Sie sind auf Seite 1von 16

NUR GENERATION

SDN BHD

REPLACEMENT of GE Mark V HMI

(Tender No: NURG/T02/PROC/032019)


CONTENTS

Section Description Page No.

Section 1.0 General Requirements 3


Section 2.0 Scope of Supply 3
Section 3.0 Quality Standards 4
Section 4.0 Receipt and Return of Tender 4
Section 5.0 Completion of Tender 5
Section 6.0 Evaluation of Tender 7
Section 7.0 Award of Contract 8
Section 8.0 Safety and Environment 9
Section 9.0 Conditions of Contract 9

Schedule A Key Dates For Execution 10

Schedule B Schedule of Prices 11

Schedule C Schedule of Delivery 14

Schedule D List of Sub-CONTRACTOR

Appendix 1 GE HMI PDF

Appendix 2 NUR Genco Terms and Conditions GMG-080

Appendix 3 CONTRACTOR Safety Regulations KPP-G-024+ Vetting


Form GSF-G-070

GE MARK V HMI REPLACEMENT/UPGRADE 2


1. General Requirements

The PURCHASER wishes to issues these Tender Documents for Replacement of GE Mark V HMI
on behalf of NUR Generation Sdn Bhd, located at the Kulim Power Plant, Kulim Hi-tech Park,
Kedah Darul Aman, Malaysia.

TENDERER must be capable of satisfying the scope of work outlined within this document in a
satisfactory manner.

2. Scope of Work

1. To supply, engineering, install and commission two (2) units of GE Mark V Human
Machine Interface (HMI)/Turbine Control Operator Interface with the latest software
packages with improved features and protection functions as compare to the previous
version (Current HMI from GE – Windows 10 Ultimate, Proficy Cimplicity 9.5 Advance
Viewer (Or higher), PCI ARCNET CARD or latest) including latest Hardware for NUR
Generation Sdn Bhd. The new HMI will be located in the same locations and/or portable
to relocate to other location with similar functionality.

Info: Existing HMI - Cimplicity CimView version 4.01 (Build 869 Service Pack 2) running
on Windows NT 4.00.138 X86 machine come with ISA port (90C198 ARCNET Card).

2. The new HMI supplied shall be able to communicate to the our current ARCNET network
topology with no changes and modification.

3. If changes and modification are required on existing network topology to suit with the new
HMI, contractors shall advise with resolution to NUR Generation Sdn Bhd of any changes

4. The scope of supply will cover;

a) Site Data collection including backup the existing operating files.


b) Configure new HMI and testing.
c) PROM upgrade (If required)
d) Establish communications between HMI and Mark V.
e) Confirm HMI screen/graphic functionality.
f) Checking multi-unit functionality.
g) Multiscreen Capability.
h) Report.

GE MARK V HMI REPLACEMENT/UPGRADE 3


i) FAT and
j) On-site Familiarisation Training.

4. The replacement HMI / Servers capabilities shall include below capabilities but not limited
to the following

a) Logic forcing functions


b) 2003, Pre-vote data displays.
c) Constant data set displays.
d) Logic rungs display.
e) Dynamic logic simulation display capabilities
f) Alarm listings
g) Historian / plant journal capabilities.
h) Input and output configuration.
i) Calibration checkout
j) Screen shot capture and printing.
k) Optical disc read/write capabilities.

3. Quality Standards

The quality standards for all aspects of this Contract shall be set down by the TENDERER.

The TENDERER shall warrant that all the parts supplied under this Contract is free from any
material or manufacturing defects. Fully documented of the test certificates on each individual
cards to demonstrate quality assurance and quality control shall be provided for the winning
Tenderer.

4. Receipt and Return of Tender


4.1 Acknowledgement of Receipt of Tender

TENDERER’s should complete and return an acknowledgement note, and confirm whether or
not they intend to submit a completed tender, within 7 days after the issue of the tender
documents.

4.2 Presentation of Tender

The completed Tender shall be enclosed in sealed envelopes, and shall be delivered not later than
12 o'clock noon on the closing date at the location stated in Schedule A either by manual
submission for local vendor (drop into Tender Box at Admin Building) or by courier for oversea
vendor. Late submission may be rejected.

GE MARK V HMI REPLACEMENT/UPGRADE 4


TENDERER shall indicate the tender document proposal (hardcopy) in two (2) hardcopies for
technical and commercial in separate envelop shall be submitted in a sealed and clearly marked
the following information as sample envelop.

*SAMPLE ENVELOP

“STRICTLY CONFIDENTIAL”

TENDER NO. : NURG/T02/PROC/032019


TITLE: “Replacement of GE Mark V HMI”

ATTENTION: Tender Secretary


TECHNICAL / COMMERCIAL SUBMISSION

[Company’s name and address]

Tenders submission not bearing this title may be rejected.

This tender work description is titled as “Replacement of GE Mark V HMI”

The cover letter and proposal shall be sent directly to Procurement Department at the following
address,

Procurement Department
NUR Power Sdn Bhd
Lot 30, Jalan Hi-tech4,
Kulim HI-Tech Park
09000 Kulim
Kedah
(Attn.: Ahmad Sabri Wan Chik)

Email: wsabri@nur.com.my
Telephone: 04 4010252

It is PURCHASER’s policy to open tenders promptly on the closing date. Late tenders will be
returned unopened to the TENDERER, who is fully responsible for the safe and timely delivery
of the tender.

4.3 Cost of Preparation of Tender

PURCHASER is not responsible for any expenses or losses incurred by the TENDERER in the
preparation of this Tender.

GE MARK V HMI REPLACEMENT/UPGRADE 5


4.4 Forwarding of Tender

These tender documents shall not be forwarded to any other company without the prior written
permission of the PURCHASER. (This requirement does not apply to authorised Agents of
Manufacturers/Suppliers)

5. Completion of Tender
5.1 Documents to be Submitted by the TENDERER

The TENDERER shall submit the following documents, fully completed.

 Schedule A - Form of Tender


 Schedule B - Key Dates of execution
 Schedule C – Schedule of prices
 Schedule D – Time completion & Schedule of resources
 Schedule E - Schedule of daily work rates
 Schedule F - List of Sub-CONTRACTOR

Incomplete Tender documents will not be considered.

5.2 Alternatives

The TENDERER may submit, in addition to the base Tender, an alternative proposal which differs
in whole or in part from that specified and which offers to provide additional economic, financial
or technical merits. Such an alternative offer may be given consideration provided it is submitted
with full particulars, including specifications and proposed installation/construction methodology
to enable a complete evaluation to be made.

5.3 Tender Validity Period

Unless otherwise stated, tenders shall be valid for 12 months from the closing date for receipt of
tenders.

5.4 Price Basis

To be expressed in a unit rate for each service or material.

5.5 Currency

The currency, where possible in Malaysian Ringgit (MYR).

GE MARK V HMI REPLACEMENT/UPGRADE 6


5.6 Insurance

All insurances shall conform to any requirements detailed in this Schedule. The policies shall be
issued by insurers and in terms approved by the Employer. The Contractor shall provide the
Employer with evidence that any required policy is in force and that the premiums have been paid.

All payments received from insurers relating to loss or damage to the Works shall be paid to and
held by the Employer to be used for the repair of the loss or damage or as compensation for loss
or damage that is not to be repaired.

It is a condition of tendering that the Tenderer can demonstrate that they have satisfactorily
completed contracts similar in nature and size to that specified herein. The Tenderer shall include
detailed information to show the extent of his recent experience in this respect.

5.7 Site

The work detailed in this Specification is to be carried out in KHTP-IPU Facility. The station
located in Kulim Hi-Tech Park.

Address: Lot 30, Jalan Hi-Tech 4, Kulim Hi-Tech Park, 09000 Kulim, Kedah Darul Aman
It is not a mandatory requirement of this specification that TENDERERS’s should visit the site
prior to submission of their Tender. However, if a site visit is required by the Tender to fulfil the
proposal, a request can be forwarded to Shaiful Azril – Procurement Manager or Ahmad Sabri
- Tender Secretary

Telephone : +604 401 0250 / 604 4010 252


E-mail : ashaiful@nur.com.my / wsabri@nur.com.my
Any plan for site visit must be made before the submission date of the tender.

During site visit, the TENDERER shall be accompanied by Station Personnel authorised by the
Procurement Manager/Maintenance Manager or his nominee.

The cost of visiting the site shall be at the TENDERERS’s own expense.

The TENDERER and any of its personnel or agents will be granted permission by the
PURCHASER to enter upon its premises and lands for the purpose of such inspection, but only
upon the express conditions that the TENDERER, its personnel or agents, will release and
indemnify the PURCHASER and its personnel and agents from and against all liability in respect
of, and will be responsible for personnel injury (whether fatal or otherwise), loss of or damage to
property and any other loss, damage, cost and expense, however caused, which but for the express
of such permission would not have arisen.

GE MARK V HMI REPLACEMENT/UPGRADE 7


6. EVALUATION OF TENDERS

6.1 CONFIDENTIALITY OF EVALUATION:

After the official opening of Tenders, information relating to the examination, clarification,
evaluation and comparison of Tenders and recommendations concerning the Award of Contract
will not be disclosed to Tenderers or other persons not officially concerned with such process.
Information deemed to be confidential by PURCHASER shall not be disclosed at any time.

6.2 INTERFERENCE:

Any effort by the Tenderer to influence the Purchaser or his Engineer in the process of
examination, clarification, evaluation and comparison of Tenders and in decisions concerning the
Award of Contract shall result in the rejection of that Tender, and blacklisting of that Tenderer by
the purchaser.

6.3 DETERMINATION OF RESPONSIVENESS:

After the official opening of Tenders, the Purchaser or his Engineer will determine whether each
Tender is substantially responsive to the requirements of the Tender Documents. If a material
deviation exists that limits in any substantial way the Purchaser’s rights or the Tenderer’s
obligations under the Contract, the Tender shall be rejected and shall not subsequently be made
responsive by the Tenderer.

6.4 CORRECTION OF ERRORS:

Tenders determined to be substantially responsive will be checked for any material errors in
computation as follows:

(a) Where there is a discrepancy between amounts in figures and words the amount in words
will govern.

(b) Where there is a discrepancy between the unit price & the total amount derived from the
multiplication of the unit price and the quantity, the unit price as quoted will normally govern,
unless, in the opinion of the Owners Site Engineer, there is a gross arithmetical error in the unit
price, in which event, the extended amount as quoted will govern.

(c) The amount stated in the Form of Tender will be adjusted by the Purchaser in accordance
with the above procedure for the correction of errors and, with the concurrence of the Tenderer,
shall be considered as binding upon the Tenderer.

A Tenderer not accepting the correction of errors as outlined will have his tender rejected.

GE MARK V HMI REPLACEMENT/UPGRADE 8


6.5 CLARIFICATION OF TENDERS:

To assist in the examination and comparison of Tenders, the Purchaser may ask Tenderers for
clarification of their Tenders, including breakdowns of unit prices.

Tenderers may be asked to attend a post-tender clarification meeting, in which case all costs and
expenses shall be borne by the tenderer.

6.6 TENDER PROCEDURE:

Tender Procedure to be used is the Managed Tender and the PURCHASER retains the option of
accepting initial bids or of going on to a further negotiated phase.

7. AWARD OF CONTRACT

7.1 AWARD CRITERIA:

PURCHASER reserves the right to reject any Tender. The lowest or any Tender will not
necessarily be accepted.

The contract will be awarded to the tenderer who is judged to have submitted the most
economically advantageous proposal. The criteria used to assess tenders will be as follows:

a. Compliance with the Specification


b. Price
c. Quality
d. Delivery schedule
e. After sales service and assistance
f. Proven previous performance
g. Satisfactory customer reference list

8. SAFETY AND ENVIRONMENT

Governing law shall be the laws of Malaysia.

GE MARK V HMI REPLACEMENT/UPGRADE 9


9. CONDITIONS OF CONTRACT

9.1 GENERAL

In general, the Works covered by this specification shall be carried out in accordance with
GMG-080 Ver.3.00 NUR Generation Terms and Conditions and with the general
particulars and guarantees stated in the schedule hereto, and shall be to the approval of
NUR.

9.2 DELIVERY

Time For Completion - Time is of essence if the CONTRACTOR fails to complete the works
within the time for completion, the CONTRACTOR’s liability to the Employer for such
failure shall be to pay the amount stated in the GMG-080, Agreement and General
Conditions of Contract (sub clause 7.4 and Appendix) a maximum of 100% of the
contract value calculated based on 0.4% per day basic.

9.3 TERMS AND CONDITION

The preferred Payment Terms and Conditions are as follows:

a) 30% payment upon PO received by the CONTRACTOR


b) 50% payment upon part received at site work
c) 15% payment upon completion of work/final report
d) 5% payment upon warranty period

Whilst these are the preferred terms, it will not preclude any requested discussion
nor the principles covering the NUR Generation Terms and Conditions GMG-080
attached hereto.

I/We hereby confirm I/we have read, understood and accept the above Tender
requirement.

CONTRACTOR’s
Acknowledgement:

Date:

GE MARK V HMI REPLACEMENT/UPGRADE 10


SCHEDULE A
Form of Tender

TO: From:

Purchasing Manager,

WE, the undersigned, DO HEREBY UNDERTAKE to carry out an industry standard


cleaning works as specified in extent of work herein specified and execute and do the
whole of the Works in accordance with and subject to our Covering Letter and enclosed
specification., Conditions of Contract, Specification and subject to the provisions and
agreement contained therein and to the satisfaction of the Client for the following prices
of: (Amount in Words)

____________________________________________________________

____________________________________________________________

Total Contract Price based on schedule of prices above (exclusive of Malaysian Sales
Tax)

__________________________________________________________

We propose the following sureties to the extent of fifteen per cent (15%) of the Contract Price in
accordance with Clause 8 of the General Conditions of Contract

DATED THIS: ____________DAY OF: _____________________ 20____

TENDERER'S SIGNATURE:_________________________________________________

NAME _______________________________________________________

ADDRESS: ___________________________________________________

_____________________________________________________________

NAME OF WITNESS: __________________________________________

ADDRESS OF WITNESS:_______________________________________

GE MARK V HMI REPLACEMENT/UPGRADE 11


SCHEDULE B

KEY DATES FOR EXECUTION

Description Date

1. Submission of Tender 29th May 2019

Addressee:
Tender Secretary – Procurement Department
NUR Generation Sdn Bhd,
Administration Building,
Lot 30, Jalan Hi-Tech 4, Kulim Hi-Tech Park,
09000 Kulim, Kedah Darul Aman,
Malaysia

2. Expected Award of contract Purchase Order June/July 2019

3. Provide Detailed Work Methodology and With Tender


Time Schedule

4. Provide detailed QA/QC Requirements With Tender

Signature of CONTRACTOR: ______________

Date: ______________

GE MARK V HMI REPLACEMENT/UPGRADE 12


SCHEDULE C

SCHEDULE OF PRICES

Signature of CONTRACTOR: ________________________

Date: ________________________

GE MARK V HMI REPLACEMENT/UPGRADE 13


SCHEDULE D

TIME COMPLETION AND SCHEDULE OF RESOURCES

The time for completion shall be based on the working hours detailed in section 3.0 ( i.e. 24 hours
per day, 7 days a week 07.00 Monday – 07.00 Sunday).
No. of Days/Time for Completion for fixed scope of work:

Resource Category Number Required Shift Pattern

Tendered worked hours for fixed scope of work:

On site: ___________________________

Off site ___________________________

Signature of CONTRACTOR: ________________________

Date: ________________________

GE MARK V HMI REPLACEMENT/UPGRADE 14


SCHEDULE E

SCHEDULE DAILY WORK RATES

Resource Category Normal time hourly rate Overtime hourly rate

Signature of CONTRACTOR: ________________________

Date: ________________________

GE MARK V HMI REPLACEMENT/UPGRADE 15


SCHEDULE F

LIST OF SUB-CONTRCATOR

AREA of WORK PROPOSED SUB-CONTRCATOR

Signature of CONTRACTOR: ________________________

Date ________________________

GE MARK V HMI REPLACEMENT/UPGRADE 16

Das könnte Ihnen auch gefallen