Top Banner

of 74

Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • SULTANATE OF OMAN

    MUSCAT ELECTRICITY DISTRIBUTION COMPANY (SAOC)

    TENDER DOCUMENT FOR

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    TENDER NO :-MEDC- 83/2012

    VOLUME 1 OF 3 : PRIME DOCUMENT1 VOLUME 2 OF 3 : TECHNICAL SPECIFICATION, BILL OF QUANTITIES

    VOLUME 3 OF 3 : DRAWINGS

  • MUSCAT ELECTRICITY DISTRIBUTION COMPANY (SAOC)

    TENDER DOCUMENT

    FOR UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    VOLUME 1 OF 3

    PRIME DOCUMENT

  • MUSCAT ELECTRICITY DISTRIBUTION COMPANY (SAOC) UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT

    AIRPORT AREA VOLUME 1 OF 3

    PRIME DOCUMENT

    TABLE OF CONTENTS

    Clause No Description Page No

    SECTION I

    INSTRUCTION TO TENDERERS 1.0 Description of Works 1

    2.0 Tender 1 3.0 Tender Documents 2 4.0 Availability of Tender Documents 2 5.0 Tenderer to obtain full information 2 6.0 Tender Bond 3 7.0 Tender prices & Validity 4 8.0 Currency 5 9.0 Additional Documents 5 10.0 Completion of Tender Documents 7 11.0 No alterations 7 12.0 Confidentiality 7 13.0 Addenda 7 14.0 Arithmetical Errors 8 15.0 Employers Right and or Tender Board Right 8 16.0 Expenses for preparation of Tender 8 17.0 Materials and Equipment 8 18.0 Performance Bond 9 19.0 Trade Names, Manufacturers Name and 9 Model Numbers 20.0 National & International Standards 9 21.0 Statutory Laws 9 22.0 Evaluation of Tenders 9 23.0 Acceptance or Rejection of Tender 10 SECTION II

    FORM OF TENDER AND APPENDIX Form of Tender 11 Appendix to the form of Tender 13

  • Clause No Description Page No SECTION - III

    FORM OF AGREEMENT AND APPENDIX

    Form of Agreement 15 Appendix A to Form of Agreement 17 Appendix B to Form of Agreement 18

    SECTION IV

    FORMS OF BOND & RECORDS Form of Tender Bond 19 Form of Advance Payment Bond 20 Form of Performance Bond 21 Form of Records Requirements 23

    SECTION V CONDITIONS OF CONTRACT General Conditions 24

    SECTION VI

    TENDERERS ENCLOSURES 25 List of Omanies Employees 26 List of Expatriate Employees 27 List of materials 28

  • SECTION-I

    INSTRUCTIONS TO TENDERERS

  • MUSCAT ELECTRICITY DISTRIBUTION COMPANY (SAOC)

    SECTION I INSTRUCTION TO TENDERERS

    1.0 GENERAL DESCRIPTION OF WORKS

    The Muscat Electricity Distribution Co. intends carry out underground works for the existing 33 & 11KV overhead lines at Airport Area into underground cables. The preliminary Survey drawings and the quantities inserted in the bill of Quantities constitute the works intended to be performed. It is the contractor's duty to point out to Muscat Electricity Distribution Co. any existing or new constructions not covered by the preliminary survey. Minor changes of routes or spot locations of poles or substations, cable routes which may arise during the period of approvals or construction, must be approved by the Projects manager. These changes will by no means change the rates quoted in the Bill of Quantities.

    2.0 TENDER

    The Tender, complete in every respect, shall be delivered personally and deposited in Tender Box of Tender Board at Al Khuwair on date and time specified in the advertised invitation to Tender or such other time and date as may be notified in any Circular letter or Addendum issued in accordance with clause 13.0 of the instructions to Tenderers and address to

    CHAIRMAN OF INTERNAL TENDER COMMITTEE MUSCAT ELECTRICITY DISTRIBUTION COMPANY P.O.BOX 1239, POSTAL CODE-131 SULTANATE OFOMAN.

    2.1 The Tender shall be enclosed in a sealed package containing the original and one additional true copy clearly marked as follows:

    Sealed Tender for Project Name : UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G

    CABLES AT AIRPORT AREA

    Tender No.83/2012

    2.2 The exterior of the sealed package must not reveal the identity of the Tenderer.

    2.3 Tenders will be opened at the time and date specified in the Invitation to Tender at the offices of Tender Board. Any tender received after the time and dated fixed for the submission of tender will be rejected whatever the cause of delay.

    2.4 The Tender shall be accepted only from the Tenderers who are holding a valid Tender Board and MEDC Registration certificate, have officially purchased the Tender Documents, and eligible for such a Tender.

  • 2.5

    No Alteration shall be made to the form of Tender or Specification and Schedules. The Tenderer is required to submit a Tender which fully complies with MEDC. Specification and contains any departure from or qualifications to the MEDC. Standard Specification will be rejected except as provided for hereinafter.

    2.6 The Tender shall be submitted solely on the basis of the Tender Documents issued to the Tenderers and must be free of any qualification. Should the Tenderer wish to submit an alternative offer, such offer must be additional to and completely separate from the unqualified tender.

    2.7 Other deviations from the Tender Document shall be stated clearly in the proper schedule.

    3.0 TENDER DOCUMENTS

    The Tender Documents consists of : Volume - 1 : Prime Document Volume - 2 : Technical Specification, Bill of Quantities and Schedules Volume - 3 : Tender Drawings

    The Tenderer shall ensure that all pages of the Tender Documents he received are complete. In the event that some parts or pages of the Tender Documents are missing, the Tenderer should notify the Chairman, Tender Board in writing immediately. The Tenderer shall not in any way deface or mutilate the Tender Documents

    4.0 AVAILABILITY OF TENDER DOCUMENTS

    Tender Documents may be obtained from the Tender Board office at Al Khuwair after paying the prescribed fees.

    5.0

    TENDERER TO OBTAIN FULL INFORMATION

    5.1 Notwithstanding any information which may be contained in the Tender Documents, the Tenderer must, prior to submitting his Tender, visit the site at his own expense and make independent inquiries as to the work forming the subject of this project as well as the prevailing local conditions, and must obtain his own information and investigations on all matters necessary for preparing a Tender or may in any way affect the construction, prices, risks or obligations of the Tenderer. The Tenderer must consider all other matters and possible contingencies affecting the entire scope of work.

    5.2

    No additional charges by way of compensations are stipulated for working on grounds of different nature whether normal, soft or rocky soil or up hills. No transportation charges or materials from contractors stores and / or

  • Muscat Electricity Distribution Company stores will be provided and as these are deemed to be included in the unit prices.

    In addition, pit excavation, trenching and earthing as per OES Standards are considered to be part of the installations and are deemed to be included in the unit price quoted. Care must be taken by the Tenderer in deciding his unit price taking the above requirements into consideration.

    5.3 Any neglect, delay or failure on the part of the Tenderer to obtain reliable information upon the foregoing or any other matter affecting the works, and Completion Periods of the Project for commercial operation shall not relieve the successful Tenderer of his responsibilities, risks or liabilities until final acceptance of the works in case of award of the Contract.

    5.4 A guided site visit shall be arranged by the engineer for all Tenderers on a date to be advised. Evidence of attendance at this visit by a duly authorized representative of the Tenderer shall be provided with the Tender. Tenders submitted without this evidence may not be considered.

    6.0 TENDER BOND

    Each Tender shall be accompanied by a Tender Bond in the form of a Bank Guarantee to be furnished by one of the locally registered banks in Oman in an amount not less than ONE (1%) percent of the value of the Tender in favour of H.E. The Chairman of the Tender Board valid for ninety (90) days from the date fixed for submission of Tenders. No interest will be paid on the Guarantee.

    The Guarantee will be released and the Tender Bond returned to the unsuccessful Tenderers after final adjudication and definite acceptance of a Tender. This will not normally exceed the ninety ( 90) days validity period.

    In the case of the successful Tenderer, the Tender Bond shall be extended by Tenderer and retained by the employer until the Performance Bond is provided and the contract agreement has been signed.

    If the Tenderer fails to provide the Performance Bond within ten (10) days of being notified of the decision to accept his Tender, he shall be deemed to have withdrawn the Tender, and his Tender Bond will accordingly be forfeited.

  • 7.0 TENDER PRICE AND VALIDITY

    Labour, Materials, handling, transport, loading, unloading, installation or any other factors affecting prices or services, shall be included in the quoted prices. The prices shall cover all the works in this project.

    The total prices quoted by the Tenderer shall include without limitation the following.

    a)

    The total price of materials delivered to site and required for the Electrical, Mechanical and Civil works.

    b)

    The total price of Labour, workmanship required for the installation, erection and commissioning of Electrical, Mechanical and Civil works.

    c)

    i)

    Cost of transportation to the site and costs for provision of maintenance of the complete Contractors equipment and constructional plant necessary for the execution of the works as well as costs of removal of surplus soil within the vicinity of the sites, site offices, living camps and sheds, including all expenses for the setting-up of workshops, storage areas, warehouses, access roads to the site etc. used by the Contractor but not provided by the Employer.

    ii) Cost of required electricity and water during construction and testing

    iii) Cost of providing and maintaining suitable and safe storage facilities for materials and equipment.

    iv)

    All additional costs due to any kind of difficult working conditions.

    v)

    Separation allowances, ambulances expenses for medical treatment, hospitals, traveling allowances, hotel and traveling expenses, holiday salaries and all other allowances for workers and employees.

    vi)

    Cost of mobilization and demobilization, site leveling and site clearing.

    vii)

    Cost of providing complete insurances such as workmen compensation insurance, third party insurance, public liability and property damage insurance, Contractors all risks Insurances, etc. Insurances are to be placed with an insurance company registered in the Sultanate of Oman.

  • viii) Cost of soil investigation, route surveys and getting approvals of the electrical distribution networks from various agencies.

    ix) Cost of providing samples and testing materials on site and approved laboratories.

    x) All expenses for royalties, licenses, custom duties, taxes and the like in connection with the works.

    7.2 The Tenderer shall insert his unit rates and prices in words and figures in all items in the Bill of Quantities in black ink or black ball point except those items marked not applicable, which shall remain firm throughout the Contract Period. Items against which no price is entered must be marked NIL in the cash column.

    The rates and prices set down against the items in the Bill of Quantities shall be for the full inclusive value of the finished work described and shall include for profit and all obligations and liabilities of every kind arising under the contract.

    The rates and prices inserted in all items in the Bill of Quantities shall be extended to the amount column, totaled and carried to the Collection Page and then into Summary Page and the Grand Total including Contingencies to the Form of Tender.

    The Tenderer is obliged to provide a breakdown of prices for every item in the Bill of Quantities when requested in writing by the Tender Board.

    8.0 CURRENCY

    The currency of the Contract will be the Rials Omani only.

    9.0

    ADDITIONAL DOCUMENTS

    In addition to the Tender Documents issued for tendering, it is mandatory for the tenderer to provide and properly bind as part of the Tenders Enclosures the following supplementary documents. Any Tender not accompanied by all the required documents will be rejected.

    a)

    A copy of each Addendum and Circular Letter, if any, issued by theTenderBoard appropriately endorsed by the Tenderer.

    b)

    A statement giving the name(s) of the persons(s) authorized to sign Agreements on behalf of the Company including his (their) specimen signature(s)

  • c)

    d)

    e)

    f)

    g)

    h)

    i)

    j)

    k)

    A Construction Program showing in details the order in which various sections of the works are to be constructed and the time which the Tenderer estimates will be required to complete each section.

    The proposed site organization, giving details of the supervisory staff, their qualification, previous appointments and experience, together with the estimated labour force to be employed during the Contract; the proposed labour force must show the proportion of the skilled labour, the proportion of foreign labour and the propotion of Omani staff and labour.

    Tenderer must submit with his tender a list of all Omani and Expatriate Employees employed in the Company, giving the name of the employee, job category, and unit rate per month (monthly salary) in the prescribed forms included in the Tenderers Enclosures. Tenderer engaging a high proportion of Omani employees shall be given preferential consideration.

    A statement confirming that the Tenderer shall employ a minimum percentage of 30% to be Omani employees in this project.

    The proposals for providing accommodation for the Contractors staff and labour force and for offices, workshops, etc. together with the layouts and areas of land for the provision of such facilities.

    A list of all major works which he has completed for the past five years and of all works which are presently under execution, giving the name of the Client, Consultant, location, value, duration and date of completion.

    A list of the proposed constructional plant, together with number and types/capacities.

    A list of any proposed sub- contractors and suppliers, including local firms, with particulars of the extent of the work which it is proposed will be undertaken by them. Preferential consideration shall be given to the Tenderer who is offering a high proportion of local specialized sub-contractors, local materials and Omani labour obtained from the region where the project is to be executed

    A statement of unresolved doubts regarding the meaning of anything contained within the Tender Documents and the interpretation relied upon by the Tenderer.

    A certificate that the Tenderer has visited the site and that he has no queries on any matter concerning the Contract,(refer to Clause 5.4 of the Instructions to Tenderers)

    A Tender Bond as stipulated in Clause 6.0 of the Instructions to Tenderers.

  • l)

    m)

    A statement of the Tenderers financial standing, including the name and address of his bank, together with the authority to approach his banker for relevant information and comment.

    A statement that the materials and products to be used in the works and considered in pricing the Tender are based on the List of Approved Products of the Muscat Electricity Distribution Co

    n) A list of the manufacturers recommended spare part and tools, including numbers and unit prices, as required by the Specification

    o)

    Catalogues and descriptive information of all equipment quoted and pertinent data, sufficiently detailed in such a way that the Engineer/Employer may have full and complete knowledge of the equipment offered.

    10.0

    COMPLETION OF TENDER DOCUMENTS

    The Tenderer shall complete the Form of Tender, the Appendix to the Form of Tender, Bill of Quantities and Schedules, and shall sign, date and stamp all pages of the documentation with the company official stamp. The Tenderer must be signed by the duly appointed Principal fully authorized to represent and bind the Contractor. Any incomplete or improper Tender may be rejected.

    11.0

    NO ALTERATIONS

    Alterations to the form of Tender and associated documents shall not be permitted. Any alteration other than the filling in of blanks, intended for that purpose, or failure to fully comply with these Instructions may result in the rejection of Tender.

    Any alteration to a rate or cash extension made by the Tenderer during the preparation of the Tender must be initialed by the Tenderer prior to submission.

    12.0

    CONFIDENTIALITY

    All documents issued and information given to the Tenderer shall be treated as strictly private and confidential, whether or not the recipient submits a tender.

    13.0

    ADDENDA

    Addenda to the Tender Documents may be issued before the Tender due date for the purpose of clarifying any stipulations, if required, or to reflect any modifications.

  • Should there be any doubt or obscurity as to the meaning of the Tender Documents or as to anything to be done under the Contract or Concerning these Instructions, the Tenderer must set forth in writing such doubt or obscurity and deliver the same to the office of the Chairman, Tender Board as soon as discovered but not later than twenty one (21) days before the date fixed for the submission of Tenders. If considered appropriate a reply in the form of Circular Letter or Addendum will be distributed to all Tenderers to whom documents have been issued.

    Any interpretation and /or modification of the Tender Documents will be made only by formally issued Addenda.

    14.0

    ARITHMETICAL ERRORS

    The Bill of Quantities will be examined prior to the signing of the contract in order to ascertain that the items are correctly extended at the rates quoted. Should any arithmetical error be found it will be corrected and the Tender price will be amended accordingly. The Tenderer will be informed of any arithmetical adjustment made, should the Tender Board wish to further consider his Tender and he will be required to certify his acceptance. Arithmetical errors will be corrected on the following basis: If there is discrepancy between the unit rate the total price that is obtained by multiplying the unit rate and quantity, the unit rate shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail.

    15.0

    EMPLOYERS RIGHT AND / OR TENDER BOARD RIGHT

    The Employer and Tender Board are neither bound to accept the lowest or any other Tender nor are they bound to state any reason for the rejection of the Tender.

    16.0

    EXPENSES FOR PREPARATION OF TENDER

    All expenses incurred for the preparation and submission of the Tender shall be borne by the Tenderer. Neither the Tender Board nor the Employer, or any of their employees will bear any responsibility whatsoever for, nor pay for, any expense or loss which may be incurred by any Tenderer in the preparation and submission of his Tender.

    17.0

    MATERIALS & EQUIPMENT

    All materials and equipment to be used in the works must be of the Approved materials and equipment as per the latest Electricity Co. List of Approved Products except those materials and equipment required in the works but not included in the List of Approved product. The List of Approved Products is available for inspection at the Muscat Electricity Distribution Company.

    The Contractor shall be required to insure the materials and equipment to be used in the works with insurance companies registered in the Sultanate of Oman

  • 18.0

    PERFORMANCE BOND The successful Tenderer will be required to provide a Performance Bond in the prescribed form included in the Prime Document (as defined in clause 9.1 of the Conditions of Contract and as amended by Royal Decree No. 56/89) to the value of five percent (5%) of Contract Sum, valid for the duration of the Contract and Defects Liability Period. The Performance Bond will be retained by employer during the period of the Contract and Defects Liability Period and will be returned to the Contractor upon the satisfactory completion of the Defects liability Period.

    19.0.

    TRADE NAMES, MANUFACTURES NAMES AND MODEL NUMBERS

    The Tenderer shall disregard all references to specific manufacturers, trade names or brand names, model numbers, catalogue numbers and foreign certification marks that may appear in the Tender documents, Kite mark and other foreign certification marks and certification for materials and equipment required from Original Equipment Manufacturers (OEM) are not permissible in this Contract even though mentioned in the specification. .

    20.0

    NATIONAL AND INTERNATIONAL STANDARDS

    National Standards shall take precedence over international standard in the specification of materials, equipment and workmanship for the work. Reference numbers of national and international standards such as OS, BS, ASTM, etc. referred to in the tender documents shall mean the latest revision of such standards current at the time of tender.

    21.0

    22.0

    STATUTORY LAWS

    The Tenderer shall conform to the Laws of the Sultanate of Oman and his attention is particularly drawn to the Laws governing the employment of labour.

    All arrangements which affect the engagement, transport, paying, feeding and housing of labour and other matters in connection therewith shall be subject to the Regulations and Codes of the Sultanate of Oman, now in force or which may be made from time to time during the tenure of the Contract.

    The Contractor is required to make every possible effort to employ Omani workers with the requisite skills for the execution of the project.

    The Tenderer must comply with the provisions of Royal Decree No.39/82.

    EVALUATION OF TENDERS

    To assist in the examination, evaluation and comparison of Tenders, the Tender Board may ask Tenderers individually for clarification of their Tender, including breakdown of unit rates. The request for clarification and the response shall be in writing, but no change in the price of substance of the

    Tender shall be sought, offered or permitted, except as required to confirm

  • the correction of arithmetical errors discovered during the evaluation of the Tenders. Any effort by the Tenderer to influence the Employer and Tender Committee in the process of examination, clarification, evaluation and comparison of Tenders, and in decisions concerning award of Contract, may result in rejection of the Tenderers Tender.

    23.0

    ACCEPTANCE OR REJECTION OF TENDER

    The Tender Board reserves the right to accept or reject any Tender, to cancel the Tendering process and to reject all the Tenders at any time prior to the award of Contract, without thereby incurring any liability to the affected Tenderers or any obligation to inform the affected Tenderers of the grounds for the Tender Committees action. The Tender Board also reserves the right to reject any Tender submitted without additional copy of the Bill of Quantities and additional documents mentioned in clause 9.0.of the Instructions to Tenderers or the unit rates are not written in words and figures.

    24.0

    25.0

    26.0

    27.0

    LOCAL TAXES AND CHARGES All local taxes, income tax, customs duties, port dues, landing charges, local transportations and all other levies or dues, as per the law informed in the Sultanate of Oman during the contract period shall be borne by thet Tenderer , and his Tender shall be deemed to have included all such charges.

    MATERIALS AND PRODUCTS FOR THE WORKS The Tenderer is required to give priority to local products and materials to be used in the works up to a price difference of not more than ten percent (10%) over similar imported products and materials provided such products and materials conform to the requirements of the Contract Specifications.

    The successful Tendrers is required to insure the materials and goods to be used in the Works with insurance companies registered in the Sultanate of Oman.

    INSURANCES

    The successful Tenderer will be required to obtain all the insurances stipulated in the conditions of contract and to lodge them with the Employer or to furnish an indemnity bond from a bank registered and located in the Sultanate of Oman, Indemnifying and saving harmless the Employer from loss which may be caused to him by his defaults to obtain insurance accordingly, within 7 days of receipt of Engineer's order to commence the works.

    HSE Requirements from Contractor

    SAFETY 0BLIGATIONS

    The Contractor shall at all times comply with the MEDC Safety Rules and Regulations and Amendments to those rules, MEDC shall provide a copy of Safety Rules to the Contractor on the award of this contract.

  • The Contractor shall take all necessary Safety Precautions to prevent shock or injury and use appropriate tools and Safety devices when undertaking Electrical works.

    The Contractor will be held responsible for his staff and equipment and for the safe operation and maintenance of the electrical installations under his administration.

    The Contractor is required, without exception, to maintain high levels of Safety awareness and practice in all aspects of Electrical Emergency and Maintenance Services.

    The Contractor shall promote safe working practices for all aspects of Electrical Emergency Services and Maintenance including Fire Prevention, Safe Driving, Movement of materials, Fatigue levels of employees, First Aid preparedness, Safety Sign Boards, Danger and Caution Sign Boards and Company name board, Adherence to use of standard equipments etc.

    The Contractor shall implement advice given from time to time for HSE by designated MEDC HSE Officer (Health, Safety and Environment).

    Provide warning light on each emergency vehicle.

    Personal Protective Equipments (PPE)

    The Contractor should provide, as a minimum, the below listed Personal Protective Equipments (PPE) to all of Contractor employees, who will be working in MEDC premises under this contract such as, Hard Hat (Any One Colour for Technician and Supervisor). Cotton or Leather gloves. Eye protection shield or Goggles. Coverall with company logo (Any one colour for Technician and Supervisor). Safety Shoes (Approved By MEDC). Safety Belt (Harness) for height. Drinking water. First Aid Box (with valid medicines).

    Specifications for Digital Drawings of MEDC Network and Workflow Procedures

  • The specifications explained in this document are the same as what MEDC contractors have been following for the past two years. The only addition to these specifications is that positional accuracy for all installed assets must be obtained. All drawings submitted to MEDC GIS section must comply with the standards and specifications set below. The effective date of the new standards will be conveyed to contractors by the GIS section. The new specifications for MEDC as built drawings, as per MEDC standards, must cover the following:

    1 Field Survey and Data collection

    1.1 Requirements from Contractors

    All electric network assets installed on the ground must be fully surveyed with the latest GPS technology in order to obtain a sub-metre accuracy using Differential Global Positioning System (DGPS) or total station where needed. The new positional accuracy standards for MEDC assets must not exceed 30 cm. Contractors may require to obtain Cable detectors for the survey of underground cables. Data collection for the assets must be carried out as per the previous procedures (MS Access forms along the CAD drawings). Contractors are urged to submit the detailed procedures of field survey as per the specifications highlighted above. If, however, contractors cannot carry out the field survey as per MEDC standards, then they must coordinate with the approved field survey consultant for positional accuracy of assets as per MEDC standards. For the approved field survey consultant please refer to section 2 of this document. To sum up the requirements, contractors should obtain the following:

    1. Differential Global Positioning System (DGPS) 2. Cable Detectors 3. Total Stations

    1.2 Quality Assurance/Quality Control

    A. Contractors must apply quality assurance and quality control on the surveyed assets in case the field survey is carried out by them. These procedures must include verification of attributes and spatial network against the existing network in order to maintain connectivity of assets.

    B. In all cases, contactors must verify that their submitted drawings have the correct data entry in Access forms along with the correspondent CAD drawings. This includes, but not limited to, handle numbers in CAD against their correspondence in Access forms.

    1.3 Procedures and workflow for the new projects (Contractors and Consultant)

    A. Once the assets have been installed on the ground, contractors will sketch the electric drawings in CAD file using the Ministry of Housing plots layer as back ground. The drawing layers must match those of MEDC CAD templates as per the present procedures. The access forms must be filled with the appropriate attributes along with the handle numbers.

    B. Contractors are requested to verify the newly surveyed assets against the existing network (i.e. source of energy; feeders & substations) as per the present procedures.

    C. The drawn assets (in CAD files) along their correspondent Access database must be handed to the approved consultant for field survey and data validation. Contactors are requested to closely coordinate, as convenient for both, with the approved consultant on the procedures and workflow for the handover of the files. The files handed to contractors must be included inside folders which must follow the below convention:

    ** Folder name must have the tender#, contractor name, and the location of implementation. For example, 86/2009-labib-Seeb.

  • ** Contractors must leave some markers to show the joints and the duct edge for the survey team.

    D. Once the field survey and quality assurance and quality control have been carried out on contractors work (CAD & Access) by the approved consultant, contractors will collect the surveyed drawings from the consultant and then hand them to MEDC GIS section along with the consultant certification as well as the isolation form.

    2. Approved Consultant

    MEDC has approved Khatib and Alami and partners to undertake the field survey tasks. Pricing for field survey assets is attached with this tender document. The consultant contact details are as follows:-

    P.O. Box 238, Ruwi, Postal Code 112, Muscat, Sultanate of Oman Tel: (968)-24602016/24602076 Fax: (968)-24602098 Mob: (968)95081421

  • SECTION II

    FORM OF TENDER AND APPENDIX

  • FORM OF TENDER

    Short Description of Works: : UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    Note: The Appendix forms part of the Tender. Tenderers are required to fill up all the blank space in this Form of Tender and Appendix.

    To : The Chairman of Tender Committee Muscat Electricity Distribution Company

    P.O. Box 1239, Al Hamriyah , Postal Code -131 Sultanate of Oman.

    Gentleman 1. Having examined the Instructions to Tenderers, Outline Drawings, Standard Conditions of

    Contract, Outline Specification and Bill of Quantities for the execution of the above named works, we, the undersigned, offer to execute, complete and maintain the whole of the said works in conformity with the said Instructions to Tenderers ,Outline Drawings Standard Conditions of Contract, Outline Specification and Bill of Quantities for the sum of Rials Omani ----------------------------------------------------------------------------------------------------------(R.O------------------------------------------------------------------) or such other sums as may be ascertained in accordance with said conditions.

    2. We under take if our tender is accepted to commence the works within fourteen (14) days of receipt of the Muscat Electricity Distribution Companys order to commence, and to complete and deliver the whole of the works comprised in the contract within One Hundred and Eighty (180) days calculated from the last day of the aforesaid period in which the works are to be commenced.

    3. If our Tender is accepted we will obtain the undertaking of a locally registered Bank (as required in the Sultanate of Oman Standard Documents for Electrical and Mechanical works1st. Edition) to be jointly and severally bound with us in the sum of five (5%) percent of the Contract Sum for the due performance of the Contract under the terms of a performance Bond as attached and to be approved by you.

    4. We agree to abide by this Tender for period of ninety (90) days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiration of that period

  • 5) In the event of our Tender being accepted and until a formal Agreement is prepared and executed this Tender, together with your written acceptance thereof, shall constitute a binding obligation upon us.

    6) We understand that you are not bound to accept the lowest or any Tender you may receive.

    7) We acknowledge receipt of the following Addenda and /or Circular Letters:

    Reference Number Date . .

    .. .

    .. .

    And confirm that we have taken account thereof in our Tender.

    8) We confirm that we have an agent is

    and whose Agency Registration Number is . dated

    9) We confirm that in accordance with Article 17 of the Tender Law and Article 35 of the Regulations of Sultani Decree No.86/84 that the following persons/

    shareholders of the company have an interest in the Tender

    Name Interest

    ..

    ..

    . .

  • APPENDIX TO THE FORM OF TENDER CLAUSE

    Number of Drawings 5.2.2 (b) Four (4) Preliminary and Four (4) Final Drawings And One (1) set of Digital Drawings

    Receipt of Operating and Maintenance Instructions 5.7

    Fourteen (14) days before Taking over of the work

    Time of Completion 7.1 180Days from the day of commencement

    Amount of Performance Bond 9.1 R.Obeing 5% of the contract sum

    Programme to be furnished 12.1 14 days following Muscat Electricity Distribution Companies order to commence the work

    Advanced details progress of Plant schedule 12.4 Not applicable

    Indirect or Consequential damage 16.1 Not applicable

    Insurance of the work 17.1 120% of Contract Sum

    Minimum amount of Third Party Insurance 17.2 (b) 120% of Contract Sum

    Amount of penalty per day 31.1 0.15% of Contract Sum/day Up to a maximum 10% of Value of executed sum

    Amount of penalty per day for Prolonged delay 31.2 Not applicable

    Amount of compensation per day of Delay of extended engineering Services 31.3 Not applicable

    Defects liability period 33.1 Twelve (12) Months from the date of completion

    Percentage for adjustment of PC Sums contained within provisional sum 39.4 (b) Not applicable

    Yearly cash Flow 2013 2014

    Percentage of Contract Value 95 % 05%

  • Dated thisday of2013

    Signature..in capacity of...

    Duly authorized to sign Tenders for and on behalf of.

    .............................................................................................................................

    ...

    NAME ( IN BLOCK CAPITALS )

    Address. witness.

    .. ..

    .. ..

  • SECTION III

    FORM OF AGREEMENT AND APPENDIX

  • FORM OF AGREEMENT

    This Agreement made the .day of .2013.. between Of .. (hereinafter called the Employer) of the one part and .. (Company Registration Number) .(hereinafter called the Contractor) of the other part.

    Whereas the Employer is desirous that certain Works should be executed viz:

    and has accepted a Tender by the Contractor as summarized at Appendix B Summary of Contract Sum for the execution, completion and maintenance of such Works.

    NOW THIS AGREEMENT WITNESSETH as follows:

    1) In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Standard Conditions of Contract hereinafter referred to.

    2)

    The following documents shall be deemed to form and be read and construed as part of this Agreement viz: The Said Tender The Standard Conditions of Contract The Outline Drawings The Outline Specification The Bill of Quantities The Instructions to Tenders Any Circular Letter and Addendum The Tender Board /Employers Letter of Acceptance .*

    3)

    In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned the Contractor hereby covenants with the Employer to execute and complete the Works and to remedy defects therein in conformity in all respects with the provisions of the Contract.

    4)

    The Employer hereby covenants to pay the Contractor in consideration of the execution, completion of the Works and the remedying of defects therein the Contract Price at the times and in the manner prescribed by the Contract and limited by the Cash Flow contained in the Appendix to the Form of Tender.

    ------------------------------------------------------------------------------------------------------

    * Other additional documents as required

  • IN WITNESS whereof the parties hereto have hereunder set their respective hands and seals on the day and year first above written

    .

    Signed by duly authorized Signatory For and on behalf of the Muscat Electricity Distribution Co,

    Witness : .

    .

    Signed by a duly authorized Signatory for and on behalf of the Contractor

    Witness : ..

    Ratified in accordance with the Sultani Decree No.48/76 as amended.

  • APPENDIX A TO THE FORM OF AGREEMENT

    CONSTITUTION OF COMPANY

    1) INTERNATIONAL COMPANIES

    The Contractor shall prior to the signature of the Form of Agreement submit notarially authenticated copies of the original documents defining the constitution of the Company, Power of attorney and other relevant documents. In the case of a partnership or Firm these documents shall be duly authenticated extracts from the partnership deed or other documents. These documents shall also show by what persons and what manner contracts may be entered into and what persons are directly responsible for the due execution of such contracts and can give valid receipts together with specimens of their signatures.

    An overseas power of attorney of a foreign signatory to the Tender shall have been endorsed by an approved Omani authority (such as Embassy)

    A Contractor intending to undertake the contract jointly with or in association with another firm or firms including firms or persons acting in an advisory or consultative capacity shall submit a statement showing how the contract commitment will be undertaken and the exact relationship between each of the parties.

    2) OMANI COMPANIES

    The Contractor shall prior to the signature of the Form of Agreement submit copies of the official company Registration Particulars, i.e., partnership, limited liability, joint venture, joint stock, together with the commercial registration number. These documents shall also show by what persons and in what manner contracts may be entered into and what persons are directly responsible for the due execution of such contracts and can give receipts together with specimens of their signatures

  • APPENDIX B TO THE FORM OF AGREEMENT SUMMARY OF CONTRACT SUM

    (FOR USE WITH VALUES IN RIALS OMANI ONLY)

    DESCRIPTION R.O.

    BILL NO.

    1

    LV Works ___________________________

    BILL NO 2 11KV WORKS

    BILL NO.

    3

    33KV Works ___________________________

    BILL NO.

    4

    General Works ___________________________

    Sub Total ___________________________

    ___________________________

    ADD CONTINGENCY 10% ___________________________

    ___________________________

    TOTAL CONTRACT SUM R.O. ___________________________

    Value of Plant ___________________________

    Value of Shipping / Insurance ___________________________

    Value of Erection / Installation ___________________________

    Value of Building and Civil Engineering Works ___________________________

    Value of Contingencies ___________________________

    ___________________________

    TOTAL RO.

    ___________________________

  • SECTION IV

    FORM OF BOND AND RECORDS

  • FORM OF TENDER BOND

    Chairman of Internal Tender Committee Muscat Electricity Distribution Company P.O. Box 1239, Al Hamriyah , Postal Code -131 Sultanate of Oman

    TENDER BOND NO..

    By this bond, We . whose address is hereby guarantee Messrs. of.... and hold at your disposal the sum of R.O..

    being One (1%) of the Tender sum from. .a total period of Ninety(90) calendar days.

    This bond shall be free of interest and payable in cash on your first written demand in the event of the Tenderer either withdrawing his tender within a period of ninety (90) calendar days from the date for receipt of Tenders or failing to provide a Performance Bond within ten (10) calendar days of acceptance of the Tender whichever date is earlier without any reference to or contestation on behalf of the Contractor.

    This bond should be returned to us upon its expiry or upon fulfillment of undertaking whichever is earlier.

    .

    Authorized Signature

    (To be issued by a locally registered bank)

  • FORM OF ADVANCE PAYMENT BOND

    Chairman of Internal Tender Committee Muscat Electricity Distribution Company P.O. Box 1239, Al Hamriyah , Postal Code -131 Sultanate of Oman

    ADVANCE PAYMENT BOND NO.

    Whereas..(hereinafter called the contractor) has been awarded a Contract dated.. to execute, complete and remedy the defects of the. for the value of RO..(Rials Omani .) and in consideration of your making an advance payment of RO . to the contractor being 10% of the Contract Sum, by this Bond, we... whose address is guarantee to pay you a sum not exceeding RO. ..

    on your first written demand without reference to or contestation on behalf of the Contractor.

    It is understood that our liability towards you will be progressively reduced by the amount repaid to you by the Contractor as contained in the Certificates and Payments against the said advance payment.

    This bond will be effective fromand shall be valid until..or until the amount of the advance payment is fully recovered, whichever is later.

    This bond should be returned to us upon its expiry or upon fulfillment of our undertaking whichever is the earlier.

    Authorized Signature

    (To be issued by a locally registered Bank)

  • FORM OF PERFORMANCE BOND

    Chairman of Internal Tender Committee Muscat Electricity Distribution Company P.O. Box 1239, Al Hamriyah , Postal Code -131 Sultanate of Oman

    PERFORMANCE BOND NO

    Whereas... (hereinafter called the Contractor has been awarded a contract dated... .. to execute, complete and remedy the defects of the... ..for the value of RO.. (Rials Omani.. by this bond we Whose address is.. Are held and firmly bound unto the Government of the Sultanate of Oman represented by the Muscat Electricity Distribution Company, Muscat in the Sum of RO... Being 5% of the Contract Value.

    We agree to make unconditional payment under this bond on your first written demand without reference to or contestation on behalf of the Contractor provided the claim is received by us on or before

    This bond will be effective from.and shall be valid until the after which date our liability shall automatically cease.

    This bond should be returned to us upon its expiry or upon fulfillment of our undertaking whichever is the earliest.

    Authorized Signature

    (To be issued by a locally registered bank)

  • NOTE TO THE CONTRACTOR

    Whilst the Performance Bond is an First Written Demand Bond, The Employer may, but is not bound to adhere to the following procedure. If the Employer considers that the Contractor is in default of the due performance of his duties under the Contract, then the Employer will give fourteen days written notice to the contractor of this occurrence during which time the Contractor shall rectify such performance to the satisfaction of the Engineer.

    If in the opinion of the Engineer such performance is not rectified the Engineer shall inform the Employer accordingly in writing.

    The aforementioned shall not, in any manner whatsoever, alter the nature of the On First Written Demand Bond

  • FORM OF RECORDS REQUIRMENTS

    Name of Project :..

    Date of Completion :..

    Sl.No Description

    1 33KV,O/H line Length.Km Size ..Sq.Km Km Sq.km

    2 11KV,O/H line Length.Km Size ..Sq.Km Km Sq.km Km Sq.km

    3 415V,O/H line Length.Km Size ..Sq.Km Km SizeSq.km Km SizeSq.km

    ------------------------------------------------------------------------------------------------------

    4 33KV,U./G Cable Length.Km Size ..Sq.Km Km Sq.km

    5 11KV,U/G Cable Length.Km Size ..Sq.Km Km Sq.km Km Sq.km

    6 415V,U/G Cable Length.Km Size ..Sq.Km Km SizeSq.km Km SizeSq.km

    ------------------------------------------------------------------------------------------------------

    7 Size of Transformer Make Serial No Name of Substation 50 KVA 100 KVA 200 KVA 315 KVA 315 KVA 500 KVA 500 KVA 1000 KVA 3 MVA 6 MVA

    ------------------------------------------------------------------------------------------------------

    Contractors Engineer :

    MEDC Engineer : ..

  • SECTION -V

    CONDITIONS OF CONTRACT

  • SULTANATE OF OMAN

    MUSCAT ELECTRICITY DISTRIBUTION CO. SAOC

    SECTION - V

    CONDITIONS OF CONTRACT

    1.0

    GENERAL CONDITIONS

    The Conditions of Contract shall be those contained within the Sultanate of Oman Standard Documents for Electrical and Mechanical Works (including Erection on Site) 1st Edition, issued in April 1987 prepared by the Ministry of Finance, Financial Affairs, Muscat.

    These documents shall be purchased from the Ministry of Finance on payment of the prescribed fee

  • SECTION - VI

    TENDERERS ENCLOSURES

  • MUSCAT ELECTRICITY DISTRIBUTION CO. SAOC

    SECTION - VI TENDERERS ENCLOSURES

    Tenderers are instructed to bind in after this page all documents called for in the Instructions to Tenderers or elsewhere in the Tender Documents. The additional documents must be clearly marked and given Index Numbers and a Table of Contents for easy reference.

    The Tenderer is also instructed to fill-up and submit with this document the enclosed forms for (A) Omani Employees who are employed in the company (B) Expatriate Employees who are employed in the company the tender is instructed to fill up the list of all products and materials to be used in the project as the attached on (pages 26, 27 and 28)

  • LIST OF OMANI EMPLOYEES

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    A. Tenderer shall list below all Omani Employees employed by the Company

    Serial No. Name of Employee Job Category

    Rate/Month (R.O.)

    NB. Tenderer shall provide additional sheets if required

    27

  • LIST OF EXPATRIATE EMPLOYEES

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    B. Tenderer shall list below all Expatriate Employees employed by the Company

    Serial No. Name of Employee Job Category

    Rate/Month (R.O.)

    NB. Tenderer shall provide additional sheets if required

    28

  • LIST OF MATERIALS

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    D. Tenderer shall list below all Materials used for this Project

    Serial No. Material Description Make Remarks

  • SULTANATE OF OMAN

    MUSCAT ELECTRICITY DISTRIBUTION COMPANY (SAOC)

    TENDER DOCUMENT FOR

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    TENDER NO :-MEDC- 83/2012

    VOLUME 2 OF 3 : TECHNICAL SPECIFICATION, BILL OF QUANTITIES

  • SECTION I

    PART A -- TECHNICAL SPECIFICATION PART B -- PARTICULAR SPECIFICATION

  • ABBREVIATIONS

    A Ampere

    AAAC All Aluminium Alloy Conductor

    AC Alternating Current

    ACSR Aluminium Core Steel Reinforced

    AGCC Arab Gulf Co-operation Council

    BSS British Standard Specifications

    CBS Circuit Breakers

    CT Current Transformer

    DC Direct Current

    ECR Electrical Corrosion Resistant

    ELCB Earth Leakage Circuit Breaker

    FRP Fibre Reinforced Polymeric

    GEC General Electric Company

    HFU High voltage switch Fuse Unit

    HV High Voltage

    HRC High Repturing Capacity

    HTV High Temperature Vulcanizing

    IDMT Inverse Definite Minimum Time

    Imag Magnetizing Current

    KV Kilo Volt

    LED Light Emitting Diode

    LV Low Voltage

    MAS Material Approval Sheet

    MHEW Ministry of Housing, Electricity and Water

    MCB Miniature Circuit Breaker

    MCCB Moulded Case Circuit Breaker

    MEDC Muscat Electricity Distribution Company (SAOC)

    MTA Maximum Torque Angle

    MVA Mega Volt Ampere

    MVAR Mega Volt Ampere Reactive

    ma milli ampere

    mm milli metre

    OES Oman Electrical Standards

    OLTC On Load Tap Changer

    Rct Resistance of current transformer

    REF Restricted Earth Fault

    RTV Room Temperature Vulcanizing

    SCADA Supervisory Control And Data Acquisition

    SF6 Sulphur hexa-fluoride

    SWA Steel Wire Armoured

    UV Ultra Violet

    V Voltage

    W Watt

    XLPE Cross Linked Poly Ethylene

    3C Three Core

  • SULTANATE OF OMAN

    MUSCAT ELECTRICITY DISTRIBUTION COMPANY (SAOC)

    SECTION I

    PART A TECHNICAL SPECIFICATION

    The Technical Specification governing the whole of the Works specified in this Tender are provided

    in the Omani Electrical Standards listed below. These Standards contain, in addition to Technical

    Specification, detailed construction drawings for Electrical, Civil and Mechanical Works relevant to

    the Distribution Networks.

    The Standards shall be obtained from the Muscat Electricity Distribution Company (SAOC) on

    payment of the prescribed fees. The Tenderer is warned that the Muscat Electricity Distribution

    Company may, in future, modify the Standards and announce the modifications. The Tenderers

    holding versions of the Standards or buying new ones must ensure that the Standards purchased are

    the latest version. The Tenderer needs to be holding one set of Standards and before Tendering, he

    must check with MEDC for any changes on the documents he is holding. Changes or modifications

    will be handed over free of cost only to Tenderers who have purchased earlier the concerned

    Standard.

    The Omani Electrical Standards relevant to this Tender are:

    Omani Electrical Standards relevant to this Tender

    Sr. No.

    Description

    Standard

    01 33KV and 11KV Overhead Lines OES-1

    02 33KV, 11KV, 600/1000V and Pilot Cables OES-2

    03 Low Tension Overhead Lines OES-3

    04 11KV/433V Distribution Transformers OES-5

    05 33/11KV Transformers OES-6

    06 11KV Dropout Fuse Units OES-8

    07 33KV Lightning Arrestors OES-9

    08 11KV Lightning Arrestors OES-10

  • Sr. No. Description Standard

    09 General Requirement of Distribution Materials OES-11

    10 11.5KV 5MVAR Capacitor Bank OES-13

    11 11KV Indoor Switchgear OES-14

    12 33KV Indoor Switchgear OES-15

    13 33KV Fault Throw Switch and Spring Opening Disconnect

    OES-16A &

    OES-16B

    14 11KV Outdoor Switchgear (Horizontal and

    Vertical Mounting Type)

    OES-17

    15 33KV Outdoor Switchgear (Horizontal and

    Vertical Mounting Type)

    OES-18

    16 11KV Outdoor Ring Main Switchgear OES-19

    17 33KV and 11KV Auto Recluses OES-20

    18 800A and 1600A Feeder Pillars

    OES-21A &

    OES-21B 400A Mini Feeder Pillars OES-21C

    19 33/11KV Indoor Substation (Typical) OES-24

    20 ACSR Conductors

    Aluminium Alloy Stranded Conductors

    Aluminium Stranded Conductor for

    Low Tension Overhead Lines

    XLPE Covered Aluminium Conductor for

    Low Tension Overhead Lines

    OES-25A

    OES-25B

    OES-25C

    OES-25D

    21 Disc Insulators

    33KV Line Post Insulators

    11KV Line Post Insulators

    11KV Stay Insulators

    OES-26A

    OES-26B

    OES-26C

    OES-26D

    22 400 A Cutout Box OES-28

    23 Wood Poles OES-29

    24 3MVA/6MVA 33/11KV Outdoor Substation OES-30

    25 33KV Outdoor Circuit Breakers OES-34

  • SECTION -1

    PART B

    PARTICULAR SPECIFICATION

    1.0 SCOPE OF WORKS

    The Muscat Electricity Distribution Company SAOC intends to under grounding the existing 33KV, 11KV Lines In Airport Area as shown in the drawing attached with this tender.

    .

    The Major Scope of work is as under but is not limited to: - Laying of 33KV cable 5950 Mtrs, FOC cable in 50mmDiaUPVC duct 5950 Mtrs,11KV 3c 240 Sq. mm XLPE cable 3250 mtrs., 3c 50 Sq.mm cable 10 mtrs, 4c 240 Sq.mm cable 300 mtrs.,1c 630 Sq. mm cable 28 mtrs., including cable terminations and joints. Installation of 500KVA Transformer 1nos, Ring main units 01Nos, 400A Feeder Pillar with plinths 1nos and 800A Feeder Pillar with plinths 1nos earthing with chamber and additional earthing, installation of cable tiles, route marker etc are included in this tender.

    Supply and installation of GRP kiosk for distribution transformer for the above as per Medc specification and standard 1 Nos and Construction of cable draw pits4 Nos.

    The FOC cable shall be laid in ducts and end shall be properly sealed and kept inside the cable draw pit with necessary loop after testing the cable for future use.

    Provision is given for dismantling the existing o/h line complete with all materials and returning to MEDC stores in good condition .

    The contractor should prepare the list of materials are to be dismantled and obtained approval from the construction follow-up Engineer MEDC prior to start the dismantling work.

  • 2.0

    SPECIAL INSTRUCTIONS CONCERNING SPECIFIC WORKS.

    2.1 The Contractor shall be grade C and above registered with the DCRP and with the

    Ministry of Commerce and Industry and the Tender Board.

    2.2 Approval shall be obtained for the proposed route of the lines, from the following

    authorities before commencing the works:-

    a. Projects Manager, MEDC

    b. Other concerned authorities.

    2.3 Project completion period is inclusive of the period required for obtaining the approvals

    and is counted the date of commencement. Bar chart must show clearly the time

    required for approval and for execution of the job and both must constitute the quoted

    completion period.

    2.4 Preferential treatment shall be granted on prices for National Products against similar products of Foreign Origin as per the Directory of Preferential Treatment to National

    Industries Products in Government purchases issued by the Industrial Development

    Committee, Directorate General of Industry, Ministry of Commerce and Industry, Sultanate

    of Oman.

    Contractor should submit in the following format the list and prices for National Industries

    products which he intends to use in this project:

    SL.

    NO.

    DESCRIPTION

    MAKE &

    ORIGIN QTY.

    UNIT PRICE

    (without labour

    charge)

    TOTAL

    PRICE

    R.O.

    REMARKS

    2.5 The Tenderer shall submit with his Tender the details of all local products and materials

    which he intends to use in the Works. The details of each product and material must be

    given in the prescribed form (MATERIAL APPROVAL SHEET-MAS), specimen of which is

    enclosed in this Volume 2, All Materials should confirm to OES specification and of

    approved makes

    2.6 All materials and equipment shall be of approved makes from the Product Approved

    List/or in use in MEDC System.

    2.7 All dismantled materials to be returned to MEDC Store at Azaiba in good condition.

  • 3.0 SPECIAL REQUIREMENTS

    Clause 3.1: Engineer

    Engineer means Consultant or concerned Muscat Electricity Distribution Company Engineers

    involved in in-house project implementation. I.e. Project Engineer and/or Follow-up Engineer.

    Clause 3.2: As Built Drawings and Records

    After completing the Works in all respects and before issuing the Taking Over Certificate, the

    Contractor shall provide MEDC with As Built drawings and record values as per the form included

    in the Prime Document.

    The As Built drawings shall be Digital soft copy with one Matt film plus two prints and shall

    incorporate all site modifications. The drawings shall be stamped As Built and signed by the

    Contractor.

    Clause 3.3: Performance Bond

    The successful Tenderer shall submit within ten (10) days of being notified of the decision to accept

    his Tender, a Performance Bond for the due and faithful execution of the Contract in the sum of five

    percent (5%) of the total value of the Contract in the form of a Letter of Guarantee from an

    approved local bank in Oman in favor of the Muscat Electricity Distribution Company, Sultanate of

    Oman which shall be valid for a period to cover the whole of the Contract and defect liability

    period. The Cost of obtaining the performance Bond shall be at the expense in all respects of the

    Contractor. No interest charges incurred in respect of the Performance Bond will be borne by the

    Employer. The Performance Bond will be retained by the Employer during the period of Contract including twelve (12) months defect liability period, and will be released after the issue of the Final

    Taking Over Certificate.

    Clause 3.4: Workmanship and Materials

    Throughout the whole Contract Period, the Contractor must liaise with the Engineer for inspection

    and approval of the installations. The Contractor is obliged to seek the approval of the Engineer for

    all the works including cable trenches, pole pits, cable laying and all other erection works up to the

    satisfaction of the Engineer. Defects which may be detected by the Engineer before or after the

    completion of construction and not previously approved by him shall be rectified at the cost of the

    Contractor.

    The materials to be used in construction shall comply fully with the relevant OES Standards and the

    following points must be adhered to:

    a) All the materials required for the Project, except those mentioned clearly as MEDC supply,

    shall be procured by the Contractor.

    b) The materials shall be from MEDC approved manufacturers as per MEDC Product Approval

    List.

    For other materials which are not specifically mentioned in the Product Approval List the

    Contractor must during the Tendering stage submit full Technical Detail and Specification.

    Formal Approval for the specific job then must be obtained before supply. This approval is

    not to be considered as a general approval and must be limited to this job only.

  • c) Materials delivered to site and before installation must be inspected and approved in writing

    by the Engineer.

    d) Tenderer shall submit with his Tender nominated material manufacturer/suppliers list and

    show clearly the other items where he is proposing suppliers other than those included in

    MEDC Approval List.

    Clause 3.5: Method of Payment

    The Muscat Electricity Distribution Company (SAOC) shall pay to the Contractor in the following

    manner:

    a) 10% of the Total Contract Value excluding contingency amount as advance payment on signing the Agreement and against an invoice from the Contractor together with an Advance Payment Bond equal to this sum.

    b) 25% of the Total Contract Value excluding contingency amount as interim payment to the Contractor after the completion of 40% of the Works as certified by the Engineer.

    c) 50% of the Total Contract Value excluding contingency amount as interim payment to the Contractor after the completion of 60% of the Works as certified by the Engineer.

    d) Payment of a Residual Amount on issuance of Taking Over Certificate to bring the total Contractor payments to 95% of the cost of the Actual executed Works.

    i.e. (a+b+c+d) = 95% of the value of the Actual executed Works. e) 5% after twelve (12) months from the date of completion of Works and successful completion of the

    Defects Liability Period.

  • SCHEDULE I

    MATERIAL APPROVAL SHEET (MAS)

    CONTRACTOR:

    Project /Tender No. :

    Contractor :

    M.A.S No. :

    B.O.Q Ref. :

    Specification Reference :

    Drawing Reference :

    Manufacturer (Local only) :

    Supplier (GCC or Foreign) : **

    Time Required at Site :

    B.S. Reference :

    Sample Attached : Yes [ ] No [ ]

    Certificate Attached : Yes [ ] No [ ]

    Assurance of Delivery on Time : Yes [ ] No. [ ]

    Remarks :

    Signature :

    Date :

    ENGINEER: Above information given by the

    Contractor is

    : Correct [ ] Incorrect [ ]

    Required information : 1.

    : 2.

    : 3.

    Material: Recommended [ ] : Rejected [ ]

    Material: Recommended with comments :

    IN CASE PRODUCT RECOMMENDED IS NON-OMANI GIVE REASONS.

    We confirm that there is no local manufacturer available for the proposed product, and no

    alternative local product can meet the requirement for the duty conditions in Oman.

    Signature : Date

    :

    Stamp :

    EMPLOYER

    Materials: Approved [ ] : Rejected [ ]

    Materials: Approved with

    Comments

    : 1.

    2.

    Signature : Date:

    Stamp :

    ** This will only be considered if local manufacturer for the specified or alternative product is

    not available.

  • PRICING METHOD

    The various items individually described in the Bill of Quantities hereinafter are prepared to reflect

    all possible types of installations in distribution networks. The Omani Electrical Standards

    governing this Tender include, in addition to Technical Specification, Constructional Drawings

    showing details of the constituents of each installation item given in the Bill of Quantities. In

    addition, the constituents corresponding to each item in the Bill of Quantities for the three

    voltage levels (LV, 11KV and 33 KV) are listed in the corresponding schedules of the Tender

    Document. For example, the details of each item shown on Bill No. 1 are given in Schedule No. 1

    against the corresponding item numbers. These details pertaining to an item, in addition to other

    minor details not specifically mentioned but necessary for the completion of the installation as

    stipulated by the Omani Electrical Standards, must be provided for and reflected in the unit

    prices.

    The unit designation at Column No. 4 of the Bill of Quantities whether No. or Lump Sum or Set or Mtr. or KM is intended to give a scale for measurement of identical items and for

    accounting purposes. The Unit Price column (5) & (6) must reflect all prices of the said item in

    the Bill for supply, installation, workmanship etc. as prescribed in this Tender Document.

    The Muscat Electricity Distribution Company (SAOC) may provide the Tenderer, in certain

    projects with major materials as free issue like transformers, poles, conductors, cables etc. These

    materials constitute parts of the material requirements of the project. The Tenderer shall quote his

    unit price for the individual items reflecting all other costs for supply, installation, erection and

    commissioning of the whole item requirements except for the cost of material provided free to

    the Tenderer by MEDC.

    Final payment shall be made on the basis of quantities as finally erected and confirmed by

    measurement extended at the rates given in the Bill of Quantities.

  • SECTION II

    BILL OF QUANTITIES AND SCHEDULES

  • PART-A

    BILL OF QUANTITIES

  • MUSCAT ELECTRICITY DISTRIBUTION CO.

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    Bill No-1

    LV WORKS

    SL NO DESCRIPTION QTY UNT

    UNIT RATE (R.O.) AMOUNT R.O WORDS FIGURES

    01 Supply And Laying 4c 240 Sq. MM XLPE Copper Cable Including Sand Bedding Caution Tape And Trenching And Back Filling.

    300 Mtr

    02 Supply And Laying 1c 630 Sq. MM XLPE Copper Cable Including Sand Bedding Caution Tape And Trenching And Back Filling.

    28 Mtr

    03 Supply And Installation Of Indoor / Outdoor Termination For 1cx630 Sq. MM Cable 08 Nos

    04 Supply And Installation Of Indoor / Outdoor Termination For 4cx50 120 Sq. MM Cable 02 Nos

    05 Supply And Installation Of Indoor / Outdoor Termination For 4cx185 240 Sq. MM Cable 02 Nos

    06 Supply And Installation Of 400A, 6 Way Feeder Pillar With Concrete Plinth. 01 Nos

    07 Supply And Installation Of 800A, 6 Way Feeder Pillar With Concrete Plinth. 01 Nos

    CARRIED TO COLLECTION R.O.

  • MUSCAT ELECTRICITY DISTRIBUTION CO.

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA Bill No.1

    LV WORKS

    COLLECTION

    1, Collection from page R.O. .

    Carried to Summary R.O

  • MUSCAT ELECTRICITY DISTRIBUTION CO.

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA Bill No.2

    11 KV WORKS

    SL NO DESCRIPTION QTY UNT

    UNIT RATE (R.O.) AMOUNT R.O WORDS FIGURES

    01 Supply and laying of 11KV 3c 50 Sq. mm xlpe cable including trenching in all conditions of soil, back filling sand bedding and caution tape etc

    10 Mtr

    02 Supply and laying of 11KV,3c 240 Sq. mm xlpe cable including trenching in all conditions of soil, back filling sand bedding and caution tape etc

    3250 Mtr

    03 Supply and Installation of indoor termination with right angle boot for 3c 50 Sq. mm xlpe cable

    02 No.

    04 Supply and Installation of indoor termination with right angle boot for 3c 185 - 240 Sq. mm xlpe cable

    02 No.

    05 Supply and installation of straight through joint for 3c 185 - 240 Sq. mm xlpe cable

    15 No

    06 Supply and installation of 500KVA, 11KV / 415V Transformer with concrete plinth 01 No

    07 Supply and installation of RMU set with concrete plinth 01 No

    CARRIED TO COLLECTION R.O.

  • MUSCAT ELECTRICITY DISTRIBUTION CO.

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    Bill No.2

    11 KV WORKS

    COLLECTION

    1, Collection from page R.O. .

    Carried to Summary R.O

  • MUSCAT ELECTRICITY DISTRIBUTION CO.

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA Bill No. 3

    33 KV WORKS

    SL NO DESCRIPTION QTY UNT

    UNIT RATE (R.O.) AMOUNT R.O WORDS FIGURES

    01 Supply And Installation Of " H" Terminal Pole Including Pit Excavation Etc 02 No

    02 Supply and installation of cable support assembly 02 No

    03 Supply and installation of post top insulator assembly 02 No

    04 Supply And Installation Of Permalli/Fibre Glass Stay Including Pit Excavation 04 Mtr

    05 Supply and laying of 33KV 3c 300 Sq. mm xlpe cable including trenching in all conditions of soil, back filling sand bedding and caution tape etc

    5950 Mtr

    06 Supply and laying of Fiber Optic Cable ( 24 fiber) in 50mm UPVC duct 5950 Mtr

    07 Supply and installation of outdoor termination for 3c 300Sq.mm cable with cable earthing kit 02 No

    CARRIED TO SUMMARY R.O.

  • MUSCAT ELECTRICITY DISTRIBUTION CO.

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    Bill No.3

    33 KV WORKS

    SL NO DESCRIPTION QTY UNT

    UNIT RATE (R.O.) AMOUNT R.O WORDS FIGURES

    08 Supply and installation of straight through joints for 33KV, 3c 300 Sq. mm xlpe cable 25 Nos

    09 Supply and installation of 33KV Lightning arrestors 02 Set

    10 Testing And Comissiong Work LS LS

    CARRIED TO SUMMARY R.O.

  • MUSCAT ELECTRICITY DISTRIBUTION CO.

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    Bill No.3

    33 KV WORKS

    COLLECTION

    1, Collection from page R.O. .

    2, Collection from page R.O.

    Carried to Summary R.O

  • MUSCAT ELECTRICITY DISTRIBUTION CO.

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA Bill No-3

    GENERAL WORKS

    NO DESCRIPTION QTY UNIT UNIT RATE (R.O.) AMOUNT R.O WORDS FIGURES 01 Supply & Installation Of Earthing With Inspection Chamber 06 Nos

    02 Supply & Installation Of Additional Earthing Without Inspection Chamber 20 Nos

    03 Construction of cable draw pits as per drawing 04 No. 04 Supply & Installation Of Cable Cover Tiles 9000 Mtr

    05 Supply & Installation Of Cable Route Marker(New Type As Per Drawing No:Medc-Civil-010)

    90 Nos

    06 Supply And Installation Of Protection Pipe For Mfp 02 Nos

    07 Supply and installation of cable guard 02 Mtr

    08 Asphalt Road Cutting And Reinstatement As Per Standards 150 Mtr

    09 Concrete Cutting & Reinstatement 80 Sq. M

    10 Supply And Installation 160mm Dia UPVC Pipe Duct With Concrete, 5mm thick as per OES 120 Mtr

    11 Supply And Installation 200mm Dia UPVC Pipe Duct With Concrete, 5mm thick as per OES 160 Mtr

    12 Thrust Boring With 200mm Steel Pipe As Per Muscat Municipality Standards. 200 Mtr

    CARRIED TO SUMMARY R.O.

  • MUSCAT ELECTRICITY DISTRIBUTION CO.

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA Bill No-3

    GENERAL WORKS

    NO DESCRIPTION QTY UNIT UNIT RATE (R.O.) AMOUNT R.O WORDS FIGURES 13 Interlock Tiles Removal & Reinstallation 100 Sq.m

    14 Grass Removal & Reinstatement 400 Sq.m

    15

    Constructing Plinth Wall 1.3 Mtr Height Approximately For Accommodating GRP Kiosk For Distribution Substation As Per Compound Wall Drawing (MEDC) Including Foundation, Columns, Top And Bottom Beams, Solid Block Work, Filling With Imported Earth And Providing Steps, Plastering, Painting Etc. Complete. (Size 6.2mtr X 5.2mtr)

    01 Nos

    16 Supply And Installation Of GRP Kiosk For Distribution Substation Size 6.2x5.2mtr As Per MEDC Approved Standards And Specification Etc Complete.

    01 Nos

    17 Dismantling the existing 33KV and 11KV line with all materials and returned to MEDC stores in good condition. (as per scope of work and drawings)

    LS LS

    18 Survey And Preparation Of Drawings, Obtaining Approvals And Preparing As Built Drawings In GIS Format Etc

    LS LS

    CARRIED TO SUMMARY R.O.

  • MUSCAT ELECTRICITY DISTRIBUTION CO.

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA Bill No.4

    GENERAL Works

    COLLECTION

    1, Collection from page R.O. .

    2, Collection from page R.O. .

    Carried to Summary R.O

  • MUSCAT ELECTRICITY DISTRIBUTION COMPANY (SAOC)

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    SUMMARY

    1) Bill No. 1 LV Works : R.O.

    2) Bill No. 2 11KV Works : R.O.

    3) Bill No. 3 33KV works : R.O.

    4) Bill No. 4 General Works : R.O.

    -------------------------------------------------------------------

    Sub Total : R.O.

    Total Tender Value Carried to Form of Tender : R.O. ==============================

    Omani Rials.Only

    Authorized Signatory :

    Name of Signatory :

    Company Name and Address :

    Date : Seal :

  • PART B

    SCHEDULES

  • LV SCHEDULES

    01 LAYING OF 4C x 240 SQ.MM. XLPE INSULATED COPPER CABLE. 4C x 240 Sq.mm.XLPE/SWA/PVC Copper Cable. Caution tape 150mm wide Sand

    Trench excavation 0.4 x 0.6m 1.0mtr long and backfilling

    1 1

    0.2

    Mtr Mtr Cu.m

    02 LAYING OF 1C X 630SQ.MM. XLPE INSULATED COPPER CABLE.

    1C x 630Sq.mm. XLPE/ASA or AWA/PVC Copper Cable Caution tape 150mm wide Sand Trench excavation 0.4 x 0.6m 1.0mtr long and backfilling

    1 1

    0,2

    Mtr. Mtr Cu.m

    03 INSTALLATION OF INDOOR/OUTDOOR TERMINATION KIT 4C x 185 - 240 SQ.MM CABLE

    Heat Shrinkable dry type Termination. Bimetallic clamps - 3 bolted type/ Compression type Cu.Lugs. PVC Covered Copper conductor 70 sq.mm.

    1 5 1

    Kit. No. Mtr.

    04 INSTALLATION OF STRAIGHT THROUGH JOINT 4C x 185-240 SQ.MM.CABLE

    Straight through Joint complete with Ferrules

    1

    Kit.

    05 INSTALLATION OF INDOOR/OUTDOOR TERMINATION KIT 1C X 630 SQ.MM. CABLE

    Heat shrinkable tube. 630 Sq.mm. Cu. Compression type lug

    1 1

    No. No.

    06 INSTALLATION OF 400A - 6 WAY, 100A UNIT - MINI FEEDER PILLAR, EXCLUDING CONCRETE BASE 400A - 6 Way 100A Unit Mini Feeder Pillar with 400 A incoming and out going links Concrete plinth with bolts

    1 1

    No. set

  • LV SCHEDULES

    07 INSTALLATION OF 1600 A -8 WAYS FEEDER PILLAR,INCLUDING CONCRETE BASE.

    Feeder Pillar - 1600 A - 8 ways Concrete base Foundation Bolts

    1 1 4

    No. Set. Nos.

    11KV SCHEDULES

    01 LAYING OF 3Cx50 SQ.MM. XLPE INSULATED COPPER CABLE

    3C x 50 Sq.mm. XLPE/SWA/PVC Copper Cable. Caution Tape Sand Including trenching and back filling Trench excavation: 0.8m width x 1.0m depth

    1 1

    0.320

    Mtr. Mtr. Cu.M.

    02 LAYING OF 3Cx185 SQ.MM. XLPE INSULATED COPPER CABLE

    3C x 1850 Sq.mm. XLPE/SWA/PVC Copper Cable. Caution Tape Sand Including trenching and back filling Trench excavation: 0.8m width x 1.0m depth

    1 1

    0.320

    Mtr. Mtr. Cu.M.

    03

    LAYING OF 3Cx240 SQ.MM. XLPE INSULATED COPPER CABLE 3C x 240 Sq.mm. XLPE/SWA/PVC Copper Cable. Caution Tape Sand Including trenching and back filling Trench excavation: 0.8m width x 1.0m depth

    1 1

    0.320

    Mtr. Mtr. Cu.M.

  • 04 INSTALLATION OF INDOOR TERMINATION KIT WITH RIGHT ANGLE BOOT FOR 3Cx 50-120 SQ.MM CABLE Heat Shrinkable Dry type termination. 50/70/120 Sq.mm Copper Compression type lugs. 16mm-dia x 50mm-long Brass Bolts & Nuts with 2 Washers Heat Shrinkable Boots.

    1 3 3 3

    Kit. No. No. No.

    05

    INSTALLATION OF INDOOR TERMINATION KIT WITH RIGHT ANGLE BOOT FOR 3C 185- 240 SQ.MM CABLE

    Heat Shrinkable Dry type termination. 300 Sq.mm Copper Compression type lugs. 16mm dia x50mm long brass bolts & Nuts with 2 washers Heat shrinkable boots

    1 3 3 3

    Kit. No. No No

    06 INSTALLATION OF STRAIGHT THROUGH JOINTS FOR 3C 240 Sq. MM CABLE Straight through joint kit Copper ferrules

    1 3

    No No.

    07 ERECTION OF 11KV/433 V 1000 KVA GROUND MOUNTED TRANSFORMER INCLUDING CONCRETE PLINTH

    1000 KVA 11 KV/433 V transformer. Concrete plinth

    1 1

    No. N.

    09 INSTALLATION OF 11KV LIGHTNING ARRESTOR Lightning Arrestors-station type with bolts, Nuts & Washers 70sq.mm PVC covered copper conductor Bi-metalic PG Clamp-3 bolted type Compression type copper lug for 70 sq. mm cable

    3 4 3 7

    No Mtr No No

  • 33KV SCHEDULES

    01 INSTALLATION OF CABLE SUPPORT ASSEMBLY Support channels (100x50x6mm-2000mm long) 20 mm dia x 250mm-long Bolts & Nuts 20mm curved square washers Cable Cleats 10mm-dia x 50mm-long Bolts & Nuts 20mm Flat washers

    2 4 4 2 4 4

    No No No No No No

    02 INSTALLATION OF POST TOP INSULATOR ASSEMBLY Support channels (100x50x6mm-2400mm long) 20 mm dia x 250mm-long Bolts & Nuts 20mm curved square washers Post Insulators with stud, Bolts, Nuts & Washers Binding wire 20mm Flat Washers

    1 2 2 3 9 2

    No No No No Mtr No

    03 INSTALLATION OF OUTDOOR TERMINATION KIT WITH EARTHING OF CABLE TERMINATION FOR 3C 300 SQ.MM CABLE Heat Shrinkable Dry type termination. 300 Sq.mm Copper Compression type lugs. 16mm dia x50mm long brass bolts & Nuts with 2 washers Heat shrinkable boots Earthing Kit

    1 3 3 3 1

    Kit. No. No No No

    04 INSTALLATION OF STRAIGHT THROUGH JOINTS FOR 3C 300 Sq. MM CABLE Straight through joint kit Copper ferrules

    1 3

    No No.

  • SULTANATE OF OMAN MUSCAT ELECTRICITY DISTRIBUTION COMPANY (SAOC)

    TENDER DOCUMENT FOR

    UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    TENDER NO :-MEDC- 83/2012

    VOLUME 3 OF 3

    DRAWINGS

  • SECTION III

    DRAWINGS

  • MUSCAT ELECTRICITY DISTRIBUTION COMPANY (SAOC)

    LIST OF DRAWINGS

    SL. NO DRAWING TITLE

    NO. OF SHEETS

    01 UNDERGROUNDING OF EXISTING 33 AND 11KV O/H LINES TO U.G CABLES AT AIRPORT AREA

    MEDC11KV/093/2012