FOR POWER OUTAGE OR BREAKDOWN,
PLEASE CALL 15454

Pre-Qualification Assessment for Contractor Related with Grid Project

14/10/2021

TNB mempelawa syarikat-syarikat yang berkelayakan untuk menyertai Pre-Qualification Assessment for Contractor Related with Grid Project di Tenaga Nasional Berhad.

Syarat Kelayakan bagi menyertai sesi Pra Kelayakan adalah seperti berikut:

Mandatory Criteria Evidence Required
Tenderer Eligibility
Registration

Tenderer shall be in the form of:

  • a) a Company, OR
  • b) Joint Venture partnership

The Company or Joint Venture partnership shall comply with the following:

  1. The company or at least one partner of Joint Venture shall be registered with CIDB
  2. For Works tender, the company or the leading partner of the JV is registered with CIDB in the required Grade, Category and Specialization. The registration shall be valid on tender closing date. Where the registration has expired, letter of approval or acknowledgement of renewal application from CIDB is acceptable.
  3. For Civil Works tender, all partners shall be registered with BPKU Bumiputera status, and the registration shall be valid on the tender closing date. Letter of approval or acknowledgement of renewal from BPKU, is acceptable.
  4. For Supply or Services tender, the company or at least ONE partner of the JV must be registered with the Ministry of Finance for the scope of supply or manufacturing or services.
  5. The company or all partners of Joint Ventures are registered with TNB and shall not be blacklisted / suspended by TNB.

Certified True Copy (CTC) of all the certificates and/or acknowledgement / approval letters

For CIDB virtual certificates with QR code

Works Experience

For Works tender only, at least one company to have successfully executed at least one contract as Main Contractor or Sub-contractor, involving in the design, erection and commissioning of the plant and associated civil works within the last 10 years for the following Works;

No. TENDER / WORKS EXPERIENCE
a)

500kV AIS
500kV GIS

One complete bay of 220kV or higher, AIS or GIS substation

b)

275kV AIS
275kV GIS
275kV Capacitor Bank
275kV Reactor

Not less than one complete bay of 110kV or higher, AIS or GIS substation

c)

132kV AIS
132kV GIS
132kV Capacitor Bank
132kV Reactor

One complete bay of 110kV or higher,
AIS or GIS substation

d)

500kV Power Transformer

One complete bay of 220kV or higher, AIS or GIS substation with Power Transformer of power transformer works

e)

275kV Power Transformer

One complete bay of 110kV or higher, AIS or GIS substation with Power Transformer of power transformer works.

f)

132kV Power Transformer

One complete bay of 110kV or higher, AIS or GIS substation with Power Transformer of power transformer works.

g)

500kV Overhead Line

500kV overhead line, or not less than 30km cumulative route length of 220kV overhead line. (not limited to past 10 years for 500kV past experience)

h)

275kV Overhead Line

220kV overhead line, or not less than 30km cumulative route length of 110kV overhead line.

i)

132kV Overhead Line

110kV or higher overhead line

j)

275kV Underground Cable

220kV underground cable or not less than 5km cumulative route length of 110kV underground cable.

k)

132kV Underground Cable

110kV or higher underground cable excluding transformer tail works, or at least 5 year’s experience in 33kV underground cable works with good track record in Distribution projects.

l)

Refurbishment and Replacement Work (R&R) involving primary equipment with or without secondary equipment.

Have experience in supply and installation of relevant primary equipment.

m)

Refurbishment and Replacement Work (R&R) involving secondary equipment / system only.

Have experience in supply and installation of relevant secondary equipment.

n)

Civil works – shall include new substation building, extension of substation building, switchyard and other civil works.

Minor civil works – shall include substation building repair, M&E work, fencing, roadworks, slope protection, ground improvement and other small scope of civil works which not involving working at height.

The Tenderer has successfully executed at least one (1) Civil Works contract within the last 10 years as Main Contractor or Sub-contractor of similar nature as follows:-

  • Building, Switchyard
  • Access road
  • Slope protection, if applicable
  • Any others types of civil work as spelt out in the tender

For scope of Works which are smaller in magnitude than the above (a) to (n), the minimum experience required shall match the scope of works in the Tender.

Definition of smaller scope of Overhead Line Works - Landing and termination works and not involving construction of tower.

These criteria are not applicable/necessary for Supply tenders because there is no work involved. Registration with MOF in the required category is sufficient.

For Services tenders, tenderers shall have similar experience as required in the tender.

Certified True Copy (CTC) of Letter of Acceptance/Award (LA)

Or

Certified True Copy (CTC) of Contract Agreement

Or

Certified True Copy (CTC) of Purchase Order (PO)

AND

Certified True Copy (CTC) of Performance Certificate (PC)

Or

Certified True Copy (CTC) of Taking Over Certificate (TOC)

of the said contract

For sub-contractor :

to submit evidence in the form of the appointment of the company as the subcontractor for the said works.

The appointment will be checked against TNB information system.

OR

to submit evidence in the form of endorsement by TNB Project Manager / Employer on the appointment of the company as the subcontractor 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 subcontractor in equipment installation only will not be considered.

Financial Strength

The Tenderer shall fulfill the financial requirement as follows:

1) The total Shareholders’ Fund = Share Capital + Share Premium + Retained Earnings – Amounts Owing from Shareholders (taken from the recent audited report and financial statement) of the tenderer for the last year shall be positive.

2) Paid up capital shall be as follows:

CIDB PAID UP CAPITAL
G7 RM 750,000.00
G6 RM 500,000.00
G5 RM 250,000.00
G4 RM 150,000.00
G1-G3 RM 50,000.00

Acid Test Ratio shall be > 1.0 Calculation of Acid Test Ratio as follows:

Acid Test Ratio = ((Current Asset) - (Stock@Inventories)) / ((Liabilities))

If ATR is less than 1, the tenderer can still be considered if unutilized revolving credit facilities + average latest 3 months bank balance.

The total Net worth (Total Asset – Total Liability) of all partners, using the average value of latest 2 years of audited balance sheet
Altman Z score

For manufacturer participating in EPC tender shall be >1.23. The calculation as follows:

If ATR is less than 1, the tenderer can still be considered if unutilized revolving credit facilities + average latest 3 months bank balance.

4) The total Net worth (Total Asset – Total Liability) of all partners, using the average value of latest 2 years of audited balance sheet.

5) Altman Z score

For manufacturer participating in EPC tender shall be >1.23. The calculation as follows:

For non-manufacturer shall be > 1.1. The Calculation as follows:

The Tenderer shall fulfill all the criteria.

If Tenderer is joint venture partnership, the Shareholders Fund / Total Net worth and Paid Up Capital of all companies shall be included in the evaluation.

Certified True Copy of Audited Report and Financial Statement for the last year of all partners and Parent Company, if applicable.

Joint Venture Partnership Requirement

Tenderer who wishes to combine it’s technical and financial strength with his JV Partners, shall comply with these mandatory additional requirements:

  1. To submit a joint venture agreement in accordance with the template attached with the tender, detailing their partnership including a statement of their joint and severally responsibilities and liabilities for the performance, all obligations of the Contract and each partner’s role and responsibilities, executed and stamped in Malaysia before tender closing date and submitted on the tender closing date.
  2. The joint venture agreement shall detail out of each partner’s role and responsibilities.
  3. For local tenders, all Partners of the joint venture shall be from locally incorporated companies.

Certified True Copy (CTC) of JV/Partnership agreement

Freedom From Litigation Against TNB

Tenderer (company, or each partner of the joint-venture) to make declaration in the tender schedule. Tender evaluation committee shall refer to internal record of litigation cases kept by Legal Services Department, 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 by the court and the case closed, OR
  • b) TNB has taken legal action against the company/companies for breach of contract

Original statutory declaration of litigation from all partners.

Contractor’s Performance

The Tenderer shall have an overall CASE star rating for Contracts of at least three (3) Stars for Critical Projects. For others project, a Tenderer with 2 Star rating can still be considered with additional conditions, if necessary, to mitigate nonperformance risks.

For a new Tenderer or with no Star rating, testimonial from previous Employer is required.

These criteria are not applicable for tender for minor civil works, refurbishment & replacement of primary equipment works and for tender mainly involving working indoors such as relay retrofitting, telecontrol system, firefighting systems or tenders with completion period of less than six months.

CASE report (Contracts only)
Erection Team, Tools And Machineries
Only for tenders involving Overhead Line of 110kV or higher, of not less than 30km route length or project under fast track category or critical project (grid related or generation project).

The Tenderer shall fulfill the requirements as follows:

  1. At least one (1) tower erection team, with minimum 8 personnel
  2. At least one (1) stringing team, with minimum 15 personnel
  3. Machineries & Tools – at least one (1) Puller and one (1) Tensioner

Proposed Organization Chart for Team
Borang A KWSP,
NTSP Card,
CIDB Green Card,
Work Permit from Ministry of Home Affairs (MOHA) / Kementerian Dalam Negeri (KDN)

Safety Management System

The company shall have in its current employment a Safety and Health Officer (SHO) certified by Department of Safety and Health, or equivalent.

These criteria are not applicable for tender for minor civil works, refurbishment & replacement of primary equipment works and for tender mainly involving working indoors such as relay retrofitting, telecontrol system, firefighting systems or tenders with completion period of less than six months.

EPF form,
DOSH certification
Project Personnel

Tenderer to have full time project manager (PM) under the employment of the company to manage 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.

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

These criteria is not applicable for tender for minor civil works, refurbishment & replacement of primary equipment works and for tender mainly involving working indoors such as relay retrofitting, telecontrol system, firefighting systems or tenders with completion period of less than six months.

Borang A KWSP,
Relevant CIDB qualification, Current project status

Permohonan Pra kelayakan ini perlu dibuat secara atas talian, Oleh itu, syarikat-syarikat yang ingin menyertai Pra kelayakan ini perlu membuat permohonan melalui emel dengan mengisi “Subject :- Pre- Qualification Assessment for Contractor Related with Grid Project” kepada alamat email [email protected] dan [email protected]. Pihak kami akan membalas email tersebut dan memberikan maklumat lanjut berhubung sesi ini.

Satu sesi taklimat bagi permohonan pra kelayakan akan dijalankan secara online pada:

Tarikh   : 26 Oktober 2021 (Selasa)
Masa    : 10.00 pagi
URL      : https://tnb.webex.com/tnb/j.php?MTID=mfb3dc333700d9a04d1e7a7fc5e25e09b

Tarikh akhir bagi permohonan dan pengisian maklumat serta muatnaik dokumen bagi sesi pra kelayakan ini adalah seperti berikut;

Tarikh   : 19 November 2021 (Jumaat)
Masa    : 5.00 petang
URL      : https://forms.gle/XWqPD1XEHN5qi5mE7

Sebarang pertanyaan bolehlah berhubung dengan pegawai seperti nama di bawah.

Berikut adalah nama dan alamat email yang boleh dihubungi :-

Nama Email
Puan Nor Suzalwani Sulaiman [email protected]
Puan Aishah Farqh binti Che Zaitu [email protected]
Puan Aneelia binti Rosli [email protected]

Berkenaan Item/ Spesifikasi tender :-

Nama Email
Encik Khairul Faizal bin Nordin [email protected]
Puan Sharidatul Husna binti Hamidon [email protected]
Encik Safwan b. Ahmad Kahar [email protected]