Размер шрифта: A A A
Цвет сайта: A A A A

Projects

01.06.2018

Name of Project: Sugd Energy Loss Reduction Project

Contract Name: SUGD-Lot 3, Construction of new 100/10 kV substation “Temurmalik” and related connection from existing AC substation

Duration: 31/03/2019

Contract Signature Date: 30/04/2018

Awarded Bidder

Name & Address* of awarded bidder

Bid price at bid opening

Final bid price

JSC “Tojikgidroelectromontaj”

377/1 N. Huvaydullaev Street, Dushanbe, 734060 Tajikistan

4,128,034.00 USD

4,128,034.00 USD

Evaluated Bidder(s)

Name of evaluated bidder(s)

Bid price at bid opening

Bid price of evaluated bid

GENSER Genel Mühendislik Taahhüt ve Ticaret A.Ş.Essex, United Kingtom

4,982,758.00 USD

4,982,758.00 USD

PINGGAO GROUP Co., Ltd

3,584,643.48 USD

3,584,643.48 USD

Liaoning-Efacec Electrical Equipment Co., Ltd

4,390,000.00 USD

4,390,000.00 USD

CJSC “TADES”

3,334,937.47 USD

3,334,937.47 USD

Dalekovod j.s.c.

5,200,000.00 USD

5,199,999.99 USD

Rejected Bidder(s)

Name of Tenderer: GENSER Genel Mühendislik Taahhüt ve Ticaret A.Ş.

Commercial Evaluation

No deviations and reservations identified during Commercial Evaluation. A number of omissions were identified. However, as the proposed tender price is substantially higher than the price proposed by other tenderers and taking into account the faced time constraints, the tender was subject to further evaluation with respective clarifications to be requested from the tenderer at a later stage if required.

Technical Evaluation

No reservations identified during Technical Evaluation. A number of deviations and omissions were identified. However, as the proposed tender price is substantially higher than the price proposed by other tenderers and also taking into account the faced time constraints, the tender was subject to further evaluation with respective clarifications to be requested from the tenderer at a later stage if required.

Summary of Deviations/Reservations and Omissions identified in Tender.

Identified Deviations/Reservations and Omissions

Clause Reference in Tender Documents

Nature of Deviation (material or non-material)

Comments

The tenderer submitted the Price Schedules where the item 2.9.1 of the Price Schedule No.1 “110 kV Underground Cable 1x185 mm2 (8 lines x 100 m)” and the respective item 3.10 of the Price Schedule No.2 “Installation of 110 kV Underground Cable Line for connecting 110 kV OHL to Temurmalik SS (8 cables 1x185 mm2, cable line length about 100 m)” has the size differs from the required one (1x240 mm2).

The Employer’s Clarifications to Tender Documents dated 19.01.2018, Answer to Question 73

Material

As the proposed tender price is substantially higher than the price proposed by other tenderers and also taking into account the faced time constraints, the tender was subject to further evaluation with respective clarifications to be requested from the tenderer at a later stage if required.

The tenderer has omitted all fill-in forms/documents except the list of proposed sub-vendors.

Para. 6.1 and para. 10.1 Tender Data

Non-material

Name of Tenderer: PINGGAO GROUP Co., Ltd

Commercial Evaluation

No reservations were identified during Commercial Evaluation. A number of deviations and omissions were identified. The tender price of the Installation and Other Services, which is 40 per cent lower the average price of the Employer’s estimate and other respective prices of the other tenderers, is considered as abnormally low price and as a material deviation.

Technical Evaluation

No reservations identified during Technical Evaluation. A number of deviations and omissions were identified. Some of the deviations are considered as material ones, namely:

- absence of type test certificate shall confirm ONAN/ONAF cooling method of power transformers;

- no documentary evidence of the inclusion of the automatic firefighting system of the power transformers 25 MVA;

- absence of the valid licenses to perform geodetic works, design&research works and for installation, adjustment and repair of energy facilities and equipment.

Summary of Deviations/Reservations and Omissions identified in Tender.

Identified Deviations/Reservations and Omissions

Clause Reference in Tender Documents

Nature of Deviation (material or non-material)

Comments

The tenderer submitted the Price Schedules where the item 2.9.1 of the Price Schedule No.1 “110 kV Underground Cable 1x185 mm2 (8 lines x 100 m)” and the respective item 3.10 of the Price Schedule No.2 “Installation of 110 kV Underground Cable Line for connecting 110 kV OHL to Temurmalik SS (8 cables 1x185 mm2, cable line length about 100 m)” has the size differs from the required one (1x240 mm2).

The Employer’s Clarifications to Tender Documents dated 19.01.2018, Answer to Question 73

Material

Upon a request for clarification, the tenderer clarified that item 2.9.1 of the Price Schedule No.1 and the respective item 3.10 of the Price Schedule No.2 has the size 1x240 mm2 to the Employer’s satisfaction.

The tender prices in the Price Schedule No.2 for twelve item works are significantly (by 3 - 65 times) lower then respective tender prices of other tenderers. The tender price of the Installation and Other Services (TOTAL for the Price Schedule No.2) of the lowest evaluated tenderer is by 40 per cent less than the average price of the Employer’s estimate and other respective prices of the other tenderers.

Non-Material

Upon a request for clarification, the tenderer submitted very general clarification of the abnormally low prices and explanation how the tenderer plans to protect the Employer against financial loss in the event of default of the tenderer under the Contract. Tenderer stated that the profit from the price of equipment is more optimistic, so if the contract is awarded to them and in cases of price increase from local subcontractors, they will take profits from the Price Schedule No.1 and subsidize it to the Price Schedule No.2 for insufficiency.

The comparison of prices revealed that PINGGAO Group submitted significantly low prices for Schedule 1, which are by 15% up to 30% lower, then other Tenderers, as well as critically low prices for Schedule No.2, whereas the most clear example would serve the cost of “Construction of foundations for 110kV Switchyard Equipment”, where quotations by the tenderers are listed below:

PINGGAO: 3,000 USD

TADES: 99,750 USD

TGEM: 200,000 USD

From Employer’s point of view TADES and TGEM being locally based companies have a more precise knowledge of local market than any other foreign tenderer, in justification of this their cost estimates for total amount of Schedule No.2 is almost the same (i.e. TADES 1,001,910 USD and TGEM 1,057,045 USD)

In addition, it was revealed that TADES being also a subcontractor to PINGGAO provided an offer for installation and other services to PINGGAO substantially less then calculated in its own tender.

As an outcome Employer is not satisfied with the submitted clarification and has reasonable doubt that the tenderer will be capable to successfully perform the contract even under an increased level of performance security.

Type test certificate shall confirm ONAN/ONAF cooling method. In its price schedules Tenderer mentioned Power transformers with ONAN/ONAF cooling, while the technical documents were provided for ONAN only.

Vol III B1, Clause 3.5.2

Material

Tenderer has been requested to provide documentary evidence to confirm the ONAN/ONAF cooling and was clearly pre-alerted that in case it does not meet the minimum acceptable standards of completeness, consistency and detail the tender will be rejected as non-responsive. Tenderer replied that: “Our type test report is ONAN cooling method, cooling method is only related to temperature rise, since we can guarantee the temperature rise of ONAN transformer, for sure we can guarantee the temperature rise of ONAN/ONAF transformer”. In support of this statement the Tenderer referred to the same certificate submitted within original tender proposal.

Submitted type test report for only ONAN cooling only. Transformers with different cooling system are not of a same type due to different cooling systems ONAN and ONAF, which will have a negative effect to the transformer construction (external dimensions and internal parameters of windings). There will be the different thermal modes of operation and, accordingly, this leads to a decrease in the service life of the power transformer. In the submitted KEMA certificate, there is the type test for temperature-rise of power transformer with the ONAN cooling system which is not acceptable because it does not guarantee compliance with the terms of the tender for transformers with ONAF cooling system.

As the original tender proposal did not have any documentary evidence in confirmation of ONAN/ONAF cooling method and even after the Client`s request the Tenderer has failed to provide an evidence Client has conducted its own survey and discovered that at the website of PINGGAO’s transformer manufacturer - Zhejiang Jiangshan Transformer Co., Ltd. (http://www.jsbtransformer.com/prosort_en/id/15.html) the 3-phase oil impressed power transformer of SZ11-63000/110 type has only passed complete set of National tests and the short-circuit withstand capacity test, and power transformer of a SZ11-31500/110 type has passed the KEMA certification (the one which was provided in the original tender proposal, where cooling system is only represented by ONAN).

Based on original information (submitted with the tender) and clarifications provided by PINGGAO Group the deviation was considered as material.

The tenderer did not submit documentary evidence of the inclusion of the automatic firefighting system of the power transformers 25 MVA in its tender and omitted the information on it.

Vol. I.iv_Price Schedule No.1, item 1.8.2 and Vol.III, B1 – Specific Technical Requirements, para. 4.16

Material

Upon a request for clarification, and a clear pre-alerting statement that in case it does not meet the minimum acceptable standards of completeness, consistency and detail the tender will be rejected as non-responsive, the tenderer clarified that the automatic firefighting system of the power transformers was not required by the tender documents and was not included in its tender despite the fact that item 1.8.2 was priced by Tenderer. The tender proposal including clarifications does not reflect any manufacturer’s authorization related to the required system, no recognized certifications, including type tests, no applicable operation instructions on the firefighting system’s overall installation and further maintenance in the frame of our project. Based on the content of the Tenderer’s proposal Tenderer clearly knows the required set of documents to be provided in confirmation of availability of the required equipment, however has failed to provide them.

Based on original information (submitted with the tender) and clarifications provided by PINGGAO Group the deviation was considered as material.

The tenderer did not submit documentary evidence of the inclusion of the monitoring system of transformer in the scope of supply and omitted the information on it.

Specific Technical requirements B1

item 4.16.1.10.

Material

Upon a request for clarification, and a clear pre-alerting statement that in case it does not meet the minimum acceptable standards of completeness, consistency and detail the tender will be rejected as non-responsive, the tenderer confirmed by one statement that: “We confirm the monitoring system of transformer is included in the scope of supply”

The original tender and provided clarifications were reviewed and no documented evidence was found in proof of monitoring system of transformer and remote control cabinet for OLTC unit.

Therefore, received clarification was considered as insufficient.

The tenderer did not submit all required documentary evidence of the conformity of the Batteries 220VDC to the tender documents.

Para. 10.1(f) Attach.5 of Tender Data

Material

Upon a request for clarification Tenderer has provided information. However, based on the provided documentation the manufacturer of 220VDC batteries has tested 2 types of batteries only and does not have EMS certificate (certificate of electromagnetic compatibility) for other types which were mentioned in Tenderer’s documents.

It also shall be noted that submitted technical documents for batteries have a generalized information, while specific parameters, such as of their type is not available.

Based on original (tender proposal) information and clarifications provided by PINGGAO Group the deviation was considered as material.

The tenderer offered 110 kV Voltage Transformers of inductive type, whereas the type shall be inductive anti-resonance.

Vol.III, C – Technical Compliance Sheets

Material

Upon a request for clarification, the tenderer clarified that the offered 110 kV Voltage Transformers are of inductive anti-resonance type.

Clarification was accepted by the Employer.

The tenderer did not submit the copies of the required valid licenses to perform geodetic works and design&research works or any documentary evidence that such licenses shall be obtained prior to the Contract award.

The license for installation, adjustment and repair of energy facilities and equipment issued by the Ministry of Energy and Water Resources of RT and submitted by the tenderer was expired by 1.02.2018

Para 10.1(e) Attach.4 (ii) of Tender Data

Material

Upon a request for clarification the tenderer submitted the copies of the same documents as were submitted with the tender including the expired license for installation, adjustment and repair of energy facilities and equipment issued by the Ministry of Energy and Water Resources of RT. In order to implement this kind of contracts as for LOT-3, Contractor shall have number of licenses such as License from the Ministry of Energy and water resources, License from the Agency of Construction and Architecture under the Government of the Republic of Tajikistan (for construction works and for design services), License from Main Administration of firefighting service, License from the Committee for land management and geodesy of the Republic of Tajikistan. Obtaining of such licenses will require a time to pass all required procedures. The Employer was not satisfied with the submitted clarification and has reasonable doubt that the tenderer will be capable to obtain/renew all required licenses prior to the Contract award if so.

The tenderer omitted the following reference lists: 110 kV Current and Voltage Transformers – for 2017; 110 kV Disconnectors – for 2016-2017; 10 kV cubicles – years of sales are not shown.

Para 10.1(f) Attach.5 (3) of Tender Data

Non-material

Omission rectified.

Upon a request for clarification, the tenderer provided the required information to the Employer’s satisfaction.

The tenderer omitted a list giving full particulars, including available sources, of all spare parts, special tools, etc., necessary for the proper and continuing functioning of the Facilities

Para. 10.1(f)(ii) of Tender Data

Non-material

Omission rectified.

Upon a request for clarification, the tenderer provided the required information to the Employer’s satisfaction.

The copies of all documents confirming the qualification of the subcontractor – CJSC “TADES” – are out-of-date (two years old).

Para. 10.1 (g) Attach.6 of ITT

Material

Upon a request for clarification, the tenderer provided the information and copies of documents, which did not satisfy the Employer’s requirements. The license for installation, adjustment and repair of energy facilities and equipment is outdated and no supporting documents provided to perform geodetic works and design & research works.

The tenderer omitted Preliminary Works Programme.

Para. 10.1(j)(i) of Tender Data

Non-material

Omission rectified.

Upon a request for clarification, the tenderer provided the required information to the Employer’s satisfaction.

Name of Tenderer: Liaoning-Efacec Electrical Equipment Co., Ltd

Commercial Evaluation

No reservations were identified during Commercial Evaluation. A number of deviations and omissions were identified.

Technical Evaluation

No deviations and reservations identified during Technical Evaluation. A number of omissions were identified.

Summary of Deviations/Reservations and Omissions identified in Tender.

Identified Deviations/Reservations and Omissions

Clause Reference in Tender Documents

Nature of Deviation (material or non-material)

Comments

The tenderer did not fill the Price Schedule No.4 for Recommended Spare Parts.

Para. 11.3 Tender Data

Non-material

The tenderer submitted the Price Schedules where the item 2.9.1 of the Price Schedule No.1 “110 kV Underground Cable 1x185 mm2 (8 lines x 100 m)” and the respective item 3.10 of the Price Schedule No.2 “Installation of 110 kV Underground Cable Line for connecting 110 kV OHL to Temurmalik SS (8 cables 1x185 mm2, cable line length about 100 m)” has the size differs from the required one (1x240 mm2).

The Employer’s Clarifications to Tender Documents dated 19.01.2018, Answer to Question 73

Material

Upon a request for clarification, the tenderer clarified that item 2.9.1 of the Price Schedule No.1 and the respective item 3.10 of the Price Schedule No.2 has the size 1x240 mm2 to the Employer’s satisfaction.

The tenderer offered power transformers 25 MVA with no load losses of 27 kW, which is substantially higher the required one – 19 kW

Vol.III, C – Technical Compliance Sheets and Vol.III, B1 – Specific Technical Requirements, Appendix 1 – Schedules of Guarantees, para.3

Material

According to the Schedules of Guarantees the Employer reserves the right to rejects the power transformers offered at a later stage.

The tenderer left blank the Contractor’s name and address, para. 1.1.2.3 of the Appendix to Tender.

Para 10.1(a) of Tender Data

Non-material

The tenderer omitted the Subcontractors Information Form, Summary for BARQ SOKHTMON LOIHAKSH Ltd. – subcontractor for Installation and Other Services indicating the proportion of Works to be subcontracted.

Para. 10.1 (g) Attach.6 of ITT

Non-material

Omission rectified.

Upon a request for clarification, the tenderer provided updated Subcontractors Information Form, Summary for BARQ SOKHTMON LOIHAKSH Ltd. indicating the proportion of Works to be subcontracted.

The tenderer submitted the Manufacturer’s Authorisation Letter from “Xi’an XD High Voltage Apparatus Co., Ltd.”, which is valid for 6 months until 17th of July 2018.

Para. 10.1(g) of ITT

Material

Upon a request for clarification, the tenderer provided the required Manufacturer’s Authorisation Letter from “Xi’an XD High Voltage Apparatus Co., Ltd.” to the Employer’s satisfaction.

The tenderer omitted Preliminary Works Programme. Instead of it the tenderer submitted Method Statement issued for Rwanda ESS Project.

Para. 10.1(j)(i) of Tender Data

Non-material

Omission rectified.

Upon a request for clarification, the tenderer provided the required Preliminary Works Programme to the Employer’s satisfaction.

Name of Tenderer: CJSC “TADES”

Commercial Evaluation

Not applicable.

Technical Evaluation

The following material deviation was identified during the technical evaluation: the Employer has carefully examined the submitted filled-in Technical Compliance Sheets, the tenderer’s clarification No. 65 dated 8.02.2018 to the Employer’s request for clarification and the official product catalogue of the JSC “Chirchik Transformer Plant” and identified that the tenderer has offered the power transformers of the 16 MVA size, which simply means that the tender shall be considered as the alternative one and that the tenderer seems to attempt to mislead the Employer. The acceptance of the tender as a main one would unfairly affect the competitive position of other tenderers presenting substantially responsive tenders. On the ground of this fact the Employer decided to reject the tender.

Summary of Deviations/Reservations and Omissions identified in Tender.

Not applicable

Name of Tenderer: Dalekovod j.s.c.

Commercial Evaluation

No deviations and reservations omissions identified during Commercial Evaluation. A number of omissions were identified. However, as the proposed tender price is substantially higher than the price proposed by other tenderers and also taking into account the faced time constraints, the tender was subject to further evaluation with respective clarifications to be requested from the tenderer at a later stage if required.

Technical Evaluation

No deviations and reservations omissions identified during Technical Evaluation. A number of omissions were identified. However, as the proposed tender price is substantially higher than the price proposed by other tenderers and also taking into account the faced time constraints, the tender was subject to further evaluation with respective clarifications to be requested from the tenderer at a later stage if required.

Summary of Deviations/Reservations and Omissions identified in Tender.

Identified Deviations/Reservations and Omissions

Clause Reference in Tender Documents

Nature of Deviation (material or non-material)

Comments

The tenderer did not fill the Price Schedule No.4 for Recommended Spare Parts.

Para. 11.3 Tender Data

Non-material

As the proposed tender price is substantially higher than the price proposed by other tenderers and also taking into account the faced time constraints, the tender was subject to further evaluation with respective clarifications to be requested from the tenderer at a later stage if required.

The tenderer submitted the Price Schedules where the item 2.9.1 of the Price Schedule No.1 “110 kV Underground Cable 1x185 mm2 (8 lines x 100 m)” and the respective item 3.10 of the Price Schedule No.2 “Installation of 110 kV Underground Cable Line for connecting 110 kV OHL to Temurmalik SS (8 cables 1x185 mm2, cable line length about 100 m)” has the size differs from the required one (1x240 mm2).

The Employer’s Clarifications to Tender Documents dated 19.01.2018, Answer to Question 73

Material

The tenderer omitted a list giving full particulars, including available sources, of all spare parts, special tools, etc., necessary for the proper and continuing functioning of the Facilities

Para. 10.1(f)(ii) Tender Data

Non-material

The tenderer omitted the Equipment Capacity information.

Para. 3.2, (4.) of Tender Data

Non-material

The tenderer omitted the Manufacturing Capacity information regarding Power Transformers and MV Cells (cubicles).

Para. 3.2, (5.) of Tender Data

Non-material


Back to the list