to participate as the witness in inspection and supervision during installation of Hydro-Mechanical Equipment in navigation lock, Flood Discharge and Sediment Flushing (Spillway), powerhouse and fish passing facilities pursuant to the Particular Technical Specifications.
    Testing and commissioning will be directly performed by EPC Contractor or Subcontractor. Operation and Maintenance team shall be involved as acting in coordinating and being the witness during commissioning and testing as required by the EPC Contract. The scope of work cover to test individual equipment, subsystems, and instrumentation, not only measure key parameters but also adjust and fine-tune systems to achieve design specifications. The EPC contractor or Subcontractor shall be maintained detailed records of all commissioning activities, including test results, adjustments, and corrective actions.
  • Electromechanical Works
    The works under Electro-Mechanical Equipment include the design, supply (procurement, fabrication, transport), installation, testing, and commissioning of the complete Electro-Mechanical Equipment, including Spare Parts and Special Tools, necessary for safe and easy handling of equipment required for the Project and the PPA requirements.
    The EPC Contractor or Subcontractor shall provide Operation and Maintenance key personnel  to participate as the witness in inspection and supervision during installation of Electro-Mechanical Equipment in powerhouse, GIS, transformers, AC/DC supplies, cabling telecommunication, control and monitoring system, protection etc. pursuant to the Particular Technical Specifications.
    Testing and commissioning will be directly performed by EPC Contractor or Subcontractor. Operation and Maintenance team shall be involved as acting in coordinating and being the witness during commissioning and testing as required by the PPA. The scope of work cover to test individual equipment, subsystems, and instrumentation, not only measure key parameters but also adjust and fine-tune systems to achieve design specifications. The EPC contractor or Subcontractor shall be maintained detailed records of all commissioning activities, including test results, adjustments, and corrective actions.
  • Transmission Line Works
    The works under Transmission Line include the design, supply, installation, testing, and commissioning of the transmission line, including Spare Parts and Special Tools, required for the Project.
    The Contract comprises, in addition to temporary/auxiliary construction works and the provision of all necessary site installation and services, the following main structures and components to be executed / provided:
  • Dam and Reservoir:
    • Abutment and foundation excavation and treatment
    • Concrete gravity dam about 67 m-high and 910.2 m-length, including grouting and drainage galleries
    • A radial gated spillway with 14 bays:
      • 11 surface spillway dimension 15m×23m (4 radial with flap gates)
      • 3 low level spillway dimension 15m×26m (1 radial with flap gate)
  • Navigation Lock:
    • Navigation lock model with dimension 120m×12m×4m
    • Maximum service head 32.33 m and ship tonnage of 500 ton  
  • Powerhouse Complex:
    • Water retaining type with main powerhouse and auxiliary powerhouse
    • Designed quotative discharge 6,316.8 m3/s
  • Fish Passage:
    • Fish ladder with all necessary precautions to fulfil the MRC requirements
  • Transmission Line:
    • 500 kV double circuit transmission line in Lao PDR only to the defined interface point with EGAT
  • Design, manufacture, installation and commissioning of hydromechanical equipment for the above structures, including all necessary auxiliary systems for state of the art operation:
    • Spillway radial gates and stoplogs and all necessary auxiliaries
    • Power intake gates, stoplogs, trash racks and all necessary auxiliaries
    • Hydromechanical equipment for navigation locks, including all necessary gates and auxiliaries
    • Fish passage facility with all necessary auxiliaries to meet MRC requirements
  • Design, manufacturing, installation and commissioning of Electro-Mechanical Equipment, including all necessary auxiliary system for state of the art operation:
    • Bulb turbine and generator
    • Main transformers type oil-filled, water cooled
    • GIS switchgears, 500 kV double bus-single breaker

PART C  Qualification Requirements for Tenderers

  • General conditions of eligibility
    • The Tenderer must have independent legal personality.
    • Financial Requirements: Net assets must be positive in each of the last three years.
    • The rejection include the following in the case of suppliers.
  • On the Credit China website (inquiry website: https://www.creditchina.gov.cn/)

Being included in the list of serious dishonest subjects, and the end time of the validity period is later than the proposal deadline.

  • In accordance with the relevant provisions of the Group's supplier management, the awarding of contracts or the disqualification of participation in procurement activities shall be halted within the prescribed range, and the expiration of the validity period shall be later than the deadline for submission of proposals.
  • The successful candidate/successful Tenderer will be reviewed at key stages of the procurement evaluation, the public announcement of the successful proposal and the signing of the contract, and if there is a violation of the above proposal rejection clause, the proposal will not be awarded or the contract will not be signed. Matters covered by the above proposal rejection clause are subject to public scrutiny, and Tenderers and their interested parties may provide evidence in the specific manner in the tender documents.
  • The tender is conducted in a post-qualification mode, with the proposal evaluation committee examining the qualifications of the Tenderers after the opening of proposals, and rejecting the proposals of Tenderers whose qualifications do not meet the requirements set out in the tender documents.
  • Other conditions in accordance with laws and regulations.
  • Performance requirements and eligibility criteria
    • The contract (except contract for designer) demonstrating performance must be signed directly with the project owner; any performance agreements signed with the project general contractor shall not be considered valid.
    • The performance of the parent company shall not eligible for consideration.
    • The performance of a subsidiary may be accepted, provided the Tenderer holds a controlling stake in the subsidiary (hold more than 50% of the shares) and that the subsidiary participates as a JV in the project.
    • The performance of sister companies within the same group, even if they possess independent legal personalities, shall not be recognized.
    • The performance contract value of the consortium must be distributed among the Tenderers in accordance with their respective shareholding ratios.
  • Specialized qualifications
    • Enterprise performance requirements: (The following conditions must be met at the same time)
      • In the past 10 years, there must be one or more completed contract of a single hydropower project (1) EPC contract more than 1000 million USD or (2) EPC contract more than 800 million USD (not included Major Equipment) or (3) EPC contract more than 400 million USD and Construction Contract 1000 million USD. A single entity Tenderer or the lead party of a consortium member shall meet these Terms. If a consortium tenderer for this contract is the same consortium in the past performance, the past performance contract value of the consortium can be accepted for this requirements.
      • Successful completion of at least one concrete dam construction contract or EPC contract including construction work in the past 10 years with a dam height of at least 70 meters or a concrete volume of more than 500,000 cubic meters. A single entity Tenderer or a consortium member of consortium Tenderer must be satisfied.
      • Successfully completed at least one hydropower station construction contract or EPC contract including hydropower station construction work with a generating capacity of not less than 250 MW in the past 10 years. A consortium member of a single entity Tenderer or consortium Tenderer must be satisfied.
      • Successful completion of at least one electromechanical installation contract or EPC contract including electromechanical installation work for the installation, testing and commissioning of bulb tubular turbines and generators, SCADA (Computer monitoring system) and control systems, power transformers, switchgear (GIS) and auxiliary equipment for hydropower projects in the past 15 years, with a single capacity of not less than 10 MW. A single entity Tenderer or a consortium member of consortium Tenderer must be satisfied.
      • Successful completion of at least one hydropower project design contract or EPC contract including hydropower project design work in the past 10 years, with a dam height of at least 70 meters and a generation capacity of not less than 250 MW (a dam height of at least 70 meters and a generation capacity of not less than 250 MW can be difference project). A single entity Tenderer or a consortium member of consortium Tenderer must be satisfied.
    • Personnel performance requirements: (mandatory)
      • Project Manager performance requirements: at least a bachelor's degree/university graduation certificate in civil engineering, construction management or similar/related disciplines. Completed at least one (1) EPC general contracting or Construction general contracting project with an installed capacity of 250 MW of hydropower projects as project manager. The candidate is not currently serving as a project manager for any other projects under construction. General work experience 20 years, specific work experience 15 years.
      • Chief Design Engineer Performance requirements: at least a bachelor's degree in civil engineering, construction management or similar/related. Completed at least one (1) hydropower project design with an installed capacity of 250MW as an engineering designer. General work experience 20 years, specific work experience 15 years.
    • Tender Consortium proposals are accepted. When conducting a consortium tender, the following requirements shall be met:
      • Where (two or more) legal persons tender in the form of a consortium, the members of the consortium shall have the qualifications and performance in line with the division of labor agreed upon in the consortium agreement. It must be submitted in accordance with the requirements of the consortium agreement tender documents, the joint liability of the parties is clear, the consortium leader and the consortium agreement shall be signed by the legal representative of each member unit or its agent and stamped with the unit seal, signed by the legal representative and signed by the legal representative, and signed by the agent and the power of attorney, the ID card or power of attorney shall meet the requirements.
      • Joint construction unit or at least one joint unit, (1) In the past 10 years,①EPC contract more than 1000 million USD or ②EPC contract more than 800 million USD (not included Major Equipment) or, ③EPC contract more than 400 million USD and Construction Contract 1000 million USD.If a consortium tenderer for this contract is the same consortium in the past performance, the past performance contract value of the consortium can be accepted for this requirements.(2) Successful completion of at least one concrete dam construction contract in the past 10 years with a dam height of at least 70 meters or a concrete volume of more than 500,000 cubic meters. (3) Successfully completed at least one hydropower station construction contract with a generating capacity of not less than 250 MW in the past 10 years. (4) In the past 15 years, successfully completed at least one electromechanical installation contract for the installation, testing and commissioning of bulb turbine and generator, SCADA (Computer monitoring system) and control system, power transformer, switchgear (GIS) and auxiliary equipment of hydropower projects, with a single capacity of not less than 10 MW.
      • The joint design unit (survey and design) has successfully completed at least one hydropower project design contract in the past 10 years, and the dam height is at least 70 meters and the power generation capacity is not less than 250 MW (a dam height of at least 70 meters and a generation capacity of not less than 250 MW can be difference project). A single entity Tenderer or a consortium member of consortium Tenderer must be satisfied.
    • Other special requirements
      • Performance certification materials shall include: contract (including at least the first page of the contract, the signature or seal page, and the main content page of the contract), completion acceptance certificate (the completion acceptance certificate of EPC general contracting or Construction general contracting performance or construction performance must be completely stamped or signed by the Employer; Other performance can provide user certificates,or other documents provided by the owner that can prove project performance, otherwise it will not be recognized.)
      • The performance certification materials of the proposed project manager shall include: the contract (including at least  the first page of the contract, the signature or seal page and the main content page of the contract), the completion acceptance certificate (the completion acceptance certificate  /provisional acceptance certificate/ satisfactory performance certificate must be stamped/singed by the owner /representative of the owner, the evidence to show the person serving as the project Manager of the project, otherwise it will not be recognized) or other documents provided by the owner that can prove the project manager’s experience
  • Important Considerations
    • Performance Timing:
      The performance period is determined by the completion and acceptance date as indicated on the Certificate of Completion and Acceptance. In the absence of a specified date on the certificate, the latest date provided in the signature and seal section shall take precedence. If no date is present in the signature and seal section, the completion date shall be used. Any certificate of completion and acceptance that lacks these dates shall be considered invalid.
    • Documentation of Performance:
      All performance documentation must clearly specify the type and scale of the performance. Failure to do so shall result in the documentation not being recognized.
    • End-User Certification:
      Certificates provided by the end-user shall be duly signed by an authorized person or stamped, including acceptance certificates, utilization certificates, taking-over certificate, provisional reception minutes, certificate from owner, completion and acceptance certificate, delivery acceptance certificate, hand over certificate, completion acceptance certificate, return visit records, or other documents provided by the owner that can prove project performance.
    • Clarity of Supporting Materials:
      All supporting materials submitted must be clearly legible and easily identifiable. Documents that do not provide valid or clear information shall not be acknowledged.
    • Project Manager Conflicts:
      The proposed project manager is engaged in other ongoing construction work during the tendering stage, the Tenderer must provide a commitment document stating that “The proposed project manager will not work for other projects after the award of contract”. The tenderer must provide a detailed explanation regarding the change of project manager or a Certificate of Completion and Acceptance for the ongoing construction work. Failure to provide adequate clarification shall result in the submission being disqualified.
    • Definition of Construction Work in Progress:
      Construction work in progress refers to work that is in the period between the announcement of the results of the tender award and the completion and acceptance of all the work agreed upon in the contract (except for work that is part of the same project that is contracted out in adjacent subsections or in phases, as in the case of the present tender).
    • Electronic Tender Submission:
      The tender is opened and evaluated by electronic means, except for the consortium agreement (if any), legal representative identification, legal representative authorized power of attorney need to meet the requirements of signature and seal, tender documents, technical documents, financial documents and other documents by the first page of the legal representative or his proxy electronic signature and stamped with the official seal of the electronic unit that is regarded as to meet all the tender documents signature and seal requirements. The encrypted tender documents can be uploaded according to the stipulated time, and there is no need to sign and seal page by page.

PART D  Procedure for Obtaining Tender Documents

  • Time and place to obtain the tender documents:
    Prospective Tenderers intending to participate in this tender process shall submit a completed tender application form, duly signed by the legal representative of the tenderer or their authorized agent. The form must include the contact details of the Tenderer's representative responsible for the tender process. Additionally, a payment voucher for the tender document fee shall be submitted no later than 15 days from the date of public announcement.
    Submissions shall be sent via email to: gongchengbu@china-cdto.com.
    Upon verification of the application and payment, the Employer will provide the electronic version of the tender documents to those Tenderers who meet the stipulated conditions.
  • Tender Document Fee:
    The cost for each set of tender documents is 1,000 USD. Payment should be made to the following account:
    • Account Name: PAK BENG POWER CO., LTD
    • Bank Name: Industrial and Commercial Bank of China, Vientiane Branch
    • Account Number: 6005010000000056143

Please ensure that the payment is made promptly to avoid any delays in receiving the tender documents.

  • Purchasing Tender Documents during 1-15 October 2024

 PART E  Submission and Opening of Proposals
The Proposals to be submitted by the Tenderer shall conduct electronically, and the electronic version of the RFP documents shall prevail.

  • Submission Deadline and Location: Proposals must be received by the Employer no later than 10:00 a.m. (Lao PDR time) on November 14, 2024. A Tenderer requiring any clarification of the RFP Document and submission of Proposal shall contact the Employer in the address: gongchengbu@china-cdto.com
  • Late Proposals: The Employer will not consider any Proposal that arrives after the deadline for submission of Proposals.
  • Opening of Proposals: The proposal opening will be conducted via live broadcast.
  • Proposal Encryption: The electronic proposal submitted by the Tenderer must be encrypted (e.g., in a compressed, password-protected RAR file). The password must be provided to the Employer at 10:00 a.m. (Lao PDR time) on the day of the proposals opened. Please note that the financial proposal (quotation) shall be submitted as a separate encrypted file from the Proposal.

PART F  Announcement Publication
This tender announcement is published exclusively in Laos Vientiane Times. Reproduction is strictly prohibited without permission. Any unauthorized copying will result in legal action against the offending party in accordance with the law.
PART G  Contact information

PAK BENG POWER COMPANY LIMITED OFFICE
6F, Vientiane Center, Khouvieng Road, Nongchan Village,
Sisattanak District, Vientiane Capital, Lao PDR

Tender agency:                Beijing Guodian Engineering Tendering Co., Ltd      
Address:                         2nd Floor, Block B, Galaxy Financial Intelligence Center, Building 1, No. 6 Yinhe Street, Shijingshan, Beijing
Contact person:                Yuan Chang, Li Xiang
Email:                           gongchengbu@china-cdto.com,

PART H  Channels for Raising Procurement Objection and Complaints
Receiving Unit:                                              PAK BENG POWER COMPANY LIMITED
Tel. (for procurement complaints):                   +662 080 4174
Email (for procurement complaints):    watchara.to@gulf.co.th; mengzhaofei@china-cdto.com

PART I  The Supervisory Authority
The supervisory department for this project tendering is the Discipline Inspection Office of China Datang Overseas Investment Co., Ltd.

Email (for complaints regarding violations of rules and disciplines): htjj@china-cdto.com

PART J Service Charge for Bidding
The tender agency service fee shall be fixed at US $310,000 and shall be paid by the successful Tenderer to the tender agency within 5 working days after the notification of award is issued.

Tender Application Form

1.Tenderer Information

  • Company Name:                                                                                
  • Registered Address:                                                              
  • Telephone:                                                                                                      
  • Email Address:                                                                                  
  • Website:                                                                                             

2. Legal Representative / Authorized Agent

  • Name:                                                                                     
  • Position:                                                                                             
  • Contact Number:                                                                               
  • Email Address:                                                                                  

3. Tender Representative Information

  • Name of Representative Responsible for the Tender Process:                                                                                                            
  • Position:                                                                                             
  • Contact Number:                                                                               
  • Email Address:                                                                                  

4. Submission Details

  • Tender Document Fee Payment Voucher Number:                                                                                                            
  • Payment Date:                                                                                   
  • Payment Method:                                                                              

5. Declaration
I, the undersigned, declare that all information provided in this application is accurate and complete to the best of my knowledge. I confirm that the Tenderer meets all the qualification requirements as specified in the tender announcement. I am duly authorized by the Tenderer to submit this form on their behalf.



Newspaper Subscription Prices l Newspaper Advertisement Prices l Online Advertisement Prices l Online Subscription Prices

Vientiane Times Phonpapao Village, Unit 32, Sisattanak District, P.O.Box: 5723 Vientiane, Lao PDR
Tel: (856-21) 336042, 336043; Fax: (856-21) 336041; Email:
info@vientianetimes.la
Copyright © 1999 Vientiane Times.