TOR - Design-Supply & Installation of Additional Pump, Piping and Accessories For Raw Water Tank A, B, C & Filtration Trench-1

Download as pdf or txt
Download as pdf or txt
You are on page 1of 32

SECTION I: GENERAL INFORMATION

A. PROJECT BACKGROUND
Water Treatment Plant were installed to support the rolling mill equipment with an annual capacity
of 800,000 tons of rebar located in Cebu, Philippines. The system consists of Direct and Indirect
Cooling water which will require raw water supply to make up the losses.

B. SITE LOCATION AND CONDITION


The project will be located within the 24,500 sqm project area coverage of Compostela Steel Inc.
The distance from Cebu City to the Project site is 38 kilometers via Central Nautical Highway and
Upper Guiwanon Road and the project is located in Barangay Poblacion, Compostela, Cebu
Province.
Description Date
Project Owner Compostela Steel Inc.
Maximum Temperature 50°C
Minimum Temperature 18°C
Relative Humidity 85%
Altitude Above Sea Level <1000m
Climate Tropical
Power Supply Voltage (Medium
3 Phase AC10kV ± 10%
Voltage)
Power Supply Voltage (Low
3 Phase AC460V ± 10%
Voltage)
Power Supply Frequency 60Hz±0.5%
Maximum Temperature 50°C
Minimum Temperature 18°C
Relative Humidity 85%

C. PROJECT OBJECTIVE
The proposed transfer pump will be built to lift the water from Raw Water Tank C to Raw Water
Tank B, with an average capacity based on the computed total makeup water requirement for the
WTP. Raw Water Tank C water source will be rain water which will be collected from the main
building roofing.

And the pump normal operation will be one operating and one stand-by and instrument such level
switch will be installed at Raw Water Tank C to protect, and another set of pumps will be installed
to Raw Water Tank B to provide signal to the Pumps from Tank C which will run once the water
reaches below high level and this will provide signal as well to the Pump at Tank B to stop when
the water reaches the critical level.

The Pump B will run according to the signal provided by the level switch of make-up water tank,
once the water is below high the Pump on Tank B will run and will pass through the AOP filter
and Revere Osmosis for treatment process.
Pump A has an existing one-unit operating pump and will be needing one additional stand by
These pumps will be used to supply the Cooling Tower Tank Direct System which will be
controlled by its level switch.

Lastly the Filtration Trench Pump also has one-unit operating pump and will be needing one
additional stand by unit. These pumps will be used to supply the Cooling Tower Tank Direct
System which will be controlled by its level switch.

The project will involve the Design and Build scheme leading to construction of additional pumps
with main piping system, power supply and controls. The works covered by this section comprise
the materials, design and engineering, specified equipment including manufacture, supply,
setting out, construction, installation, testing and commissioning of water transfer system.
The drawings and this Technical Specification identify the system design, plant layouts, standards
of performance and required quality of the Client – Compostela Steel Incorporated (CSI).
The meeting of these standards and performance shall remain the responsibility of the Bidder.
By submitting a tender, the Bidder warrants that he is competent to work with the type specified,
and that all work will be suitable for the stated purpose and complies with all relevant local,
national, and international regulations as stated in this document.
The Bidder is to make all necessary checks against Vendor Package equipment and other pre-
installed utility equipment and satisfy himself that all relevant installation information is available
prior to commencing the works.
The Bidder shall be responsible for identifying any ambiguity or incompleteness in the Technical
Specification document and Drawing sets and obtaining any clarifications prior to proceeding with
any work that may be affected by the ambiguity or incompleteness. The Bidder shall be pro-active
in dealing with such ambiguity or gray areas. Providing options to the Client based on good
engineering practice and Tender direction shall be considered for fast approval or turn around
decision making.
The work shall be complete, with full allowance made for all minor and incidental items necessary
for the proper functioning as per design intent, even though not specifically detailed or mentioned.
The installation shall allow ready access for operation and maintenance.
Note that the schedules submitted with this tender document are a summary of the design criteria.
Where discrepancies may arise between the specification and the schedules it is the Bidder’s
responsibility to notify the Client Engineer and ask for clarification.
Staging of all equipment per trades’ scope shall be carefully considered and planned with proper
coordination. The Bidder shall ensure knowledge of all owner-supplied equipment for a better
understanding of the scope of works.
D. BIDDING KEY DATES
Listed are the important events and the target dates and times by which the events are expected
to be completed by unless stated as a must completed by elsewhere in this document.

Description Date
Issue of Request of Proposal April 22, 2024

Return of Receipt of Confirmation Form April 23, 2024

Pre-bid Meeting Schedule April 25, 2024

Bidder’s Inquiries, up to end of May 02, 2024

CSI’s responses on Bidder’s Inquiries May 06, 2024

Bidder’s Technical Presentation May 08, 2024

Due Date for Submission of Proposal May 14, 2024

Technical Evaluation May 20, 2024

Awarding and Contract Signing May 27, 2024


Engineering, Fabrication, Delivery, and May 27 – June 27, 2024
Installation
Testing & Commissioning June 27 – July 04, 2024

As-Built and Final Handover July 04 – 11, 2024

E. CLOSING DATE AND TIME


Proposals, signed by the Bidder’s authorized representative, must be received by CSI
Procurement not later than 2:00 PM (14:00 Hours) Philippine Standard Time, May 14, 2024.
Note: CSI will not accept submissions of any proposals after the closing date and time. Any
submissions received after the closing date and time shall be considered disqualified and may
be returned to the bidder who submitted the TOR. Under no circumstances, regardless of weather
conditions, transportation delays, or any other circumstances, will late submissions be accepted.

F. PROPOSAL SUBMISSION
The proposals must be submitted via email (thru We Transfer, Google Drive or any Sharing
Platforms that are available) and must be attention to the following:
□ Jomar Tandayu [email protected]
Project Procurement Manager

□ Stanley Cheng [email protected]


SVP, Business Efficiency
□ Derek Yu [email protected]
PED – Chief of Staff

□ Prospero Repolona [email protected]


PED – Chief Project Officer
Bidders may not make modification to their proposals after the closing date and time except as
may be allowed by CSI. The appendices, addenda, specification, terms and conditions, and any
attachments hereto shall become part of any contract entered between the successful Winning
Bidder and CSI.
G. INQUIRIES AND CHANGES
All inquiries with respect to this TOR MUST be submitted in writing thru CSI’s TENDER QUERY
FORM and e-mailed not later than May 02, 2024 to CSI’s Procurement Department.

The questions received in this format and before the deadline along with the answers from CSI
will be issued not later than May 06, 2024 in written form as an addendum. All Addendums will
be posted thru Bid Bulletin and will be emailed to all bidders by CSI’s Procurement Department.

SECTION II: REQUIREMENTS OF THE PROJECT

A. QUALIFICATION REQUIREMENTS
The bidder must have the necessary experience and expertise in the design, supply, installation,
testing and commissioning of equipment by submitting proofs of the following as part of the
technical proposal:
a. Permit / licenses of the Bidder (certified copy of business registration, place of registration
and principal address of business).
b. List of completed projects with works of similar in nature undertaken over the past ten
(10) years.
c. Engaged in the business for at least five (5) years.
d. Certification issued by at least three (3) different clients attesting to the satisfactory
services/completion rendered by the Bidder.
e. Appropriateness of the implementation timetable to Project Schedule.

B. RESPONSIBILITIES OF THE WINNING BIDDER


It is the responsibility of the Winning Bidder to ensure that all necessary tasks and associated
costs required for the successful completion of the Works, in conjunction with this Terms of
Reference (TOR) and the Particular Design and Performance Specifications are considered and
outlined in his technical and financial proposals.
The bidder, by submitting his bid, represents that:
1. The bidder warrants that it is authorized to engage in and perform the Works; that it has
inspected all relevant documents, and has informed itself fully as to the conditions which
might affect the nature, extent, and the cost of the Works; that it has sufficient operating
capital to perform and complete the Works; that it has sufficient and adequate equipment,
parts, labor, and materials that may be needed in the performance thereof; that it has the
required knowledge, experience, skill, and professional competence to undertake the
same; and that it has experienced, skilled, and professionally equipped personnel to be
assigned for this purpose.
2. The bidder warrants that the method or process it will follow for the Works is the one that
will best accomplish the desired results under the existing state of technology; that all
materials it will supply or use shall be the best available or obtainable in accordance with
the approved specifications and the instructions of CSI; that it will provide workmanship
which is first class in every particular aspect.
3. The bidder warrants that all materials, goods, parts, and paraphernalia forming part of
this scope shall be complete, intact and in good order at all times.
4. The bidder shall provide technical personnel who are skilled and experienced to carry out
its obligations under this scope.
5. The bidder shall submit Implementation Plan (step-by-step activities and timeframe/Gantt
chart). The Gantt Chart to be submitted shall indicate the activities with specific target
completion per Scope of Work and manpower and equipment schedule for the whole
duration of works.
6. The bidder shall certify that he has, at his own expense, inspected and examined the proposed
project site, its surroundings and existing facilities related to the execution of the work and has
obtained all the pieces of information that are considered necessary for the execution of the work
covered under these TOR.

In cases of conflicting information, CSI Engineer shall be notified at once in writing complete
with sound recommendation which should be used. Where incidental equipment or
appurtenances required and not listed as shown, same shall be furnished as required to
complete the works without cost additional implication from CSI.

C. CONTENTS OF THE BID DOCUMENTS AND DELIVERY SCHEDULE


This section describes the scope of technical and design documents submitted by the Winning
Bidder to the Client. The following list of documentation shall be submitted by the Bidder:
1. All assembly drawings with dates.
2. Equipment/Component Layout Plan – information on the requirements for proper layout
plan for erection and installation of equipment with set off dimensions to be furnished by
the Bidder in order to enable the client to check suitability in the identified location.
3. Complete electrical specifications of the equipment such as Total Power, Voltage Rating,
Nos. of Phase and Frequency. Bidder to specify also the type of connection/connector
used of the equipment like twist lock, plug and socket or terminal block termination.
4. Conceptual layout of the pump station including preliminary single line diagram, electrical
connection scheme and estimated total load requirement.
5. Design, supply, delivery, testing, commissioning, and training schedule in the form of
GANTT CHART.
6. A list indicating the manufacturing origin of equipment and parts.
7. The Bidder has to assist the client in establishing suitable control parameters during trial
run of testing in the plant. Manuals and proper work instruction are also to be provided
by the Bidder.
8. The Bidder has to ensure instrument capability – equipment has to be demonstrated for
normal operation without failure and will not exceed the allowable load tolerance.
9. The Bidder has to ensure that the equipment has to be provided with suitable safety
devices such as lightning protection/surge suppression, safety indicator for overweight,
safety guard rails, etc. Any other safety information/training to be provided during training.

The Bidder has to furnish any other additional information considering the overall requirements.

SECTION III: TECHNICAL SPECIFICATION


The system shall be complete in all respects and all such equipment, components and accessories
whether specifically mentioned herein or not, but required for the efficient operation of the system shall
deemed to be included in the scope of supply. The Indirect Furnace System will be used to provide cooling
system for Rolling Mill equipment. The design shall be in accordance to the standards and regulations of
the Philippine Laws.
The work shall be complete, with full allowance made for all minor and incidental items necessary for the
proper functioning of the system as per design intent. The installation shall allow ready access for
operation and maintenance.

A. RAW WATER TANK SYSTEM REQUIREMENT

ADDITIONAL PUMPS
Req.
Dura
Flow Pressure (Bar) Temp (°C)
No User tion Remarks
rate
(h/d)
m³/h Pi Po ΔP Ti ΔT

Raw Water Raw Water Transfer Pump 100


1 S S S 30-35 -- 24 --
Pump A System Requirement (BEP)
(1 Additional)

Raw Water Raw Water Transfer Pump 100


2 S S S 30-35 -- 24 --
Pump B System Requirement (BEP)
(1 Operating + 1 Stand-by)

Raw Water 100


3 Raw Water Transfer Pump S S S 30-35 -- 24 --
Pump C (BEP)
System Requirement
(1 Operating + 1 Stand-by)

Filtration Raw Water Transfer Pump 100


4 S S S 30-35 -- 24 --
Trench System Requirement (BEP)
(1 Additional)

TOTAL 100 --

NOTE:
ATMS: Atmospheric Pressure; Pi: Inlet Pressure, Po: Return Pressure, ΔP: Delta Pressure, Ti: Inlet
Temperature, ΔT: Delta temperature, Q: Flowrate.
S – To specified by the Seller.

B. DETAILED SPECIFICATION
a. MECHANICAL ATTACHMENT:
 CSI-RW-FTABC-0-00 – Drawing Index, Abbreviations, Legend &
Symbols, Construction Notes & Location Map
 CSI-RW-FTABC-0-01 – Plan Layout
 CSI-RW-FTABC-0-02 – Schematic Diagram
 CSI-RW-FTABC-0-03 – Raw Water Tank A, B & C Photo
 CSI-RW-FTABC-0-04 – Filtration Trench & Pump (Photo)
 CSI-RW-FTABC-0-05 – Raw Water C Proposed Piping Route
 CSI-RW-FTABC-0-06 – Isometric Layout RWA-Suction
 CSI-RW-FTABC-0-07 – Isometric Layout RWA-Discharge
 CSI-RW-FTABC-0-08 – Isometric Layout FT-Suction
 CSI-RW-FTABC-0-09 – Isometric Layout FT-Discharge
 CSI-RW-FTABC-0-10 – Isometric Layout RWC-Suction
 CSI-RW-FTABC-0-11 – Isometric Layout RWA-Discharge
 CSI-RW-FTABC-0-12 – Isometric Layout RWC-TankC to TankB

b. ELECTRICAL ATTACHMENT:
 CSI-RW-EE-01 – Cable Routing and SLD

ELECTRICAL REQUIREMENT

1. Electrical and Automation Requirement


Supplier shall provide detailed specifications for each part of the electrical and automation
system in reference to the basic information provided by the Buyer.
A. Power Supply
Nominal Supply Voltage (Medium Voltage) 6.6 kVac ± 10%, 3-Phase

0.460 kVac ± 10%, 3-Phase


Nominal Supply Voltage (Low Voltage)
0.230 kVac ± 10%, 3-Phase

Nominal Supply Frequency 60Hz ± 0.5%

B. Electric Motors - All motors shall be selected in compliance with the following:
Motor Standard NEMA MG-1

kW Rating **To be provided by contractor**

Motor Rated Voltage 440Vac

Design Classification B

Ingress Protection Class IP54 (Minimum)

Cooling Method IC411

Efficiency Class IE3 (Premium Efficiency) or higher

Temperature and Insulation Class F

C. Main Distribution Panel


The following apply to panel design and assembly:
CB Brand ABB/ Schneider
Enclosure type NEMA 1 (Indoor) NEMA 3R (Outddor)
Mounting Type Surface/ Floor Mounted
Color Powder Coated: Light Gray RAL 7035
Material Thickness Box and Cover Guage #14

Door Lock Push lock with key

Dead front Swing type


Indicator Lamp Power supply indicator lamp (white)
Safety Program With Lockout/Tag out
Main Circuit Breaker Shall be MCCB
Earthing System Copper ground bus bar shall be provided

D. Local Control Station


The following apply to panel design and assembly:
CB Brand ABB/ Schneider
Enclosure type NEMA 3R (Outddor)

Mounting Type Surface/ Floor Mounted

Color Powder Coated: Light Gray RAL 7035

Material Thickness Box and Cover Guage #14

Door Lock Door lock with key (A19)

Indicator Lamp Power supply indicator lamp (white)

Safety Program With Lockout/Tag out

For motors rated above 75kW shall use inverter while remaining
Motor Control motors shall be with soft starter or magnetic starter pending
buyer’s approval. Refer to item 2.c and 2.d below.

Motor Overload Protection Protection shall be based overload protection.

Protection shall be with molded case circuit breaker (MCCB)


Motor Isolation Protection equipped with adjustable solid state trip units and thermal relays
where applicable.

Earthing System Copper ground bus bar shall be provided

Main Circuit Breaker Shall be MCCB

RUN button &LED lamp color - GREEN


STOP button &LED lamp color – RED
Features
AUTO/MANUAL selector switch
Document/Drawing holders shall be installed

2. Electrical Notes
a) The available power supply, 3P, 460V, 500AT circuit breaker, where these additional pumps
would be connected is located in MDP- Normal Panel in WTP Electrical Room.
b) All the motors rated > 80kW shall be equipped with PT100 sensor for bearing & winding
temperature protection. Actual values shall be monitored from the SCADA system with graphical
representation.
c) All motors rated from 25kW up to 74kW should be used Softstarter while motors rated 75kW
and up should use inverter drive. Exemption, 25kW to 74kW may use inverter drive based on
its function and operations.
d) All motors rated below 25kW should be used a conventional motor starter like direct online, wye-
delta connection and so on.
e) Bidders shall also provide additional shed as protection of the outdoor local control station. Shed
should have lighting.
f) Raw water tanks should have float less rod type level switch.
g) Supplier shall provide the following for all motors
● Complete technical datasheet (e.g. duty rating, efficiency rating)
● Test report
h) Acceptance and energization shall depend on the completeness of document submittals and
bidder’s compliance to all basic information provided by CSI

3. Cables & Conduits


a) The cable to be used shall be THWN multicore cables. Size and number of sets shall be
determined by the Seller based on the specifications provided by the Buyer.
b) Cable shall have the following color coding:
Line 1 – Red
Line 2 – Yellow
Line 3 – Blue
Ground – Green
c) Unless otherwise specified, use PVC for embedded installations and IMC pipe for exposed
installations. Use liquid tight IMC with fittings if necessary.

4. Contents/Information Available in the HMI/SCADA System at WTP Electrical Room


a) A Mimic/Process & Instrumentation Diagram shall be available in the HMI/SCADA System for the
Raw Water Pump (Control)
b) Actual Electrical Data the following shall be available in the HMI/SCADA System
● Motor Current
● System Voltage
● Motor Status (Stop/Run/Fault)
● Level of water (Low and High)
c) Historical trends for the following shall be available for review and analysis for Water Level.

5. Determination of control interface, protection and operation for Motor Starters


a) DOL (Direct-On-Line) Starter – motors with DOL starter shall be controlled by the automation
system via main PLC DI/DO modules and via using ET200SP Remote I/O modules via
PROFIBUS interface if remotely located.
b) Soft-Starters – motors run by Soft-Starters shall be controlled by the automation system using
command and status words via PROFIBUS DP slave topology.
c) Inverters - motors run by inverters shall be controlled by the automation system using
command and status words via PROFIBUS DP slave topology.
d) All motor starters shall have Start/Stop commands available at the local panels located near
the motor

A. CIVIL AND STRUCTURAL WORKS


1. Civil and Structural Works
a) Design Criteria, Design Loads, Codes and Standards
 Main codes and standards:
o National structural code of the Philippines, 2015
o Minimum Design Loads for Buildings and Other structures,
ASCE/SEI 7-10
o International building code, IBC 2021
o Building Code Requirements for Structural Concrete, ACI 318M-14
o Specification for Structural Steel Buildings, ANSI/AISC 360-10
o Seismic Provisions for Structural Steel Buildings, ANSI/AISC 341-02
2. Site Elevation
a) The terrain of the project area is generally flat and falls within the slope category of
flat land
b) (0-3%)
c) There are two ground levels outdoor on site, respectively +5.20m & +3.70m

3. Geotechnical Conditions
a) The project site is founded by deposits of sand and gravel. Five different soil layers
were observed including, poorly graded sand, which is the dominant soil at the site,
well graded sand, silty sand, poorly graded gravel and well graded gravel.
b) Soil liquefaction generally occurs in saturated loose/soft to moderately dense/stiff
sand, silty sand and sandy silt soil.
c) Detailed geotechnical report will be provided upon awarding of project.
4. Occupancy Category
a) Occupancy Category II – Hazardous Facilities (from NSCP-2015)
5. Seismic Conditions
a) Seismic Zone: 4 (from NSCP-2015)
b) Seismic Source Type: A (from Geotechnical Investigation Report)
6. Design Load
a) Basic wind speeds: 260 km/hr (values are nominal design 3-second gust wind speed
in kilometers per hour at 10m above ground for Exposure C category; Wind speeds
correspond to approximately a 15% probability of exceedance in 50 years)
b) Roof live loads: 0.60 kPa (tributary area over 60sq.m. A concentrated gravity load of
9kN is placed on any span supporting a tributary area greater than 18sq.m to create
maximum stresses in the member.)
7. Material
a) Concrete
 Main structure/foundation: fc=20.7 N/mm² @ 28days curing period
 Lean concrete: fc=10.5 N/mm²
 With waterproofing (PVC waterstop at construction joints)
b) Steel Reinforcement
 Grade 40, fy =276 N/mm² (D<16mm)
 Grade 60, fy =414 N/mm² (D≥16mm)
c) Steel
 ASTM A36 or equivalent

Physical Properties of Rolled and Cast Steel


Modulus of elasticity Shear modulus Coefficient of linear expansion Density

E (N/mm²) G (N/mm²) (per °C) (kg/ m3)

206×103 79×103 12×10-6 7850


8. Foundation
a) For the building structure, the shallow foundation is feasible, which rests on silty sand.
b) The layers of coarse-grained materials at the site exhibit immediate settlement which
results to a very minimal vertical deformation due to its high elastic properties.

9. Design

a) The Bidder is expected to come up with the detailed design of the pump’s shed,
foundation of the pumps and pipe support foundation including the other civil works
that are identified to be essentials for daily plant operations. Specifically, the following
are the main structures that will be designed:

b) The bidder shall coordinate and have overall responsibility for the quality, work and
performance of all secondary and specialist sub-consultants and for the effective
integration of all project outputs.

SECTION IV: SCOPE OF WORKS


A. SCOPE OF SUPPLY
This scope of supply includes design, supply, installation, testing, commissioning, and training for
equipment operation of the Water Treatment Plant. Scope of supply will also include manufacture
and assembly at manufacturer’s workshop packing, dispatch, transportation, safe delivery at site,
final painting and turn over to CSI. See Table 4-1.

Table 4-1 Table of Design Division and Scope of Supply


B: Buyer DE: Detail Engineering
S: Bidder Sup: Supply
B/S: Optional Erec/S: Erection/Erection Supervision
BE: Basic Engineering Comm: Commissioning
BD: Basic Data

No. Item/Equipment QTY Design SUP EREC COMM FAT Remarks

BD BE DE

MECHANICAL

1 End Suction Pump (Raw 1 unit S S S S S S/B S/B


Water Tank A)
2 End Suction Pump (Raw 2 units S S S S S S/B S/B
Water Tank B)

3 End Suction Pump (Raw 2 units S S S S S S/B S/B


Water Tank C)

4 End Suction Pump (Filtration 1 units S S S S S S/B S/B


Trench)

5 Commissioning Spare 1 lot S S S S

6 Spare parts for 1 years 1 lot S S S S

7 Factory Acceptance 1 lot S S S S


Certificate

8 Foundation Bolts 1 lot S S S S S S S

9 Flow Meter (at pipe header) 1 lot S S S S S S S

10 Suction Foot Valve 1 lot S S S S S S S

11 Pipelines, pipe fittings and 1 lot S S S S S S S


supports inside red line

12 Valves inside red line 1 lot S S S S S S S

13 Pump Alignment 1 lot S S S S S S S

14 Hydrotest / Leak test 1 lot S S S S S S S

15 Embedded parts and 1 lot S S S S S S S


Embedded casing

16 Welding Materials 1 lot S S S S S S S

17 Pipeline corrosion protection 1 lot S S S S S S S


and paint

18 Supplement lubricating oil, 1 lot S S S S S S S


supplement paint

19 Erection Consumables 1 lot S S S S S B/S B/S


(Welding materials,
Equipment and cutting tools,
etc.

20 Providing of “as-built” 1 lot S S S S - - -


drawings, operational
manuals, etc. consisting of 5
sets of paper prints and
including 1 se of negatives
for approval. Signed and
sealed by the winning
bidder’s professional
mechanical engineer.

2019 CAD(.DWG) and PFD


Files

21 Mechanical Completion 1 lot S S S S S

22 Testing and Commissioning 1 lot S S S S S B/S B/S

Testing and commissioning


to all parts not limited to
elevated water tank, piping
works, welding connection,
equipment functionality as
per design intent and making
good all defects and re-
testing as necessary and
leaving all in sound and
perfect working order on
completion.

23 Providing methodology to all 1 lot S S S S S


activity on site for CSI
engineer’s approval prior to
site execution

24 Providing approved shop 1 lot S S S S S


drawings consisting of 5 sets
for distribution, complete
with soft copies on both
2019 CAD(.DWG) and PDF
Format

25 Pipe, valve, and equipment 1 lot S S S S S


tagging

26 Provision of operation and 1 lot S S S S S


maintenance manuals
consisting of 5 sets

27 Other required tests 1 lot S S S S S B/S B/S


Visual and dimensional
testing on welds

Dye penetrant test on all


welds

NDT tests (penetrant,


magnetic particle, ultrasonic,
or radiographic testing)

28 As-built Drawing 1 lot S S S S

29 And necessary 1 lot S S S S S S S


items/accessories

No. Item/Equipment QTY Design SUP EREC COMM FAT Remarks

BD BE DE

ELECTRICAL

1 Main Distribution & Sub 1 lot S S S S S B/S B/S


Panels

2 Local Control/Operation 1 lot S S S S S B/S B/S


Boxes

3 Automation Control System 1 lot S S S S S B/S B/S

4 Cables, trays, pipes and 1 lot S S S S S B/S -


installation accessories such
terminal lugs, support, etc.

5 And all necessary equipment, 1 lot S S S S S B/S -


accessories and materials

No. Item/Equipment QTY Design SUP EREC COMM FAT Remarks

BD BE DE

CIVIL

1 Pump Foundation 1 lot S S S S S B/S B


2 Pump Shed with foundation 1 lot S S S S S B/S S

3 Pipe and electrical supports 1 lot S S S S S B/S B/S


and foundation

4 And necessary items 1 lot S S S S S B/S B/S

Note: This table is a template. The actual content must be filled in full by the Bidder. All equipment or
components missed will be within the Bidder's scope of supply.

General principle for the scope of supply will be:


1. The equipment units, parts and materials composing the whole system.
2. Design and Supply as a whole system. Including the adjustment of basic design data to
complete the work without conflict with the other discipline such as civil, mechanical, and
electrical. If there will be a conflict between Winning Bidder and Other Discipline which is
not the part of the scope of Winning Bidder, the winning bidder should propose and
submit a drawing if necessary to resolve the issue during design stage. If the conflict
arises during construction stage and it is not anticipated by the winning bidder during the
design stage, the cost of modification is to be charged to the winning bidder and no
additional cost to CSI.
3. Any damaged or consumed parts during the commissioning should be replaced by the
winning bidder.
4. The weight of the equipment should be shown in quotation.
5. List of spare parts for commissioning and two-year operation shall be provided by the
winning bidder.

B. GENERAL

1. Basis of Design Document


2. Technical Specifications
3. Engineering Calculations
4. Master Equipment, Valve and Control & Instrumentation Lists
5. Plan Layout Drawings
6. Plan and Section Drawings
7. Main equipment, valve, controls & instrumentation lists
8. Equipment Layout Drawings of Electrical Room
9. Plan Layout Drawings of lighting fittings
10. Basic plan Layout Drawing and relevant sectional drawing
11. Personnel dispatch of the Buyer and the Bidder
12. OTHERS

C. PROCESS

1. Hydraulic Profile (HP)


2. Process Flow Diagram (PFD)
3. Piping & Instrumentation Drawings (P&IDs)
4. General Notes & Legends
5. Typical Details
6. OTHERS

D. MECHANICAL
This TOR shall provide all the requirements for the design, supply, manufacture, manufacturer’s
works supply, transportation, delivery at site, installation, inspection, testing, commissioning,
supervision services and all related works necessary for the completion the Mechanical Systems.
The design shall be in accordance with the appropriate and applicable codes and standards.

The following information must be submitted, but is not limited to:


1. Calculations (such as pipe fittings, valve & etc.)
2. General Notes & Legends
3. Equipment Plant Layout Drawings
4. Equipment Section Views
5. Piping Plan Layout Drawings
6. Piping Isometric Drawings
7. Piping Section Views
8. Equipment & Piping Connection & Typical Detail Drawings
9. Equipment Assembly Drawings
10. Equipment Installation Drawings
11. Material list (pipe & pipe fittings, valves & etc.)
12. Pump curves & motor curves for each size
13. OTHERS

E. ELECTRICAL
The Electrical and Automation / Instrumentation Works shall be designed under R.A 7920
Electrical Engineer Law, Philippine Electrical Code (PEC), National Electrical code and the New
Fire code of the Philippines which shall be designed and approved by a Professional Electrical
Engineer.

The following information must be submitted, but is not limited to:


1. Lighting and Power
a) General Notes and Legends
b) Load Schedule
c) Riser Diagram
d) Lighting and Power Layout
e) Typical Installation of Lighting Fixtures and Panel
f) Basis of Design and Illumination Calculation/Simulation (Dialux .evo file and IES files
of lighting fixtures)
g) Technical Specifications
h) Material List
2. Motor & Equipment
a) Motor & Equipment List
b) Datasheet
3. Power Distribution System
a) Load Schedule
b) Single Line Diagram
c) Power System Analysis (Voltage Drop Calculation, Short Circuit, Protection
Coordination and Arc Flash Analysis)
d) General Notes and Legends
e) Cable Tray and Piping Plan Layouts
f) Cables, Cable Trays and Piping Schedule
g) Secondary/Equipment Grounding System
h) Typical Installation Details for:
 Panels
 Cable Trays
 Electrical Piping
 Electrical Manholes Layout
 Electrical Manholes Details
4. Automation and Instrumentation System
a) Control Schematic Diagram
b) Panel Details
c) Instruments/Materials Brochures
d) Material List
e) I/O List
f) Equipment Layout
g) Software program
h) Typical Control Principle Drawing
Motor Schematic & Wiring Diagram

F. CIVIL AND STRUCTURAL


The drawings should be done in an appropriate style and the scales suitably fixed so that they
are easily readable at site or workshop by naked eye. Except for the general views, the drawings
should preferably be made to the scale of 1:50 and for showing minute details to 1:20 / 1:10, if
necessary.
Adequate number of drawings should be produced to appropriately represent all the necessary
details, views, etc. The detail reinforcement schedule will be a part of the drawings. Except for
similar components, each different component shall have separate drawings in cross section,
elevation and plan. All drawing dimensions shall be in metric system.
The civil and structural works shall be designed under the governing local codes and standards.
The basic and detailed data shall be provided by the Bidder with necessary calculations and
simulations of the design.

The following information must be submitted, but is not limited to:


1. Detailed design of all foundation with embedded parts
2. Detailed design of equipment supports and foundation
3. Detailed design of pipe and electrical supports
4. Detailed design of all buildings and non-building structures
5. All kind of supports details
6. Connection details
7. Operating and maintenance manual
8. Material Specification
9. Bill of Quantities
10. Design Calculation Reports
11. Design Report (Sum up all design loadings, assumptions, material technology, analysis
results & design calculation).
12. Rebar requirements for foundation, beams, columns & footing tie beam
13. Cross sections and details
14. Anchor bolts specifications, details and location
15. OTHERS

SECTION V: MAIN VENDOR LIST

A. MAIN VENDOR LIST FOR MECHANICAL


Item
Description Vendor List Remarks
No.

KSB, Ebara, Flygy, Xylem,


M1 Pump Goulds, Wilow or
approved equal

TYCO, Tecofi, Kitz or


M2 Valves
approved equal

Gate Valves/ Ball Valves/ Ball Float Tecofi, KITZ or approved


M3
Valves equal

Tecofi, KITZ or approved


M4 Non-Return Check Valve
equal

Tecofi, KITZ or approved


M5 Butterfly Valves
equal

Wika, Ametek or approved


M7 Pressure Gauges
equal

M8 Pipe Supports and Cable Supports Erico or approved equal

Note: Approval from the Client is required.

B. MAIN VENDOR LIST FOR ELECTRICAL


Item
Description Vendor List Remarks
No.
SIEMENS or approved *International Brand
E1 Pump motor
equal

Breaker, Contactor, Thermal relay, and ABB / SCHNEIDER


E2
Outer components ELECTRIC / SIEMENS

E3 PLC SIEMENS -

E4 HMI / SCADA System SIEMENS -

Endress+Hausser / *International Brand


E5 Electromagnetic flow meter Burkert / Yokogawa /
Honeywell

Endress+Hausser / *International Brand


E6 Liquid level meter (Radar Level Meter) Burkert / Yokogawa /
Honeywell

Note: Approval from the Client is required.

SECTION VI: TECHNICAL DOCUMENTS AND THE DELIVERY SCHEDULE


A. TECHNICAL DOCUMENTS AND DELIVERY SCHEDULE
1. The documentation shall be prepared in English.
2. The final documents modified and completed should be submitted after the final
acceptance (including detailed drawings, as-built drawings, final and/or as-left setting and
parameters).
3. Portfolio of Documents
a) Maintenance Manual
 2 sets of printed copy in A3 paper
 1 set of electronic copy in PDF Format (transmitted thru online transfer
platform such as but not limited to We Transfer and Google Drive)
b) Operations Manual
 2 sets of printed copy in A3 paper
 1 set of electronic copy in PDF Format (transmitted thru online transfer
platform such as but not limited to We Transfer and Google Drive)
c) Quality Test Results Prior to Delivery
 2 sets of printed copy in A3/A4 paper
 1 set of electronic copy in PDF Format (transmitted thru online transfer
platform such as but not limited to We Transfer and Google Drive)
d) Drawings
 2 sets of printed copy in A3 paper
 1 set of electronic copy in AUTOCAD and PDF Format (transmitted thru
online transfer platform such as but not limited to We Transfer and Google
Drive)
4. The delivery requirement on the technical documentations, see Table 6-1.
Table 6-1 Documentation to be Supplied by the Winning Bidder
Delivery Time
Contents of Main Documents (Number of Months after
Signature of Contract)
Description of Equipment To be supplied by the Bidder
(Main Specification and Performance)
System Application and Function Description To be supplied by the Bidder
Basis Design (for Civil, Structural, Electrical, Mechanical To be supplied by the Bidder
and Automation / Instrumentation)
Design Analyses and Computations (for Civil, Structural, To be supplied by the Bidder
Electrical, Mechanical and Automation / Instrumentation)
Technical Specifications (for Civil, Structural, Electrical, To be supplied by the Bidder
Mechanical and Automation / Instrumentation)
Detailed Quantity Estimates To be supplied by the Bidder
Specifications of Spare Parts – List and Drawings To be supplied by the Bidder
(Including Type, Size, Quantity, Catalog, Etc.)
Delivery Schedule of Equipment and Shipping Plan To be supplied by the Bidder
Instruction Manual for Transportation, Packaging, To be supplied by the Bidder
Storage, Installation, Operating and Maintenance
Calibration Certificate To be supplied by the Bidder
Flow Sheet To be supplied by the Bidder
General Assembly Drawings and Component Assembly To be supplied by the Bidder
Drawings (Plan Layout and Sectional View)
Design of Foundation (Equipment Foundation and To be supplied by the Bidder
Support Foundation)
Electrical Drawings (Single-Line Diagram, Cable To be supplied by the Bidder
Raceway, Etc.)
Cable List To be supplied by the Bidder
List of associated parts such as cylinder, hose, bearing, To be supplied by the Bidder
seal (including drawing for order, technical specification,
quantity, weight, and catalogue)
Other Necessary Information To be supplied by the Bidder

SECTION VII: GUARANTEE FIGURES AND TEST METHOD OF EQUIPMENT

A. GENERAL DESCRIPTION
After finishing the installation, the Bidder shall arrange the non-load test run and the Buyer will
supply the assistance. The pre-test run includes individual test and non-load joint test run. The
Buyer shall supply sufficient water, electricity and gas, etc. free of charge.

1. Performance guarantee figures shall be indicated in the proposal for each type of
equipment.
2. The warranty period shall be 24 months from the date of turn-over of the units to buyer.
B. ACCEPTANCE TEST FOR TEST RUN
The test items and test method given in the section is the basic requirement of the Client. The
Bidder can supply more scientific and accurate test method, and items based on their experience
and performance of equipment without limit by the basic requirement. Also, results should confirm
to submitted calibration certificate to the Client.

C. GUARANTEE FIGURES AND TEST METHOD OF EQUIPMENT


1. The function and technical specifications of the system supplied by the Bidder shall
conform to Section III of this document.
2. The system supplied by the Bidder shall pass the acceptance test.
3. Performance guarantee figures shall be indicated in the proposal for the system.

D. FACTORY & SITE TESTS OF ELECTRICAL EQUIPMENT


1. LVSG / Distribution Panels
a) Insulation Resistance Test
b) Contact Resistance Test
c) Trip unit Test
d) Functionality Test
 Rack in/ Rack out of Circuit Breaker (if applicable)
 Manual and electrical closing/ opening of circuit breaker
 Pilot lamp indication
 Metering check at Power meter

2. Low Voltage / Extra Low Voltage Cables (below 1kV)


a) Visual and Mechanical Inspection
b) Insulation Resistance Test
c) Continuity Test

3. Phase Sequence
a) Phase sequence should be in R, Y, B sequence from MVSG up to the
downstream.

4. Motors
a) Winding Resistance Test
b) Insulation Test (Winding)
c) Direction of Motor’s rotation

5. Motor Starter
a) Functionality Test for the following Starters:
 Inverter
 Softstarters
 Conventional motor starter (Direct on line, Wye Delta starter and so on)
6. Item cost will be all included to the bidder but not limited on the above list, bidder shall
provide all testing and commissioning procedure once the purchase of equipment is on
process.

E. FACTORY & SITE TESTS OF MECHANICAL EQUIPMENT


1. Pump
a) Visual and Physical Inspection
 Alignment
 Fittings & Pipe Leak Test
 Bolts
b) Functionality Test
 Vibration Check
 Motor/Shaft Rotation Check
 Conduct Full Pump Test
 Plot the Pump Curve
 Pump Motor Start and Running Current/Voltage/RPM/Temperature
2. Piping
a) Visual and Physical Inspection
 Alignment
 Fittings and Pipe Leak Test
b) Functionality Test
 Hydrostatic Test Pressure (1.5 times of the design pressure min. of 3 hrs).
 Pipe Expansion Measurement
c) Welding Requirement
 WPS (Welding Procedure Specification)
 PQR (Procedure Qualification Records)
 WQT (Welder Qualification Test Certificate)
 NDT (Non-Destructive Test – Radiography Test)
3. Item cost will be all included to the bidder but not limited on the above list, bidder shall
provide all testing and commissioning procedure once the purchase of equipment is on
process.

F. FACTORY & SITE TESTS OF CIVIL/STRUCTURAL TEST


1. Concrete Foundation
a) Visual and Physical Inspection
b) Pre and Post Functionality Test
 Slump Test
 Concrete Mix Design Certificate
c) Steel Structure
 NDT (Non-Destructive Test for Welding Connection)
2. Item cost will be all included to the bidder but not limited on the above list, bidder shall
provide all testing and commissioning procedure once the purchase of equipment is on
process.

G. ACCEPTANCE TEST FOR SINGLE TEST RUN


After finishing the assembly and installation, the Bidder shall arrange the single test run and the
Buyer will supply the assistance. The Buyer shall supply sufficient water and electricity free of
charge.
1. Single test run shall include the following items
a) Installation of equipment shall be complete and accurate.
b) All major function, description and operation condition shall be checked.
c) Check if technical indicators comply with Appendix 1.
2. During the single test run, if any deviation or incompliance occurs, the bidder shall be
responsible for repair or change, and then the single test run can be re-carried out.
3. After successful completion of single test run, the acceptance report for test run shall be
signed by the Bidder and Buyer.

H. ACCEPTANCE TEST FOR COMBINED TEST RUN


1. Test condition for Combined Test Run
a) After completion of single test and sign on the single test run acceptance report,
the Buyer and Bidder will by mutual agreement arrange the combined test run
and the buyer will supply the assistance for the tests. The combined test run will
if possible be implemented of single test run.
b) The basic data of equipment supplied by the Buyer shall not be higher than basic
data offered by the bidder.
c) The water treatment station shall operate normally and comply with technical
condition of contract.
d) Before test, the Bidder shall supply buyer with the specific details about test.
e) The Buyer’s management, engineers, inspectors, maintenance staff, operators
shall be present in the test site.
f) The Bidder shall be entitled to check any operation of contractual equipment
supplied by the Bidder during the commissioning.

2. Test contents for combined test run


a) All individual units supplied by the bidder shall operate smoothly on the combined
test run.
b) The function & description and efficiency of contractual equipment supplied by
the Bidder shall meet the requirements specified in the contract.
c) The capacity of equipment shall meet the process requirement.
d) After the combined test, the mechanical and electrical system shall be adjusted
to optimum status.

3. Obligation and right of both sides


a) The Bidder is entitled to use contractual equipment and check operation records
(analysis data), and get the copy of records and check all properties at any time
before completion of all works of this contract and guarantee period.
b) During combined test run, the Bidder shall be granted to use contractual
equipment and make necessary optimum adjustment in normal working time.
The working time schedule shall be agreed mutually by site representatives of
both sides.
c) The quantity of material and consumables required during test run will be
determined by the both sides, and the Buyer will supply all necessary raw water,
electricity, Auxiliary facilities and qualified operators free of charge. During
combined test run and performance test, the accident caused by the buyer will
be under the responsibility of Bidder.

4. Any problems occur during combined test run shall be treated by the Bidder, and the
Buyer shall supply the support.

Table 3-1 – General Function and Description Guarantee


No. Examination Item Guaranteed Value Definition and Examination Method
Condition and Condition

Raw Water Tank A,B,C & Filtration Trench

1 Pressure Head To define by the To guarantee by the Pressure Guage Reading


winning bidder winning bidder

2 Flow Rate To define by the To guarantee by the Flow Meter Reading


winning bidder winning bidder

3 Motor Speed To define by the To guarantee by the Tachometer


winning bidder winning bidder

4 Power To define by the To guarantee by the HMI Display


winning bidder winning bidder

5 Current To define by the To guarantee by the HMI Display & lamp


winning bidder winning bidder Meter

6 Motor & Pump To define by the To guarantee by the HMI Display & Pyrometer
Temperature winning bidder winning bidder

7 Level Switch To define by the To guarantee by the HMI Display


winning bidder winning bidder

8 Cable & Motor Insulation To define by the To guarantee by the Insulation Tester
winning bidder winning bidder

9 Pump Alignment To define by the To guarantee by the To provide by the


winning bidder winning bidder winning bidder
10 Piping To define by the To guarantee by the To provide by the
winning bidder winning bidder winning bidder

Note: This table is only template and to be detailed by the Bidder.

16. PLC SYSTEM PERFORMANCE

a) After adjusted by hot load commissioning, the PLC system can meet the
requirement of operation in function. When the state of equipment operation is
normal, the performance assessment should be carried out. The following
requirements shall be met during the function examination period:

 All designed application functions shall be examined and in proper


conditions;
 The control accuracy shall meet original design requirements.
 System signal processing precision.

b) The processing precision of both analog input and output signals of the system
shall meet relevant requirements to ensure the input and output signals of
system switches are correct.

c) Technical indices/System availability: >99.9%(redundant system)


 >99.5%(single machine system)
 Average load rate of control station: <60%.
 HMI frame response time: <2S HMI
d) Equipment failure frequency
e) The equipment failure frequency shall be tested during the testing period.
 Calculated testing time
f) The same as that for the system operation rate testing time
 Preparation of test equipment
g) Besides the equipment for operation rate testing, the following equipment shall
be added:
 Power equipment
 Auxiliary equipment
Eligibility indices of equipment failure frequency During the testing period, the failure frequency for the
same equipment shall be less than 3.

SECTION VIII: QUALITY STANDARD, INSPECTION AND HANDLING OF EQUIPMENT


A. QUALITY STANDARDS
CSI agrees that the Bidder will be designed, manufactured, and inspected on the basis of the
following standards and norms applicable to and in the Bidder’s country, related trades,
companies, and factories effective at the time of the contract signing. The Bidder may offer
products, materials and equipment complying with alternative internationally recognized
equivalent standards acceptable to the client and demonstrated to be equivalent in terms of
construction, functions, performance, general appearance, and standard quality to the relevant
standards specified in this specification for approval.

Standard Description
American Society of Mechanical Engineers (ASME)
ASME B31.3 Process Piping
ASME B31.9 Building Services Piping
ASME B1.1 Unified Inch Screw Threads (UN and UNR Thread Form)
ASME B16.5 Pipe Flanges and Flanged Fittings
ASME B16.9 Factory-Made Wrought Steel Butt-welding Fittings
ASME B16.25 Butt-welding Ends
ASME B36.19M Stainless Steel Pipes
American Water Works Association (AWWA)
AWWA M11 Steel Pipe - A Guide for Design and Installation
American Society for Testing & Materials (ASTM)
American National Standard Institute (ANSI)
British Standard (BS)
German Institute for Standardization (DIN)
Japan International Standard (JIS)
International Organization for Standardization (ISO)
ISO 2017-1 Mechanical Vibration and shock - Resilient Mounting Systems
PHILIPPINE LOCAL CODES
Revised National Plumbing Code of the Philippines
National Building Code
Philippine Mechanical Code of the Philippines
Philippine Electrical Code 2017 Edition
National Fire Protection Association (NFPA)
NFPA 14 Standard for the Installation of Standpipe & Hose System
NFPA 20 Standard for the Installation of Stationary Pumps for Fire Protection
Standard for the Inspection, Testing, and Maintenance of Water-
NFPA 25
Based Fire Protection Systems
International Electrotechnical Commission (IEC)
Institute of Electrical and Electronics Engineers (IEEE)
The Association of Electrical Equipment and Medical Imaging Manufacturer (NEMA)
Weather-resistant. Protects against falling dirt and windblown dust,
against weather hazards such as rain, sleet and snow, and is
NEMA 3 undamaged by the formation of ice. Used outdoors on ship docks, in
construction work, and in tunnels and subways.
CIVIL Design Standards
The detailed designs must be developed in accordance with current local standards and other
internationally accepted specifications as listed but not limited to the following.
NSCP 2015 7th Edition (National Structural Code of the Philippines
ACI 318-14 Building Code Requirements for Structural Concrete
Design Considerations for Environmental Engineering Concrete
ACI 350.4R-04
Structures
Seismic Design of Liquid-Containing Concrete Structures and
ACI 350.3-06
Commentary
EM 1110-2-2906 Engineering and Design, Design of Pile Foundations
ASCE/SEI 7-10 Minimum Design Loads for Buildings and Other Structures
The other equivalent references and other standards shall be endorsed to CSI and approval must
be obtained prior to its application in the project. For other design works that has no equivalent
standard, the Bidder may use foreign standard upon approval of CSI. All materials that will be
used for civil and structural works shall be in accordance with ASTM standards or equivalent.

B. EX-WORKS INSPECTION & TEST AT MANUFACTURER’S WORKS


1. Inspection & testing to be carried out at the place of manufacture will be done by the
Bidder and witnessed by the Client.
a) Check tests
b) All Tolerance Dimensions
c) Joint Edge Preparation
d) Protection for Transport and Storage

C. INSPECTION & TEST AT SITE


1. Inspection & Test shall be carried out by the Bidder under supervision of the Client.
2. Equipment will be inspected by Client’s Engineer during the course of manufacture as
per quality plan and the equipment to be dispatched only after inspection and
acceptance.

D. PAINTING
1. The color of painting must be accord with color card provided by CSI.
2. All the equipment painting shall be suitable for sea transportation.

E. PACKAGING
1. Packing Requirement
All equipment to be packed to a standard affording protection against modern handling
hazards and for storage under severe climactic conditions, the latter including exposure
to wind-driven rain and fine dust or sand with a very high environmental humidity. The
contents of all cases or crates to be secured to ensure uncontrolled free movement in
any direction within the case is impossible. Care is taken to place heavy items at the
bottom of the crate and lighter articles nearer the top.
2. Types and Methods of Packing
a) Special steel cradles
b) All suitable materials to be palletized
c) Bundling of cables and hoses. Will thereafter be packed in wooden boxes or
pallets
d) All goods packed to a standard affording protection against modern handling
hazards and for storage under severe climactic conditions
e) Cardboard/fiberboard cartons consolidated on standard pallets
f) Wooded cases, strapped with two steel bands, secured under tension with the
crimped steel fasteners
3. Marking Requirements
All containers, units, structures, bundles, pallets, and wooden cases are to carry shipping
marks. Each piece/case/crate must in addition to the above shipping mark bear the
following information:
a) Project Title
b) The gross and net weight in kg
c) The length, width, and height in metric units
d) Guidance instructions such as “TOP”, “FRAGILE”, and/or “THIS WAY UP” etc.
together with internationally recognized symbols to be painted on all four sides.

F. RECEIVING INSPECTION
Inspect all delivered items carefully for any sign of damage. Inspect crates for external damages.
If external damages of crates or any other information gives reason for suspecting contents to be
damaged, open crate and inspect contained parts. If any damage, immediately report to the
Client.

G. HANDLING AND LIFTING ARRANGEMENT


Great attention should be paid to avoid any hazards while handling the equipment auxiliary items.
Only certified / authorized personnel may participate in lifting activities. Only certified slings with
safe load greater than the weight of the items should be used for lifting purposes. The angle of
the lifting sling must be maximum 30 degrees from vertical.

H. STORAGE
Upon receipt of the equipment, the Client representative warehouse staff shall check the delivery
for any transport damage. If transport damage is discovered, the Client representative warehouse
staff shall write a report back to the Bidder detailing the extent of the damage. The Client
representative warehouse staff shall be solely responsible for the care and treatment of the
equipment, guards and walkways during off-loading, handling, and storage period. The Client
representative warehouse staff shall furthermore ensure a standard care for the items received.

SECTION IX: TIME SCHEDULE OF THE PROJECT

Time schedule of project


Weeks after the Contract coming into force
ACTIVITY
(week)
DESCRIPTION 1 2 3 4 5 6 7 8 9 10 11 12
1 KICK OFF MEETING
2 ENGINEERING WORKS
3 MANUFACTURING/FABRICATION OF EQUIPMENT
3 EX-WORKS INSPECTION OF EQUIPMENT
4 SHIPMENT (CRF)
5 EQUIPMENT ERECTION
6 ELECTRICAL ERECTION
7 COLD COMMISSIONING
8 HOT COMMISSIONING
9 FAT
Note: This table is a template. The actual content must be filled in full by the Bidder.

SECTION X: DISPATCH OF PERSONNEL OF BOTH PARTIES

1. Bidder to dispatch experienced and English-speaking personnel. Please specify total


number of commissioning engineers as well as how long these personnel will complete
the works.
2. Bidder is responsible for bringing the necessary tools for testing and commissioning
purposes.
3. Work schedule should be specifically stated in the form of Gantt Chart.

SECTION XI: SELECTION PROCESS OF WINNING BIDDER


CSI bases any decision to award on the Proposals submitted, BIDDERS should include all requirement,
terms, or conditions it may have in their Proposal, and should not assume that any opportunity will exist
to add such matters after the proposal is submitted.
Evaluation of the Technical Documents will be based solely on the criteria established by CSI and
assigning scores in an impartial, transparent, expeditious, and fair manner. CSI Technical Team will verify
whether any of the technical documents contained any conditions, exceptions, provisions, restrictions,
explicit or implicit reservations regarding the terms and conditions set forth in this document. The following
evaluation criteria will be used to evaluate bidder’s proposals received in the response to the Invitation to
Tender delivered.
Please note that any bids deemed non-compliant will not be evaluated. An evaluated Tender must achieve
a minimum of qualifying score of 70% to be considered for Award of Contract. Tenderers that failed to
meet the above minimum qualifying score will be rejected and not considered for Award of Contract.
%
Criteria
Weight
Bidder’s Financial Statements and Stability 10
Bidder’s Bid Price 20
Bidder’s Profile Qualification and Reference
 Bidders are required to submit an unblemished profile and details of all 10
his/her company profile qualifications
Bidder’s Level of Competence and Experience
 Bidders are required to submit a list of all his experience of similar in 10
nature undertaken (Turnkey Projects)
Bidder’s Proposal – Technical Compliance and Completeness 20
Bidder’s Total No. of Projects Similar with CSI’s Requirement
 Bidders may include in their proposal a list of customers who have 10
contracted the same service that is being proposed. (Turnkey Projects)
Appropriateness of Bidder’s Implementation of Timeline 10
Training Implementation and After Sales Service 10

You might also like