Aquatic Ecology and Fish & Fisheries Monitoring procurement project of the Pak Beng HPP
Tender Announcement
1. Tender Conditions
The tendering project for Aquatic Ecology and Fish & Fisheries Monitoring procurement project of the Pak Beng HPP has been approved in accordance with the laws. The Project Owner is Pak Beng Power Company Limited, the construction funds are self-financed by the Owner, and the Employer is Pak Beng Power Company Limited. With conditions available for tendering, the project is open to public tendering.
2. Overview of the Project and Scope of the Tender
2.1 Tender No.: PBCL-SC-S26-01
2.2 Project name: Aquatic Ecology and Fish & Fisheries Monitoring procurement project of the Pak Beng HPP.
2.3 Location: includes 9 stations chosen at representative locations from upstream the main reservoir downstream.
2.4 Construction scale: Pak Beng Hydropower Project is located on the mainstream Mekong River, about 7km upstream of Pak Beng District, Oudomxay Province, north Lao PDR. It is the first one of 11 hydropower projects on the mainstream Mekong River, about 150km away from Oudomxay, 750km away from Vientiane, 240km away from the Chinese border, 50-70km away from the Thai border, and with a controlled basin area of 218,000 km2. The Pak Beng Hydropower Project is designed with a full supply level (FSL) of EL.340m, corresponding to a storage capacity of 559 million m3, and a minimum operating level (MOL) of EL.334m, corresponding to a dead storage capacity of 363 million m3. The hydropower project has an installed capacity of 912MW, and a unit capacity of 57MW.
2.5 Planned duration: 7 years.
2.6 Scope of Tender: Aquatic Ecology Monitoring and Fish and Fisheries Monitoring.
2.6.1 Aquatic Ecology Monitoring: To assess baseline aquatic ecological conditions in upstream tributaries prior to construction, with particular attention to areas proximate to affected communities.
Monitoring Methodology
- Sampling of phytoplankton, zooplankton, benthos, aquatic plants, and fish species.
- Analytical methods shall follow the Standard Methods for the Examination of Water and Wastewater issued by APHA, AWWA and WEF (24th Edition, 2023).
- Fish species identification shall be conducted in accordance with Kottelat (2001) and Rainboth (1996).
Monitoring Frequency: 4 monitoring campaigns per year, covering both wet and dry seasons, during the pre‑construction phase, particularly when construction activities are in proximity to affected communities.
Monitoring Locations: Monitoring shall be conducted at 9 stations (SW1–SW9), consistent with those defined in the ESIA:
- Station 1: Upstream – Houaysad Village (677796 E, 2193566 N)
- Station 2: Upstream – Taengsa Village (696702 E, 2200140 N)
- Station 3: Upstream – Luangtong Village (701655 E, 2199409 N)
- Station 4: Upstream – Pakngeuy Village (708605 E, 2195627 N)
- Station 5: Downstream – Houaykhaen Village (716308 E, 2195400 N)
- Station 6: Downstream – Pak Beng Village (723815 E, 2200666 N)
- Station 7: Downstream – Pak Beng River Mouth (722970 E, 2200853 N)
- Station 8: Upstream (Thailand) (660888 E, 2229926 N)
- Station 9: Upstream (Thailand) (651700 E, 2234724 N)
2.6.2 Fish and Fisheries Monitoring
Fish Catch Monitoring: The fish catch monitoring programme shall comprise the following activities:
- Community interviews to assess dependence on fisheries resources, including participatory mapping of fishing habitats and assessment of habitat importance.
- Household baseline surveys (randomly selected households) to determine fishing dependency and inform logbook survey design.
- Catch logbook surveys to record daily fish catches at selected households.
- Verification surveys to assess the accuracy of logbook data.
- Household catch interviews to validate trends identified from logbook records.
- Species identification verification, conducted jointly with fishers using photographic identification guides to ensure consistency of local and scientific nomenclature.
- Fish habitat mapping, focusing on deep pools, rapids, tributaries, floodplains (where present), lakes, swamps and rice fields, supported by field verification and GIS mapping.
- Spawning site identification surveys, conducted with experienced fishers to determine spawning locations and seasonal timing by species.
Gillnet Survey: 4 times per year, representing dry, transitional and wet seasons.
Methodology
- Standardised monofilament gillnets shall be set near riverbanks in the evening and retrieved the following morning.
- Net soak times shall be recorded to calculate catch‑per‑unit‑effort (CPUE) and ensure consistency across stations.
Data Collection: At each monitoring station, the following shall be recorded:
- Water quality parameters: temperature, conductivity, pH, dissolved oxygen and flow velocity;
- Habitat characteristics;
- GPS coordinates of gillnet start and end points; and
- Fish catch data, including:
Species identification;
Number and total weight per species;
Random sub‑sample of up to 30 individuals per species, recording length, weight, sex, maturity status, stomach content analysis (stereomicroscopic), and general observations.
Fish Larvae and Fish Egg Monitoring: To identify spawning activity and early life‑stage distribution of key fish species.
Methodology
- Sampling using a 1 mm mesh conical‑cylindrical plankton net, fitted with a flow meter.
- Sampling at two water depths (surface and mid‑water), with two hauls per station, each lasting approximately 30 minutes.
- Sampling conducted twice daily (morning and evening).
- Samples preserved in 99.5% alcohol and analysed in the laboratory for species identification.
Data Collection
- Water quality parameters: temperature, conductivity, pH, dissolved oxygen, velocity and depth;
- GPS coordinates of sampling locations;
- Species composition and density of fish larvae and eggs.
Monitoring Locations: Fish larvae and egg monitoring shall be conducted at Stations 8 and 9 (upstream, Thailand).
Monitoring Frequency: Once annually, during the early wet season (mid‑May to mid‑June, approximately 15 days), corresponding to peak spawning periods of migratory species.
Monitoring Schedule Summary: Fish Catch Monitoring and Gillnet Surveys (Stations 1–9) 4 times per year
- March–March: Dry season
- May–June: Dry–wet transition
- August–September: Wet season
- October–November: Wet–dry transition
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:
3.1.2.1 Non-Government Entities (Companies / Private Sector)
The Tenderer shall demonstrate financial capacity with either a minimum registered capital or available financial resources of not less than USD 0.18 million (THB 5.50 million, CNY 1.2 million, 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.
3.1.2.2 Government Entities
Government ministries, departments, agencies, and public (state) universities, including research institutes or centres under their administration (collectively, “Government Entities”), are exempt from the requirement on minimum registered capital and financial indicators specified in Clause 3.1.2.1.
Such Tenderers shall demonstrate their financial and institutional capacity, including through government support, budget allocation, or institutional backing, by providing documentary evidence, including but not limited to:
(1) a certificate of establishment, charter, or legal instrument; and/or
(2) an official letter confirming its public‑sector status; and/or
(3) for public universities, an official confirmation that the entity forms part of the university or is under its governance structure.
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 is listed on the internal blacklist of Gulf Energy Development Public Company Limited (GULF) or China Datang Corporation Ltd. (including their affiliated companies), has refused to perform contracted work, or has records of quality issues in service delivery.
The Tenderer has had a contract terminated by Gulf Energy Development Public Company Limited (GULF) or China Datang Corporation Ltd. (including their affiliated companies) due to its 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 engage in any collusive arrangements with other Tenderers participating in this procurement.
Tenderers that are affiliated through shareholding, common management, or group relationships (including overlapping directors) may participate in this Tender, provided that they can demonstrate that their respective Tenders have been prepared independently, without any exchange of information, coordination, or collusion.
If the Employer has reasonable grounds to believe that collusion or lack of independence exists between such Tenderers, the related Tenders may be rejected.
3.1.5 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.
3.1.6 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.
3.1.7 Other conditions in compliance with the 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 relevant professional qualifications or demonstrate proven capability in aquatic ecology monitoring, fisheries monitoring, biodiversity monitoring, environmental monitoring, or related environmental consulting services.
(2) The Tenderer shall have the technical capacity and professional personnel required to independently conduct field investigations, sampling, laboratory analysis, data processing, and reporting related to aquatic ecology and fisheries monitoring in accordance with applicable laws and regulations.
(3) 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 Corporate performance requirements
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 aquatic ecology monitoring, fisheries monitoring, biodiversity assessment, or environmental monitoring services for hydropower projects or river basin projects.
3.2.3 Personnel qualification requirements
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 Personnel performance requirements
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 aquatic ecology monitoring or fisheries monitoring projects.
Similar projects refer to aquatic ecology monitoring, fisheries monitoring, biodiversity monitoring, or environmental monitoring related to river or hydropower projects.
3.2.5 Monitoring and survey capability requirements
The Tenderer shall have the necessary technical capability and equipment to carry out field sampling, ecological surveys, fisheries monitoring, laboratory analysis, and data processing, ensuring that monitoring activities can be conducted safely and effectively under field conditions.
3.2.6 Technical support requirements
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.
3.2.7 Joint Venture (JV)
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).
(2) Evidential documents of the proposed Project Manager: contracts (at least including the first page, signature and seal page and the main content page of the contract). If the contract does not show the name of the Project Manager, corresponding result documents, user certificates, or other certificates with an official 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 fail to identify valid information will not be recognized.
4. Obtaining of Tender Documents
4.1Registration of Interest
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); or
For Government Entities, a certificate of establishment, charter, or legal instrument; and/or an official letter confirming its public-sector status.
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 April 13, 2026 (9:00 am) and April 24, 2026 (17:00 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: Dollars of the United States of America
Bank account holder: Pak Beng Power Company Limited
Account number: 840-101-0018-172650-001(USD)
101-958521-3(THB)
Bank Name: Bangkok Bank Public Company Limited
Bank Branche: Head Office, Silom
Bank Address: 333 Silom Rd, Silom, Bang Rak. Bangkok, 10500
SWIFT Code: BKKBTHBK
Correspondent Bank: JPMorgan Chase Bank, N.A. New York
SWIFT Code: CHASUS33
Payment Reference: Pak Beng Aquatic Ecology and Fish & Fisheries Monitoring– Tender Documents – [Company Name]
For Government Entities that provide the documents specified in Clause 3.1.2.2, the Tender Documents may be issued without payment of the tender fee, subject to verification by the Employer.
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)
For Government Entities to which Clause 3.1.2.2 applies, the Tender Documents may be obtained, in lieu of payment, upon submission of the required qualification documents and, where applicable, the required guarantee documents, subject to verification by the Employer.
4.4 Receipt of Tender Documents
Once the payment is verified, the Tender Documents will be sent electronically via email to the respective Tenderer.
For Government Entities to which Clause 3.1.2.2 applies, the Tender Documents will be issued electronically via email upon verification and confirmation by the Employer of the submitted qualification documents and any required guarantee documents.
5. Submission of Tender
5.1 Clarification requests
Any request for clarification regarding the Tender Documents must be submitted in writing to the Employer not later than 15 days before the submission deadline.
The Employer 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 electronic proposals must be received by the Employer not later than:
15:00 (Lao PDR time) on May 15, 2026.
All proposals shall be submitted electronically to the Employer at: pakbeng@china-cdto.com
For the avoidance of doubt, the electronic Tender must be received by the Employer before the submission deadline.
The time of receipt shall be determined based on the time shown in the Employer’s email inbox.
The Tenderer simultaneously shall submit the proposal to the Employer as follows:
Technical Proposal: one (1) original and four (4) copies (in English), and two (2) copies (in Chinese)
Financial Proposal: one (1) original and four (4) copies (in English), and two (2) copies (in Chinese)
Seven (7) USB drives containing the electronic versions of the technical and financial proposals, including five (5) sets in English and two (2) sets in Chinese. The USB flash drives shall be sealed in an envelope.
The hard-copy Tender documents shall be dispatched before the submission deadline.
The dispatch time indicated on the courier receipt or postal stamp shall be taken as the official evidence.
The hard-copy Tender may be received after the deadline, provided that it has been dispatched on time.
A copy of the courier receipt or postal dispatch evidence clearly indicating the dispatch date shall be included in the Tender submission.
Failure to provide such evidence may result in the Tender being considered non-compliant.
Electronic proposals received after the submission 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 Employer at 15:00 (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
15:00 (Lao PDR time) on May 15, 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.
The opening and reading of proposals shall be based on the electronic Tender submitted by email.
6. Medium for Publishing Announcements
The Tender Announcement is published in the Vientiane Times.
7. Contact Information
Employer: Pak Beng Power Company Limited
Address: Floor 6, Vientiane Center Office Building, Vientiane City, Laos
Contact Person: Mr. JIN HUI Email: jinhui@china-cdto.com
Ms. Pimrapee Ch. Email: pimrapee.ch@gulf.co.th
Tel: +856 20 23251218 (Employer)
8. 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
9. 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
|