Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

Similar documents
Presentation Title. Subtitle (optional) Wastewater Treatment Operations. O&M Contract Procurement. Vancouver City Council Workshop/Public Hearing

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

CHENNAI METRO RAIL LIMITED ADDENDUM-1. for

REQUEST FOR PROPOSALS CLEANING SERVICES

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

CITY OF EAU CLAIRE, WISCONSIN REQUEST FOR PROPOSALS

CLARIFICATIONS DOCUMENT

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

BID PROPOSAL-REVISED

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda.

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

Brunswick-Glynn County Joint Water & Sewer Commission

REQUEST FOR QUALIFICATIONS

Call for submissions - for the exhibition!

REQUEST FOR PROPOSAL RFP PRESERVATION MASTER PLAN FOR THE ELAM MARTIN FARMSTEAD CITY OF WATERLOO RIM PARK TERMS OF REFERENCE

COUNTY OF ROCKLAND Department of General Services Purchasing Division

POLICY. Carbon Monoxide (CO) is an odorless, colorless gas that can cause sudden illness and death. 1

Lead Remediation/Abatement at Forest Blvd., Hugo, MN

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Request For Quotations. For The. Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes. October 11, 2017

WOONASQUATUCKET RIVER WATERSHED COUNCIL REQUEST FOR PROPOSALS DESIGN OF GREENWAY PALETTE, SIGNAGE AND AMENITIES

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

TEXAS DEPARTMENT OF TRANSPORTATION PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING

Request for Proposals Design Services for Kitchen Remodel and Second Floor Layout

TERMS OF REFERENCE. General

Request for Qualifications For Administration of the 2016 Summer Sprout Program

Posted by Calgary Public Library on November 1, 2012

cbever LY) \HILLS/ AGENDA REPORT

Terms of Reference for the appointment of a Public Relations Service Provider for events at the Kirstenbosch National Botanical Garden (KNBG),

Preliminary Operations and Maintenance Plan Baron Winds Project

GATEWAY BUILDING ELEVATOR AND ESCALATOR SERVICES

NOTICE INVITING TENDER

11 CONTRACT AWARD FOR SECURITY SERVICES

FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS

OF AIRPORT COMMISSIONERS

RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS

Cohoes Housing Authority 100 Manor Sites Cohoes, NY P: F:

SPECIFICATIONS Annual Fire Pump Testing and Inspection Department of Technology, Management and Budget Managed Facilities - Statewide

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

Overhead Line Insulators

The City of Bowie Arts Committee Bowie, Maryland ART IN PUBLIC PLACES PROGRAM Request for Proposals

CONTENTS AUTOMATIC TRANSFER SWITCHES

CALL FOR EXPRESSION OF INTEREST

Keren Kayemeth LeIsrael Jewish National Fund KKL-JNF

Jefferson Street Pedestrian Tunnel Mural Project 2018

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

Date of Start and downloading the tender 12 sep 2018

2019 Landscape Awards

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

Loss Prevention Standard

Florida Senate SB 982 By Senator Bennett

PART 3-O REQUIREMENTS FOR SPRINKLER SYSTEMS MAINTENANCE AND SUPERVISION. 3-O Introduction O.1 Scope of Maintenance and Supervision...

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

Buying goods/services

Fiji Electricity Authority Transmission Unit 2 Marlow Street, Suva

Overview. Awards Summary

Excellence in Landscape Awards. Call for Entries. Grow smarter with the landscape experts.

Loss Prevention Standard

City of Ashland. Attn: Laura Loucks; Sustainability Intern 601 Main Street West Ashland, WI

Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial

RFP/RFQ. for Concept & Schematic Design Services. for Outdoor Garden Enhancements. to Cleveland Botanical Garden

Barton-under-Needwood Village Improvement Scheme

School Garden Competition Factsheet. RHS Flower Show Tatton Park RHS registered charity no /SCO38262

NATIONAL BANKING GROUP WEST-1

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

Eligibility Criteria for Participation [Qualification Requirement (QR)]

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

Pre-Qualification of Contractors for Road Pavement Rehabilitation Program

Read Before You Renovate

FIRE & LIFE SAFTEY STANDARD

BUSINESS PLAN CEN/TC 250 STRUCTURAL EUROCODES EXECUTIVE SUMMARY

Electrical Safety Policy and Management System

IFLA Guidelines for Satellite Meetings. Approved by the IFLA Professional Committee and the IFLA Governing Board August 2012

Initial Application for Emergency & Security Systems Operatives SJIB Grade (ECS) Card

PROJ. NO SECTION PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS

DSO Compliance Report 2009

Sheetz Inc. Fire Protection Service Guidelines

Credit Suisse AG RULEBOOK OF THE ORGANIZED TRADING SYSTEM INTERNAL MARKET MAKING. 01 September 2018

FIRE SAFETY POLICY. This policy document replaces any previously published documents and comes into effect September 2018.

Guide to Membership Assessments

Ebbsfleet Development Corporation

AUTOMATIC FIRE ALARM MONITORING

SECTION TESTING, ADJUSTING, AND BALANCING FOR HVAC INTRODUCTORY INFORMATION

GLOBAL EXPRESSION OF INTEREST (EOI) FOR CONSULTANCY SERVICES FOR CARRYING OUT CLEANING PIGGING AND INTELLIGENT PIGGING SURVEY (IPS) OF PIPELINE

Application for Up-Grade Approved Electrician

Western Pennsylvania Conservancy Clairton & Harrison Community Greening Assessment Projects Request for Proposals July 2018

Handout Material. Invitation to Developers for Second Zone, Umekita Area

TENDER NO: MR 92/2017 SUPPLY OF HIGH VOLTAGE PROXIMITY DETECTORS

Request for Qualifications. Knowledge Park Pedestrian/Cyclist Connectivity Planning and Design

DEPARTMENT OF AGRICULTURE, FORESTRY AND FISHERIES REGULATIONS REGARDING CONTROL OF THE EXPORT OF FRESH CUT FLOWERS AND FRESH ORNAMENTAL FOLIAGE

NOTICE TO CONTRACTORS

KONZA TECHNOPOLIS DEVELOPMENT AUTHORITY

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

SECTION SECURITY TESTING AND COMMISSIONING

NEWS 10 November 2009

Request for Proposals For the purchase and redevelopment of Cityowned property in the Historic Downtown. 109 South Boyd Street

Transcription:

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014 Expression of Interest for Performance-based Operation and Maintenance (O&M) Services for the 20 MLD Majis Seawater Desalination Plant in Sohar, Oman 1

General Majis Industrial Services SAOC (Majis) is a wholly Government of Oman owned company that provides various water utility services at Sohar Industrial Port Area (SIPA). Majis has recently commissioned a 20 MLD SWRO based desalination plant (Facility) at SIPA built by VATECH WABAG-NCC JV (EPC Contractor). The Facility has capability to produce potable and process water (together Product Water). The EPC Contractor is currently undertaking 6 months of operation and maintenance as required under the EPC contract. Majis has Take or Pay Agreements with customers with penalties for shortfall in supply. Majis is therefore looking for an experienced and qualified O&M contractor to undertake O&M of the Facility for a period of 5 years commencing from 1 st September 2014. Purpose of this document The purpose of this document is to invite applications for pre-qualification from eligible Local or Foreign Firms/Joint Ventures (JVs), capable of operating and maintaining the Facility for a period of five years. Pre-qualified applicants will then be invited to participate in the tender. Brief Scope of Work The O&M contractor shall operate the Facility in accordance with the requirements of an O&M Agreement which shall be provided along with the tender documents issued to the pre-qualified bidders. The brief scope of services under the O&M Agreement encompasses the operation and maintenance of all equipment, instrumentation, processes, facilities, systems, structures and utilities within the boundaries of the 20 MLD Majis SWRO desalination plant as defined under ( Facility Description ) including two potable water pipelines to a customer reservoir (both GRE and DI); 20 ML reservoir and two booster pump stations for desalinated water and the high-voltage transformers with 33 kv cables. The O&M Scope of Services shall be performed in accordance with legal requirements and 2

prudent industry practice standards and will include, but not be limited to: Operation and maintenance, (to include repair and maintenance) of the Facility, including meeting the water quality and quantity obligations, including conformance to the agreed dispatch protocol. The O&M Contractor will be responsible for purchasing of the necessary, chemicals, membranes, spares and other consumables to meet these requirements; Providing an operating plan and annual budget; Determining and maintaining appropriate staffing levels; Maintaining comprehensive records relating to Facility performance; providing monthly reports and invoices to Majis and additional reports as may be required; Conducting appropriate inspections and making the Facility available for inspections by Majis, lenders, Landlord, Government Agencies,water customers and other third parties designated by Majis; Obtaining and maintaining sewer, electricity and telecommunications services necessary for the operations of the Facility; Development, implementation and enforcement of programs for safety, quality assurance and quality control; Development of and assurance of adherence to a preventative maintenance program that will ensure that the Facility can meet all fresh water production/performance requirements. Contractor shall operate and maintain the Facility such that at the end of the O&M contract fresh water production capacity, operability, integrity of equipment and structures, spare parts, number and type of duty and spare MF and RO membrane elements, and overall asset value are retained at their initial level and condition with reasonable level of amortization determined by an independent third-party audit. Appropriate disposal of all discharge water and concentrate, and other waste, including without limitation, wastewater and spent chemicals; 3

Compliance with all permits and governmental approvals related to Facility operation; Making its personnel available during the end of the operation period for transition activities. Support Majis s in maintaining good relationships with water customers, and governmental authorities and general public (including tours, community relations programs, etc.). Put in place, respond to and maintain records of all dispatch control and communication as required by Majis. Comply with labor law in Oman as applicable from time to time which at present requires 30 % of the employer work force to be Omani nationals. Put in place Transition Plan to be implemented during the last year of the O&M contract term, which is designed to allow Majis staff to take over plant operations at the end of this term. The plan shall include training of Majis staff over the last 12 months of the contract term in order to allow smooth turnover of plant operations from O&M contractor to Majis. In addition, Majis and the O&M contractor will select mutually agreed upon third party consultant to verify whether O&M contractor has completed all preventive maintenance necessary to retain the value of the desalination plant facilities, equipment and structures. Majis expects the O&M contractor to cooperate in exploring the possibility of Majis to retain O&M contractor plant employees at the end of the contractual term. The operation of the intake pump station collecting raw water and delivering it to the desalination plant site is not included in the scope of services for this O&M Agreement. However, the operation of the intake pipeline connecting the intake pump station to the desalination plant site as well as the 300-micron micro-strainers installed on this pipe are included in the O&M contractor scope. Operation and maintenance of the high-voltage electrical supply system (substations, 4

transformers, 33-kV cables, etc.) for the desalination plant are included in the scope of O&M services for this Facility. The operation and maintenance of the product water delivery system to the point of delivery of potable water to the customer reservoir, including DI pipe and GRE pipe and flow meters as well as the process water to the 20 ML reservoir and two booster pump stations are included in the scope of O&M services. Facility Description In general, the 20 MLD desalination plant includes the following key facilities: Piping, 300-micron micro-strainers, and Structures Conveying Intake Water from the Open Intake to the Desalination Plant; Source Seawater Pretreatment Facilities; Reverse Osmosis Desalination System Equipped with Pressure Exchangers; Buildings Housing RO System and Plant Operations Staff; Post Treatment System for Re-mineralization and Disinfection; Chemical Storage Facilities; 20 ML On-site Process Water Storage Tank and Two Booster Pump Stations; Pipelines Delivering Potable Water to customer Reservoir (GRE and DI Pipeline); Electrical Substation Connected to the Power Grid with High-Voltage Transformers and 33 kv Power Conduits; Other Service Facilities Typical for SWRO Desalination Plants (Workshop, Laboratory, Internal Roads, etc.). Onshore Discharge of brine and neutralized wastewater via Open Canal 5

The desalination plant pretreatment system utilizes PALL membrane microfiltration (MF) which provides pretreated seawater system of quality and quantity that are adequate for membrane RO seawater desalination and which allows to maintain the customary performance warranties, cleaning frequency and useful life of the RO membrane elements. The MF pretreatment system is directly coupled with the RO feed system. The seawater RO desalination system of the 20 MLD plant will be operated to meet the product water quality requirements. This system consists of two two-pass RO trains for production of 8 MLD process water and three single-pass RO trains for production of 12 MLD of potable water. All RO trains are equipped with ERI pressure exchangers (PX-300). The type and quality of materials used for construction and for key equipment and piping are selected to allow maintaining plant structural and mechanical integrity, and performance for at least 25 years. The materials which are used for the construction of key desalination plant structures would be of type and quality customary for SWRO membrane desalination plants with typical useful life of 50 years. Brief Performance Obligation The performance obligation is detailed in the O&M Agreement which will be made available to the pre-qualified bidders. Briefly the performance obligations are as follows: 1. O&M Contractor is expected to produce Potable and Process Water in compliance with the specified Standards. 2. The Facility is designed to produce on an annual average basis 92% of its installed capacity of 20 MLD for a given range of seawater parameters. Such design parameters shall be provided to the pre-qualified bidders along with the tender document. O&M Contractor will be required to bid for an O&M Contractor Guaranteed Available Capacity (OMCG). If the daily dispatch notification is for less than or equal to OMCG, then the O&M Contractor shall deliver this flow in compliance with Standards or would be penalized for the flow that they have not delivered. If the daily dispatch notification is for more than OMCG while the O&M Contractor is not obliged to provide such volume, it shall be incentivized for making 6

available such additional volume. 3. O&M Contractor shall guarantee a Maximum Electricity Consumption Guarantee (ECG) for each cubic meter of product water. In the event of higher consumption than the ECG the additional cost shall be recovered from the O&M Contractor. 4. O&M Contractor shall be expected to comply with all legal and permitting requirements. Compensation to O&M Contractor O&M Contractor will be expected to bid with a minimum fixed monthly fee for each of the 5 years of the term of the O&M Contract along with a variable charge per cubic meter of Product Water that shall be paid for each cubic meter of Product Water delivered. Price option will also be sought for an additional 2 years in the event of Majis opting to extend the contract by an additional 2 years after the initial term of 5 years. Majis will also seek an optional termination fee in the event that Majis chooses to terminate the O&M contract for convenience after year 3 or year 4. O&M Contractor s fee will be open to adjustment for the impact if any of Change in Law occurring after the effective date. Indicative time table of procurement Milestone Timeline Invitation for prequalification Friday 4 th April 2014 Digital submission of statement of prequalification Monday 14 th April 2014 Announcing prequalified bidders Thursday 24 th April 2014 Workshop for prequalified bidders Monday 28 th April 2014 Collection of tender fee Tuesday 29 th April 2014 Collection of tender document Wednesday 30 th April 2014 Site Visit Sunday 11 th May to Thursday 15 th May 204 Clarifications closing Sunday 25 th May 2014 Bids Due Sunday 8 th June 2014 Award of contract Sunday 29 th June 2014 Mobilisation Thursday 31 st July 2014 Transition period Friday 1 st August 2014 to Sunday 31 st August Commencement Date 1 st September 2014 Contract Completion 31 st August 2019 7

Instruction to Applicants Interested parties satisfying the minimum eligibility criteria mentioned below are requested to submit their statement of qualification in 2 sets of hard copies and 2 soft copies in USB flash memory A sealed cover containing the hard copies and USB shall be titled TENDER NO. MISCP/09/2014 -Expression of Interest for Performance-based Operation and Maintenance (O&M) Services for the 20 MLD Majis Seawater Desalination Plant in Sohar, Oman and hand delivered at Majis s Muscat Office at the following location no later than at 2pm on Monday the 14 th April 2014. 8

The sealed cover shall not carry the name or identity of the bidder. Any query with regard to this invitation should be sent in writing to the email ID room@miscoman.com Minimum Eligibility Criteria. Following shall be the minimum eligibility criteria. Bidders not meeting all of the minimum eligibility criteria may not be invited to tender for the project. 1. Experience of operating and maintaining at least 2 SWRO based desalination plants of a minimum 20 MLD capacity for a duration of 2 years as at the date of submission of expression of interest. 2. The applicants must have in their employment suitably qualified personnel with relevant experience to fill the following key management and specialist positions. The applicant will supply information on a prime and an alternate candidate for each position a. Plant Manager b. Maintenance Manager c. Process Engineer d. HSE Officer 3. Net Worth of the parent company or the bidding company shall be a minimum of RO 20 million. Documents to be Submitted Section 1 Executive Summary Section 2 Information on Experience with details of the plants operated along with contact references and consent to facilitate reference visits. 9

Section 3 Information on qualified personnel with CV s Section 4 Audited financial statement of bidder and parent company for the last 3 financial years. The Executive Summary shall be written in a non-technical style and shall present general information sufficient to familiarize reviewers with the capability of the Applicant. Information of Experience shall contain statements and evidence in support of the Minimum Eligibility Criteria with respect to experience along with contact references of such relevant clients and an authorization for Majis to visit and or seek client references. Information on qualified personnel shall contain one main and one alternative CV s for the relevant positions Information on financial capability shall contain the audited financial statements for the last 3 years of the Applicant and its parent company. 10