Similar documents

Electricity Generating Authority of Thailand 53 Moo 2 Charansanitwong Rd. Bang Kruai Nonthaburi REQUEST FORM

REQUEST FORM. Electricity Generating Authority of Thailand 53 Moo 2 Charansanitwong Rd. Bang Kruai Nonthaburi

การไฟฟาฝายผล ตแหงประเทศไทย

TOR (DRAFT 1) FOR BID NO

TOR (DRAFT 1) FOR BID NO. TS12-MJ1-04 (e-procurement) SUPPLY OF 22 KV CURRENT TRANSFORMER TRANSMISSION SYSTEM EXPANSION PROJECT NO.

Connection and Use of System Charge Methodology Statement ("Condition 25 Statement")

EXPRESSION OF INTEREST (EOI) for

Invitation to Bid Public Private Partnership for Operation and Maintenance (O&M), Bang Pa-In Nakhon Ratchasima Intercity Motorway Project

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Section III Evaluation and Qualification Criteria (Revision 1)

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT DINHATA, DISTRICT COOCHBEHAR. (Packge-38)

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

ARRANGEMENT OF REGULATIONS

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

CEYLON ELECTRICITY BOARD SRI LANKA RENEWABLE ENERGY ABSORPTION TRANSMISSION DEVELOPMENT PROJECT (AFD AGREEMENT NO: CLK L)

Project Agreement OFFICIAL. Public Disclosure Authorized. onr'unients LOAN NUMBER 2300 IND. Public Disclosure Authorized. (Thirteenth Power Project)

SAFETY CUM INDEMNITY BOND (On Non-judicial Stamp paper of value not less than Rs )

Revised Cal. P.U.C. Sheet No E Cancelling Original Cal. P.U.C. Sheet No E. ELECTRIC RULE NO. 15 Sheet 1 DISTRIBUTION LINE EXTENSIONS

Q&A Distribution equipment and materials

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Project Agreement. Public Disclosure Authorized CONFORMED COPY LOAN NUMBER 1583 CO. Public Disclosure Authorized. Interconnection Project)

Steps/Process. <COOPERATIVE NAME> 10 kw INVERTER PROCESS Page 1

Electricity (Development of Small Power Projects) GN. No. 77 (contd.) THE ELECTRICITY ACT (CAP.131) RULES. (Made under sections 18(5), 45 and 46))


Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL. (A Govt of West Bengal Enterprise)

CONSTRUCTION OF 220/132 KV GIS SUBSTATION AT EGRA, DISTRICT-PURBA MEDINIPUR (Package-25)


CUSC - SECTION 14 CHARGING METHODOLOGIES CONTENTS

TRANSMISSION CHARGING STATEMENT

REISSUED JUNE 1, 1988

Q50 Facility Study. By Tucson Electric Power Company Transmission Planning March 7, Proposed Point of Interconnection: Vail Fort Huachuca 138kV

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

Standard for Interconnecting Small Generation 100 kw or Less with Electric Power Systems (EPS) (Interconnection Standard)

SCHEDULE 72 INTERCONNECTIONS TO NON-UTILITY GENERATION

Section III: Returnable Bidding Forms

Loan Agreement. (Alma Electricity Transmission Project) between JOINT STOCK COMPANY KAZAKHSTAN ELECTRICITY GRID OPERATING COMPANY.

(e-procurement System)

NOTICE INVITING TENDER (NIT)

HSU Reddie Grill Renovation OFFICIAL BID SHEET


Section I DETAILED NOTICE INVITING TENDER

Carolina Power & Light Company 61 d/b/a Progress Energy Carolinas, Inc. TERMS AND CONDITIONS FOR THE PURCHASE OF ELECTRIC POWER

TERMS AND PROCEDURES OF PAYMENT

H P Power Transmission Corporation Ltd. (A State Govt. Undertaking) *Press Tender Notice* (E-Tendering Mode Only)

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

SOCIAL SECURITY PREMIUMS

INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT

IDBI BANK LTD. TENDER

Public Disclosure Authorized COPY CONFORMED NUMBER 1238 BO. Public Disclosure Authorized. (Fourth Power Project) Public Disclosure Authorized between

ARKANSAS PUBLIC SERVICE COMMISSION

DELHI METRO RAIL CORPORATION LIMITED

(Java-Bali Power Sector Restructuring and Strengthening Project) between REPUBLIC OF INDONESIA. and

ARKANSAS PUBLIC SERVICE COMMISSION

Request for Qualifications Firms Interested in Constructing or Providing Outside Plant Fiber to Connect Utility Substations

Notice Inviting Tender (NIT)

SOLAR PV INSTALLATION AT USC BASEBALL STADIUM

REQUEST FOR PROPOSAL. Fiber Optic Design and Installation Services. City of Alamosa Information Technology Department

Vendor Development Policy Revision II (May 13)

CHAPTER 1 PRELIMINARY

SOCIALIST REPUBLIC OF VIETNAM Independence - Freedom - Happiness. General Provisions

Development Credit Agreement

2:00 P.M., Austin time, on Thursday, March 23, 2017

Application for Interconnection and Net Metering Level 1

OF SUPPLY OF CURRENT TRANSFORMER AND COUPLING CAPACITOR VOLTAGE TRANSFORMER TRANSMISSION SYSTEM EXPANSION AND RENOVATION PROJECT PHASE 2 EGAT S FUND

Specification. Page Utility Enterprises Powell Substation T2 - Steel Structures. May Bid #225

Interconnection of Electric Generators

The following Information Requests pertain to the spreadsheet file Attachment_H- 1_Formula_Rate_2015_-Run_1_posted_ _(effective_ ) :

SECTION - I INVITATION FOR BIDS (IFB)

STANDARD IMPLEMENTATION AND SERVICE AGREEMENT FOR DEVELOPMENT AND OPERATION OF INTRA-STATE TRANSMISSION SYSTEM

ARKANSAS PUBLIC SERVICE COMMISSION

Prime Minister s Office No /PM

Request for Proposal Snow Plowing Services for the Seasons For the Cohoes Housing Authority

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

CAPE HATTERAS ELECTRIC COOPERATIVE

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

Project Agreement CONFORMED COPY CREDIT NUMBER 385 JO INTERNATIONAL DEVELOPMENT ASSOCIATION AMMAN MUNICIPAL AREA WATER AND SEWERAGE AUTHORITY

INSTRUCTIONS TO BIDDERS ARTICLE IB

Loan Agreement. Public Disclosure Authorized CONFORMED COPY LOAN NUMBER 1516 JM. Public Disclosure Authorized. (Second Power Project)

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal)

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

AGREEMENT Between The Northwest Seaport Alliance and Seattle City Light For Terminal 5 Modernization. Recitals

TERMS AND CONDITIONS OF PURCHASE

ELECTRIC UTILITY RATES

ALASKA RAILROAD CORPORATION 327 W.

77th OREGON LEGISLATIVE ASSEMBLY Regular Session. Enrolled. House Bill 4055

AGREEMENT FOR NEW TRANSMISSION SERVICE CUSTOMERS WITH AN INDIRECT INTERCONNECTION TO THE BC HYDRO SYSTEM

CHAPTER FOUR ORIGIN PROCEDURES

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

January 18, Request for Proposals. for

Portland General Electric Company P.U.C. Oregon No. E-18 Original Sheet No. C-1 RULE C CONDITIONS GOVERNING CUSTOMER ATTACHMENT TO FACILITIES

UNITED COOPERATIVE SERVICES. Distributed Generation Procedures & Guidelines Manual for Members

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

Section VIII. Special Conditions of Contract

Royal Decree issued under the Revenue Code Regarding Reduction and Exemption from Revenue Taxes (No. 508) B.E (2010)

Transcription:

IMPORTANT INFORMATION Invitation to Bid No. RTS2-S-17 Kindly acknowledge important revisions to the terms and conditions under the bidding documents in details as follows: 1. According to Article F-15. Liquidated Damages for Late Completion and Late Delivery, item a. For Complete Construction of Substation, 1.1 If the Contractor fails to meet any of the completion dates for Schedule 1 : 115 kv Bang Pa-In 1 Substation or Schedule 3 : 115 kv Bang Pa-In 1 Substation (FPS2), the liquidated damages shall be at the rate of one-tenth of one (0.10) per cent of the total Contract Price for Schedule 1 : 115 kv Bang Pa-In 1 Substation and Schedule 3 : 115 kv Bang Pa-In 1 Substation (FPS2) for each Day of delay. This sum is payable regardless of the actual loss and/or damages incurred. In no event shall the aggregate amount of liquidated damages exceed ten (10) per cent of the total Contract Price of those schedules. 1.2 If the Contractor fails to meet any of the completion dates for Schedule 2 : 115 kv Samut Songkhram Substation or Schedule 4 : 115 kv Samut Songkhram Substation (FPS2), the liquidated damages shall be at the rate of one-tenth of one (0.10) per cent of the total Contract Price for Schedule 2 : 115 kv Samut Songkhram Substation and Schedule 4 : 115 kv Samut Songkhram Substation (FPS2) for each Day of delay. This sum is payable regardless of the actual loss and/or damages incurred. In no event shall the aggregate amount of liquidated damages exceed ten (10) per cent of the total Contract Price of those schedules. Volume I of IV 2. Article A-3. Eligibility of Bidders I. Restricted requirements which all Bidders shall meet; failure to comply with these requirements shall constitute sufficient grounds for rejection. g. 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 ). h. 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. TC-SUB-01 (Rev.0) Page 1 of 3 RTS2-S-17 (Jan.11)

3. Article B-8. Information to be Submitted with Bid t. Confirmation Form of Registration/Non-Registration for e-gp at Thai Government Procurement Website. 4. Article B-12. Evaluation and Comparison of Bids In respect of the supply of Equipment, the price to be used for comparison purpose shall be as follows : b. CIF Thai Port price including import duty, associated taxes (if any), value added tax to be assessed by the Thai Government at the port of entry for imported Equipment and 0.6 % of CIF price for customs clearance. The rate of import duty to be used for price comparison shall be as follows: a) For Equipment consisting of separate components which are intended to contribute together as a functional unit and imported under partial import entry - using a normal single tariff rate published in the Customs Tariff Decree for such Equipment b) For other Equipment and spare parts i) In case any imported Equipment and spare part is proposed from one (1) country of origin for the same item: - Country of Origin Under Free Trade Agreement (FTA) using lower comparing rate between the FTA rate and the normal rate published in the Customs Tariff Decree; - Country of Origin Under Non FTA using a normal rate published in the Customs Tariff Decree. ii) 5. Article E-15. Performance Security In case any imported Equipment and spare part is proposed from different countries of origin for the same item, a normal rate published in the Customs Tariff Decree for such Equipment and spare part will be used for price comparison. Failure to deposit a performance security at the time specified above in this Article or such extended time as may be approved by EGAT shall be a breach of this Contract and EGAT is entitled to terminate the Contract or suspend any payment for Work performed until the performance security has been accepted by EGAT. EGAT shall not be liable for any losses, expenses and/or damages resulting from such payment suspension. 6. Article E-36. Anti-Corruption The Contractor shall observe and comply 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. Failure to comply with such Notification, the Contractor shall be named in the list of those who fail to submit Revenue and Expense Accounts or fail to present proper and complete accounts under the Notification. TC-SUB-01 (Rev.0) Page 2 of 3 RTS2-S-17 (Jan.11)

7. Article F-11. Payment: Payment for Local Transportation, Construction, Installation and Civil Work Eighty (80) per cent of the amount of Local Transportation, Construction, Installation and Civil Work will be paid monthly as the Work progresses, proportionately to the amount of Work completed during the foregoing Month. Payment for Construction, Installation, and Civil Work which required field test will be made seventy (70) per cent of the amount of Construction, Installation, and Civil Work monthly as the Work progress, and ten (10) per cent of the amount will be made after the tests have been performed successfully and relevant test reports have been received and accepted by EGAT. 8. Regulations of Safety for Construction Work The Contractor shall follow the updated version of Regulations of Safety for Construction Work attached in Section G: Local Conditions. Volume II of IV 9. Article C-1. Price Schedule Formula 12. is revised as follows: Formula 12. (5.2.2) K= 0.40 + 0.10 It/Io + 0.10 Mt/Mo + 0.10 Et/Eo + 0.30 GIPt/GIPo TC-SUB-01 (Rev.0) Page 3 of 3 RTS2-S-17 (Jan.11)

INVITATION TO BID NO. RTS2-S-17 SUPPLY AND CONSTRUCTION OF NEW 115 kv BANG PA-IN 1 AND SAMUT SONGKHRAM SUBSTATIONS (GIS) TRANSMISSION SYSTEM EXPANSION AND RENOVATION PROJECT PHASE 2 FIRE PROTECTION SYSTEM PHASE 3 Invitation The Electricity Generating Authority of Thailand (EGAT) hereby invites sealed bids for supply and construction of New 115 kv Bang Pa-In 1 and Samut Songkhram Substations (GIS) under Transmission System Expansion and Renovation Project Phase 2 and Fire Protection System Phase 3 as described herein in accordance with terms, conditions and Specifications described in these Bidding Documents. Work Description The supply and construction of New 115 kv Bang Pa-In 1 and Samut Songkhram Substations (GIS) will be on a supply and construction basis, the Contractor shall be responsible for complete supply, installation, construction and also engineering design work to the standard specified and best modern practice. The substations to be constructed and the scope of work under this Invitation are described in Section H. Scope of Work. 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. Having one of the following qualifications regarding experiences executing contract of supply and construction substation. TC-SUB-01 (Rev.0) - 1 - RTS2-S-17 (Jan.11)

1) Himself or either firm of the joint venture/consortium, having a record of experience with EGAT in executing at least one (1) contract of supply and construction of a complete conventional or GIS 115 kv or above substation; 2) Himself or either firm of the joint venture/consortium, having a record of experience in an overseas country (not his own country) in executing at least one (1) contract of supply and construction of a complete conventional or GIS 230 kv or above substation. c. Further to b.1) mentioned above, himself or either firm of the joint venture/consortium, having a record of experience within the last ten (10) years on the technical knowledge and practical experience on design, construction and installation of Equipment of a complete conventional or GIS 115 kv or above substation. Further to b.2) mentioned above, himself or either firm of the joint venture/consortium, having a record of experience within the last ten (10) years on the technical knowledge and practical experience on design, construction and installation of Equipment of a complete conventional or GIS 230 kv or above substation. Reference records of either the parent or affiliated companies shall not be considered as the record of such Bidder. 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. d. Proposing equipment manufactured by the qualified manufacturers who shall fulfill the following requirements : 1. Regularly manufacturing of Equipment of the type and similar ratings proposed. 2. Being well-established and maintaining a permanent place of business. 3. The manufacturer shall have the experience records that meet the requirements set forth herein. Reference records of either parent or affiliated companies shall not be considered as the records of such manufacturer. TC-SUB-01 (Rev.0) - 2 - RTS2-S-17 (Jan.11)

4. If the manufacturer is a new company formed by acquisition of or merger with other companies or business units, and any of such previous companies or business units has the experience records that meet the requirements set forth herein, such experience records are acceptable as the experience records of the new company, provided that each item of the equipment to be supplied under this bid shall be manufactured from the same source of supply as indicated in each of such relevant supply records as described in Item I.d.5 thru I.d.8 below. Otherwise, it shall not be acceptable and shall be sufficient grounds for rejection. For the avoidance of doubt, it is not allowed to combine the experience records of the previous companies or business units in order to meet the experience requirements. 5. For 230/115 kv Ratings of Gas-Insulated Switchgear (GIS). These Equipment shall be manufactured by the qualified manufacturers who shall fulfill the following requirements : 5.1 Having one of the following qualifications: 5.1.1 Proposing the Equipment of the type and ratings which has already been accepted by EGAT. OR 5.1.2 For 230 kv Gas-Insulated Switchgear (GIS): Having a supply record of Equipment of the type proposed at the nominal system voltage of 220, 230 kv or above, 3000 A or above, 50 ka or above, with successful operation/use of at least three (3) consecutive years in overseas country (not his own country) and at least three (3) substations of which total GIS bays shall not be less than twelve (12). However, the Equipment of the type and short circuit current ratings proposed shall have a supply record of successful operation/use of at least three (3) consecutive years in overseas country (not his own country) and at least one (1) substation of which total GIS bays shall not be less than four (4). TC-SUB-01 (Rev.0) - 3 - RTS2-S-17 (Jan.11)

In case that the supply record of Equipment of the type and ratings proposed fulfills the requirement, the manufacturer may propose a newly developed or modified type of such Equipment with successful operation/use of at least three (3) substations of which total GIS bays shall not be less than twelve (12) and having minimum one (1) year in overseas country (not his own country). The detailed information of the development or modification shall be submitted with his proposal. EGAT, however, reserves the right and will make its own judgment whether or not to consider or accept the proposed developed or modified type. For 115 kv Gas-Insulated Switchgear (GIS): Having a supply record of Equipment of the type proposed at the nominal system voltage of 110, 115 kv or above, 2000 A or above, 40 ka or above, with successful operation/use of at least three (3) consecutive years in overseas country (not his own country) and at least three (3) substations of which total GIS bays shall not be less than twelve (12). However, the Equipment of the type and short circuit current ratings proposed shall have a supply record of successful operation/use of at least three (3) consecutive years in overseas country (not his own country) and at least one (1) substation of which total GIS bays shall not be less than four (4). In case that the supply record of Equipment of the type and ratings proposed fulfills the requirement, the manufacturer may propose a newly developed or modified type of such Equipment with successful operation/use of at least three (3) substations of which total GIS bays shall not be less than twelve (12) and having minimum one (1) year in overseas country (not his own country). The detailed information of the development or modification shall be submitted with his proposal. EGAT, however, reserves the right and will make its own judgment whether or not to consider or accept the proposed developed or modified type. 5.2 Having a past design test record of the Equipment as proposed, if specified in EGAT s specification. Such past design test record shall conform to the test specified in EGAT s specification. TC-SUB-01 (Rev.0) - 4 - RTS2-S-17 (Jan.11)

6. For 230/115 kv Ratings of Power Circuit Breaker shall be manufactured by the qualified manufacturers who shall fulfill the following requirements : 6.1 Having one of the following qualifications: 6.1.1 Proposing the Equipment of the type and ratings which has already been accepted by EGAT. OR 6.1.2 For 230 kv Power Circuit Breaker: Having a supply record of Equipment of the type proposed at nominal system voltage of 220, 230 kv or above, 3000 A or above, 50 ka or above, with successful operation/use of at least three (3) consecutive years in an overseas country (not his own country) and at least three (3) three phase sets. However, the Equipment of the type and short circuit current ratings proposed shall have a supply record of successful operation/use of at least three (3) consecutive years in overseas country (not his own country) and at least one (1) three phase set. In case that the supply record of Equipment of the type and ratings proposed fulfilled the requirement, the manufacturer may propose a newly developed or modified type of such Equipment with successful operation/use of at least one (1) year in overseas country (not his own country) and at least three (3) three phase sets. The detailed information of the development or modification shall be submitted with his proposal. EGAT, however, reserves the right and will make its own judgment whether or not to consider or accept the proposed developed or modified type. For 115 kv Power Circuit Breaker: Having a supply record of Equipment of the type proposed at nominal system voltage of 110, 115 kv or above, 2000 A or above, 40 ka or above, with successful operation/use of at least three (3) consecutive years in an overseas country (not his own country) and at least three (3) three phase sets. TC-SUB-01 (Rev.0) - 5 - RTS2-S-17 (Jan.11)

However, the Equipment of the type and short circuit current ratings proposed shall have a supply record of successful operation/use of at least three (3) consecutive years in overseas country (not his own country) and at least one (1) three phase set. In case that the supply record of Equipment of the type and ratings proposed fulfilled the requirement, the manufacturer may propose a newly developed or modified type of such Equipment with successful operation/use for at least one (1) year in overseas country (not his own country) and at least three (3) three phase sets. The detailed information of the development or modification shall be submitted with his proposal. EGAT, however, reserves the right and will make its own judgment whether or not to consider or accept the proposed developed or modified type. 6.2 Having a past design test record of the Equipment as proposed, if specified in EGAT s specification. Such past design test record shall conform to the test specified in EGAT s specification. 7. For 230/115 kv Ratings of following Equipment: Instrument Transformer, Surge Arrester and Disconnecting Switch. These Equipment shall be manufactured by the qualified manufacturers who shall fulfill the following requirements : 7.1 Having one of the following qualifications: 7.1.1 Proposing the Equipment of the type and ratings which has already been accepted by EGAT. OR 7.1.2 Having a supply record of Equipment of the type and ratings proposed with successful operation/use of at least three (3) three-phase sets and having minimum three (3) consecutive years in an overseas country (not his own country). In case that the supply record of Equipment of the type and ratings proposed fulfills the requirement, the manufacturer may propose a newly developed or modified type of such Equipment with successful operation/use of at least three (3) threephase sets and having minimum one (1) year in overseas country (not his own country). The detailed information of the development or modification shall be submitted with his proposal. TC-SUB-01 (Rev.0) - 6 - RTS2-S-17 (Jan.11)

EGAT, however, reserves the right and will make its own judgment whether or not to consider or accept the proposed developed or modified type. Supply records of the higher rating Equipment shall not be considered if the Bidder does not propose such higher rating Equipment in his bid. 7.2 Having a past design test record of the Equipment as proposed, if specified in EGAT s specification. Such past design test record shall conform to the test specified in EGAT s specification. 8. For 230 kv Control and Protection System and below, having the following qualifications: 8.1 Being local manufacturer. 8.2 Having one of the following qualifications : 8.2.1 Having at least three (3) consecutive years supply record of successful operation/use in 230 kv Transmission System of at least three (3) units of each type of Protective Relay Panels of which the characteristics are similar to the ones specified herein to EGAT or MEA OR 8.2.2 Having a letter of acceptance for manufacturing and/or fabrication of the specific Equipment issued by EGAT within the scope specified therein. e. Not being or not supplying the Equipment from the country under the state of Civil War. f. Being a juristic person who manufactures or provides such material or services, as the case may be, and not being 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. g. 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 ). TC-SUB-01 (Rev.0) - 7 - RTS2-S-17 (Jan.11)

h. 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. i. 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. j. 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 for the ones who are officially ordered by EGAT to act or participate therein. k. Not being the person who is privileged or protected not to be taken any legal proceeding under Thai Court; Provided that such Bidder's government declares that such special privilege is waived. l. In case of a joint venture or consortium, the Bidder shall carry out all the work under such formation from the time of bidding until the fulfillment of the Contract. m. 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. 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 fund to meet financial obligations incidental to this Contract. c. 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. TC-SUB-01 (Rev.0) - 8 - RTS2-S-17 (Jan.11)

d. 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. e. Proposing Equipment manufactured by the qualified manufacturers who shall fulfill the following requirements : 1. Regularly manufacturing of Equipment of the type and similar ratings proposed. 2. Being well-established and maintaining a permanent place of business. 3. The manufacturer shall have the experience records that meet the requirements set forth herein. Reference records of either parent or affiliated companies shall not be considered as the records of such manufacturer. 4. If the manufacturer is a new company formed by acquisition of or merger with other companies or business units, and any of such previous companies or business units has the experience records that meet the requirements set forth herein, such experience records are acceptable as the experience records of the new company, provided that each item of the equipment to be supplied under this bid shall be manufactured from the same source of supply as indicated in each of such relevant supply records as described in Item II.e.5 thru II.e.11 below. For the avoidance of doubt, it is not allowed to combine the experience records of the previous companies or business units in order to meet the experience requirements. 5. For 33, 22 and 11 kv ratings of following Equipment : Metal-Clad SF6 Gas Insulated Switchgear, Power Circuit Breaker, Instrument Transformer, Disconnecting Switch and Surge Arrester Having one of the following qualifications : 5.1 Proposing the Equipment of the type and ratings which has already been accepted by EGAT. OR 5.2 Having a supply record of Equipment of the type and ratings proposed with successful operation/use of at least three (3) consecutive years in an overseas country (not his own country) and at least three (3) three phase sets. The ratings and features of Equipment shall be the same or similar rating as EGAT specifies. TC-SUB-01 (Rev.0) - 9 - RTS2-S-17 (Jan.11)

In case that the supply record of Equipment of the type and ratings proposed fulfilled the requirement, the manufacturer may propose a newly developed or modified type of such Equipment with successful operation/use of at least one (1) year in overseas country (not his own country) and at least three (3) three phase sets. The detailed information of the development or modification shall be submitted with his proposal. EGAT, however, reserves the right and will make its own judgment whether or not to consider or accept the proposed developed or modified type. Supply records of the higher rating Equipment shall not be considered if the Bidder does not propose such higher rating Equipment in his bid. 6. For Distribution Transformer, Power Fuse, AC&DC Distribution Board and Lighting Relay Panel (LRP), Load Center Unit Substation (LCUS), Junction Box, Battery Charger, Substation Steel Structure, Cable Terminations, XLPE Power Cable, Power Cable, Control Cable and Switchboard Wire, Lighting Cable, Copper Ground Wire, Overhead Ground Wire, Aluminum Conductor, Optical Fiber Cable, Switchyard Lighting Fixtures, Aluminum Tube, Compression Connector and Miscellaneous Hardware, Bus Fittings, Ground Rod, Thermite Welding Material, Grounding Hardware, Conduit and Conduit Fittings 6.1 Being local manufacturer for the following Equipment : Distribution Transformer, AC&DC Distribution Board and Lighting Relay Panel (LRP), Load Center Unit Substation (LCUS), Junction Box, Battery Charger, Substation Steel Structure, 115 kv and below XLPE Power Cable, Power Cable, Control Cable and Switchboard Wire, Lighting Cable, Copper Ground Wire, Overhead Ground Wire, Aluminum Conductor, Switchyard Lighting Fixtures, Aluminum Tube, Compression Connector and Miscellaneous Hardware and Conduit. 6.2 Having been granted a licence for producing standard product by Thai Industrial Standard Institute (TISI), Ministry of Industry for the following Equipment: 60 kv through 115 kv XLPE Power Cable, Lighting cable and Aluminum conductor. 6.3 Having one of the following qualifications : 6.3.1 Having supply record of Equipment of the type and similar ratings proposed with successful operation/use for at least one (1) year. OR TC-SUB-01 (Rev.0) - 10 - RTS2-S-17 (Jan.11)

7. For Insulator 6.3.2 Having a letter of acceptance for manufacturing and/or fabrication of the specific Equipment issued by EGAT within the scope specified therein (For the local manufacturer). Having one of the following qualifications : 7.1 Having supply record with successful operation/use for at least three (3) consecutive years in overseas country (not his own country) and for following equipment : OR 7.1.1 Suspension Insulator, at least 10,000 units having the similar ANSI class as proposed. 7.1.2 Station Post Insulator, having the similar ANSI technical reference number as proposed. 7.2 Having a letter of acceptance for manufacturing and/or fabrication of the specific Equipment issued by EGAT within the scope specified therein (For the local manufacturer). 8. For Stationary Battery Having one of the following qualifications : 8.1 Having supply record of Equipment of the type and similar ratings proposed with successful operation/use in substations/switchyards of at least three (3) consecutive years and at least three (3) sets. OR In case that the supply record of Equipment of the type and similar ratings proposed fulfilled the requirements, the manufacturer may propose a newly developed or modified type of such Equipment with successful operation/use of at least one (1) year. The detailed information of the development or modification shall be submitted with his proposal. EGAT, however, reserves the right and will make its own judgement whether or not to consider or accept the proposed developed or modified type. 8.2 Having a letter of acceptance for manufacturing and/or fabrication of the specific Equipment issued by EGAT within the scope specified therein (For the local manufacturer). TC-SUB-01 (Rev.0) - 11 - RTS2-S-17 (Jan.11)

9. Proposing the protective relay from the manufacturers as listed in EGAT's Specifications and shall be in compliance with the details specified in EGAT's Specifications. Type/Model of the main protective relays proposed shall be as specified in EGAT ACCEPTED MAIN RELAY LIST NO.1 and NO.2 attached at the end of Section A. Invitation to Bid. 10. For Fault Recording System. 10.1 Having one of the following qualifications : 10.1.1 The cabinet and all equipment is completely wired by the manufacturer before shipping to Thailand. OR 10.1.2 The cabinet and the equipment are wired in Thailand by the manufacturer that has obtained special permission from EGAT for manufacturing and/or fabrication of the Control and Protection System within the scope specified in the Letter of Permission which is issued by EGAT (for the local manufacturer). The design and engineering shall be performed by the FRS s manufacturer. The assembly, factory test and commissioning shall be in accordance with the FRS s manufacturer standard and performed under the manufacturer s supervisor. 10.2 The Fault Recording System (FRS) proposed shall be in compliance with the details specified in EGAT s Specifications. Manufacturer/type/model of FRS proposed shall be as specified in EGAT ACCEPTED FAULT RECORDING SYSTEM LIST attached at the end of Section A. Invitation to Bid 11. Being local manufacturer for steel supporting structure of Instrument Transformer, Surge Arrester and Disconnecting Switch. f. Proposing the manufacturer who has no just or proper claims pending against Equipment on other similar works. In case the manufacturer 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 manufacturer. TC-SUB-01 (Rev.0) - 12 - RTS2-S-17 (Jan.11)

g. Proposing reputable subcontractors, for the portion of the work to be subcontracted, having adequate technical knowledge, ability and capacity to perform such work and having at least three years experience in the performance of similar work and of equal magnitude to the work to be subcontracted. 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. h. 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. TC-SUB-01 (Rev.0) - A1 - RTS2-S-17 (Jan.11)