River Modelling Study for Assessing the Backwater Effect at Thailand side of the Pak Beng HPP, Compliant with TbEIA and EGAT Requirements
Tender Announcement
- Tender Conditions
The tendering project titled “River Modelling Study for Assessing the Backwater Effect at Thailand side of the Pak Beng HPP, Compliant with TbEIA and EGAT Requirements” has been approved in accordance with the applicable laws. The Project Owner is Pak Beng Power Company Limited. The construction funds are fully financed by the Owner, and the Employer is also Pak Beng Power Company Limited. As all conditions for tendering have been satisfied, the project is now open to public tender.
2. Overview of the Project and Scope of the Tender
2.1 Tender No.: PBCL-SC-S25-01
2.2 Project name: River Modelling Study for Assessing the Backwater Effect at Thailand side of the Pak Beng HPP, Compliant with TbEIA and EGAT Requirements
2.3 Survey location: Chiang Khong and Wiang Kaen Districts in Chiang Rai Province, Thailand
2.4 Dam Construction scale: The Pak Beng Hydropower Project is located on the mainstream Mekong River, approximately 7 km upstream of Pak Beng District, Oudomxay Province, northern Lao PDR. It is the first of 11 planned hydropower projects on the Mekong mainstream. The site is located approximately 150 km from Oudomxay, 750 km from Vientiane, 240 km from the Chinese border, and 50–70 km from the Thai border and controls a basin area of approximately 218,000 km².
The project is designed with a Full Supply Level (FSL) of EL. 340 m, corresponding to a storage capacity of 559 million m³, and a Minimum Operating Level (MOL) of EL. 334 m, corresponding to a dead storage capacity of 363 million m³. The hydropower plant has an installed capacity of 912 MW, comprising units with a rated (unit) capacity of 57 MW each.
2.5 Planned Duration: Start immediately upon receipt of the Notice to Proceed. Scope of Work items 2.5.1 and 2.5.3 shall be completed within 20 weeks from the Notice to Proceed. The duration and frequency shall be in accordance with the requirements specified in the Tender Documents and the agreed contract terms.
2.5.1 The Backwater Effect Study (Hydraulic Model, River Cross‑Section Survey, and Topographic Survey)
2.5.2 Select an appropriate time to conduct river cross-section surveys and topographic surveys (one-time work), and carry out drone imaging surveys quarterly within one year (a total of four times).
2.5.3 Installation of 11 gauging stations to support the Backwater Effect Study and associated monitoring tasks.
2.5.4 Annual operating and maintenance following completion of the monitoring, operation, and maintenance activities and the submission and acceptance of the quarterly monitoring report, including updates to the water level–flow relationship curve.
2.6 Scope of Work:
Following the meeting regarding transboundary impacts in Thailand, and in response to concerns over potential adverse effects, a service provider has been engaged to conduct a river modeling study to assess the backwater effect associated with the Pak Beng Hydropower Project.
2.6.1 Update the hydraulic model by incorporating two Mekong River tributaries - the Ing River and the Ngao River - to assess the backwater effects on upstream areas of the Pak Beng Hydropower Project (HPP) arising from its operational patterns and designated Full Supply Level (FSL).
2.6.2 To conduct river cross‑section surveys for 40 sections along the Ing River and 15 sections along the Ngao River within the areas anticipated to be affected by the backwater effect of the Pak Beng HPP.
2.6.3 To carry out a topographic survey along riverbanks located in sensitive areas previously identified as being potentially impacted by the backwater effect.
2.6.4 To determine the extent and boundary of the backwater effect caused by the Pak Beng HPP under normal, flood, and drought conditions.
2.6.5 To monitor water levels and discharge at designated locations expected to be influenced by the backwater effect from the Pak Beng HPP.
2.6.6 To collect and observe hydrological data necessary to support further studies related to the assessment of backwater effects.
2.6.7 Organize and facilitate stakeholder consultation meetings to communicate and present the study findings to local communities, non‑governmental organizations (NGOs), and relevant government agencies in Thailand.
2.6.8 The Contractor shall provide water‑level information in the form of flood‑warning levels, categorized as Normal, Watch, Warning, and Evacuation. The information shall be presented in the Thai language and shall be made available online in real time through the designated website.
3. Qualification Requirements for the Tenderer
3.1 General Qualifications
3.1.1 The Tenderer shall be an independent legal person or other organization.
3.1.2 Financial Requirements: The Tenderer shall demonstrate financial capacity with either a minimum registered capital or available financial resources of not less than USD 0.40 million (THB 11.25 million, CNY 2.8million, or equivalent). The Tenderer must have recorded positive net profit and maintained a strong financial condition for at least the past three (3) consecutive fiscal years..
3.1.3 Veto items include the following in the case of suppliers.
- Being included in the list of seriously dishonest subjects on the Credit China Website (https://www.creditchina.gov.cn/), and the expiration time of the validity period is later than the deadline for submitting the tender.
- In accordance with the relevant provisions of PBCL on The Supplier Management, the award of contract shall be stopped or the participation in procurement activities shall be disqualified within the prescribed scope, and the expiration date of which is later than the deadline for submitting the tender.
- The Tenderer be listed on the Thai Government Contractors Blacklist and whose name has been officially circulated.
- The Tenderer be listed on the Gulf Group’s internal blacklist, have refused work, and have a record of quality issues in service delivery concerning the Gulf Group.
- The Tenderer has had a contract terminated by the Gulf Group where such termination arose from the Tenderer’s fault or deficiency.
The successful candidates / successful Tenderers will be reviewed at such key links as the procurement evaluation, the public announcement of the successful Tenderer and the signing of the contract. If there is any violation of the above tender rejection clause, the contract will not be awarded or the contract will not be signed. The matters covered by the above tender rejection clause are subject to public scrutiny, and the Tenderer and his stakeholders may adduce evidence in a manner set out in the Tender Documents.
3.1.4 Conflict of Interest: The Tenderer shall not have any common interest or collusive arrangement with any other Tenderer submitting a proposal in this procurement (including overlapping directors as evidenced in the certificate of incorporation.
3.1.5 Standards Certification and HSE Reputation:
Optional but Valuable, such as
ISO/IEC17025 - Calibration and Testing Laboratories and;
ISO 27001 - Information Security Management System
3.1.6 The tendering is conducted by means of post-qualification mode. The Tender Evaluation Committee will examine the qualifications of the Tenderer after opening the tender. The tender will be rejected by the Tender Evaluation Committee if the qualification conditions fail to meet the requirements set out in the Tender Documents.
3.1.7 Bid Validity Period: The Tenderer shall maintain the prices offered in the proposal for a period of not less than 180 (one hundred eighty) days.
3.1.8 Other conditions in compliance with the Thailand and Laos laws and regulations.
3.2 Particular Qualifications
3.2.1 Corporate qualification requirements:
(1) The Tenderer or at least one member of the Joint Venture (if applicable) shall possess Class B or above qualification or equivalent professional qualifications, together with a valid work safety license (where applicable), for engineering surveying and mapping, water resource investigation, hydrological monitoring, and data acquisition system design, or shall possess professional qualifications in engineering surveying and mapping, hydrology and water resources consulting services, and be capable of independently carrying out the relevant investigation, analysis, and technical work in accordance with applicable laws and regulations.
(2) In view of the sensitivity of matters within the area, the Tenderer shall demonstrate sufficient capability and experience to carry out the work, implement all required activities, and engage with the local communities in an appropriate and effective manner.
3.2.2 The Tenderer or at least one member of the Joint Venture (if applicable) shall have, within the most recent five (5) years, at least two (2) completed or ongoing contracts related to hydrological and/or hydraulic monitoring system construction or consulting services for hydroelectric power projects.
3.2.3 The proposed Project Manager shall hold the title of Senior Engineer or an equivalent professional technical qualification and shall have experience serving as a project manager or project leader for similar projects.
3.2.4 The proposed Project Manager or key technical personnel shall have, within the most recent five (5) years, served as the responsible person or project manager in similar design and consulting service projects.
Similar projects refer to hydrological data acquisition and transmission systems and hydrological measurement works.
3.2.5 The installation level shall be designed to ensure that the installed equipment and its location are not affected by the maximum possible flood level.
3.2.6 The successful candidate / successful Tenderer shall provide academic and/or technical support, including reporting, presentations, or training on the study results or methodologies, to government agencies and local communities upon the Client’s request, in the Thai language.
3.2.7 Joint Venture (JV) Tender is accepted. For JV Tenders, the qualification and performance requirements specified in Clauses 3.2.1 to 3.2.6 may be satisfied collectively by the Joint Venture, provided that at least one JV member meets the relevant requirements.
The roles and responsibilities of each JV member shall be clearly defined in the Joint Venture Agreement.
3.2.8 Other Special Requirements:
- Evidential documents of corporate performance: contracts (at least including the first page, signature and seal page and the main content page of the contract).
- Evidential documents of the proposed project manager: contracts (at least including the first page, signature and seal page and main content page of the contract). If the contract does not show the name of the project manager, the documents of corresponding results or user certificates and other certificates with a seal must be provided, otherwise such experience shall not be considered valid.
3.3 Precautions:
3.3.1 Above qualification certificates shall be provided with scanned copies or electronic certificates. Incase those certificates are not written in English, please be requested to provide translation documents.
3.3.2 Performance documents must certify the type and scale of reference projects, otherwise they will not be recognized.
3.3.3 User certificates shall be stamped by the end-users, which may be acceptance certificates, utilization certificates, return visit records.
3.3.4 Relevant evidential document provided shall be clearly identifiable, and those who fail to identify valid information will not be recognized.
- Obtaining Tender Documents
4.1 Interested parties must formally register their interest by submitting a request via email to pakbeng@china-cdto.com. This request should include the following information:
- Photocopy of the business license (stamped with the official seal of the Tenderer)
- Letter of introduction
- The photocopy of the ID card or passport of the Authorized Director (stamped with the official seal of the Tenderer)
- The photocopy of the ID card or passport of the person duly authorized to act on behalf of the Company and the Power of Attorney (stamped with the official seal of the Tenderer)
The Tender Documents will be issued between Mar.5, 2026 (9:00 am) and Mar.12, 2026 (9:00 am Laos Time).
4.2 Payment of Non-Refundable Tender Fee
The Tender Documents will be issued upon payment of a non-refundable fee:
Amount: USD 200.00
Currency: USD
Bank account holder:Pak Beng Power Company Limited
Account number: 038408211496909302
Bank Name: Bangkok Bank Public Co.,Ltd Vientiane Branch
SWIFT Code: BKKBLALA
Payment Reference: Pak Beng Backwater Effect – Tender Documents – [Company Name]
4.3 Proof of Payment Submission
After the payment is made, the Tenderer is requested to email the following documents to the email address indicated above:
Proof of payment (bank remittance advice)
Contact details for tender document delivery (email)
4.4 Receipt of Tender Documents
Once the payment is verified, the Tender Documents will be sent electronically via email to the respective Tenderer.
5. Submission of Tender
5.1 Clarification requests
Any request for clarification regarding the Tender Documents must be submitted in writing to the Owner not later than 15 days before the submission deadline.
The Owner will respond to all clarification requests in a timely manner and may circulate responses to all prospective Tenderers as appropriate.
5.2 Submission deadline
The proposals must be received by the Owner not later than:
9:00 am (Lao PDR time) on Mar 25, 2026.
All proposals shall be submitted electronically to the Owner at: pakbeng@china-cdto.com
The Consultant simultaneously shall submit the proposal to the Employer as follows:
Technical Proposal: one (1) original and four (4) copies
Financial Proposal: one (1) original and four (4) copies
Five (5) sets of electronic versions: one original and four copies of the technical and financial proposals (stored on five USB drives). The USB flash drive provided should be sealed in an envelope.
Proposals received after the deadline will not be considered under any circumstances.
5.3 Proposal encryption
The proposal submitted electronically must be encrypted, for example, by compressing the proposal files into a password-protected RAR or ZIP file. The password for the Proposal must be provided to the Owner at 09:00 am (Lao PDR time) on the Proposal Opening Date.
5.4 Opening of proposals
The proposals will be opened in an on-site bid opening at:
Main Venue of Pak Beng Power Company
9:00 am (Lao PDR time) on Mar 25, 2026.
The proposal opening will also be conducted via a live broadcast. Details of accessing the broadcast will be shared with all registered Tenderers in due course.
- Medium for Publishing Announcements
The Tender Announcement is published in the Vientiane Times.
- Contact Information
Employer: Pak Beng Power Company Limited
Address: 6th Floor, Vientiane Center Office Building, Vientiane City, Laos
Contact Person: Mr. JIN HUI Mailto: jinhui@china-cdto.com
Ms. Pimrapee Ch. Mailto: pimrapee.ch@gulf.co.th
Tel: +856 2023251218
If tenderers have any technical questions or issues, please contact Mr. Sangpetch Tungchour, mailto: sangpetch.tu@gulf.co.th>
- 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): mengzhaofei@china-cdto.com
worawit.pa@gulf.co.th
- 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
Pak Beng Power Co., Ltd.
Date:5 March 2026
|