Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Contract No. EP/SP/173/20Pilot Biochar Production Plant in EcoPark
Pre-tender Briefing
DATE: 21 June 2021
• No information presented or oral information given in this session should be taken as varying the information in the tender documents unless subsequently confirmed in writing
• If there any discrepancies between information presented in this briefing session and information/requirements specified in the tender documents, the information/requirements specified in the tender documents shall prevail
• Neither the HKSAR Government nor its agents owe any duty of care or are liable to any body in respect of any errors, omissions, discrepancies or deficiencies relating to information presented in this briefing session
• Information presented in this briefing session is not exhaustive and is subject to change without prior notice
• No information/requirements presented in this briefing session shall be used without written permission of the Environmental Protection Department of the Government of Hong Kong SAR
• Questions of contractual relevance should be put in writing in form of “request for clarification”
• No notes or minutes of this meeting will be provided
• No photo taking or any form of voice or video recording is permitted
• Participants, who remain for the meeting, are deemed to have agreed to these conditions
Key Contract Features
Points to Note in Tender Preparation
Tender Evaluation
Site Visit Arrangement
• The Contractor is responsible for the design, procurement, construction, commissioning and operation of the complete PBPP to conduct the Pilot Tests and to produce the Biochar Products.
Design & Build
(1 year)Pilot Tests
(0.5 year)
Production
(3.5 years)
Works Period (1 year) Operation Period (4 years)
Contractor may commence Production
sooner if Pilot Tests are completed
ahead of time
Process
Equipment
(PE)
Balance of
Plant (BoP)PBPP
Specification Section Subject
6 Design Brief
7 PE Design
8 BoP Design
Production
Pilot Tests
Pilot Tests for testing of
carbonisation conditionsPre-Production Trial
Operation
Supply of PWW
To be determined by
Employer, subject to a
“Guaranteed Minimum
Tonnage of PWW”
(GMTPWW)
15 tpd (as received)
PWW Type A
Production Target (T) to be
set by Employer quarterly
between:
Guaranteed Minimum Order
(GMO)
175 tonnes (dry) per quarter
Plant Design Capacity (PDC)
316 tonnes (dry) per quarter
Act
ual O
utp
ut
by C
on
tract
or
(A)
If T ≥ A All tonnage at tendered
rates
If C ≥ A > T
All tonnage up to T at
tendered rates
Surplus amount
(S = A - T)
Employer (E) has first right to
buy at tendered rates
If right not exercised by E,
Contractor may sell to others and
keep proceeds
If A > C
All tonnage up to T at
tendered rates
Surplus amount (S)
E has first right to buy at
tendered rates
If right not exercised by E,
Contractor may sell to others and
keep proceeds
Above Ceiling Amount
(= A – C)
Contractor may sell to others and
keep proceedsT = Target Amount
A= Actual Amount
C = Ceiling Amount = 316tpq
• Provision of Process Equipment
• Price Capping
• The Contractor shall design, procure and deploy the Process Equipment onto the Site and integrate the Process Equipment with other works (i.e., balance of plant) to deliver (construct, test and commission) a fully functional PBPP
• Process Equipment is not part of the Works
• Provision of Process Equipment is to be priced in the Schedule of Prices for Operation Fees
• The Employer has the right to acquire the PE at the end of the Operation Period if he so desires for a price to be tendered by the Contractor
14
Ten
der
Pri
ce Schedule of Price for
Capital Value
C1 – Safety, Enviro
and Cleaning
C2 – Works
C3 – Land Transport
C4 - Contingency
Schedule of Price for
Operation Fees
• C1, C3 and C4 are pre-
determined by Employer to
simplify administration of
cap
• If CV cap (14% of TP) is
violated, the excess amount
(CV) will be paid without
price fluctuation in 4 equal
instalments at end of: 2nd,
6th, 10th Production Quarter
and Production Period
15
To
tal O
pera
tio
n F
ees
D1 – Biochar Production
D1.1 Basic Grade
D1.2 Premium/
Enhanced Premium
D2 - Service
Management & Facility
Availability
D2.1 General
Management service
D2.2 Provision of PE
D2.3 Provision of Min.
No. of Operators
D2.4 Provision of asset
maintenance
D2.5 Provision of Ind
Surveyor
D3 (Daywork) & D4
(Price Fluctuations)
D5 – Acquisition of PE
(provisional)
D6 – ER’s Land
Transport Service
(provisional)
D7 – Pilot Tests ($ pre-
determined by EPD)
D8 - Ambient Air
Quality Monitoring
(provisional)
• D2 ≤ 70% of Total Operation Fees (TOF)
• If cap is violated at tender, the excess
amount SM&FA will be deducted from
Item D2 by reducing the rates for D2.1,
D2.2, D2.3, D2.4 & D2.5 proportionally.
• Then SM&FA will be added to D1 and rates
for D1.1 and D1.2 will be increased accordingly in a pro rata manner.
• Rates or prices for D3, D4, D5, D6, D7 and
D8 will remain unchanged.
• The above adjusted rates will be adopted
for Tender Assessment as well as for
payment.
• Technical Submission
• Price
Two-
envelope
system
• 70 (Technical)
• 30 (Price)Weighting:
Stage 1
Completeness
Stage 2 Technical
Assessment
Stage 3 Price
Assessment
Stage 4
Combined Score
If a Tenderer fails to submit any of the information/documents stipulated below
before the Tender Closing Time, his Tender will be treated as non-conforming
and will not be considered further in the tender assessment:
• Outline Design referred to in Clause 4.3(a)(ii) of the Conditions of Tender (COT)
• Outline Contractor’s Plans referred to in Clause 4.3(a)(iii) of the COT
• If Tenderer is a joint venture (JV), in Form 1B, as referred to in Clause 4.3(b)(iii) of
the COT with the following information completed:
• nomination of lead participant or major shareholder, and
• the proposed percentage participation and part of Service to be provided by
each participant or shareholder in the joint venture
No price or any financial information is to be shown in any of the Technical Submission documents.
Two Assessment Attributes:
1. Execution Plan (86%) 2. Experience and Qualifications (14%)
Attribute 1 – Execution Plan Assigned Full Mark Passing Mark
1.1 Contractor’s Plan and Outline Design
1.1.1 Outline Service Management Plan 2
14.5*
1.1.2 Outline Design 30
1.1.3 Outline Construction Plan 10
1.1.4 Outline Pilot Tests Execution Plan 4
1.1.5 Outline Production and Facility Maintenance Plan 12
1.2 Enhancement to the Process Equipment
1.2.1 Increased PBPP design capacity 2 --
1.2.2 Production of Enhanced Premium Grade Biochar Product 8 --
1.3 Innovations
1.3.1 Innovations in Design 10 --
1.3.2 Innovations in Construction 2 --
1.3.3 Innovations in Pilot Testing 2 --
1.3.4 Innovations in Production and Maintenance 4 --
Subtotal (Attribute 1) 86 See Note*
The total mark achieved on items under Sub-attribute 1.1 must be 14.5 or higher to passAttribute 1. Failure to satisfy the passing mark requirement for Attribute 1 shall renderthe Tender non-conforming and not being considered further
Attribute 2 – Experience and Qualifications Assigned Full Mark Passing Mark
2.1 Company Experience
2.1.1 Waste Treatment Facility Contracts 1 --
2.1.2 Mechanical Plant and Equipment Contracts 1 --
2.1.3 Biomass Carbonisation Facility Contracts 1 --
2.1.4 Biochar Production Experience 1 --
2.2 Personnel Experience and Qualifications
2.2.1 Service Manager 1 --
2.2.2 Construction Manager 2 --
2.2.3 Commissioning Manager 1.5 --
2.2.4 Operation Superintendent 1.5 --
2.2.5 Biomass Carbonisation Expert 2 --
2.3 Equipment Track Record
2.3.1 Carbonisation System having IBI-compliant biochar production track record 2 --
Subtotal (Attribute 2) 14 --
The Financial Proposal of Tenders that pass Stages 1 and 2 will be checked to
ensure completeness and compliance with the requirements as set out in
Clause 4.3 of the COT.
Failure to submit a duly completed Financial Proposal in accordance with
Clause 4.3(d)(ii), (iii), (iv) and (v) of the COT or submitting only a partial offer
will render a tender invalid and will not be considered further.
Discount Cash Flow analysis will be applied.
• Subject to the COT, normally, the Tender with highest combined score would be recommended for acceptance subject to the requirement that the Employer is satisfied that the Tenderer has not been disqualified (or having its Tender not being considered further) for failing to comply with any other requirements set out in the Tender Documents, that the recommended Tenderer is fully (including technically, commercially and financially) capable of undertaking the Contract, and that the recommended Tender is the most advantageous to the Government in accordance with the tender provisions.
• COT 16 - Without prejudice to the generality of other clauses in these COT, the Employer may reject a Tender which in the opinion of the Employer is unreasonably low in terms of price and may therefore affect the Tenderer’s capability to carry out and complete the Contract and/or deliver work and services as required in accordance with the terms of the Contract.
• 13 August 2021
• Before 12:00 noon
Tender Closing
Date/Time:
• G/F, East Wing,
Central Government Offices,
2 Tim Mei Avenue, Tamar
Tender Box
Location
Date: 23 June 2021
Time: Afternoon, exact time to be advised
Assemble Point: Entrance of Administration Building, EcoPark, 133 Lung Mun Road, Tuen Mun Area 38, N.T.
End of Presentation