PRJ-149-67-2011 COOLING T0WER SIDE STREAM FILTERATION

advertisement
REPUBLIC OF IRAQ
COOLING T0WER SIDE STREAM FILTERATION UNIT
TWO UNIT SEPARATE (ONE FOR EACH TRAIN)
2 unit x 2500m3 /hr
TENDER DOCUMENTS
FOR
CONSTRUCTION OF
SIDE STREAM MMF FILTERS UNIT FOR EACH COOLING TOWER
No.1 AND No.2
Project on Turn-Key Basis
1
TENDER DOCUMENTS FOR DESIGNING, SUPPLYING, INSTALLATION,
CONSTRUCTION & COMMISSION OF COOLING T0WER SIDE STREAM
FILTERATION UNIT TWO UNIT SEPARATE ONE FOR EACH TRAIN
PROJECT ON TURN-KEY BASIS
Designing, Supplying, Installation, Construction, Commissioning The following
requirement in the tender documents will be for supplying, installation and construction of
Cooling Tower Side Filtration Unit on Turn Key basis.
1-The expected time for executing all activities in the technical offer to be clarified.
2-Break down cost in the commercial offer is to be clarified
separately
for:
* Civil and electromechanical works
* Equipment and materials supplied
* Spare parts
* Training
I- GENERAL
1- Offer should be submitted as turn key basis of the entire work
2- The country of Origin have to be mentioned which is to be one of the followings (WEST EUROPE ,
JAPAN, USA ,) and all materials supplied are to be brand new.
3- The offer should cover:
.
.
.
List of main suppliers for materials and equipment
Engineering, civil, electromechanical works.
Material supply for the unit with all other equipment and accessories necessary to operate the plant
safely, reliably and easy maintenance.
. Installation and supervision.
. Transportation. ( CIP FERTILIZER SITE – BASRAH )
. Commissioning & performance test for three days continuous operation with full load.
. Functional guarantee for one year in operation.
. Training.
III
4- Safety during the executing work is contractor responsibility.
5- Time Schedule starting from the L/C opening till the end of plant operation commissioning
will be regarded as one of the important items for the offers evaluation.
6- Completion of functional guarantee (one year after PAC) is to be executed under contractor
 Designing, installation and operation.
 Civil works.
 Electromechanical, instruments works.
 interconnection pipes with existing unit.
THE EXISTING FACILITY:
1-Electric input line(400 V, 50Hz. 3ø)
2- Instrument air pressure 6 bar.
3- Plant air pressure 6 bar.
4- Ambient conditions.
A- temperature ----------- 0oC to 50oC.
B- Pressure ---------------720 -770 mm Hg.
2
C- Humidity -------------10% to 100%.
D- Desert Weather & Sand Storm condition.
5- Outlet carbon steel pipe size from cooling tower to filtration unit (20 inch),
that’s the suction of the side filtration unit will connected to the (20 inch) pipe line mentioned
IV -UNIT SITE:
The cooling tower side filtration unit is to be installed inside the boundary limit of the state company of
fertilizer / southern region plant in KHOR AL-ZUBAIR /BASRAH.
V– TECHNICAL REQUIREMENT DISCRIPTION:
The requirement of the work is including the following:
A-Mechanical requirements.
1- All vessels of filters are FRP material
2- All control valves (Butterfly ,flange type ) corrosion resistance material and all bolts and washers
from SUS
3-Mechanical works from each existing cooling tower to side filtration unit
4-The distance from the cooling tower to the filtration unit about 25 m.
5- All pipes material and all accessories should be corrosion resistance .
6-All equipments should be under shade(Corrugated FRP) with suitable overhead crane (5 Ton capacity )
for easy maintenance.
7-The applicable standard as per API, ANSI.
8-Common main back wash water line to be installed and connect to exist main drain channels.
9-Special tools for piping fabrication.
B – Process requirement:
1-(PFD) Process flow diagram (P&I) piping and instrument document to be submitted.
2- Each vessel provide with automatically air scoring system with ( 30 – 50 ) % stand by of air
blower.
3 – Flow rate feed to side filtration unit(each ) is 2100m3/hr which is 7% of circulating flow rate
of the cooling tower
4 – Turbidity outlet of MMF required (1 ppm ) max as Kaolin
5 – Existing cooling tower and cooling water properties
- Turbidity (10 ~50 ) ppm (feed water to the new side filtration unit)
- Holding capacity of cooling tower 8500 m3
-Circulation rate 30000 m3 /hr
- PH of circulation water ( 7.8 -8.2 )
- EC ( 3000 – 10000 ) (micro cemins )
- Evaporation rate 500 m3/hr
- Base dimension (125 X 20 X 2.7 )meter
- cooling water pipe size feed to the side filtration unit is 20 inch diameter with carbon steel material
C-Rotary Specification supply requirements:
1- All pumps should be centrifugal horizontal, 1500rpm, between bearing, split type.
2- pumps should be corrosion resistant (wet parts) .
3- All pumps should be oil path lubrication, normal ball or roll bearing, packing, gear coupling or linner
(shims) type.
4- The design pressure of the supplied pumps should be more than (1.5) of the operating pressure.
5- Each pump capacity should be (1250 ~ 1500) m3/hr
6 - Air blower centrifugal type with ( 30 -50 )% stand by installed at site .
7- Facilities for easy maintenance.
8- 30-50% stand by pumps (installed on site) for all running pumps (pump & motor)
9- Tools for maintenance of the rotary are required.
10- All inspection certificates of material and performance curves for pumps to be submitted.
3
11- The applicable standard as per API, ANSI.
12- Manual of Pumps specification
13- interconnection pipes should be corrosion resistance type.
14- Overhead crane (5 ton) for the pumps, blowers and other equipment.
15- Construction drawing is required.
D-Instrument Specification supply requirements:
1- Power supply voltage to instrument devices (24VDC).
2-The analog input and output signals should be (4~20) mA DC.
3-The digital input and output signals should be (24 VDC).
4- Control valves used should be Pneumatic type.
5- Back wash controlling by time on –line and by ∆P through media
6- Documents for installation, maintenance, troubleshooting, operation manual and full instructions for
instrument system should be provided in English language.
7- Online turbidity, PH and conductivity meters to be installed.
8 - Flow meter installed for main feed line and sub lines if required.
9- The control system should be operated with automatic, and manual operation.
10-Flow meters mounted on the signal (4-20) mA, and measuring unit to be in (m3/hr± 0.5%) accuracy
11- Spare part for instrument devices for two years (consumable parts).
12- well known instrument venders such as (Foxboro,Rosemount,Siemens,Endress+Hauser,Tauler,George
Fisher ,Honeywell,yokogawa,masoneilan,GE,wika,………) to be dependent in supplying the field
instrumentation .
13- Specification for each instrument device should be submitted in technical offer.
14- PLC control system (redundant) for automatic controlling installed in a new central control room
(CCR).
15- Well known instrument vender such us:
a-control valve (Yamatake, Masoneilan, Tomoe, Fisher, Toyo and Rose).
b-controller and measure instrument (Foxboro, Yokogawa, Semines, Honywell and emerson, Wika and
Asco).
16-PLC controller redundant(CPU + Power supply) with 20% spare I/O to enable expansion and
connection with PCS and DCS system in the future.
17-Original programming software CD(s) for PLC with laptop to programming and configuration the PLC.
18-Cables and Junction Box(s) and all accessories for connection between CCR and local.
E-Electrical Specification supply requirements:
1- (400 V) MCC,s (motor control center) with all needed protection Relays:
* one MCC to be installed on a panel for the additional pump
* Two MCC,s to be installed on a panel for air blowers (1 running + 1 stand by)
* Draw able type
*3ø, 400V, 50Hz,
2- Control voltage for MCC, s panel should be 220V, 50Hz (or less).
3- Motors with capacity cover power consumption +20% should be, 3 Ø, 400V, 50hz, TEFC(
totally
enclosed fan cooled ) squirrel cage induction motors, copper winding, water proof, out door mounting,
insulation class (E or F), IP 55, Ambient temp 50ْC, temp rise limit 60ْC.
4-Cables lying on galvanized supports inside full weather proof concrete cable trenches.
5-Local control panels (ON/OFF panels) water proof type with Ammeters. IP55
6-Service facilities should be full weather proof IP55 (lighting, welding panels, receptacle) for the local
area, CCR (Central control room).
7-IEC (international electro technical commission) standard or any other international standards
Should be applied.
4
8-Supply all the (power and control) cables required for the units. The distance between main existing
substation and side filtration unit about (150 meter).
F - CIVIL ENGINEERING REQUIREMENT
1- Concrete foundation for pumps, blowers , filters, and other equipment required for erection
of mechanical, electrical and instrument.
2- Concrete cable duct with galvanized steel cover using water proof material in concrete mix
and rubber water stopper.
3- Waste water channel, rain water channel and sewage system are required and connected
with the nearest existing man – hole .
4-(5 X4) meter central control room with all finishing and Air conditioning required for PLC
system.
VI-SPARE PARTS:
1- The list of the spare parts should be submitted through the technical offer for SCF approval.
2- Recommended Spare parts for two years normal operation and for guarantee activity including
(rotary, instrument, electric ,piping,valves,fitting)
3- 100% nozzles of multi media filter (MMF) as spare.
4- 50% of the internal media of MMF as spare.
VII- INSPECTION:
All items of the unit are to be inspected by authorized inspectors of the manufacturer (approved by the
SCF) & supported by the required inspection documents approving the soundness of the material. Such
inspection does not relieve the supplier's responsibility as regards bad workmanship or any other defect
may be appeared through the commissioning and functional test.
VIII- DOCUMENTS:
All the required document (paper type and CD type in English language) and drawings for the
engineering, installation, maintenance and operation are to be supplied for approval after signing the
contract and before starting the effected activities for manufacturing and site job and to be revised
according executed job to as built drawing.
IX– SITE VISIT:
Bidders may visit the site for detail survey before submit the offers if required.
X –PREQUALIFICATION REQUIREMENTS:
The Bidders are required to submit with their technical offers the following information and
Documents which represent their “Prequalification Statement”.
1- The company's name and head office address.
2- Date of establishment of company and its declared capital.
3- Details of company registration, ownership and operating license.
4- The growth of sales or business over the past five years.
5- List of business fields of units executed by the bidder.
6- List of projects or contracts executed and in progress of execution, this should include ((the name &
location (Area, Country)) & Short technical description such as capacity, quantity or other remarks))
for each project or contract.
XI– TRAINING:
1- Training of ( 5 ) specialist's technician for maintenance, operation, control system and inspection in the
off-shore site (outside of Iraq) approved by SCF for (5 days) and executed on steps.
2- Training of staff for operation at site (Khor Al Zubair plant) for ten days.
XII-GENERAL:
Only Specialized and/or manufacturing companies in water treatment are allowed to purchase the contract
Documents and to participate in the bidding.
1- Signing of the contract should be with Specialist Company in water treatment and similar activities
should be provided.
2- Time Schedule starting from the L/C opening till the end of plant operation commissioning
5
will be regarded as one of the important items for the offers evaluation.
3- Completion of functional guarantee ( one year after PAC ) is to be executed under contractor
responsibility .
XIII-COMMERCIAL CONDITION
Payment
The payment irrevocable letter of credit as the following:1- Down Payment:
10% of total contract price against bank guarantee
2- Materials and equipment:
2.1 25% of each shipment to be paid against shipping documents.
2.2 25% of each shipment to be paid upon arrival of goods to SCF site after checking that the
equipment complies with our specification and requirements.
2.3 35% of total material price after issuing Provisional Acceptance Certificate (PAC)
after
72 hr 100% guarantee.
2.4 5% of material price after issuing Final Acceptance Certificate( FAC) after one year from
guarantee
3- Site works (Execution and Erection of civil and electromechanical works with all required activities
to complete the project):
3.1
80% of site work item price paid gradually according to the executed stages.
3.2
5% of site work items price after issuing Provisional Acceptance Certificate (PAC) of the
plant.
3.3
5% of site work items price after issuing Final Acceptance Certificate (FAC) after one year
guarantee for the plant.
3- Training price paid after completion of training program.
Legal insurance
The offer should contain the following of the bidder:
1- Full address (e-mail, phone no., authorized person and fax no.).
2- Breakdown for each items of the scope of work separately in additional to the total Price.
3- Shipment date, port of shipping, destination port, and mean of transportation (partial shipment allowed).
4- Delivery time which will be effective from the date of the notification of the L/C to the supplier.
5- Certificate of origin (issued from the original country) to be presented and approved by Iraqi embassy.
6- The supplier has to prove his authorization by a letter from the manufacturer.
DELIVIRY TERM
CIP site Basrah Khour Al-Zubiar
Commercial and Technical offers
1- Commercial and technical offers should be handed over before closing date in two separate
Envelopes closed and stamped with clear notice for Enquiry No., closing date and supplier name.
4- Signing the all papers of technical and commercial offer with stamp and active signature.
Documents
The following documents should be submitted with the offer:
1Active license of foundation of the supplier.
2Specify name and country of manufacturers for each item and their web sites.
3Financial report for the last three years of the bidder.
4When and what Iraqi parties dealing with the bidder.
5Full address and authorized representative.
6Legal letter issued from the high authority of taxes allowing the bidder to participate in the
tender.
7Technical catalogues and the documents asked for the prequalification requirements in
item X above.
6
General
1-The winning bidder has to sign the contract and issuing 5% Bank Guarantee from the total value
to the benefit of the company 14 days after informing him the acceptance of his offer.
2-L/C charges outside Iraq to be borne by the bidder.
3-Quotation validity 120 days from closing date.
4-Our company has the right to neglect any offer founded not in accordance with its conditions.
5-Our company is not obliged to accept lowest prices.
7
Download