Você está na página 1de 64

STATE OF KUWAIT

MINSTRY OF INFORMATIONS
ENGNEERING AFFAIRS

TENDER
MAINTENANCE CONTRACT FOR HVAC,
PLUMBING, FIRE FIGHTING SYSTEMS
AND ASSOCIATED ELECTRICAL SERVICES
IN RTV COMPLEX AND OUT SIDE STATION
FOR MINSTRY OF INFORMATION

0
Section 1

Introduction
Ministry of information invites specialization companies to participate in
this tender which calls for routine preventative maintenance, on call
service, repair, and operation of air-conditioning systems and its related
services, plumbing and fire fighting services (see list of sites page 5 ).

1. General condition and scope of works

1.1 General conditions

1.1.1 MOI has a package maintenance and operation contract of HVAC


and other mechanical services which last for 2 years and shall cover
repairs and modification to improve the performance of
equipments.

1.1.2 The successful tenderer shall take over the HVAC and other
mechanical services covered by this tender from the present
contractor under direct supervision of the Engineering Services,
MOI.

1.1.3 A penalty of KD 50/- per day shall be imposed by the Ministry on


contractor if unnecessary delay observed in the works or fails to any
necessary repair called by MOI within 6 hours after the contractor
being notified. Ministry reserves the right to execute the necessary
repair under full responsibility of the contractor and charge the
contractor the cost of those repairs plus 10% administration charges.

1.1.4 General conditions, specifications, bill of quantities (BOQ) etc.


Complete each others, contractor should consider the three as one
document.

1.1.5 The contractor shall ensure that all mechanical and electrical
maintenance works shall be supervised by experienced, qualified
and MOI approved engineers and technicians of the respected
specialization.

1.1.6 MOI reserves the right to call any or all of the contractor’s technical
personal for interview and shall accept or reject any of them without
giving any explanation to the contractor.

1
1.1.7 The contractor shall submit educational certificates and work
experience certificates for each of his technical personnel to MOI
for approval. Once technical personnel accepted by MOI shall not
be terminated or changed without taking permission from MOI.

1.1.8 All tenderer wishing to participate in this must visit the sites
to have full idea about all works involved in this tender before
submitting their offers as “no-variation” claims shall be entertained.
A site-Visit is attached with the tender documents shall be filled,
signed and stamped by the tenderers representative and MOI
Engineer.

1.1.9 Sites visit can be arranged by calling to telephone 22421618


and fax no- 22419584 from 09.00AM till 11.00AM four days every
week, from Sunday to Wednesday to controller, Mechanical
Services. Sites visit shall be carried out every Wednesday morning.

1.1.10 Tenderer shall submit along with his offer a list of his
pervious ten years “contracts” in the field of maintenance/operation
of centrifugal , air cooled chillers and other air conditioning,
plumbing and F.F services for evaluating his offer.

1.1.11 Definitions:

MOI: Means Ministry of information

Engineer: Means engineer of the concerned services of


Engineering Services Department.

Contractor: Means company whose tender has accepted.

Sub-contractor : Means the sub contractor which concern special


system as chemical treatment.

Work: Means all plant, equipment installations, or parts


thereof covered under the contract. It shall also mean
all repair, modification and maintenance works to be
done by the contractor under the contract according to
the text.
Workmen: Shall include engineer, working foreman, technician,
charge hands and of the contractor.

2
PPM: Means planned preventive maintenance routines on
fixed, periodic and hours of operation basis of
manufacture’s recommendations and tender’s
experience.

Maintenance: Includes PPM, routines maintenance, all type of


repairs, and emergency calls.

Operation: means presence of operators at work 24 hours a day


and 365 days a year.

1.1.12. Schedule of Minimum Qualification and Experience:

The minimum qualification and experience of the


workmen at work shall not be less than stated below:

Designation Minimum Minimum Experience


Qualification in Respective field
HVAC Engineer Bachelors in 8-years
Mechanical Engg
Foreman (HVAC) 3-Yrs Diploma in 8-years
Mechanical Engg
Electrical Engineer Bachelors in Electrical 8-years
Engg
Foreman (Elect) 3-Yrs Diploma in 8-years
electrical Engg
Electrician Approved certificate 5-years
course in Elect.
A/C Operator Approved certificate 5-years
course in HVAC
A/C mechanic Approved certificate 5-years
course in HVAC

3
1.2. SCOPE OF WORKS:

1.2.1. shall include operation, preventive and routine maintenance, emergency


calls, all types of repair works at various site of air conditioning and
mechanical services like F.F, Pluming complete with their associated
electrical works such as control panels, starter panels and other
electromechanical services etc.

1.2.2. Shall include 24 hours a day and 365 days a year for two years an air
conditioning operation in

1.2.2.1. RTV complex, Soor Street


1.2.2.2. Salmiyia building
1.2.2.3. Mugwa Station
1.2.2.4. Kabed Station
1.2.2.5. Shuwaik printing press
1.2.2.6. Shuwaik building
1.2.2.7. Sobbiya Station
1.2.2.8. Mutlaa Station
1.2.2.9. South Sabaheya Station
1.2.2.10. Jellia Station
1.2.2.11. Jewan Station 1
1.2.2.12. Jewan Station 2
1.2.2.13. frequency building
1.2.2.14. Youm Albahar
1.2.2.15. shuawakes stores
1.2.2.16. transportation building
1.2.2.17. Almanjarh

1.2.3. The contractor shall perform all necessary tests after major repairs to any
equipment and those test required by the M.O.I Engineers on contractor’s
own expenses.
1.2.4.
1.2.5. Additional works, operation and main repair-works required by the MOI
Engineers to add or modify the equipment or plant with a view to improve
performance and operation.

1.2.5 Shall include roof fan, fire fighting, sewage and water systems complete
with all accessories at all sites.

1.2.6 Other technician of staff to perform routine and breakdown maintenance


shall be on call service 24 hrs/day, 7day/week , 365.

1.2.7 Shall include Electrical works complete with all accessories at salmai
building

4
List of sites and required operational staff

Location Operators Technicians


Mechanical Electrical Mechanical Electrical
RTV complex 2 2 4 4
Salmiyia building 1 1 1 1
Mugwa Station 3 3 3 3
Kabed Station 2 2 2 2
Shuwaik printing press 2 2 1 1
Shuwaik building (2) 0 0 1 1
Mutlaa Station 1 1 0 0
South Sabaheya Station 1 1 0 0
Jellia Station 2 2 0 0
Jewan Station (1) 1 1 0 0
Jewan Station (2) 1 1 0 0
Sobbiya Station 1 1 0 0
Frequency Building Maintenance Only
Store Building Maintenance Only
Transportation Building Maintenance Only
Youm Albahar Maintenance Only
Almanjarh Maintenance Only
Total 17 17 12 12

-Mechanical Operator :24hrs (12hrs/shift) 2X17=34 operator


-Electrical Operator :24hrs (12hrs/shift) 2X17=34 operator
-Mechanical Technicians :10hrs Daily morning 12 Technicians
-Electrical Technicians :10hrs Daily morning 12 Technicians
-Two Mechanical Engineers : 10hrs Daily 2 Engineers

5
SECTION II
Details of routine and preventative maintenance
services
2.1. Daily Services:

The contractor shall attend the various sites daily and provide such
provision and daily maintenance which is necessary to ensure the
correct functioning if various installation at good level of
performance throughout the period of contract. Daily services also
include cleaning of plant room and equipment together for which
the contractor is responsible.

2.2. Services calls and emergency repairs:

The contractor shall attend to all calls within 2 hours from


MoI Engineers official notify either verbal or by fax or latter
and execute the required repair/maintenance with all possible
speed and efficiency, as economically as possible consistent
with good workmanship and to the satisfaction of the
Engineer. In event of the contractor failing to do so within a
mutually agreed time, MOI shall be at liberty to employ
persons other than the contractor to perform the required
work without any prior notice to the contractor such costs
incurred thereby plus 10% administrative shall be charged to
the contractor cost.

2.3. Additional works, Operation work-rate and Minor repair works.

2.3.1. Additional Works:

There are two type of additional works:

a. Additional work to improve the operation and


maintenance.

b. Additional work for a new installations or major overhaul of centrifugal


chiller in the services and it will be asked by MOI engineer.

6
The contractor shall inform the Engineer in writing of
any additional work or modification which is considered
necessary to improve operation and maintenance condition
or to improve the system efficiency or major operation and
overhauling of the centrifugal chiller. The contractor shall
commence the additional or modification work only after
obtaining approval from the Engineer in writing.

2.3.2. Minor Repair Works:

The contractor is responsible for planned preventive


maintenance (PPM) and minor repair works on
equipments
Work under minor repairs shall involve but not more limited
to the following:

 Replacement and installation of faulty (sealed/semisealed)


compressors with new (sealed/ semi sealed) compressor
 Leak test and leak repairing in condenser/evaporator coils and in
the system.
 Replacement all type of faulty bearings, belts, seals etc…
 Replacement and installation of malfunctioning electric motor
with new electric motor.
 Gas charging.

2.4. Duration of Contract

The duration of contract shall be for a period of 2


years and commences from the date on which the
contractor has positioned full compliments of
maintenance and operation staff and taken over the
site. The contract shall be renewed at the end of second
year under mutual agreement and on an excellent work
report of Engineer.

The Engineer shall prepare a handing over certificate


for the contractor. The handing over will be through the
present contractor under supervision of the Engineer.

7
2.5. Site Conditions:

The contractor before tendering shall visit the various


sites as mentioned in Appendix I to acquaint himself
with the required works, services and plants as no-claim
shall be allowed, whatsoever due to lack of
insufficiency of information.

2.6. Planned Preventive Maintenance Schedules (PPM Schedule)

2.6.1 PPM routine are classified as Weekly (W), 2–weekly (2W), Monthly (M),
3-monthly (3M), 6-monthly (6M), Annually (A) and Occasional (O).

2.6.2 They shall also include those routine based on completed running hours of
the equipment. The tenderer shall fill up the attached sample schedule or
submit its own schedule of planned preventive and routine maintenance
(PPM) in respect of each type of equipment and submit together with the
offer.

2.6.3 The tenderer is advised to exercise precision and care in filling up these
schedule as this gives evaluation of experience of the contractor as to how
much he Knows about the PPM for each equipment. This will be one of
the main criteria, in selecting the prospective contractor.

2.6.4 Preparation and maintenance of work recorders:

2.6.4.1 PPM Schedule:

Within one week from the of signing the contract, the


contractor shall finalize the PPM schedule in
consultation with the Engineer, and in accordance with
the schedule filled in and submitted along with the
tender, incorporating necessary alterations and
additions.

8
2.6.4.2 Cardex system:

The contractor shall prepare PPM cards, Break down


cards, and History cards in respect of each
equipment/system. One side of the card shall contain
the equipment details and the PPM and the other side
shall be utlised for entering dates of carrying out the
routine. The following color codes may preferable be
used.

ROUTINE COLOUR

Daily light brown for PPM routines and normal


work
Weekly Light red for PPM routines and normal
work .
2-weekly Light yellow for PPM routines and
normal work
Monthly Light green for PPM routines and normal
work
3-monthly Light blue for PPM routine and normal
work
6-monthly Light orange for PPM routine and normal
work
Annual Pink for PPM routine and normal work
Break down Ivory for PPM routine and normal work,
showing the trouble and what done. The material and spare parts
used.
History White for each type of equipment showing
details, running hours, breakdown & date of maintenance, spare
part name, number & to be located at each equipment.

9
2.7. Report on outstanding PPM routine

The contractor shall prepare a quarterly report on


outstanding routines and submit to the Engineer on or
before the 10th day of the month, beginning the quarter.
All such outstanding routines shall be discussed
between the contractor and the Engineers and nearest
possible convenient dates shall be planned for their
implementation.
2.8 Record of service calls

The contractor shall maintain separate record for those


works which are not covered by the cardex system.
This shall include all service calls and additional or
major works carried out the following:

- Air conditioning service calls.


- Other service calls.

These calls must be recorded on 2-copies signed by the


complainer and MOI site supervisor before sending to
Engineer.

2.9 Log Sheets:

The contractor shall maintain hourly record of running


parameters of centrifugal chillers. The Engineer will
supply the format of the log and the contractor shall
reproduce adequate number of copies sufficient for the
contract period. Photocopies of log sheets are not
permissible.

2.10 Work-Order:

Each work order shall be minimum in triple forum


with space for date, serial number, maintenance/break
down equipment detail, etc. It shall contain columns
for detailed work description including spare-parts
consumed, work (Execution/completion) date and
time, total (expected/actual) work hours, total cost, etc.

2.10.1 Work order total cost shall be derived as


follows:-

10
1- If material cost 200 KD or below then

Total cost = Spares ( Materials) local cost + 15% additional charge

2- If material cost 200 KD or above then

Total cost = spares (Materials) local cost + 10 % additional charge

2.10.2 MoI engineer must approved and confirm the spare


parts or material local cost provided with original
invoices which submitted by the contractor. MoI
engineer shall have the upper hand to decide the local
medium cost and contractor should concern with no
objection and claims.

The work-order format shall be finalized at latter


stage by the Engineer.

Each work-order shall be signed before execution of


work and after completion of work by the Engineer.
The contractor shall execute the work only after
obtaining approval signature from Engineer or his
representative on work-order.

At the end of each month the contractor shall


submit for payment to Financial Department all
the job completed work-orders under a single
invoice.

2.11 Inspection of records

The contractor shall maintain all above records


upto date. The Engineer shall have the right to
inspect any of the above records at any time
during working days.

11
2.12 Material and workmanship:

All materials, spare-parts/goods and


workmanship shall comply with Kuwait &
International standard, codes of practice and
Engineer satisfaction, where applicable. The
Engineer has the right to reject and materials or
workmanship which are improper, defective or
unsatisfactory. Upon such rejection the
contractor shall at his own expense substitute
proper materials and re-execute the rejected
work to the satisfaction of the Engineer.

12
2.13 General Description of plant and equipment:

General description of plant and equipment are


contained in the following list.

A. List of various equipments at various


sites……...Appendix I

S Site Service required by the contractor


/
N
o
1 RTV complex Soor Maintenance and operation of centrifugal chillers,
Street AHU , DX.units, pumps, cooling towers, ,
chemical treatment system, water plant
equipments with all accessories and fire fighting.
its control panels
2 Salmiyia building Maintenance and operation of complete HVAC
system , electrical system , water plant
equipments with all accessories fire fighting
and fire alarm system.
3 Mugwa stations. Maintenance and operation of complete HVAC
system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
4 shuwaik Printing Maintenance and operation of complete HVAC
press system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
5 Jewan station (2) Maintenance and operation of complete HVAC
system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
6 Kabed station Maintenance and operation of complete HVAC
system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
7 Shuwaik building Maintenance and operation of complete HVAC
(2) system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
8 Mutlaa station Maintenance and operation of complete HVAC
system and its electrical, chemical treatment
system, water plant equipments with all
13
accessories and fire fighting. its control panels

S Site Service required by the contractor


/
N
o
9 South sabaheya Maintenance and operation of complete HVAC
station system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
1 Jewan station (1) Maintenance and operation of complete HVAC
0 system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
1 Sobbiya station Maintenance and operation of complete HVAC
1 system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
1 Frequency Maintenance of complete HVAC system and
2 Building its electrical,
1 Store Building Maintenance of complete HVAC system and
3 its electrical
1 Transportation Maintenance of complete HVAC system and
4 Building its electrical
1 Jellia station Maintenance and operation of complete HVAC
5 system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
1 Youm Albahar Maintenance of complete HVAC system and
6 its electrical
1 Almanjarh Maintenance of complete HVAC system and
7 its electrical,

The above lists gives a general idea about the various complex,
services and equipments. However, further detailed information is
considered necessary for compiling the tender. Mostly records,
drawings and catalogues pertaining information of services or
equipments are destroyed. Hence the tenderers are advised to
contact the relevant manufacturers or their local agents to obtain any
information which they consider are necessary for compiling the
tender. Any claims on account of lack of information about any
equipment as a whole or part thereof shall not entertained later.
14
2.14 Technical staff on sites:-
The contractor shall provide the following staff for
maintenance and on site service of centrifugal water cooled, air
cooled chillers, package and split A/C Units as mentioned in the
Scope of work and consisting of :-
1- A/C Mechanic Minimum 10 years experience in similar work.
2- Assistant A/C Mechanic Minimum 5 year experience in similar
work.

Technical staff on call: -


Have the right to call for emergency repair or maintenance all around
24 hours every day including Fridays – Saturday and holidays.

Transportation:-
The contractor shall arrange a mean transportation for its technicians
to and from the work site.

Tools and Equipment:-


Contractor shall arrange to provide necessary tools or equipment to
its technicians to conduct any type of repair or maintenance for the
subject A/C equipment.
The successful contractor shall provide technical staff for
emergency , routine and preventative maintenance works 24hr/day ,
7day/week all year round, the staff shall include specialized
technician A/C mechanics , welders, pipe fitters, electrical (control
and power) techniques , duty fabricates…etc.
The staff shall be subjected to MOI engineer interview inexperienced
staff shall be rejected at least 7 years experience repair for
The successful contractor shall provide an emergency 24hr on call
service telephone line.

A/C Maintenance Software:-


Successful contractor shall operate a maintenance software for
(windows based) every A/C units and their auxiliaries equipment.

The software shall contain all above mentioned document in its


submenus with an interactive facility. Where the operator can enter
correct and/or delete data from the maintenance reports. The software
shall be password protected. The computer shall be stationed in RTV
complex. A hard copy can be printed from the maintenance software
for any given menu or sub- menu. The successful contractor shall
submit the original maintenance software disk to MOI for its sole
right usage.

15
The computer and mobilization specification as follows:-
The following items belongs to the contractor and will be used by
contractor staff and it will be handed over to the contractor after
finish project.

1- TWO number personal computer with the latest technology.


2- TWO number color laser printer with the latest technology.
3- One car six cylinder four wheel for the same years.

16
Appendix I

2.14 A general description of the site and services:

Contractor and his sub contractor shall be responsible


to perform maintenance and operation / maintenance of
HVAC, and Mechanical system at different sites as
stated below.

S Site Service required by the contractor


/
N
o
1 RTV complex Soor Maintenance and operation of centrifugal chillers,
Street AHU , DX.units, pumps, cooling towers, ,
chemical treatment system, water plant
equipments with all accessories and fire fighting.
its control panels
2 Salmiyia building Maintenance and operation of complete HVAC
system , electrical system , water plant
equipments with all accessories fire fighting
and fire alarm system.
3 Mugwa stations. Maintenance and operation of complete HVAC
system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
4 shuwaik Printing Maintenance and operation of complete HVAC
press system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
5 Jewan station (2) Maintenance and operation of complete HVAC
system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
6 Kabed station Maintenance and operation of complete HVAC
system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
7 Shuwaik building Maintenance and operation of complete HVAC
(2) system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
8 Mutlaa station Maintenance and operation of complete HVAC
17
system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels

S Site Service required by the contractor


/
N
o
9 South sabaheya Maintenance and operation of complete HVAC
station system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
1 Jewan station (1) Maintenance and operation of complete HVAC
0 system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
1 Subia station Maintenance and operation of complete HVAC
1 system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
1 Frequency Maintenance of complete HVAC system and
2 Building its electrical,
1 Store Building Maintenance of complete HVAC system and
3 its electrical
1 Transportation Maintenance of complete HVAC system and
4 Building its electrical
1 Jellia station Maintenance and operation of complete HVAC
5 system and its electrical, chemical treatment
system, water plant equipments with all
accessories and fire fighting. its control panels
1 Youm Albahar Maintenance of complete HVAC system and
6 its electrical
1 Almanjarh Maintenance of complete HVAC system and
7 its electrical,

18
Appendix II

1- List of Various Equipment at Radio and TV Complex

S Equipment Capacit Qt Not


/ y y es
N
o
1 Centrifugal Chiller 720 RT 3
York, USA Each
Model:
IITMIG15GAAS
2 Chemical Treatment 1
System
3 Centrifugal Chiller 400 RT 1
Carrier, USA
Model: 19 XL
S/N0.
10XB44003501
4 Annually inspection 2 Times 4
for York and Carrier No
centrifugal chiller by s
the main agent in
Kuwait as the
factory
recommendations in
the R & TV and
salmiyia building .
5 Air cooled chiller 3
Carrier No
Model: 30GTR160 s
6 AC Pumps Different 13
capacity No
s
7 Cooling Towers 750 RT 4
No
s
8 Air Handling Unit Different 55
capacity
9 Water pumps Different 9
capacity
1 Fire fighting pumps Different 6
0 capacity
1 Air compressors Different 9
1 capacity
1 Chilled & condenser Different 14
2 pumps capacity

19
2- List of Various Equipments at salmiyia building

S Equipment Capac Qt Not


/ ity y es
N
o
1 Air cooled chiller 98 RT 3
TRANE Each
Model: CGAV-213E
2 AHU Differe 11
TRANE nt
Model: CCGA capacit
y
3 Mini split unit Differe 8
nt
capacit
y
4 Fan Coil Unit Differe 22
nt
capacit
y
5 VAV Boxes 63
6 Exhaust Fan 27
7 Domestic water LS
pumps
8 Fire fighting system LS
9 All electrical work LS
in the building
including LT panel

20
3- List of Various Equipment at Mugwa Station

S Equipment Capacity Q Not


/ t es
N y
o
1 Air Cooled
Chiller
Carrier, USA 50RT-------- 2
Model: ------ 1
30GT050------- 80RT-------- 4
Model: ------
30GTN080---- 130RT-----
Trane -----
1 Spilt Unit Different 5
Pearl, Bahrain Capacity 6
Model: 24SCLR
2 Package Type 20 RT Each 4
York, USA
Model:
D2CE240A50A
3 Chilled Water Different 7
Pump Capacity
4 AHU Different 1
capacity 5

21
4- List of Various Equipments Jewan Two

S Equipment Capaci Q N
o ty t o
y t
e
s
1 Chiller carrier model 162.4 2
30GTR 190 R.T

2 AHU 1&2 model 5- 598.977 2


SE24/15 MBTU
1
AHU 3 model 5-SE21/15 320.625 MBTU
1
AHU 4 model 5-SE15/9 139
MBTU 1
AHU 5 model 5-SE12/12
154.125 1
AHU 6 model 5-SE18/12 MBTU
1
AHU 7 model 5-SE12/9 248.420
MBTU

228.443
MBTU
3 Chilled water pumps taco 389 2
model F14013 GPM
4 FANS Defiant 8
capacity
5 Air compressor model 1
GX11-10FF

6 Domestic water pumps 2


KSP Model V1816
7 Irrigation pumps KSP 2
Model v10

8 All electrical L.S. L


.
S
.
9 Fire fitting system L.S. L
.
S
.
1 Fire alarm system L.S. L
0 .
S

22
.

23
5- List of Various Equipments shuwaik printing press

S Equipment Capa Q N
/ city t ot
N y es
o
1 MODEL NO. CVGF650 ( 460 KW ) ( 3300 650 3
VOLTS ) ( 50 HZ ) ( 3 PH ) RT
( GAS 134A ) ( .AMP 134 ) each
2 Condenser pump motor (CROMTON 4 4
GREAVES ) ( MODEL NO. XNADY 95707 ) NOs
(55 KW ) N
92 ) ( 415 VOLTS) ( 3 PH ) ( 50 HZ ) ( HP 75 ) O
( 1475 RPM ) ( .AMP s

3 Chilled water pump motor (CROMTON 4


GREAVES ) (MODEL NO. XNADU 94106
( 75 KW ) N
( 3 PH) ( 50 HZ ) ( .HP 100 ) O
( 1480 RPM ) ( .123 AMP ) ( VOLTS 415 ) s

4 Condenser water pump ( EBARA ) ( EN 4


150--315 ) (Q 444 ) ( H 30.5 )
N
O
s

5 Chilled water pump (EBARA ) ( EN 150-400 4


BCE ) ( Q 375 ) ( H 36.6 )
N
O
s

6 Chemical pump motor 3


( MODEL NO. BLS-10 )
( 240 VOLTS ) ( IPH ) N
o
s

7 Chiller oil pump heater motor ( MODEL NO. 3


X39001641-04A ) ( 460/400 VOLTS ) ( 50/60
HZ ) ( 3 PH ) N
( 1725/1425 ) ( FLA --1.55 ) ( KW 75. ) O
s
8 Electrical MCC panel board ( CONDENSER L
PUMP MOTOR BREACKER ( 150 AMP.) S
( MERLIN GERIN MODEL NS160 N )
( CONTACTOR 125 AMP )

CHILLED WATER PUMP MOTOR )

24
BREACKER ( 250 AMP. ) ( MERLIN GERIN
MODEL NO. NS250N )
( .CONTACTOR 125 AMP )
9 Cooling RELIANCE MODEL NO. 3
1M0F00775--G 2--T G ( 50 HP. ) ( 415
VOLTS ) ( 3 PH. ) ( 50 HZ ) ( 70.9 AMP. ) N
( 1470 RPM. ) ( BEARING NO, O
55BC03X30X26 ) s
Tower Fan Motor
1 Jockey Pump motor AL ARABI MODEL NO. 1
0 B42510006P10149 ) ( Q--9.5 M3/h ) ( H--49.8
) N
O
1 Fire Pump Motor MODEL NO. J76615135 2
1 ( 50 HP. ) ( 37 KW ) ( 415 VOLTS ) ( 62 AMP.
) ( 967 RPM ) N
O
s

1 Air Handling Unit York Centrifugal Fan 3


2 4

N
O
s

List of Various Equipments in Kabed Station -6

S Equipment Capaci Q N
o ty t o
y t
e
s
1 Air cooled chiller:
1) Carrier Model 30GT070 70RT 1
2) Carrier Model 30GT050 50RT 1
3) HITACHI model RUA-40 A/G 30RT 3
1 Water cooled Chiller
2 Carrier Model 120RT 6
30HR160C900
Chilled water Pump Different 1
3 Capacity 2
4 Condenser water Pump 360GPM 7
Ritz model 80-315
4 Cooling tower 3

25
7- List of Various Equipments Shuwaik Building (2)

S Equipment Capacity Q Notes


r t
. y
N
o
1 SKM Split 14HP 1
2 CARRIER 12HP 2
PKG
3 NATIONAL 10TR 1
PKG
4 YORK PKG 24HP 5
5 YORK PKG 6HP 2
6 SPLIT UNIT Different 9
Capacity 2

26
8- List of Various Equipments Mutlaa Station

S Equipment Capacity Q Notes


r t
. y
N
o
1 A\C Package 10 TR 3
uint – type
Trane
2 A\C Package 12TR 2
uint – type
Trane
3 A\C Package 8 TR 2
uint – type
Trane
4 Split unit Different 7
capacity

27
9- List of Various Equipments South Sabaheya Station

S Equipment Capacity Q Notes


r t
. y
N
o
1 A\C package 16 RT 4
unit
2 A\C package 10 RT 1
unit
3 A\C package 9 RT 1
unit
4 Split Unit Different 4
capacity

28
10- List of Various Equipments Jewan Station (1)

S Equipment Capacity Q Notes


r t
. y
N
o
1 CARRIER 12TR 2
PKG
2 CARRIER 6 TR 2
PKG
3 YORK 50 TR 2
PKG
4 YORK 18 TR 2
PKG
5 SPLIT Different 1
UNIT Capacity 1

29
11- List of Various Equipments Sobbeya Station

S Equipment Capacity Q Notes


r t
. y
N
o
1 A\C package 14 RT 2
unit – Trane
type
2 A\C package 16 RT 2
unit – Trane
type
3 A\C package 9 RT 1
unit – Trane
type
4 Split Unit Different 6
capacity
5 Window Different 2
type capacity

30
12- List of Various Equipments Frequancy Building

S Equipment Capacity Q Notes


r t
. y
N
o
1 TRANE 20 RT 4
PKG
2 TRANE 25 RT 1
PKG

31
13- List of Various Equipments Store Building

S Equipment Capacity Q Notes


r t
. y
N
o
1 TRANE 10TR 4
PKG
2 TRANE 8HP 4
PGK
3 YORK PKG 24HP 2
4 SPLIT UNIT Different 5
Capacity 4

32
14- List of Various Equipments Transportation Building

S Equipment Capacity Q Notes


r t
. y
N
o
1 SPLIT UNIT Different 2
Capacity 3

15- List of Various Equipments Youm Albahar


S Equipment Capacity Q Notes
r t
. y
N
o
1 SPLIT UNIT Different 5
Capacity 0

33
16- List of Various Equipments Jellai Station

S Equipment Capacity Q Notes


r t
. y
N
o
1 A\C package 16 RT 4
unit
2 A\C package 10 RT 1
unit
3 Air cooled 100 RT 2
chiller –
carrier type
4 Window Different 4
type capacity
5 Split Unit Different 6
capacity

34
17- List of Various Equipments in Manjarh

S Equipment Capacity Q Notes


r t
. y
N
o
1 CARRIER 12TR 2
PKG
2 CARRIER 6 TR 2
PKG
3 YORK 50 TR 2
PKG
4 YORK 18 TR 2
PKG
5 SPLIT Different 1
UNIT Capacity 1

35
Specialist Sub Contractors:

2.16.1. The tender must submit with his offer the names of specialist sub
contractors together with their supporting documents which
provide evidence of their experience in maintaining, repairing
programming and water analysis for:

A. Water treatment system consists of the following:

1- Chillers
2- Cooling tower
3- Fortnightly water analysis report from approved
laboratory.

B. Fire Fitting , Fire alarms systems and Electrical works


consist of the following:

1- Main and Jockey pumps.


2- Piping systems.
3- Sprinklers.
4- Hose reel cabinets with all accessories.
5- Fire alarm system panels , bells , smoke detectors … Etc.
6- Electrical works complete in the building.

2.14.1Chemical treatment:

The contractor shall ensure that the correct water treatment


procedure is followed and the chemical treatment unit are
functioning well. A frot-nightly water analysis report shall be
submitted to the Engineer. The Engineer has a right to ask the
contractor to send the water sample if chilled and condenser
water systems for analysis in case of dispute to MEW or KISR
laboratory on the cost of the contractor.

2.15 Annual inspection by Manufacturer’s services Engineer:

2.17.1. The contractor shall arrange for all the centrifugal chillers once
a year, in the month of March/April by the manufacturers
Services Engineer. He shall carry out all pre-start safety checks
and the units shall be restarted in his presence. The Service
Engineer shall confirm the satisfaction operation of all chillers,
in writing direct to MOI representative who shall attend the

36
test. Therefore the contractor shall intimate at least one week
in advance of such visit.

2.17.2 Any additional routine/repairs likely to be recommended,


shall also be as a part of this contract. All expenses for the visit
of the Manufacturer’s Services Engineer shall be borne by the
contractor. This is also valid for water treatment system.

2.16Contractor’s Equipment & Transportation:

The contractor shall provide the following:

2.18.1. All cleaning materials, steam cleaners, brushes, blower, pressure


pumps, rags, etc, for keeping the equipment and site clean and
tidy.

2.16.1 All handling, lifting and transporting equipment to carry out


works.

2.16.2 All equipment, tools, special tools and testing instruments,


gauges etc, required for the proper operation and
maintenance of the works. All tools and equipment shall be
standard items especially required for maintenance.

2.16.3 Return to the Engineer or its representative all worn,


damaged or replaced parts removed from plants or
equipment.

2.16.4 All log sheets, forms, work order book and PPM cards are
required by the contractor after approved from Engineer.
All work order books, forms, log sheets and PPM cards
shall bear the name of MOI, project and the particular item.
The printing and building cost shall be born by the
successful contractor.

2.16.5 Transportation of personnel and equipment to and from


various sites.

2.16.6 Any personal / technical staff to carry maintenance / worsk


orders according to contract scope.

37
Material Required (Appendix III)

If it is available in MOI stores, it will be supplied by the


Engineer. In case of non availability the required material shall be
provided and supplied by the contractor on terms as detailed on
item 2.10.1 & 2.10.2.

The contractor shall supply and install after Engineer’s approval


the required spare parts or material and shall submit a voucher for
payment shall be submitted at the end of each month to MOI
after counter signature of the Engineer.

38
List of Specialist Sub-Contractors

To be completed by the Maintenance Contractor and submitted along with the


offer

Description of Name & Address Detailed of


Services experience Sub-
contractor in
similar field.
(Furnish Proof)

Note: Use additional sheets if required

39
SECTION III

Bill Of Quantities (BoQ) 1-[Maintenance


Works]
1- RTV COMPLEX

S. Equipment C Qty Per Total


N Description a Mont KD
o p h Per
a Mont
ci h
ty
1 Centrifugal Chiller 7 3
York, USA 2
Model: 0
IITMIG15GAAS R
T
E
a
c
h
2 Chemical Treatment 1
System
3 Centrifugal Chiller 4 1
Carrier, USA 0
Model: 19 XL 0
S/N0. 10XB44003501 R
T
4 Annually inspection 2 4
for York and Carrier T Nos
centrifugal chiller by i
the main agent in m
Kuwait as the factory es
recommendations in
the R & TV and
salmeyia building .
5 Air cooled chiller 3
Carrier Nos
Model:
6 A/C Pumps D 13
if Nos
fe
re
nt
c
a
p
a
ci
40
ty
7 Cooling Towers 7 4
5 Nos
0
R
T
8 PC and Mobilization LS LS
as specified

TOTAL FOR MAINTENANCE WORKS/MONTH

41
Bill Of Quantities (BoQ): 1-[Maintenance
Works]
2- SALMIA BUILDING

S. Equipment C Qty Per Total


N Description a Mont KD
o p h Per
a Mont
ci h
ty
1 Air cooled chiller 9 3
TRANE 8
Model: CGAV-213E R
T
E
a
c
h
2 AHU D 11
TRANE if
Model: CCGA fe
re
nt
c
a
p
a
ci
ty
3 Mini split unit D 8
if
fe
re
nt
c
a
p
a
ci
ty
4 Fan Coil Unit D 22
if
fe
re
nt
c
a
p
a
ci
ty

42
5 VAV Boxes 63
6 Exhaust Fan 27
7 Domestic water L LS
system S
8 Fire fighting system L LS
S
9 All electrical work in L LS
the building including S
LT panel
1 Chilled water pump as D 3
0 specified if
fe
re
nt
c
a
p
a
ci
ty
1 PC as specified L LS
1 S

TOTAL FOR MAINTENANCE WORKS/MONTH

43
Bill Of Quantities (BoQ): 1-[Maintenance
Works]
3- MAGWA SATATION
S. Equipment C Qty Per Total
N Description a Mont KD
o p h Per
a Mont
ci h
ty
1 Spilt Unit 2 37
Pearl, Bahrain 4
Model: 24SCLR 0
0
0
0
B
tu
/h
r
E
a
c
h
2 Package Type 2 4
York, USA 0
Model: R
D2CE240A50A T
E
a
c
h
3 Split Unit 3 3
Sanyo, Japan 6
Model: 0
8256416911800F/A 0
B
tu
/h
r
E
a
c
h
4 Split Unit 2. 1
Sanyo, Japan 5
Model: SBWC301D5 R
T
E
a
c

44
h
5 Split Unit 3 6
Diakin, Japan R
Model: 100BBV1F T
E
a
c
h
6 Spilt Unit 2 5
General, Thailand R
Model: AOG25AWA T
E
a
c
h
7 Spilt Unit 2. 4
Hitachi. Japan 5
Model: RAC24CVP1 R
T
E
a
c
h
8 Pump D 3
Model: BS2613 if
fe
re
nt
C
a
p
a
ci
ty
9 AHU D 2
Carrier, USA if
Model: fe
re
nt
c
a
p
a
ci
ty
1 Air Cooled Chiller 1 3
0 Carrier, USA 2
Model: 0
R
T
E

45
a
c
h

TOTAL FOR MAINTENANCE WORKS/MONTH

Note: MOI in consulting with the contractor shall add or deduct any
number of equipment and its related price from the BoQ.

46
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
4-JEWAN TWO

S. Equipment Capacity Q Per Total


N Description t Mont KD
o y h Per
Mont
h
1 Chiller carrier model 162.4 RT 2
30GTR190
2 AHU 1&2 model 5- 598.977 2
SE24\15 MBTU 1
AHU 3 model 5- 320.625 1
SE21\15 MBTU 1
AHU4 model 5- 139 1
SE15\9 MBTU 1
AHU 5 model 5- 154.125
SE12\12 MBTU
AHU 6 model 5- 248.420
SE18\12 MBTU
AHU 7 model 5- 288.443
SE12\9 MBTU
3 Chilled water pumps 389 GPM 2
taco model F14013
4 FANS Different 8
capacity
5 Air compressor model 1
GX11-10FF
6 Domestic water 2
pumps KSP model
v1816
7 Irrigation pumps KSP 2
model v10
8 All electrical LS L
S
9 Fire fitting system LS L
S
1 Fire alarm system LS L
0 S

TOTAL FOR MAINTENANCE WORKS/MONTH

47
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
5- SHUWAIK PRINTING PRESS

S Equipment Description Ca Q Per Total


. pa t Mon KD
N cit y th Per
o y Mont
h
1 MODEL NO. CVGF650 ( 460 65 3
KW ) ( 3300 VOLTS ) ( 50 HZ ) ( 3 0
PH ) RT
( GAS 134A ) ( .AMP 134 ) eac
h
2 Condenser pump motor (CROMTON 4
GREAVES ) ( MODEL NO. XNADY
95707 ) (55 KW ) N
415 ) ( 3 PH ) ( 50 HZ ) ( HP 75 ) o
( 1475 RPM ) ( .92 AMP ) ( VOLTS s

3 Chilled water pump motor 4


(CROMTON GREAVES ) (MODEL
NO. XNADU 94106 ( 75 KW ) N
( 3 PH) ( 50 HZ ) ( .HP 100 ) o
1480 ) ( .123 AMP ) ( VOLTS 415 ) s
( RPM
4 Condenser water pump ( EBARA ) 4
( EN 150--315 ) (Q 444 ) ( H 30.5 )
N
o
s
5 Chilled water pump (EBARA ) ( EN 4
150-400 BCE ) ( Q 375 ) ( H 36.6 )
N
o
s
6 Chemical pump motor 3
( MODEL NO. BLS-10 )
( 240 VOLTS ) ( IPH ) N
o
s

7 Chiller oil pump heater motor 3


( MODEL NO. X39001641-04A )
( 460/400 VOLTS ) ( 50/60 HZ ) ( 3 N
PH ) o
) ( FLA --1.55 ) ( KW 75. ) s
( 1725/1425
8 Electrical MCC panel board LS L
( CONDENSER PUMP MOTOR S
48
BREACKER ( 150 AMP.)
( MERLIN GERIN MODEL NS160
N ) ( CONTACTOR 125 AMP )

CHILLED WATER PUMP MOTOR )


BREACKER ( 250 AMP. )
( MERLIN GERIN MODEL NO.
NS250N )
( .CONTACTOR 125 AMP )
9 Cooling RELIANCE MODEL NO. 3
1M0F00775--G 2--T G ( 50 HP. )
( 415 VOLTS ) ( 3 PH. ) ( 50 HZ ) N
( 70.9 AMP. ) ( 1470 RPM. ) o
( BEARING NO, 55BC03X30X26 ) s
Tower Fan Motor
1 Jockey Pump motor AL ARABI 1
0 MODEL NO. B42510006P10149 )
( Q--9.5 M3/h ) ( H--49.8 ) N
o
1 Fire Pump Motor MODEL NO. 2
1 J76615135 ( 50 HP. ) ( 37 KW ) ( 415
VOLTS ) ( 62 AMP. ) ( 967 RPM ) N
o
s
1 Air Handling Unit York Centrifugal 3
2 Fan 4

N
o
s

TOTAL FOR MAINTENANCE WORKS/MONTH

49
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
6- KABED STATION

S. Equipment C Qty Per Total


N Description a Mont KD
o p h Per
a Mont
ci h
ty
1 Air cooled chiller:
1-Carrier Model 7 1
30GT070 0 1
2-Carrier Model R 3
30GT050 T
3-HITACHI model 5
RUA-40 A/G 0
R
T
3
0
R
T
2 Water cooled Chiller 1 6
Carrier Model 2
30HR160C900 0
R
T
3 Chilled water Pump D 12
if
fe
re
nt
c
a
p
a
ci
ty
4 Condenser water 3 7
Pump 6
Ritz model 80-315 0
G
P
M
5 Cooling tower 3

TOTAL FOR MAINTENANCE WORKS/MONTH

50
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
7- SHUWAIK BUILDING (2)

S. Equipment Capacit Q Per Total


N Description y t Mont KD
o y h Per
Mont
h
1 SKM Split 14HP 1
2 CARRIER PKG 12HP 2
3 NATIONAL PKG 10TR 1
4 YORK PKG 24HP 5
5 YORK PKG 6HP 2
6 SPLIT UNIT Differe 9
nt 2
Capacit
y
TOTAL FOR MAINTENANCE WORKS/MONTH

51
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
8- MUTLAA STATION

S. Equipment Capac Q Per Total


N Description ity t Mont KD
o y h Per
Mont
h
1 A\C Package uint – 10 3
type Trane TR
2 A\C Package uint – 12TR 2
type Trane
3 A\C Package uint – 8 TR 2
type Trane
4 Split unit Differ 7
ent
capac
ity
TOTAL FOR MAINTENANCE WORKS/MONTH

52
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
9- SOUTH SABAHEYA STATION

S. Equipment Capac Q Per Total


N Description ity t Mont KD
o y h Per
Mont
h
1 A\C package unit 16 4
RT
2 A\C package unit 10 1
RT
3 A\C package unit 9 RT 1
4 Split Unit Differ 4
ent
capac
ity
TOTAL FOR MAINTENANCE WORKS/MONTH

53
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
10-JEWAN STATION (1)

S. Equipment Capac Q Per Total


N Description ity t Mont KD
o y h Per
Mont
h
1 CARRIER PKG 12TR 2
2 CARRIER PKG 6 TR 2
3 YORK PKG 50 2
TR
4 YORK PKG 18 2
TR
5 SPLIT UNIT Diffe 1
rent 1
Capa
city
TOTAL FOR MAINTENANCE WORKS/MONTH

54
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
11- SOBBEYA STATION

S. Equipment Capac Q Per Total


N Description ity t Mont KD
o y h Per
Mont
h
1 A\C package unit – 14 2
Trane type RT
2 A\C package unit – 16 2
Trane type RT
3 A\C package unit – 9 RT 1
Trane type
4 Split Unit Differ 6
ent
capac
ity
5 Window type Differ 2
ent
capac
ity
TOTAL FOR MAINTENANCE WORKS/MONTH

55
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
12- FREQUANCY BUILDING

S. Equipment Capac Q Per Total


N Description ity t Mont KD
o y h Per
Mont
h
1 TRANE PKG 18 4
RT
2 TRANE PKG 25 RT 1
3 Split Unit Differ 5
ent
capac
ity
TOTAL FOR MAINTENANCE WORKS/MONTH

56
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
13- STORE BUILDING

S. Equipment Capac Q Per Total


N Description ity t Mont KD
o y h Per
Mont
h
1 TRANE PKG 10TR 4
2 TRANE PGK 8HP 4
3 YORK PKG 24HP 2
4 SPLIT UNIT Differ 5
ent 4
Capa
city
TOTAL FOR MAINTENANCE WORKS/MONTH

57
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
14-TRANSPORTETION BUILDING

S. Equipment Capac Q Per Total


N Description ity t Mont KD
o y h Per
Mont
h
1 SPLIT UNIT Differ 2
ent 3
capac
ity
TOTAL FOR MAINTENANCE WORKS/MONTH

58
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
15-YOUM ALBAHAR

S. Equipment Capac Q Per Total


N Description ity t Mont KD
o y h Per
Mont
h
1 SPLIT UNIT Differ 5
ent 0
capac
ity
TOTAL FOR MAINTENANCE WORKS/MONTH

59
Bill Of Quantities (BoQ) 1-[Maintenance
Works]
16- JELLAI STATION

S. Equipment Capac Q Per Total


N Description ity t Mont KD
o y h Per
Mont
h
1 A\C package unit 16 4
RT
2 A\C package unit 10 1
RT
3 Air cooled chiller – 100 2
carrier type RT
4 Window type Differ 4
ent
capac
ity
5 Split Unit Differ 6
ent
capac
ity
TOTAL FOR MAINTENANCE WORKS/MONTH

60
Bill Of Quantities (BoQ)

1-[Maintenance and operation as specified Works]

Location Oper Maint To


S. ation enanc tal
N as e as K
o speci specifi D
fied ed Per Pe
Per Mont r
Mon h M
th ont
h
1
RTV complex
2
Salmiyia building
3
Mugwa Station
4
Kabed Station
5
Shuwaik printing press
6 Not required
Shuwaik building (2)
7
Mutlaa Station
8
South Sabaheya
Station
9
Jellia Station
1
0 Jewan Station (1)
1
1 Jewan Station (2)
1
2 Sobbiya Station
1 Not
3 Frequency Building requi
red
1 Not
4 Store Building requi
red
1 Not
5 Transportation requi
Building red
1 Not
6 Youm Albahar requi
red
1 Not
7 Almanjarh requi
61
red
Total Maintenance and
operation as specified
Works

62
2-Computer and mobilization

S. Equipment Total KD Per Month


N Description
o
1 Computer , soft
and mobilization as
specified

GRAND TOTAL/MONTH = TOTAL FOR MAINTENANCE


WORKS / MONTH + (PLUS)
TOTAL FOR OPERATION WORK /
MONTH + Computer and mobilization

= KD __________________ PER MONTH

TOTAL CONTRACT VALUE = 24 x GRAND TOTAL PER MONTH


=

CONTRACT VALUE (IN FIGURE) = KD

63

Você também pode gostar