Você está na página 1de 45

SULTANATE OF OMAN

RURAL AREAS ELECTRICITY COMPANY (SAOC)

TENDER NO. /2009

TENDER DOCUMENT
for

CONSULTANCY SERVICES
for

DESIGN & SUPERVISION


for

CONSTRUCTION OF NEW REVERSE OSMOSIS (RO)


DESALINATION PLANT AT TIBAT AREA
in
MUSANDAM GOVERNORATE

NOVEMBER 2009
TABLE OF CONTENTS

PAGE
SECTION 1 INTRODUCTION
1.1 Invitation 1-1
1.2 Objective 1-1
1.3 Description of Work 1-1
1.4 Agreement 1-1
1.5 Non Compliance with Tender 1-1

SECTION 2 INSTRUCTION TO TENDERERS


2.1 General 2-1
2.2 Tender Submission 2-1
2.3 Addenda to Invitation for Tender 2-2
2.4 Site Visits 2-2
2.5 Project Office in Oman 2-2
2.6 Organization of Tender Documents 2-2
2.7 Preference 2-5
2.8 Prime offer and Alternative offer 2-5
2.9 Clarifications, Doubts or Obscurities 2-6
2.10 Tenderer’s Declaration 2-6
2.11 Tenderer’s Enclosures 2-6
2.12 Evaluation of Tenders 2-6
2.13 Right to Reject Tender 2-7
2.14 Professional Indemnity 2-7

SECTION 3 TERMS OF REFERENCE


3.1 Design and Tendering Services 3-1
3.2 Supervision Services 3-3

SECTION 4 REMUNERATION
4.1 General 4-1
4.2 Design Services 4-1
4.3 Supervision Services 4-2
4.4 Local Taxes, Duties, etc. 4-3
4.5 Visas and Permits 4-4
4.6 Validity of the Offer 4-4
4.7 Insurance Cover and Duration of Liability 4-4

SECTION 5 BRIEF DESCRIPTION AND SCOPE OF WORK


5.1 Background & Objectives 5-1
5.2 Design Criteria 5-1
5.3 Scope of Project 5-2
5.4 Preliminary Design Report 5-4
5.5 Final Design and Tender Documents 5-5
5.6 Data Collection, Survey Works, Site Investigations 5-6
5.7 Project Staffing 5-6

(i)
PAGE

5.8 Submission of Reports, Drawings and Documents 5-8


5.9 Time Schedule 5-8
5.10 Consultants Understanding of the Scope 5-9
of Work and Services
5.11 Payments 5-9
5.12 Financial Offer 5-9
5.13 Qualifications and Experience of Supervisory Staff 5-10

SECTION 6 TENDER FORMS


- FORM OF TENDER 6-1

- FORM OF AGREEMENT 6-3

- APPENDIX-A TO THE FORM OF AGREEMENT 6-5

- APPENDIX-B TO THE FORM OF AGREEMENT 6-6

- APPENDIX-C TO THE FORM OF AGREEMENT 6-7

- APPENDIX-D TO THE FORM OF AGREEMENT 6-8

- APPENDIX-E TO THE FORM OF AGREEMENT 6-9

- EXHIBIT A– DETAILS OF DESIGN & SUPERVISORY STAFF 6-10

- EXHIBIT B– MANPOWER SCHEDULE 6-11

- EXHIBIT C– EXPERIENCE: RELEVANT PROJECT COMPLETED 6-12

SECTION 7 SCHEDULES OF PRICES

1. Design Services Fees 7-1

2. Supervision Services Fees 7-1

(ii)
SECTION 1

INTRODUCTION

1.1 Invitation

The Rural Area Electricity Co. hereinafter referred to as “the Client” invites
Consultancy proposals from Consultants who have previous experience in similar
works for:
“CONSULTANCY SERVICES FOR DESIGN & SUPERVISION FOR
CONSTRUCTION OF NEW REVERSE OSMOSIS (RO) DESALINATION
PLANT AT TIBAT AREA IN MUSANDAM GOVERNORATE”
1.2 Objective

The main objectives of the Project are summarized as follows:

Main objective of the Project is to construct a water production unit at TIBAT area
in Musandam Governorate to provide the inhabitants, commercial and industrial
customers between Tibat and Khasab areas with safe drinking water according to
the Omani Standards for drinking water. It is required to build desalination plant of
capacity 6000 m3/day including accessories with water distribution system through
tanker filling point in accordance with the PAEW standards and Guidelines and
other applicable International standards. The raw water sources is to be studied
during the Front End Engineering and Design (FEED) by the successful consultant
such that either direct sea water intake or water supply wells which shall be
executed and tested by the contractor during the construction stage of the project
and to be located in the vicinity of the plant site. The Desalination Plant is to be
located adjacent to the to-be-built gas based Power plant plot.

1.3 Description of Work


Detailed description of work is provided in Section 5.
1.4 Agreement

The Agreement shall, in general, be governed by the terms and conditions of


“Standard Form of Agreement and Conditions of Engagement for Consultancy
Services for Building and Civil Engineering Works”, Second Edition, March, 1987.
In particular for supervision services.

Tenderers are expected to be in possession of this document and to be fully aware


of its contents.

1.5 Non Compliance with Tender

The tenderer shall submit a separate list including all the items and areas of non-
compliance with the tender requirements. Failing to submit this list the tender will
be considered to be in full compliance with the tender requirements

1-1
SECTION 2
INSTRUCTIONS TO TENDERERS
2.1 General

2.1.1 These instructions to Tenderers are intended to aid Tenderers in the


preparation of their Tenders.

2.1.2 Tenderers are advised to read carefully these instructions prior to preparation
of their Tenders. Failure to provide the information required in the format
provided will be sufficient cause for rejection of the application at the
discretion of the Client.

2.1.3 Tenderers will not be reimbursed for any cost incurred by them in the
preparation and submission of their tenders or for any visits to project sites
for the purpose of Tendering.

2.2 Tender Submission

2.2.1 Two (2) Sets (1 original and 1 copy) of Tender Document containing the
Tender shall be submitted in a sealed envelope addressed to:

The Chairperson of Internal Tender Committee


Rural Areas Electricity Co. SAOC
P O Box 1166. Postal Code-133 Al Khuwair
Sultanate Of Oman.

2.2.2 Sets of Tender Document containing the Tender shall be delivered not later
than the date and time prescribed in the Invitation to Tender.

2.2.3 The Tenderers shall be held responsible for ensuring that their tenders are
received in accordance with the instructions stated herein. Late tenders shall
not be considered even though late as a result of circumstances beyond the
control of Tenderers

2.2.4 The Tender shall be signed only by the duly appointed Principal fully
authorized to represent and bind the Consultant. In the case of Joint
Ventures/Associations all parties to such Joint Ventures/Associations shall
sign the Tender.
2.2.5 The Consultant shall submit a Tender Bond, according to the format attached
herewith, for the value of one (1%) percent of the Tender Value along with
the Technical and Financial Proposals. The Tender Bond shall be valid for
ninety (90) days from the date fixed for the submission of Tenders.

2.2.6 The Client reserves the right to split and award the contract for any one of the
services mentioned in the proposed consultancy namely (a) Design (b)
Supervision to any one Consultant or delete the requirement of any of the
above services altogether.

2-1
2.3 Addenda to Invitation for Tender

2.3.1 If for any reason prior to the tender submission it becomes necessary to
modify the Tender Documents, addendum/addenda will be issued and shall be
considered as part of the Tender documents.

2.3.2 Receipt of such addenda shall be acknowledged by the Tenderer, but non
acknowledgment of receipt shall not relieve the Tenderer from being bound
by such addenda if the addenda were communicated to the Tenderer by fax,
telex or registered mail provided that such addenda are issued 7 (seven) days
prior to the date fixed for submission of tenders.

2.4 Site Visit

2.4.1 In their own interest, the Tenderers are expected to visit the site and
familiarize with the terrain and nature of work involved.

2.5 Project Office in Oman

2.5.1 The successful Tenderer shall maintain an office in Oman during the entire
course of the Assignment and shall have discussions with the Client at least
biweekly.

2.6 Organization of Tender Documents

2.6.1 Procedure for Submission of Tender


The Tenderer shall submit his proposal to the Client in English in a plain,
sealed envelope containing one original and one copy. The envelope shall not
bear any name or mark identifying the Tenderer.

2.6.2 Proposal Contents


1. The proposal shall be organized into the following sections for the
purpose of evaluation:
a. Section 1. Background
b. Section 2. Objectives of the Project
c. Section 3. Scope of Work
d. Section 4. Approach and Methodology
e. Section 5. Work Plan
f. Section 6. Project Schedule
g. Section 7. Manpower Schedule
h. Section 8. Management Plan/Project Organization Chart
i. Section 9. Previous Experience
j. Section 10 Schedules with supporting documents
k. Section 11 Financial Proposal

2-2
l. Section 12 Compliance Statement
m. Section 13 Copy of Tender Documents

2. The Tenderer shall describe in Section 1 of his proposal, the


background of the Tenderer and that of the project including brief
description of previous experience in similar assignments. This shall in
addition include a description of Tenderer’s listing of current staff, their
positions, experience and qualifications and support facilities available.

3. The Tenderer shall re-state in Section 2 of his proposal, the objectives


of the assignment as set out in this Tender Document and thereafter
comment on each of these objectives.

4. The Tenderer shall re-state in Section 3 of his proposal, the Scope of


Work, for the assignment as set out in this Tender Document and
explain his understanding of each activity in the scope of work (i.e.
those factors which will and will not be addressed and any working
assumptions which may significantly affect the project
implementation).

5. The Tenderer shall in Section 4 of his proposal, present his Approach


and Methodology for execution of the Project.

This section should be in sufficient detail to enable the Client to carry


out a proper evaluation of the Tenderer’s understanding of the duties,
responsibilities and obligations included in achieving the project
objectives within the time stated in Section 5 hereof. In addition,
technical details of the methodology and techniques to be used shall be
described in detail.

The Tenderer shall also specify any data required from the Client
including dates by when such data is required and list task specific
interim reports proposed to be submitted to the Client.

6. The Tenderer shall in Section 5 of his proposal, describe in detail his


overall work plan to accomplish the work objectives set out under each
activity in the Scope of Work by identifying specific tasks and dividing
the tasks into sub-tasks to the extent necessary to evolve the proposed
work plan

7. The Tenderer shall in Section 6 of his proposal, propose a Project


Schedule in the form of a Bar Chart Schedule on a task and sub-task
basis identifying project milestones, Client review periods and Client
decision points. Unless otherwise specified, the Client review periods
shall in general not exceed 14 days from the date of receipt of complete
documents.

2-3
The Schedule shall include all items of work mentioned under Item(6)
above. This schedule shall be reviewed and agreed upon prior to
Contract award and shall thereafter be maintained and updated as a
measure of progress.

8. The Tenderer shall in Section 7 of his proposal, present a tabular


Manpower Schedule on a task basis specifying designation of the staff
required and the proposed period of time in weeks required for each
staff member in Oman and in the home office, if any, clearly
indicated. (Exhibit B)

9. The Tenderer shall in Section 8 of his proposal, set out his Project
Management Plan or Project Organization Chart for execution of the
works. The personnel to be assigned to each task shall be identified and
the Tenderer shall distinguish between key personnel and supporting
personnel. Reference number of CV shall also be indicated of each
staff member.

For each staff member, for each position, the Tenderer shall submit
with his Tender, a Curriculum Vitae (CV) which includes the bio-data
along with the work history for at least the periods of experience
required for the respective position. The work history shall include as a
minimum for each engagement: beginning and ending dates of
employment; employer name, address and phone or fax numbers;
location, description, and value of project, responsibilities, duties and
authority of the staff member. (Exhibit A)

If some of the personnel are not available at the time of tendering, the
Tenderers should specify the level of expertise (years of experience,
qualification and specialization) and the number of personnel to be
employed for executing the scope.

10. The Tenderer shall in Section 9 of his proposal present his previous
experience of work of a similar nature to the Assignment highlighting
the relevancy of these works. Tenderer shall provide brief descriptions,
contacts (name, organization, address, telephone and fax numbers) as
reference for their performance.

11. The Tenderer shall in Section 10 of his proposal submit the supporting
documents to his offer.

12. The Tenderer shall in Section 11 of his proposal, present his financial
proposal incorporating the requirements of Section 4. Qualifications, if
any, which may have a financial implication shall be clearly mentioned.

The lump sum fee for design services (Section 4.2) and the price ceiling
for supervision services (Section 4.3) shall be given separately and the
total carried to summary of prices.

2-4
The breakdown of lump sum fee for design services and the price
ceiling for supervision services shall be separately tabulated indicating
the following:

Duration Rate per Week / Total


No. Name of
Position In Weeks/ Month Amount in
Required Staff
Months in R.O R.O

Tenderers should note that all references to month, weeks, days etc.
shall be based on the following equation, where:

1 Month = 4.345 Weeks = 30.416 Days

And all remunerations, consultancy fees etc. including rates for


modified design services and Contract over-run periods shall be based
on the above equation. The Consultant Shall state the maximum
monthly over run rate.

Failure to comply fully with the above requirements shall be grounds


for rejection of the Tender.

13. The Tenderer shall in Section -12 of his proposal, submit the copy of
tender documents.
2.7 Preference

Preference shall be given to proposals including individuals who have requisite


experience in conditions similar to those prevailing in Oman and to those Tenderers
having an approved Quality Management System complying with ISO 9000 series
or approved equivalent. Preference shall also be given to consultant with prior
relevant experience in the mega scale Sea Water Desalination projects in Oman.
The Tenderer shall identify all seconded or temporary staff whom he proposes to
assign to the project and any specific works to be performed by any named sub-
consultant.

2.8 Prime offer and Alternative offer

The Tender may be submitted with a Prime Offer and an Alternative Offer. The
Tenderer is cautioned that the Prime Offer shall be submitted solely on the basis of
the Tender Documents and free of any qualification whatsoever.

In case of alternative offers, these may be submitted with deviations subject to


being accompanied by the Prime Offer as mentioned above.

2-5
2.9 Clarifications, Doubts or Obscurities

Any clarifications required with regard to the Tender Documents or any other
matter concerning the contract shall be set forth in writing and delivered at the
Office of the Tender Committee not later than 15 (Fifteen) days before the date
fixed for the submission of Tenders. If considered appropriate, a reply in the form
of a circular letter/addendum will be distributed to all the Tenderers.

2.10 Tenderer’s Declaration

Tenderer shall sign a declaration stating that he will exclude from the project any
products manufactured by him or any of his affiliates (affiliation to be judged by
the direct or indirect ownership of fifteen percent or more of the equity shares of a
firm).

2.11 Tenderer’s Enclosures

The Tender shall be organized strictly as stipulated under Section 2.6.2 here-of and
be properly indexed and bound together with all supporting documents and all
sheets of this Tender Document. All sheets of each document submitted shall be
endorsed with the Tenderer’s official company stamp.

Where any Tenderer does not comply with this requirement or if supporting
documents and Schedules including Appendices A to E to the Form of Agreement
and the Exhibits (A,B & C) are not furnished, the Tender may be rejected without
any further requests or clarifications.

2.12 Evaluation of Tenders

The evaluation of Proposals will be based on the following factors as shown below:

Technical Evaluation – 70%

Criteria for evaluation of Technical Proposal shall be basically as follows:

1. General Experience of Tenderer’s Firm in designing and


supervising similar projects of RO Plant (≥ 6000 m3/day), water
retaining structures, etc. as furnished in Exhibit C 15 %
2. Minimum 7 years experience, in Oman or GCC, of Tenderer’s
Firm in designing and supervising similar projects of RO Plant
water retaining structures, etc.as furnished in Exhibit C 10 %
3. Proposed Approach and Methodology 10 %
4. Relevant Qualification & Experience of Key Personnel as 20 %
furnished in Exhibit A
5. Manpower Schedule as furnished in Exhibit B 10 %
6. Completeness and quality of overall tender submission 5%

2-6
Financial Evaluation – 30%

Criteria for evaluation of Financial Proposal shall be basically as follows:

1. Financial Proposal. 30 %

Price although important shall not be the only factor considered in deciding the
award.

2.13 Right to Reject Tender

The Client does not bind himself to accept the lowest or any Tender.

2.14 Professional Indemnity

The Tenderer shall fill the amount of insurance cover in the Standard from of
agreement, Clause (21.5) as 10% of the budget sum (for this project the budget sum
is estimated to be RO 10,000,000/-). Hence the professional indemnity to cover the
insurance of RO 1,000,000/-. The successful Tenderer shall be required to provide a
Professional Indemnity as stipulated in the Standard from of Agreement, Clause
(21.5).

2-7
SECTION 3

TERMS OF REFERENCE

This Section shall be read in conjunction with Section-5 hereof.


3.1 Design and Tendering Services
3.1.1 General

The Consultant’s task is to design the Reverse Osmosis (RO) based Desalination
plant, prepare tender documents and drawings, evaluate the bids submitted by the
vendors, assist in the award of Contract and prepare confirmed contract documents.
Post award of contract to successful contractor the consultant shall be required to
provide construction supervision services in office and site.

The Consultant shall have a focal point along with its design and engineering
resources and facilities in Oman for communication with RAEC and for attending
meetings, clarifications, etc.

The CV's of the key personnel who will be involved in the consultancy contract will
be subject to review and approval by RAEC. It is the right of the Client to
withdraw at any time any approval of such staff if they are found to be unsuitable or
inefficient or insufficient professional performance or otherwise not desirable, in
which case such staff in question shall be replaced immediately by others approved
by the Client.

The Client also reserves the right to require the Consultant from time to time to
provide additional specialist staff if required for particular problems or call for the
presence of responsible partners or directors of the Consultant if deemed necessary
by the Client in the interest of the Project.
3.1.2 Engineering Services

The required Engineering Services during design and tendering stage shall include
but are not limited to the following:
A. Perform field investigations as necessary to determine design parameters
including a topographical survey, bathymetry survey or any other surveys
required for the proposed sites of RO Plant up to tanker filling station, Sea
Water Intake system (beach well or direct intake), brine reject system, and
collecting available data or information. The consultant with its data
collection and experience shall identify the type of Sea Water Intake system
to be used for the proposed project and substantiate by performing the
relevant studies or by drilling water supply test well (beach well). It is the
responsibility of the Consultant to obtain all pertinent data and other
information as shall be necessary and to carryout surveys required to perform
his obligations within the period of time specified for each task in his Project
Schedule.

3-1
B Carryout all the investigations, i.e. investigation of subsoil conditions, floods,
tide or weather and arranging for boring tests, trial pits, test piling, models or
other investigations etc. as may be considered necessary to perform this
obligations. Carry out test beach well investigation (after performing drilling
of beach well), sea water intake and brine disposal investigation.

C. Verify suitability of proposed site location and perform topographical survey,


bathymetry survey or surveys of the proposed sites for RO desalination Plant
and obtain all approvals/ permits from all concerned authorities such as
Ministry of Environment (MOE), Public Authority for Electricity and Water
(PAEW), Ministry of Housing (MOH), Royal Oman Police (ROP), and
Ministry of Regional Municipality and Water Resources MRM&WR)
including land ownership documents.

E. Establish standard tendering and tender evaluation procedures and criteria.

F. Consultation with any other Consultants appointed by the Client or any other
Governmental Authorities regarding engineering matters related to the works.

G. Prepare Long Term and Short Term Water Demand Study for the inhabitants,
commercial and industrial customers between Tibat and Khasab areas in order
to verify design parameters.

H. Prepare minimum three options utilizing combination of different capacities


for development of proposed RO plant considering long and short term water
demands, and propose the most economical solution based on capital and
operating costs.

J. Preparation of preliminary design (also called as Front End Engineering and


Design - FEED), RO Plant projections, power requirement calculations,
chemical requirement calculations, structures architectural drawings, general
arrangement drawings, layout plans, proposed site facilities, engineering
documents, cost estimates and outline design report for the Clients approval.

M. Drafts of all reports, drawings, designs and design calculations shall be


submitted to the Client for discussion and approval. After such discussions
the Consultant shall amend and formally submit the reports, designs, design
calculations and others documents to the Client.

N. Upon approval of the preliminary design report, prepare of final designs and
draft tender documents for the following works
(a) EPC for New Reverse Osmosis based Desalination Plant at Tibat Area in
Musandam Governorate
Containing draft prime documents, scope of work, Technical Specifications,
tender drawings, Priced Bill of Quantities and Budget Estimate for tender
document for the Client’s approval.

3-2
O. Upon approval of the Draft Tender Documents, prepare final tender
documents for the following work.
(a) EPC for New Reverse Osmosis based Desalination Plant at Tibat Area in
Musandam Governorate

Consisting of prime documents, tender Schedules, scope of work, Technical


Specifications, tender drawings to enable the Client to seek tenders.

P. Obtain permits and approval from concern authorities Ministry of


Environment, Ministry of Housing, Public Authority for Electricity and Water
(PAEW), Royal Oman Police, and Ministry of Regional Municipality and
Water Resources including land ownership documents.

Q. Accompany the Tenderers during site visits or any other visits required by the
Client.

R. Evaluate each tenders received and advise the Client of the most suitable
tender.

S. Assist the Client in contract negotiations with the chosen


contractor/contractors and preparation of the Contract documents. Seven (7)
sets of the each contract documents shall be prepared for signature by the
Client and the Contractor. The contract documents shall be submitted by the
Consulting Engineer within one (1) week from the date of receipt of Client’s
letter of intimation.

T. Assist the Client in all technical matters associated with the Project.

U Conduct Environmental Impact Assessment (EIA) and coastal studies, for the
proposed project and obtain Environmental permit from Ministry of
Environment. Conduct plume dispersion study or any other coastal study
deemed necessary to assess the location of the brine reject disposal back in
the sea as per the regulation of MRM&WR.

3.2 Additional / Supervision Services

3.2.1 General

After award of contract for the project to successful contractor, the client shall
perform supervision and management of the construction of all works under this
Consultancy Services during the construction and the maintenance period.

Requirements

The required supervision services shall include but are not limited to the
following:

A. Provide appropriately qualified Engineers and Construction Supervision Staff


experienced in similar projects.
3-3
B. Prepare any further plans, designs and drawings necessary to carry out the
works. Where the Client does not consider such works to be substantial, the
site staff shall be fully qualified and experienced to carry out any such work.
No additional payment for design work carried out by the supervision staff
shall be allowed.

C. Establish quality control criteria and procedures to monitor standards,


implement a construction management system for the Works.

Implement a construction management system for the works.

Check that the Contractor has organized his work to achieve the approved
program.

Examine the methods proposed by the Contractor for the execution of the
works, the primary object being to see that they should ensure safe and
satisfactory construction.

Check that the Contractor and all others on site comply with health and safety
requirements.

Assist the Contractor to interpret drawings and understand the specifications


and questions, if any, to the main office for clarification.

D. Review and approve the manufacturer’s equipment drawings and detail


design drawings submitted by the consultant of EPC Contractor and/or sub-
contractors.

E. Make arrangements on behalf of the Client for inspection and testing during
manufacture of such materials and equipment as are usually inspected and
tested and issue inspection certificates to the Clients.

F. Issue instructions to the Contractor and supervise the execution of the Works.

G. Supervise acceptance tests on site including witnessing of tests at the


manufacturer’s Works along with the Client’s Engineer.

H. Issue all certificates to the Client for interim and final payment to the
Contractor(s) and other certificates and information as required by the Client.
For variations over contract provision, prior approval will be taken of the
Client before authorizing the Contractors to carry out any such work.

I. Prepare weekly and monthly progress reports and other technical and
financial reports associated with the Works.

J. Conduct contract/progress meetings as required to review progress and


identify problems, if any.
3-4
K. Coordinate with other Consultants appointed by the Client regarding any
matter related to the Works.

L. Assist in commissioning and performance evaluation of completed facilities


and in setting up regular maintenance programs as required.

M. On Completion of the Works, the Consultant shall check and approve the As-
Built Drawings, Operation and Maintenance manuals produced by the
Contractor in accordance with the changes agreed to during the execution of
the Works.

N. Issue Provisional Acceptance Certificate (PAC) and Taking Over Certificate


(TOC) for the Project Works.

O. Assist in settling of disputes or differences that may arise between the Client
and the Contractor except litigation and arbitration.

P. Provide required assistance to the Client during the guarantee/maintenance


period of the project.

Q. Issue Job Completion Certificate and Final Acceptance Certificate (FAC) for
the Project Works.

3-5
SECTION4

REMUNERATION
4.1 General

The remuneration of the Consultant shall be tabulated and quoted separately for the
design and supervision services.

4.2 Design Services

4.2.1 Design Fees


The Consultant shall provide all the staff and facilities necessary to undertake
and complete this assignment.

The Engineering Fees for the design stage services of the project shall be
lump sum amount in Omani Rials including: (a) Engineering Fees, (b) Sub-
Soil Investigation Fees.

4.2.2 Payment for Design Services

The payment for design and tendering services shall be a fixed lumpsum
amount in accordance with Clause 7.1(b) of the Standard Conditions of
Contract for Consultancy Services for Building and Civil Engineering Works.
The design fees will be paid in stages as shown below.

Percentage of Payment mode for design services


total design fees

20 % Upon the client’s approval for the relevant Studies for the
design implementation of RO Desalination Plant and
submission of Preliminary design reports, Sub-Soil
Investigation Report well test report, and topographical and
bathymetry Surveys for the all the prime sites.

30 % Upon the submission of the final design reports, both draft


tender documents

30 % Upon the approval of both the final tender documents

15 % Either on the ratification of the contract for the works (for


the first stages) or 6 months from the approval of the tender
document whichever is earlier

5% On the issue of the certificate of completion or, failing


ratification of the contract for the works, 12 months from
the approval of the tender document

4-1
The above payment mode shall prevail over the payment mode stipulated in Clause
9.1 of the said Conditions of Contract for Consultancy Services.

4.2.3 Other Expenses

The above stated fees shall also include amongst others, the salaries, transport
expenses, overheads, profit and administration expenses including costs of all
supporting staff and additional specialist staff, partners or directors required
for solving problems in accordance with Section 3 here-of.

4.3 Supervision Services

4.3.1 Supervision Fees

Fees for the Supervision Stage Services whether prime or alternative offer
shall be quoted as a rate per month related to the supervision input of each
member of supervisory staff actually present and approved by RAECO and
all other terms shall be in accordance with Clause 7.2 (c) of the Standard
Form of Agreement and Conditions of Engagement for Consultancy Services
for Building and Civil Engineering Works and shall be paid in stages as
stipulated in Clause 9.2 of the same document. Fees shall include the
following:

A. Supervision Staff Salaries

B. Overhead and backup services of the Head Office and Main Office in
Muscat

C. All transportation costs

D. Services during the maintenance period.

The supervision fees shall be paid in two parts such that the team of engineers to
perform detail design review available at Muscat local office and team of engineers
to perform site supervision available at site.

The first part i.e. the team of engineers at Muscat for detail design review shall be
paid based on the lumsum price quoted in this tender divided, based on the
deliverables of the detail design to-be-submitted by the EPC consultant, over the
detail design review period (the weightage of detail design review period shall be
mutually agreed upon later during the course of contract agreement).

The second part of the supervision fees shall be paid based on the rates available in
this tender for the physical availability of the staff at site (as per actuals) based on
the work necessity (requirement) of the staff at site. If the work doesn’t warrants the
site supervisory staff at site the staff shall not be considered for payment.

4-2
4.3.2 Rates for Supervision Staff

Full time site supervision is required only during the actual construction
period and the Consultant shall propose the types of supervisory staff to be
employed along with the applicable full time or part time monthly rates as
applicable, for each member of supervisory staff.

4.3.3 Breakdown Details of Staff Deployment

Breakdown details of staff deployment giving the number of weeks for each
category of the supervisory staff shall be submitted by the Tenderer. The
monthly/weekly rates inclusive of all expenses shall also be given for each
staff member. It is expected that staff proposed be identified by name and
their C.V. details included with the Tender. Any changes in staff proposed
shall be with the written approval of the Client.

4.3.4 Assignment Durations of Supervisory Staff

The members of supervisory staff to be assigned to construction supervision


and their assignment durations are to be agreed with the Client before the
commencement of construction and reviewed from time to time during
construction.

The Client also reserves the right to require the Consultant to increase, reduce
or delete the number or quality or change the formation of the staff in the
interest of the project.

4.3.5 Over-run Fees

For supervision services, the consultant may quote, in addition, a monthly


rate for the contract over-run period. For evaluation purposes, only 3 months
over-run will be considered. Payments, if any, shall however be in
accordance with Clause 4.3.2 here in above.

4.3.6 Site Office

The Contractor will supply and maintain for the Engineer’s supervision staff
furnished offices and accommodation, communications facilities and survey
equipment.

4.4 Local Taxes, Duties, etc.

The Consulting Engineer shall be responsible for the payment of all taxes including
income tax and customs or import duties and all other levies that are enforced
within the Sultanate of Oman for the time being and any effect of future legislation
on the above will be considered on presentation of supporting documents by the
Consulting Engineer and certification of the same by the Client.

4-3
4.5 Visas and Permits

The Consulting Engineer shall be responsible for obtaining all visas and permits
required in the performance of his authorized duties. If necessary the Client shall
assist in obtaining such visas and permits.

4.6 Validity of the Offer

The offer shall remain valid for a period of 90 (ninety) days from the date of receipt
of the Tender.

4.7 Insurance Cover and Duration of Liability

The Consulting Engineer shall provide to the Client after award of the Contract, a
valid Certificate of Insurance relating to Professional Indemnity to cover his
liability (to the amount of RO 1,000,000/-) as defined in Clause 21.5 (Insurance
Cover) and 22.0 (Duration of Liability) of the Standard Form of Agreement and
Conditions of Engagement for Consultancy Services for Building and Civil
Engineering Works, Second Edition - March 1987.

4-4
SECTION 5

BACKGROUND AND SCOPE OF WORK

5.1 Background & Objectives

Rural Areas Electricity Company (RAEC) SAOC is one of the subsidiary companies of
Electricity Holding Company which is fully owned by the Ministry of Finance. RAEC
generates, transmits and distributes electricity to the rural areas of Oman in the regions of
Al Wusta, Musandam and Dhofar (other than Salalah) and produces potable water (only)
for selective rural areas in Sultanate.

The Rural Areas Electricity Company (RAEC) is planning to participate in the


development of Musandam Area by construction of Reverse Osmosis (RO) based
Desalination plant at TIBAT area in Musandam Governorate, and wishes to appoint a
Consultancy Firm with relevant experience in similar projects especially in Oman, to
perform the following Services

“CONSULTANCY SERVICES FOR DESIGN & SUPERVISION FOR


CONSTRUCTION OF NEW REVERSE OSMOSIS (RO) DESALINATION PLANT
AT TIBAT AREA IN MUSANDAM GOVERNORATE”

RAEC invites such Consultancy Firms to submit their complete and comprehensive
Tender proposals for providing Consultancy Services for the proposed works.

Main objective of the Project is to construct a water production unit at TIBAT area in
Musandam Governorate to provide the inhabitants, commercial and industrial customers
between Tibat and Khasab areas with safe drinking water according to the Omani
Standards for drinking water. It is required to build desalination plant of capacity 6000
m3/day including accessories with water distribution system through tanker filling point
in accordance with the PAEW standards and Guidelines and other applicable
International standards. The raw water sources is to be studied during the Front End
Engineering and Design (FEED) by the successful consultant such that either direct sea
water intake or water supply wells which shall be executed and tested by the contractor
during the construction stage of the project and to be located in the vicinity of the plant
site. The Desalination Plant is to be located adjacent to the to-be-built gas based Power
plant plot.

5.2 Design Criteria

It is required to design and construct a new RO based desalination plant in Musandam


mainland, of necessary capacity to satisfy the water demand in the period up to 2030. The
design shall cover complete desalination plant and its auxiliaries required to include the
following

The design of the desalination plant should be based on the established design and
construction philosophy and techniques for such plants and use of currently available
and proven technology, with an allowance for any design alternatives of the systems
which may offer better techno-economic solutions;

5-1
The design of the desalination plant should be done in accordance with recognized
engineering techniques and methodologies, and shall comply with the design
requirements of specific codes and standards;

The design life of the desalination plant including all mechanical equipment,
associated piping, electrical and instrumentation works should be 20 years, with
regard to the aggressive dusty, hot, humid and salt-laden atmosphere of the
Musandam coastal area;

The design should ensure maximum required availability and reliability of the plant
(in view of the importance of water requirements to the various consumers and the
economy of the Governorate of Musandam) by selection and design of the new
facilities to maintain production availability;

The design shall comply with economical, ergonomical and safety requirements. All
equipment shall be easily accessible for operation, maintenance, and removal;

The design of the desalination plant shall be in accordance to requirements of the


concerned authorities such as Public Authority for Electricity and Water, Ministry of
Regional Municipalities and Water Resources, Ministry of Environmental, Ministry
of Defense, etc;

The Plant and materials shall comply with requirements of Omani standards and
British Standards (BS) and codes of practice (BSCP) and other approved
International Standards.

5.3 Scope of Project

The following brief description and scope of project is intended to give a broad outline on
the services to be provided by the Consultant and does not cover all aspects in detail. The
offer for consultancy services should be completed in all aspects and the Consultant shall
provide all services necessary whether or not these are explicitly mentioned in this
document.

The Project shall comprise of the following components but not limited to:

Raw Water Supply System


 Identification of possible raw water sources either
by drilling of exploratory water supply wells and connection to the proposed
RO Plant.
or
by direct Sea Water Intake (SWI) system including SWI pipelines laid in the
sea, SWI pit and SWI pumping station.
 All test and analysis required to estimate potential for organic, inorganic,
particulate, colloidal and bio-fouling in raw water
 Water source connection

5-2
Pre-Treatment Facilities
 Pre-treatment facilities and equipment required for proper function of the
plant: like cartridge pumps and filters, dosing equipments, high pressure
pumps and all other necessary equipments.
 Identification of the different pre-treatment systems and recommend the best
design option.
RO Plant of Capacity 6000 m3/day
 Construction of Reverse Osmosis (RO) based Desalination Plant of 6000
m3/day output capacity in the 1st stage of construction, approximately to be
commissioned in the year 2011. The RO plant shall be design to
accommodate the future expansion based on the water demand forecast to be
concluded in 2nd or 3rd stage.
 The Consultant shall verify output capacity by water demand forecast and
advice on the quantity and capacity of RO Plant to be installed.
 Particular care should be taken in order to remove boron and strontium and
any other heavy and hazardous metal
 Consultant shall prepare and include in the technical report all projections
require to design the plant safely and to calculate all chemicals required in the
pre and post- treatment stages.
 Testing and monitoring facilities of quality and quantity control for feed,
product and brine water.
 Treated water of the new RO units shall have total dissolved solids in the
limits of minimum 100 ppm and max 300 ppm during commissioning period
and max 500 ppm at the end of the life time of the membranes (5 years)
 Product water quality must meet Omani Standards No 8/1998 for drinking
water

Post Treatment Facilities
Including Disinfection’s facilities as required
Product Water Export System
 Elevated Water Storage Tank
 The size of the product tank to be two day storage capacity for demand of
year 2030.
 There will not be any distribution network in this scope of work. Consultant
shall eventually design up to construction of Tanker filling station.
Testing and monitoring facilities of quality and quantity control for feed, product
and brine water
Brine Reject System

5-3
Power Supply to Desalination Plant
 Supply & erection of Transformers
 Supply & erection of LV Switchgear
 Interconnection with the grid/to-be-executed Power Plant
Instrumentation and Control
 Supply & installation PLC based control system
 Supply & installation of Measuring and Control system
Supply & erection of Earthing System

Buildings and Structures


 Pre-Treament Building
 RO Plant Building
 Post Treatment Buiding
 Control room for complete remote operation of the Plant
 Spare Parts Stores
 Workshop
 Chemical Store
Building Services
Infrastructure Facilities and Utility Systems
 Construction of Fire Fighting & Alarm Systems for the proposed facilities as
per Civil Defence requirements
 Supply & installation of lighting& emergency lighting system
 Surface drainage, water supply and sewage system
 First Aid Facility
 Internal roads, paving, car parking areas and shades
 Interconnecting pipelines between the components of the proposed plant and
with distribution tanker point
 Air conditioning and ventilation system
 Boundary wall, lighting, fencing, gates, security system etc.

5.4 Preliminary Design Report

A Preliminary design report shall be carried out as appropriate and a report shall
be submitted including various design options with detailed cost estimate.
Preliminary design report shall consider development of the area based on water
demand in the year 2030. The report shall include minimum but not limited to the
followings: -
a) Various options to realize the proposed project
5-4
b) Cost estimate for the proposed options
c) Items referred in TOR Engineering Services Section 3.1.2 of this
document
d) Submission of all the study/survey reports such as topographical survey,
soil investigation, water supply well test report, bathymetry survey, EIA
report, including plume/dispersion study report, any other coastal study
report.

5.5 Final Design and Tender Documents

After RAEC approval of the Preliminary design the Consultant shall proceed with the
preparation of the Final Design and Tender Documents. The Draft Final Design period
allows for the amendment of the Preliminary Design to the satisfaction of RAEC.

The Final Design shall include but not be limited to the following :

1. Updating of the Preliminary design and all approved relevant data, design
calculations and drawings.

2. Further data collection and survey and investigation works

3. Obtain all necessary preliminary 'No Objection Certificates' and approvals from all
concerned authorities e.g. Ministry of Transportation and Communication,
M.R.M.& W.R, M.O.E, R.O.P., M.O.D., G.T.O., PA.E.W., etc.

4. Incorporation of all requirements of the concerned authorities in the Final Design.

5. Cost estimate for both proposed options based on the latest estimated rates and
realistic cost of materials prevailing in Oman.

6. Submission of Draft Tender Documents for the Client approval along with the
Draft Final Design Report.

7. Submission of Final Design report including an executive summary.

8. Submission of Final Tender documents complying with the Tender Board’s


comments.

9. The drawings and documents submitted for approval shall be stamped "Draft Final
Design" and "Draft Tender Documents".

10. It shall be the duty and responsibility of the Consultant to ensure that all Tender
Documents are complete in every respect and that there are no errors or omissions
which may entitle the Contractors to claim for Variation Orders.

11. Consultant shall ensure that all structures and pipeline profiles are based on correct
ground levels and shall assess the extent of rock likely to be encountered including
the conditions of soil and the type of special protection required for the structures
and pipelines.
5-5
12. Consideration of existing and future developments based on the current
development plan of the RAEC including road works which may affect the project.

13. Consideration of existing and future services which may affect the project, in
particular, electricity, street lighting, telephone, drainage and irrigation which are
incorporated in the study prepared by others.

5.6 Data Collection, Survey Works, Site Investigations

5.6.1 Data Collection

The consultant shall be responsible to obtain the required data including maps from the
concerned authorities without additional cost to the contract, however RAEC will assist
the consultant to obtain the required data by issuing approach letters to the concerned
authorities at Musandam Governorate.

5.7 Project Staffing

5.7.1 General

The Consultant shall include in his Tender offer the list of personnel to be assigned to the
Project, their designations, curriculum vitae and the proposed duration of each in Oman
on the Project. All staff shall have recognized and experience commensurate with their
work in the project. The consultant shall not change or substitute the proposed staff
without prior written approval of RAEC.

5.7.2 Design Staff

The Consultant shall provide all expert technical advice and skills which are required for
all of the Consultancy Services during the whole period of planning, design and tendering
shall have adequate, qualified and experienced staff in Muscat.

The Senior Designs Engineer/Technical Manager shall be responsible for the design and
shall attend meetings as required to explain the design criteria and be able to answer any
relevant questions. He shall be available for consultation with the client as and when
required.

5.7.3 Supervision Staff (Local Office and Site)

The Consultant shall include in his Tender offer the list of personnel to be assigned for
this Project, their designations, curriculum vitae with the engineering experience in
Desalination Plant particularly involved in Reverse Osmosis based. Based on the above
mentioned scope of work the tenderer has to identify the discipline and duration of the
staff required to perform the design review placed at Muscat local office and the
following discipline and duration of staff required on the site for construction period of
Sixteen (16) months.

5-6
1 - Project Manager (Part Time) : 16 Months
2 - Site Manager (Mechanical/Civil* Engineer) : 12 Months
3 - Electrical & Instrumentation Engineer : 6 Months
4 - Commissioning Engineer : 2 Months
5 - Civil/Mechanical* Engineer : 6 Months
6 - HSE Advisor : 10 Months

* If the Site Manager is Mechanical then the site discipline engineer should be
Civil or vice versa
The Consultant may give optional price for the supervision works if he feels that the
above staff requirement is not sufficient, identifying extra man months required and staff
rate.

The Client may revise the above site supervision staff during the construction period.
However the payment will be based on the rates proposed by the consultant for each
category and availability of staff at site.

The part time duration may discontinuous spread over the whole construction period as
required at site The rate of the project manager shall be included in the rate of other
supervision staff

The Consultant may propose and quote for an alternative arrangement for the supervision
staff along with the above recommended level which will be subject to the Client’s
approval.

Assistance as required during the mobilization, construction and maintenance periods


shall be made available from the main office in Muscat as per site requirement at no
additional cost to RAEC such as the input of the managerial level, engineers, quantity
surveyor, draftsman, accountant, typist, etc.. All staff shall have recognised qualifications

The Consultant shall not change or substitute staff proposed in his management
plan/organization chart without prior written approval of the Client.

The Consultant's staff where possible shall have experience of working on Projects of a
similar nature in the Sultanate of Oman.

It should be clearly understood that it is the right of the Client to withdraw at any time
any approval for such staff if they are found to be incompetent, unsuitable or otherwise
not desirable, in which case the person or persons in question shall be replaced by others
approved by the Client with immediate effect.

The Client reserves his right to award the Design Work only and cancel the supervision
phase if required.

Cancellation fees will not be paid for the supervision works if supervision cancelled
before awarding the construction works to the contractor

5-7
5.8 Submission of Reports, Drawings and Documents

It shall be clearly understood by the Consultant that all reports, drawings and documents
submitted as indicated in the time schedule shall be checked and approved by a Senior
Partner or Director of the Consultancy Firm. In addition, each drawing shall signed by
the design engineer and those responsible for checking and approving the drawings on
behalf of the Consultancy Firm. All design calculations and drawings shall be recorded
on computer media and coded diskette shall be submitted to the Client. As built drawings
shall be submitted as per the requirements of the Client.

Number of copies of documents shall be as follows :-

1 Preliminary Design : 3 copies + 1 Soft Copy


2 Draft Final Design Report and Draft : 3 copies + 1 Soft Copy
Tender Documents
3 Final Tender Documents : 3 sets initially and 10 sets after
incorporating Tender Board
comments.
4 Confirmed Contract Documents : 5 sets

5.9 Time Schedule

Preliminary Design from the date of Letter to Proceed 12 weeks

Draft Final Design and Draft Tender Documents from date of 6 weeks
approval of Preliminary Design.

Final Design and Final Tender Documents from date of 2 weeks


approval of Draft Final Design and Draft Tender Documents.

Tendering Period 8 weeks

Tender Evaluation Report from date of receipt of Tenders. 4 weeks

Preparation of Contract Documents and Award of Contract 2 weeks


from selection of Contractor.

Instruction to commence work and Mobilization Period. 1 month

Construction period 15 months

5-8
5.10 Consultant's Understanding of the Scope of Work and Services

The Consultant shall clearly define in his proposal, his understanding of the scope of
work and consultancy services he proposes to undertake to ensure the successful
implementation of the project.

Consultant shall submit a clear bar chart of the proposed works under this Consultancy
and clarify the efficacy of the proposed methodology in successfully completing this
assignment within the prescribed time.

5.11 Payments

All payments to Consulting Engineer shall be as specified under Section 3 and Section 4
here-of and supplemented as detailed under this clause sections

The breakdown of the lump sum price for design stage and fees for supervision stage in
relation to the assignment, name, input, charge rate, etc. shall be provided in tabular form
showing the following:

Position Name of Staff Duration in Rate per Amount (RO)


Months Month

All remuneration, Consultancy fees etc. including rates for modified design services or in
the event of extending the Scope of Work or Contract over-run shall be based on the
above rates.

The Client may revise the supervision staff during the construction period according to
the site requirement applying the monthly rates proposed by the consultant in his tender

The consultant may propose alternative mode of payment in his tender subject to the
approval of the Client

5.12 Financial Offer

The financial offer shall be detailed as follows :


1- Design Stage: (a) Design and Engineering Fees, (b) Sub-Soil Investigation Fees
(c) Topographical Survey (d) Bathymetry Survey (e) Raw Water Supply Test Well
Drilling (f) EIA Study including plume/dispersion study, etc. any other works listed in
TOR

2- Supervision service (office based) for Detail Design Review, Factory Inspection,
liaising between the contractor, client and other authorities and any other works listed
in TOR.

5-9
3- Supervision service (site based) for site inspection as specified in Clause 5.7.3

4- Over run period: Maximum monthly fees during over run period assuming full Time
staff.

5.13 Qualifications and Experience of Supervisory Staff

The Consultant shall provide supervision staff of minimum qualifications and experience
commensurate with the task they have been provided to achieve the targets of the scope
of work listed in the TOR.

The minimum requirement of qualification, experience and the number of the supervisory
staff is listed hereunder.

For all supervisory staff it shall be mandatory to present them for individual interviews
and written approval prior to commencement of construction.

1. Project Manager

Qualifications : B.Sc. Mechanical Engineering


Experience : 15 years

The experience shall include at least 10 years in the construction and designs of RO based
Desalination plants.

Past experience shall include successfully completing a previous position as Project


Manager on a Project of similar nature and scope of work

2. Site Manager (Mechanical/Civil Engineer)

Qualifications : B.Sc. Mechanical/Civil Engineering


Experience : 15 years in increasingly responsible positions,

The experience shall include at least 10 years in the field of RO based Desalination plants
construction, design and supervision.

Past experience shall include successfully completing a previous position as Resident


Engineer on a Project of similar nature and scope of work.

3. Electrical & Instrumentation Engineer:

Qualifications : B.Sc. Electrical/Instrumentation Engineering


Experience : 10 years

The experience shall include at least 10 years in increasingly responsible positions in


construction electrical and instrumentation works required for RO plants. Past experience
shall include successfully completing a previous position as E&I or Process Engineer on
a Project of similar nature and scope of work

5-10
4. Commissioning Engineer

Qualifications : B.Sc. Process/Instrumentation Engineering


Experience : 10 years,

The experience shall include at least 10 years in the Process and Instrumentation works
related to water supply projects particularly mega RO Plant projects.

Past experience shall include successfully completing a previous position as electrical


Engineer on a Project of similar nature and scope of work

5. Civil/Mechanical Engineer

Qualifications : B.Sc. Civil/Mechanical Engineering


Experience : 10 years

The experience shall include at least 10 years in the construction of above ground and
underground water retaining structures involved in mega desalination plants. RO Plant
Buildings

Past experience shall include successfully completing a previous position as civil


Engineer on a project of similar nature and scope of work.

It is intended that the above positions constitute the minimum recommended supervisory
staff for this Project. Tenderers may propose and submit for approval additional positions
which complement and supplement the above positions.

5-11
SECTION – 6

TENDER FORMS

FORM OF TENDER

Short Description of Works : CONSULTANCY SERVICES FOR DESIGN &


SUPERVISION FOR CONSTRUCTION OF NEW
REVERSE OSMOSIS (RO) DESALINATION
PLANT AT TIBAT AREA IN MUSANDAM
GOVERNORATE

Note: The consultant is required to fill up the blank spaces in this Form of Tender.

To

The Chairperson of Internal Tender Committee


Rural Areas Electricity Company SAOC
P O Box 1166
Al Khuwair, P.C.133
Sultanate of Oman.

After compliments,

1. Having examined the Terms of Reference, Standard Conditions of Contract,


Scope of Works and visited the site to familiarize ourselves with facilities and
environment existing at site, we, the undersigned hereby offer to execute the
whole of the said works in conformity with the Scope of Works and Standard
Terms of Consultancy Agreement for the sum of:

Design & Engineering Services RO

Construction Supervision Services RO

Total R.O.

(Rials Omani ………………………………………………………………


……………………………………………………………… Only).

Or such other sum as may be ascertained in accordance with the said Tender
Conditions.

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

6-1
3. We take no exception for the requirements of Standard Terms or the Scope of
Works except as specifically stated in the Terms of Reference.

4. In the event our Tender is 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.

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

6. We acknowledge receipt of the following circular letters:-

Reference Number of Letter Date

______________________________ _______
______________________________ _______
______________________________ _______
______________________________ _______
______________________________ _______

Dated this___________________ day of ______________________ 2006.

Yours sincerely,

_________________
(Authorized Signatory)

Name of person signing :________________________________________________

Designation of person signing:____________________________________________

Name of the Consultant:________________________________________________

Company Stamp:_____________________________________________________

6-2
FORM OF AGREEMENT
THIS AGREEMENT made on the ____________ day of ___________________ 2006
BETWEEN the RURAL AREA ELECTRICITY COMPANY S.A.O.C. (RAECO), P
O Box 1166, Postal Code 133 (hereinafter referred to as “the Client”) of the one part

AND

Messrs._________________________________________________________________
_________________________________________________whose registered office is at
_________________________________________________(hereinafter referred to as
“the Consulting Engineer”) of the other part.

WHEREAS the Client is desirous that Consultancy Services be rendered in accordance


with the Conditions of Engagement as contained herein

WHEREAS the Consulting Engineer is willing and capable to render the said Services
and has submitted an offer

AND WHEREAS the Client has accepted the same for the following:

PROJECT: CONSULTANCY SERVICES FOR DESIGN & SUPERVISION FOR


CONSTRUCTION OF NEW REVERSE OSMOSIS (RO)
DESALINATION PLANT AT TIBAT AREA IN MUSANDAM
GOVERNORATE

SERVICES: CONSULTANCY SERVICES

NOW THESE PRESENT WITNESS and it is hereby agreed and declared by and
between the parties hereto as follows:

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

2.0 The following documents shall be deemed to form and be read and construed as
part of the Agreement viz:

a) The Invitation to Tender


b) The said Offer (The Consulting Engineer’s Technical and Financial Offer
No._______________________________)
c) The Standard Conditions of Contract (Consutancy Services for Building
and Civil Engineering Works – Second Edition – March 1987)
d) The Client’s Letter of Acceptance

6-3
3.0 In consideration of the payments to be made by the Client to the Consulting
Engineer as hereinafter mentioned, the Consulting Engineer hereby covenants
with the Client to perform the Services in conformity in all respects with the
provisions of this Agreement.

4.0 The Client hereby covenants to pay the Consulting Engineer in consideration of
the above Services the remuneration at the times and in the manner prescribed by
this Agreement.

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

________________________________ _________________
SIGNED BY A DULY AUTHORIZED WITNESS
SIGNATORY FOR AND ON BEHALF
OF RURAL AREAS ELECTRICITY
COMPANY S.A.O.C. (RAECO)

________________________________ _________________
SIGNED BY A DULY AUTHORIZED WITNESS
SIGNATORY FOR AND ON BEHALF
OF THE CONSULTING ENGINEER

Ratified in accordance with Sultani Decree No.48/76 as amended and in accordance with
Sutlani Decree Nos.69/95, 60/96 and 83/96.

6-4
APPENDIX-A
TO
FORM OF AGREEMENT

CONSTITUTION OF PRACTICE AND/OR COMPANY

The Consulting Engineer shall together with his Tender submit a bound volume
containing a copy of each of the following currently valid certificates and documents:

1. The Registration Certificate of the Practice/Company at the Commercial


Registration Department of the Ministry of Commerce and Industry.

2. The License approved and issued by the Department for Professional and Trade
Authorization of the Ministry of Commerce and Industry.

3. The Certificate of membership of the Practice/Company with the Omani Chamber


of Commerce and Industry.

4. The Certificate of Registration with the Tender Board.

5. The name of the responsible person authorized to sign the Form of Agreement, his
specimen signature and Letter of Authority from the Practice/Company.

6. The name of person or persons who will be responsible for the provision of the
services to be rendered together with their Curriculum Vitae.

7. A Professional Indemnity Policy drawn with an Insurance Company registered in


the Sultanate of Oman evidencing that there is sufficient cover for the possible
non-performance of the Consulting Engineer’s Services as contained in this
Agreement and as required by Clauses 21.5 and 22.0 of these Standard
Conditions. Professional Indemnity should be 10% of the Budget amount of the
project (for this project the budget sum is RO 10,000,000/-). Hence the
professional indemnity to cover the insurance of RO 1,000,000/-.

8. The name of the Person or Company if any who is the Agent if the Consulting
Engineer is in the Sultanate of Oman together with the certificates evidencing the
Agency.

9. List of current projects/similar studies with approximate construction values for


which the Consulting Engineer is at present providing services to Government
organizations and the private sector together with the commencement dates of
such services and the anticipated completion dates.

10. List of studies completed during the previous five years in the Sultanate of Oman
with the Contract Price and the name of the Client.

6-5
APPENDIX-B
TO FORM OF AGREEMENT

Clause
1. PERIOD OF SUPERVISION 2.5 ___ MONTHS + 14 DAYS
SERVICES

2. LANGUAGES FOR 3.1 ARABIC AND/OR ENGLISH*


CORRESPONDENCE

3. SET OF DOCUMENTS:

- DRAFT RFP DOCUMENTS 4.1[c]iii AS PER SEC-5, CL.5.8


-
FINAL RFP DOCUMENTS AS PER SEC-5, CL.5.8
- CONFIRMED CONTRACT DOCUMENT AS PER SEC-5, CL.5.8

4. DELAY BY THE CONSULTANT/CLIENT 11.1

5. AMOUNT OF INSURANCE 21.5 RO 1,000,000/-


10% OF THE PROPOSED
PROJECT BUDGET SUM#
_______________________________________________________________________
* DELETE WHERE INAPPLICABLE

# ASSUMING THE BUDGET SUM FOR THE PROJECT TO BE RO 10,000,000/- THE


PROFESSIONAL INDEMNITY/INSURANCE COVERAGE SHOULD COVER THE AMOUNT OF
RO 1,000,000/- FROM THE CONSULTANT

6-6
APPENDIX-C
TO
FORM OF AGREEMENT

COST OF ADDITIONAL DOCUMENTATION

A0 Copy negative _______________

AO Dyeline print _______________

A1 Copy negative _______________

A1 Dyeline print _______________

A2 Copy negative _______________

A2 Dyeline print _______________

A3 Photocopy _______________

A4 Photocopy _______________

PROFESSIONAL SERVICES

Manager/Partner _______________ ph/pd/pm*

Senior Engineer _______________ ph/pd/pm*

Specialist _______________ ph/pd/pm*

Assistant _______________ ph/pd/pm*

__________________________ _______________ ph/pd/pm*

__________________________ _______________ ph/pd/pm*

NOTE:

The above rates are to be fully inclusive of all costs, overheads and profit, and all things whatsoever
necessary for the provision of the Services required under Clauses 7.4(b) and 7.5 of the Agreement.

Where the Client requires sets of Documents in excess of the numbers stated in
Appendix-B herein before the costs of reproduction shall be charged at the above rates

* delete where inapplicable


6-7
APPENDIX-D
TO
FORM OF AGREEMENT

SCHEDULE OF FACILITIES REQUIRED DURING SUPERVISION PERIOD IN


ACCORDANCE WITH CLAUSE 12.0:-

a) WITHIN THE CAPITAL AREA, BURAIMI, NIZWA, SOHAR OR SALALAH


_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________

b) OUTSIDE THE CAPITAL AREA, BURAIMI, NIZWA, SOHAR OR SALALAH


_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________

6-8
APPENDIX-E
TO
FORM OF AGREEMENT

NAMES AND ADDRESS OF SUB-CONSULTANTS AND SERVICES TO BE


RENDERED in accordance with Clause 14.0:-

Name : _________________________________________________
Address : _________________________________________________
CR No. &
OCCI No. : _________________________________________________
SERVICE : _________________________________________________

Name : _________________________________________________
Address : _________________________________________________
CR No. &
OCCI No. : _________________________________________________
SERVICE : _________________________________________________

Name : _________________________________________________
Address : _________________________________________________
CR No. &
OCCI No. : _________________________________________________
SERVICE : _________________________________________________

Name : _________________________________________________
Address : _________________________________________________
CR No. &
OCCI No. : _________________________________________________
SERVICE : _________________________________________________

Name : _________________________________________________
Address : _________________________________________________
CR No. &
OCCI No. : _________________________________________________
SERVICE : _________________________________________________

Name : _________________________________________________
Address : _________________________________________________
CR No. &
OCCI No. : _________________________________________________
SERVICE : _________________________________________________

6-9
EXHIBIT - A

DETAILS OF PROPOSED DESIGN AND SUPERVISORY STAFF

The following key personnel shall be assigned to the Design and Supervision Services of
the proposed project:-

Design Team

Years of
Key Personnel Name Qualification Major experience
Experience

Project Manager
Desalination Engineer
Mechanical Engineer
E&I Engineer
Civil Engineer

Supervision Team

Years of
Key Personnel Name Qualification Major experience
Experience

Site Manager
Commissioning
Engineer
E&I Engineer
Civil Engineer
HSE Advisor

6-10
EXHIBIT – B

MANPOWER SCHEDULE

Personnel (Man Week)


Total
Process/ Technicia
Project Structural E, M & I Resident I,M & E Site (Man
Desalination ns/
ACTIVITY Manager Engineer Engineer Engineers Engineer Engineers Inspectors
ID Draftsmen Weeks)
Oman**

1. Mobilization of Consultant’s Team

2.

3. Preliminary Design

Draft Final Design and Draft


4.
Tender Documents
Final Design an Final Tender
5.
Document

6. Tender Evaluation

7. Preparation of Contract Document

Instruction to commence work and


8.
Mobilization

9. Construction Period

Total (Man Weeks)

6-11
EXHIBIT - C

Experience: Relevant Project Completed/Ongoing


Name of Was Contract
Name of
Client Name Satisfactorily Any Liens or
Client – Percentage of
Responsible Location and Contract Price Date of Original Date of Actual Date of Completed, including Claims (Yes/No)
including Participation of
Officer type of (R.O.) Award Completion Completion Time Provision (if No, if Yes explain on
Telephone & Firm in Project
handling Project explain on separate separate sheet
Fax Number
Project sheet)
Supervi Supervisi Supervisi
Design Design Design
sion on on

6-12
SECTION-7

SCHEDULE-1
SCHEDULE OF PRICES

7.1 DESIGN SERVICES FEES

Item Description Total


Amount
(R.O.)
7.1.1. Design and Engineering Fees
7.1.2. Sub-Soil Investigation Fees
7.1.3. Topographical Survey Fees
7.1.4. Bathymetry Survey Fees including suspended particle test
7.1.5 Fees for Drilling & Testing of Water Supply Test Well
(Beach Well)
7.1.6 EIA studies including plume dispersion study or any other
relevant coastal studies mandatory for obtaining
Environmental permit
7.1 Total of Design & Engineering Fees (R.O.)
carried forward to Form of Tender

7.2 SUPERVISION SERVICES FEES

Item Description Amount


(R.O.)
7.2.1. Supervision Fees for the staff based in Local Office to
perform detail design review, detail design liaising services,
factory inspections, etc. (Lumsum Price)
7.2.2. Supervision Fees for the staff based in Site Office to perform
site inspection, site engineering, site liaising services etc.
(break up to be given as per below format)
7.2 Total of Supervision Fees (R.O.)
carried forward to Form of Tender

7.1 DESIGN SERVICES FEES

7.2 SUPERVISION SERVICES FEES

TOTAL CONSULTANCY FEES


Carried forward to Form of Tender R.O

(Rials Omani ___________________________________________________


_______________________________________________________________
______________________________ Only)

7-1
Break-up Prices for Item No. 7.2.2

Position Number Names Months RO/Month Total


required Amount
R.O.
Project Manager
1 16
(Part Time)
Site Manager
(Mechanical/Civil 1 12
Engineer)
Electrical &
Instrumentation 1 6
Engineer
Commissioning
1 2
Engineer
Civil/Mechanical
1 6
Engineer
HSE Advisor 1 10
Sub-Total R.O.
(carried forward Item No 7.2.2)

___________
(Authorized Signatory)

Name of person signing :________________________________________________

Designation of person signing:____________________________________________

Name of the Consultant:________________________________________________

Company Stamp:_____________________________________________________

7-2

Você também pode gostar