You are on page 1of 148

TENDER DOCUMENTS

FOR

ELECTRICAL EMERGENCY AND MAINTENANCE SERVICES OF 33KV, 11KV AND LV


NETWORKS AT WILAYATS KHASAB & BUKHA IN MUSANDAM GOVERNORATE
(GROUP – I)

1
VOLUME 1 TO 3

PRIME DOCUMENTS

ELECTRICAL EMERGENCY AND MAINTENANCE SERVICES OF 33KV, 11KV AND LV


NETWORKS AT WILAYATS KHASAB & BUKHA IN MUSANDAM GOVERNORATE
(GROUP – I)

TENDER DOCUMENTS

TABLE OF CONTENTS:

VOLUME 1: PRIME DOCUMENT

VOLUME 2: SCOPE OF WORK, BOQ, AND TECHNICAL


SPECIFICATION

PARTICULAR HSE REQUIREMENTS FOR


VOLUME 3:
ELECTRICAL EMERGENCY CONTRACTS

2
ELECTRICAL EMERGENCY AND MAINTENANCE SERVICES OF 33KV, 11KV AND LV
NETWORKS AT WILAYATS KHASAB & BUKHA IN MUSANDAM GOVERNORATE
(GROUP – I)

VOLUME 1 OF 3

PRIME DOCUMENT

3
1 INSTRUCTIONS TO TENDERERS ...................................... Error! Bookmark not defined.
1.1 GENERAL DESCRIPTION OF WORKS ........................ Error! Bookmark not defined.
1.2 TENDER........................................................................ Error! Bookmark not defined.
1.3 TENDER DOCUMENTS ................................................ Error! Bookmark not defined.
1.4 AVAILABILITY OF TENDER DOCUMENTS .................. Error! Bookmark not defined.
1.5 TENDERER TO OBTAIN FULL INFORMATION ........... Error! Bookmark not defined.
1.6 TENDER BOND ............................................................ Error! Bookmark not defined.
1.7 TENDER PRICES AND VALIDITY OF OFFER.............. Error! Bookmark not defined.
1.8 CURRENCY .................................................................. Error! Bookmark not defined.
1.9 ADDITIONAL DOCUMENTS ......................................... Error! Bookmark not defined.
1.10 COMPLETION OF TENDER DOCUMENTS AND LAST DATE OF SUBMISSIONError!
Bookmark not defined.
1.11 NO ALTERATIONS ....................................................... Error! Bookmark not defined.
1.12 CONFIDENTIALITY ....................................................... Error! Bookmark not defined.
1.13 ADDENDA ..................................................................... Error! Bookmark not defined.
1.14 ARITHMETICAL ERRORS ............................................ Error! Bookmark not defined.
1.15 TENDER COMMITTEE’S RIGHT .................................. Error! Bookmark not defined.
1.16 EXPENSES FOR PREPARATION OF TENDER ........... Error! Bookmark not defined.
1.17 MATERIALS AND EQUIPMENT .................................... Error! Bookmark not defined.
1.18 PERFORMANCE BOND................................................ Error! Bookmark not defined.
1.19 TRADE NAMES, MANUFACTURER'S NAMES AND MODEL NUMBERS ........... Error!
Bookmark not defined.
1.20 STATUTORY LAWS ...................................................... Error! Bookmark not defined.
1.21 EVALUATION OF TENDERS ........................................ Error! Bookmark not defined.
1.22 TENDER EVALUATION CRITERIA ............................... Error! Bookmark not defined.
1.23 ACCEPTANCE OR REJECTION OF TENDER ............. Error! Bookmark not defined.
1.24 TENDER WITHOUT QUALIFICATION .......................... Error! Bookmark not defined.
1.25 LANGUAGE OF THE CONTRACT ................................ Error! Bookmark not defined.
2 HEALTH, SAFETY AND ENVIROMRMENT (HSE)............... Error! Bookmark not defined.
2.1 SCOPE .......................................................................... Error! Bookmark not defined.
2.2 CONTRACTOR SELECTION ........................................ Error! Bookmark not defined.
2.3 CONTRACTOR PREPARATION ................................... Error! Bookmark not defined.
2.4 CONTRACT AWARD .................................................... Error! Bookmark not defined.
2.5 INDUCTION AND TRAINING ........................................ Error! Bookmark not defined.
2.6 PERMIT TO WORK ....................................................... Error! Bookmark not defined.

4
2.7 HSE RULES .................................................................. Error! Bookmark not defined.
2.8 SAFETY PRECAUTIONS .............................................. Error! Bookmark not defined.
2.9 HSE REPORTS ............................................................. Error! Bookmark not defined.
2.10 HSE PROGRAM ............................................................ Error! Bookmark not defined.
3 SITE PROCEDURES ........................................................... Error! Bookmark not defined.
3.1 INTRODUCTION ........................................................... Error! Bookmark not defined.
3.2 ERECTION AND CHECKING AT SITE.......................... Error! Bookmark not defined.
3.3 NAME BOARDS AND ADVERTISEMENTS .................. Error! Bookmark not defined.
3.4 OBSTRUCTION OF ACCESS ....................................... Error! Bookmark not defined.
3.5 CLEAR ACCESS OF ROADS ....................................... Error! Bookmark not defined.
3.6 USE OF MOTOR VEHICLES ........................................ Error! Bookmark not defined.
3.7 PRECAUTIONS AGAINST FIRE ................................... Error! Bookmark not defined.
3.8 SITE SECURITY ........................................................... Error! Bookmark not defined.
3.9 CONTRACTOR'S SITE BUILDING ................................ Error! Bookmark not defined.
3.10 LIGHTING ..................................................................... Error! Bookmark not defined.
3.11 SITE LABOUR ............................................................... Error! Bookmark not defined.
3.12 SANITARY AND HEALTH CONTROL ........................... Error! Bookmark not defined.
3.13 GENERAL AND TEMPORAR SITE SERVICES ............ Error! Bookmark not defined.
3.14 TEMPORARY WORKS ................................................. Error! Bookmark not defined.
3.15 FACILITIES FOR CHECKING, SETTING OUT AND MEASUREMENT OF THE WORKS
Error! Bookmark not defined.
3.16 SITE FOR ACCOMMODATION, OFFICES, STORES AND WORKSHOP ............ Error!
Bookmark not defined.
3.17 GENERAL LAYOUT OF TEMPORARY SERVICES ...... Error! Bookmark not defined.
3.18 STORAGE FACILITIES ................................................. Error! Bookmark not defined.
3.19 STACKING AND STORAGE ......................................... Error! Bookmark not defined.
3.20 CHANGING FACILITIES ............................................... Error! Bookmark not defined.
3.21 TOILETS ....................................................................... Error! Bookmark not defined.
3.22 AREA DESIGNATED FOR SERVING FOOD ................ Error! Bookmark not defined.
3.23 REFUSE COLLECTION AND DISPOSAL ..................... Error! Bookmark not defined.
3.24 RUBBLE, SCRAP AND REFUSE REMOVAL ................ Error! Bookmark not defined.
3.25 DRAINS ......................................................................... Error! Bookmark not defined.
3.26 EMERGENCY EVALUATION ........................................ Error! Bookmark not defined.
3.27 COMPRESSED AIR ...................................................... Error! Bookmark not defined.
3.28 GRIT BLASTING ........................................................... Error! Bookmark not defined.

5
3.29 FIRE HYDRANTS .......................................................... Error! Bookmark not defined.
3.30 CLEAR ACCESS ........................................................... Error! Bookmark not defined.
3.31 CLIENT'S PROPERTY .................................................. Error! Bookmark not defined.
3.32 REPORTING OF INCIDENTS ....................................... Error! Bookmark not defined.
3.33 ABATEMENT OF NOISE ............................................... Error! Bookmark not defined.
3.34 EXISTING SERVICES ................................................... Error! Bookmark not defined.
3.35 CONTRACTOR ON COMPLETION TO REMOVE ALL PLANT AND CLEAR THE SITE
Error! Bookmark not defined.
3.36 OTHER CONTRACTOR OR STATUTORY AUTHORITIES ON THE SAME SITE Error!
Bookmark not defined.
3.37 PROVISION AND FINAL REMOVAL OF TEMPORARY SITE ROADSError! Bookmark
not defined.
3.48 CONTRACTOR'S PLANT .............................................. Error! Bookmark not defined.
4 COMPLAINCE WITH REGULATIONS.................................. Error! Bookmark not defined.
4.1 ACTS, LAWS AND RULES............................................ Error! Bookmark not defined.
4.2 ENTRY AND RESIDENTIAL REGULATIONS ntry......... Error! Bookmark not defined.
4.3 HEALTH REGULATIONS .............................................. Error! Bookmark not defined.
4.4 EMPLOYMENT REGULATIONS ................................... Error! Bookmark not defined.
4.5 MATERIALS .................................................................. Error! Bookmark not defined.
4.6 INSURANCE .............................................................................................................. 43
5 PERFORMANCE AGAINST KPIs ......................................... Error! Bookmark not defined.
5.1 COMPLAINCE WITH PIs ............................................... Error! Bookmark not defined.
5.2 FAILURE TO MEET KPIs ........................................................................................... 43
5.3 RELATIONSHIP MANAGEMENT .................................. Error! Bookmark not defined.
5.4 TANWEER PERSONNEL .............................................. Error! Bookmark not defined.
5.5 REPRESENTATIVES;CORE TEAM (ContractorRepresentative/s,TANWEER
Representative/s) ..................................................................... Error! Bookmark not defined.
5.6 MEETINGS AND REVIEWS .......................................... Error! Bookmark not defined.
5.7 RECORDS AND REPORTING ...................................... Error! Bookmark not defined.
5.8 AUDIT............................................................................ Error! Bookmark not defined.
5.9 CONTINUOUS iMPROVEMENT ................................... Error! Bookmark not defined.
5.10 ACTIVITIES WHICH MAY AFFECT TANWEER’s REPUTATION Error! Bookmark not
defined.
6 FORM OF TENDER AND APPENDIX .................................. Error! Bookmark not defined.
6.1 FORM OF TENDER ...................................................... Error! Bookmark not defined.
7 APPENDIX TO THE FORM OF TENDER .......................................................................... 36

6
7.1 CLAUSE ..................................................................................................................... 36
7.2 ADVANCED DETAILED PROGRESS ........................................................................ 37
8 FORM OF AGREEMENTS AND APPENDIX ..................................................................... 38
9 CONSTITUTION OF COMPANY ....................................................................................... 40
9.1 INTERNATIONAL COMPANIES ................................................................................. 40
9.2 OMANI COMPANIES ................................................................................................. 41
10 SUMMARY OF CONTRACT SUM ................................................................................. 73
11 FORMS OF BONDS AND RECORDS ........................................................................... 44
11.1 FORM OF TENDER BOND ........................................................................................ 44
11.2 FORM OF PERFORMANCE BOND ........................................................................... 45
12 NOTE TO THE CONTRACTOR ..................................................................................... 46
13 CONDITIONS OF CONTRACT ...................................................................................... 47
13.1 GENERAL CONDITIONS ........................................................................................... 47
14 TENDERER’S ENCLOSURES ....................................................................................... 47
14.1 TENDERER’S ENCLOSURES ................................................................................... 47

7
1.1 GENERAL DESCRIPTION OF WORKS
The Rural Areas Electricity Company SAOC (TANWEER) (hereinafter known as “the
Employer”) intends to award the contract for ELECTRICAL EMERGENCY AND
MAINTENANCE SERVICES OF 33KV, 11KV AND LV NETWORKS AT WILAYATS
KHASAB & BUKHA IN MUSANDAM GOVERNORATE to specialized contractors qualified
for such work.
Preference shall be given to Tenderers having previous experience in such works at
TANWEER installations. The nominated contractor and his staff shall undertake and carry
out this responsibility with diligence and care with high standard of professional
workmanship. Safety of public, personnel and equipment shall be given high priority at all
time.
The contractor shall supply qualified and competent manpower, facilities, consumables,
safety equipment and some essential tools as explained in scope of work. Tenderers are
deemed to be in possession of their own copy of this standard document at tender stage and
to be fully aware of and have understood the contents.

TENDER INSTRUCTION

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

8
2.2.1 The Tender shall be submitted in a sealed envelope addressed to:

The Chairman of Tender Committee


Rural Areas Electricity Co. SAOC (TANWEER)
P O Box 1166.
Postal Code-133 Al Khuwair
Sultanate of Oman

A- Original bid bond along Cover letters shall be placed by bidders inside the red
waxed Tender’s envelopes as communicated to bidders by Tanweer. Tender soft
copy must be serialized according to the numbers of the tender items.

B- The Tender shall be submitted in (03) three independent envelopes: one


comprising a soft copy of the Prequalification, one containing soft copy of the
Financial Proposal and the Technical Proposal shall contain all the required
documents requested in the Tender documents excluding any submission of
Financial nature. All submissions of the Financial nature shall comprise in the
Tenderer’s Financial Proposal.
Tender bids shall be provided separately on a CD Roms , along with original
cover letters in each envelop. Bids and cover letters shall bear the bidder’s official
seal and must be signed in either blue or red ink, but not black. A true soft copy
of the bids shall be provided on a CD in an inner envelope marked “Copy”. Bids
who do not comply with these requirements will be overlooked.

C- Tenderers shall write the following details on the cover of CD:


• Tender name and number.
• Addressed it to the Chairman of Tender Committee, Rural Areas
Electricity Company (S.A.O.C).
• Prequalification / Technical Proposal / Commercial Proposal /Bid Bond.

Submission Location: The Completed bids on CD Roms should be


deposited in the Tender Box at the Rural Areas Electricity Company (S.A.O.C)
Main Office at Wilayat Al Seeb, before 12:00 PM on the last date of
submission.

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

9
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. In the case of Joint Ventures/Associations all parties to such Joint
Ventures/Associations shall sign the Tender.

2.2.5 The Tenderer shall submit a Tender Bond for the value of one (1%) percent of
the Tender Value. The Tender Bond shall be valid for ninety (90) days from the
date fixed for the submission of Tenders and shall obtained from a locally
registered insurance Company or Bank. The wording of the Tender Bond shall
be as per the prescribed “Form of Tender Bond” included in the Prime Document,
2.2.6 The Client without mentioning the reason is not bound to accept the lowest or
any other tenderer.

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, an addendum/addendum 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 registered mail
provided that such addenda are issued 03 (three) days prior to the date fixed for
submission of tenders.

1.2 TENDER DOCUMENTS

The Tender Documents consist of:

Volume - 1 : Prime Document

Volume - 2 : Scope of Works,

The Tenderer shall ensure that all the received pages of the Tender Documents are complete.
In the event that some parts or pages of the Tender Document are missing, the Tenderer
should notify the Chairman, Tender Committee in writing immediately. The Tenderer shall not
in any way change or modify the Tender Document.

10
1.3 AVAILABILITY OF TENDER DOCUMENTS

Tender Documents may be obtained from Procurement and Contracts Department Tanweer
after paying the prescribed fees.

1.4 TENDERER TO OBTAIN FULL INFORMATION

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

Should there be any doubt or obscurity as to the meaning of the Tender Documents or
as to anything to be done under the Contract or concerning these instructions or any
other matter, the Tenderer must fill the clarification form electronically and submit it by
Email not later than Seven (7) days before the date fixed for submission of Tenders. If
considered appropriate, a reply in the form of Circular Letter or Addendum shall be given
to all Tenderers to whom the Tender Documents have been issued.

1.5 QUESTIONS, CLARIFICATIONS OR QUERIES REGARDING THIS TENDER


SHOULD BE DIRECTED BY E-MAIL TO
Jasim.Aldairi@tanweer.nama.om AND
SHAIMA.ALSALHI@TANWEER.NAMA.OM.
Any Clarification should be ARRIVE BEFORE THE
TENDER CLOSINGS BY 7 DAYS. TANWEER WILL NOT
GUARANTEE A RESPONSE TO ANY CLARIFICATION
RECEIVED AFTER THIS DEADLINE.

5.2 No additional charges by way of compensations are stipulated for working on grounds
of different nature whether normal, soft or rocky soil or up hills. No transportation
charges of materials from Contractors' Stores and/or the Employer’s Stores will be
provided as these are deemed to be included in the unit prices.

11
5.3 In addition, pit excavation, trenching and earthing as per Oman Electrical Standards are
considered to be part of the installations and are deemed to be included in the unit price
quoted. Care must be taken by the Tenderer in deciding his unit price taking the above
requirements into consideration.

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

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

1.6 TENDER BOND

Each Tender shall be accompanied by a Tender Bond in the form of a Bank Guarantee to be
furnished by one of the locally registered banks in Oman in an amount equal to one (1%)
Percent of the value of the Tender in favour of The Chairman of the Tender Committee, Rural
Areas Electricity Company SAOC, valid for ninety (90) days from the date fixed for submission
of Tender. No interest will be paid on the Guarantee.

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

In the case of the successful Tenderer, the Tender Bond shall be extended by the Tenderer
and retained by the Employer until the Contract Agreement has been signed and the
Performance Bond is provided.

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

12
1.7 TENDER PRICES AND VALIDITY OF OFFER

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

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

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

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

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

a. Cost of required electricity and water during construction and testing.

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

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

d. Separation allowances, ambulances, expenses for medical treatment, hospitals,


travelling allowances, hotel and travelling expenses, holiday salaries, all other
allowances for workers and employees.

e. Cost of mobilization and demobilization, site levelling and site clearing.

f. Cost of providing complete Insurances such as workmen's compensation


insurance, third party insurance, public liability and property damage insurance,
Contractor's all risks insurances, etc. Insurances are to be placed with an
Insurance Company registered in the Sultanate of Oman.

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

13
h. Cost of providing samples and testing materials on site and approved laboratories.

i. All expenses for royalties, licences, custom duties, taxes and the like in connection
with the Works.

j. Cost of changing vehicles paint according to what agreed with the employer.
The Tenderer shall insert his unit rates and prices both in words and figures in all
items in the Bill of Quantities in black ink or black ball point.
The rates and prices set down against the items in the Bill of Quantities shall be for
the full inclusive value of the finished Work described and shall include for profit and
all obligations and liabilities of every kind arising under the Contract.
The rates and prices inserted in all items in the Bill of Quantities shall be extended to
the amount column, totalled and carried to the Collection Page and then into the
Summary Page and the Grand Total including Contingencies to the Form of Tender.

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

7.2 Adjustments to the contract sum will be applicable on a net cost basis in the following
circumstances:

a. Changing in last wages drawn and allowances paid to labour and staff employed
on the last site of the works whose salaries are directly affected thereby as a
result of any Sultanate of Oman legislation promulgated after the date of the
letter of acceptance and applicable to this contract. The contractor must provide
to the employer satisfactory detailed evidence of any variation. Are paid to or
deducted from the contractor. the contractor shall submit to the employer upon
sign the contract a detailed list of this labour and staff and their wages and
allowances.
b. Changing in material price directly affected as a result of any sultanate of Oman
legislation promulgated after the date of the letter of acceptance excepting only
any legislation which may result in the adjustment of exchange rate of the Riyal
Omani in relation to any other currency or currencies

1.8 CURRENCY

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

14
1.9 ADDITIONAL DOCUMENTS

In addition to the Tender Documents issued for tendering purposes, the Tenderer must
provide and properly bind into the Prime Document the following supplementary document.
9.1 A copy of each Addendum and Circular letter, if any, issued by the Tender Committee
appropriately enclosed by the Tenderer.
9.2 A Statement giving the name(s) of the person(s) authorized to sign Agreements on
behalf of the Company.
9.3 Starting and mobilization programmed showing in detail the order in which various
offices of the services are to be started.
9.4 Starting site organization, giving details of the supervisory staff, their qualifications,
previous appointments and experience, together with the labor force to be employed
during the Contract: the proposed labor force must show the proportion of skilled
labor, the proportion of labor intended to be imported into the sultanate of Oman and
the proportion of local Omani labor.
10 A list of all Omani and Expatriate Employees who are employed in the company
(Data Sheet), giving the name of the employee, job category, and unit rate per month
(monthly salary) in the prescribed forms included in the Tenderer’s Enclosures.

A statement confirming that the Tenderer shall employ a minimum percentage of


30% to be Omani employees. Omani staff on existing contracts to be transferred
and considered as part of the 30%

10.1 The proposals for providing accommodation for the Contractor’s staff and labor force
and for offices, workshops, etc. together with the layouts and areas of land for the
provision of such facilities.
10.2 A list of all major works which the Tenderer has completed for the past five years and
of all works which are presently under execution, giving the name of the client,
consultant, location, value, duration and date of completion.
10.3 A list of proposed constructional plant, together with number and types/capacities.
10.4 A list of the proposed sub-contractors and suppliers, including local firms, with
particulars of the extent of the work which it is proposed will be undertaken by them.
10.5 A Preferential consideration shall be given to the Tenderer who is offering a high
proportion of local specialized sub-contractor’s local materials and Omani labor
obtained from the region where the project is to be executed.

15
10.6 A Statement of unresolved doubts regarding the meaning of anything contained
within the Tender Documents and the interpretation relied upon by the Tenderer.
10.7 A certificate that the Tenderer has visited the site and that he has no queries on any
matter concerning the Contract,
10.8 A Tender Bond as stipulated I Clause 6.0 of the Instruction to Tenderer.
10.9 A statement of the Tenderer’s financial standing, including the name and address of
his bank, together with the authority to approach his banker for relevant information
and comment.
10.10 A statement that the materials and products and products to be used in the works
and considered in pricing the tender are based on the List of approved products
approved by DCRP (Distribution Code Review Panel).
10.11 A list of the manufacturer’s recommended spare parts and tools, including numbers
and unit prices, as required by the specification.
10.12 Catalogues and description and descriptive information of all equipment quoted and
pertinent data, sufficiently detailed in such a way that the Engineer/Employer may
have full and complete knowledge of the equipment offered.
10.13 Copy of the full set of the documents mentioned in clause 2.4, along with the
Authorized Signatory List shall be provided with tender documents.
10.14 Declaration form that there is no interest or relationships up to the second degree or
matrimonial or their minor children between the owners of the Tenderer company
mentioned their names in the commercial register with any of the staff of TANWEER.

It is extremely important that the additional documents listed above must be provided with
the tender. Any tender not accompanied by the appropriate information, or any
additional documentation, may be rejected.

1.10 COMPLETION OF TENDER DOCUMENTS LAST DATE FOR SUBMISSION

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

16
1.11 NO ALTERATIONS

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

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

1.12 CONFIDENTIALITY

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

1.13 ADDENDA

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

Should there be any doubt or obscurity as to the meaning of the Tender Documents or as to
anything to be done under the Contract or concerning these Instructions, the Tenderer must
set forth in writing such doubt or obscurity and deliver the same to the office of the Employer
as soon as discovered but not later than Seven (7) days before the date fixed for the
submission of Tenders. If considered appropriate a reply in the form of a Circular Letter or
Addendum will be distributed to all Tenderers to whom documents have been issued. All
Addenda and Circular Letters issued shall be recorded in Item-7 of the Form of Tender.

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

1.14 ARITHMETICAL ERRORS

The Bill of Quantities will be examined prior to the signing of the Contract in order to
ascertain that the items are correctly extended at the rates quoted. Should any arithmetical
error be found, it will be corrected, and the Tender Price will be amended accordingly. The
17
Tenderer will be informed of any arithmetical adjustment made should the Tender Committee
wish to further consider his Tender and he will be required to certify his acceptance.

Arithmetical errors will be corrected on the following basis: -

- If there is a discrepancy between the unit rate and the total price that is obtained by
multiplying the unit rate and quantity, the unit rate shall prevail and the total price shall be
corrected.
- If there is discrepancy between words and figures, the amount in words will prevail.

1.15 EMPLOYER S RIGHT

The Tender Committee is neither bound to accept the lowest or any other Tender nor is it
bound to state any reason for the rejection of the Tender. The Tender Committee also
reserves the rights to reject any tender submitted without additional copy or the unit rates are
not written both in words and figures.

1.16 EXPENSES FOR PREPARATION OF TENDER

All expenses incurred for the preparation and submission of the Tender shall be borne by the
Tenderer.

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

1.17 MATERIALS AND EQUIPMENT

All materials and equipment to be used in the Works must be of the "Approved" materials
and equipment.

The Contractor shall be required to ensure the materials and equipment to be used in the
Works with Insurance Companies registered in the Sultanate of Oman.

1.18 PERFORMANCE BOND

The successful Tenderer will be required to provide within Ten (10) days of being notified of
the decision to accept his Tender and before the issue of the Agreement, a guarantee for the
due and faithful execution of the works in the sum of five percent (5%) of the Total Contract
18
price in the form of a Bank Letter of Guarantee from an approved local bank in Oman in the
favour of Rural Areas Electricity Company SAOC, P.O. Box.No.1166, Postal Code. 113, Al
Khuwair, Sultanate of Oman, which shall be valid until three months after completion of
Contract, and the cost of obtaining of such a guarantee to be entered into shall be at the
expense in all respects of the Contractor. No interest or charges incurred in respect of the
Performance Bond shall be borne by the Employer.

1.19 TRADE NAMES, MANUFACTURER'S NAMES AND MODEL NUMBERS

The Tenderer shall disregard all references to specific manufacturers, trade names and
model numbers in the Tender Documents.

1.20 STATUTORY LAWS

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

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

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

The Tenderer must comply with the provisions of the following laws & Regulations.

• Royal Decree No.36/2008, promulgating the tender law, audits amendments.


• Royal Decree No. 112/2011, promulgating the Protection of public money and
conflicts of interest law.
• Royal Decree No. 112/2011, Promulgating the labor law, And it’s amendments.
• Ministerial Decree No. 286/2008, Promulgating the Regulation of Occupational
Safety & Health.
• TANWEER contractors (HSE) requirements procedures.

1.21 EVALUATION OF TENDERS

To assist in the examination, evaluation and comparison of Tenders, the Tender Committee
may ask Tenders individually for clarification of their Tender, including breakdown of unit rates.
19
The request for clarification and the response shall be in writing, but no change in the price of
substance of the Tender shall be sought, offered or permitted, except as required to confirm
the correction of arithmetical errors discovered during the evaluation of the Tenders.

Post Tender Clarifications do not constitute intent to award of the Contract. However, in the
event that the Tender is accepted Post Tender clarification and related answers will form part
of any subsequent contract as part of the applicable Contract Documents stated herein.

Any effort by the Tenderer to influence the Employer and Tender Committee in the process
of examination, clarification, evaluation and comparison of tenders and in decisions
concerning award of Contract, may result in rejection of the Tenderers Tender. The Tenderer
must comply with the provisions of Royal Decree No 112/2011.

Evaluation Criteria:

Evaluation Process is divided into Three stages:

Stage one: Prequalification


Stage two: Technical Evaluation
Stage Three : Financial Evaluation

At the Stage (1) pre-qualification, the Tenderers are required to satisfy all of the following
mandatory requirements: (If the Tenderer fails to comply any of the following, they will be
disqualified from the next Stagesof the tender evaluation).

(Yes/No)
Srl. Tenderer Pre-qualification section:
01 Tenderers must provide their Health and Safety Policy and
valid HSE Management System. Any contractor/supplier not
compliant with Tanweer’s minimum HSE requirements, or
with LTIs/fatality during the previous 24 months, will be
disqualified if the company cannot provide evidence
demonstrating that corrective controls have been put in
place, since the incident to avoid it from happening
again. And this will be applicable as well for any records
of LTIs/fatality within Nama Group companies. This is
subject to Tanweer’s HSE department review &
approvals.

20
02 Tenderers must provide a Valid Registration Certificates
Issued by: Oman Tender Board, Distribution Code Review
Panel (DCRP), Oman Chamber of Commerce and Industry
(OCCI), Ministry of Commerce and Industry (MCI).
03 Tenderers must conduct a site visit for tender with Tanweer
and the Site Visit Declaration Sheet to be submitted by the
vendor with their offer. (If required will be stated in the
tender document)
04 Tenderer must enclose a bank guarantee (Bid Bond) issued
by any bank in the Sultanate of Oman for an amount
equivalent to (1%) of the tender value with a validity of (90)
Days from the last date of submission and addressed to
Rural Areas Electricity Company (S.A.O.C).
05 Financial Details & Standing of the Tenderer: Tenderers
must submit up to 03 years Latest Audited Annual Report
Statement and Title of the Account's authorized person.
06 Please specify if, within the last 5 years, you have been
involved in any litigation arbitration, dispute resolution,
administrative or regulatory proceedings with any of the
Nama Group companies. If, yes, a disclosure form is
required to be completed in full as part of the
prequalification process. (Form Attached)
07 Have you had any contracts terminated before the expiry
date in the past three years by any of the Nama Group
Companies? If yes, you are required to provide full
details of the circumstances that led to the early
termination. as part of the pre-qualification process.
08 Bidder to submit valid copy of their taxation ID card.

At Stage (2): Technical Evaluation:

Only the Tenderers who passed Stage One will be qualified to enter technical
evaluation.
The attributes of Stage 2 will be evaluated against a score of 100%; Tenderers will have to
score minimum of 70 % in the technical proposal in order to qualify for the financial evaluation.

The evaluation of Technical Proposals will be done based on the following factors/criteria as
shown below:
21
SCORE

ITEM DESCRIPTION MAXIMUM MAXIMUM


ITEM CATEGORY
SCORE SCORE

Experience in Similar Service Contract for the Last 15 Years - completed


while Acting as Main Contractor/Supplier (attach reference letter from
relevant employer if possible)

1. Bidder must have completed similar type


of Service Contract for a minimum
duration of 3 years.
If Experience of Bidder for Similar
contract completed during the last 15
years - A Scale of 3 Points shall be
Allocated for Each Contract (i.e. 5 15%
EEMS contracts shall score 15%).
For SME’s (Riyada certificate); successful
completion of each 3 year contract as
main/sub contractor will be considered
as 5 points (i.e. 3 EEMS contracts shall
score 15%).

T1
2. If bidder is found with poor
performance in terms of number of 30%
Warnings/Violations and Non
Compliance Reports received during
any of its’ contracts, a Scale of 0.5%
points for each of these shall be
deducted.
Therefore, if a bidder had been issued 10
NCRs during one 3-year contract, the
bidder will lose 5%. More than 30 15%
warnings/violations or NCRs will result in a
score of 0 for this criteria.
The Bidder must provide a ‘NCR
Certificate’ from all Nama Group
Companies it has worked with in the
last 10 years. This certificate should
include a list of all Open and Closed NCRs.
Non-submission of this certificate will
possibly lead to zero points for this criteria.

22
Project Organaisation Chart (The Proposed Organization Covers Project
Activities Management and Supervision Requirements). Each Bidder to
be Located in One of the Following Categories Only:
T2
1. Company Structure 2.5%
5%
2. Projects Specific Orgnaization Chart
2.5%
Office & Site Base

Qualification and Experience of Proposed Senior Key Personal

1. Engineer/Supervisor(s) Experience with


Min. Qualification of B.Sc. Engineering
with a Minimum 5-7 Years’ Experience in
same type of EEMS contracts -
committed 100% for the contract.
If the project manager/supervisor has 7 6%
years or more the score will be full 6%. if
the project manager has 5 years
experience the score will be 3%. If the
score is below 5 years the score will be
0% (out of 6%).
2. Assistant Electrical Engineers –
minimum diploma in Electrical
engineering & 3 years’ experience
T3 3. Technicians & Electricians – minimum 15%
technical certificate in Electrical trade &
5 years’ experience
4. Linemen - minimum technical certificate
in Electrical trade & 6 years’ experience 6%

Committed 100% Time at Site.


if the aforementioned personnel have;
- the minimum years experience
mentioned or more, the score will be full
6%.
- below minimum will score zero.
5. Other Technical Personnel, HSE officer
& (DCRP Approved Testing & Protection
Engineers. "Applicable for Grade A 3%
Companies")- Diploma in HSE and
minimum 3 years experience. Anything
below will score zero.
Methodology Statement and Compliance to SOW (Each Bidder to Provided Clear
T4 and Complete Method Statement and Work Plan Covering All Aspects of the Scope
of Work.

23
Bidder must demonstrate strong understanding of SOW and shall clearly
demonstrate how they plan on achieving the requirements in the most efficient
manner focusing on safety first and cost-efficiency, Etc.
1. Method Statement for Electrical
3%
Emergency Services
2. Method Statement for Electrical
3%
Maintenance Services
3. Method Statement for Indoor/Outdoor
3%
Substation Maintenance Services
4. Method statement for additional value
added services not specified by the 2%
Employer
5. Company Equipment & Tools List 1%
15%
6. Deviations From Tender Conditions 1%

7. Deviations From Technical


1%
Specification
8. Quality & Completeness of Bid
Submission 1%

Quality of The HSE Requirements: 25%


T5
1.HSE Project Personnel & Reporting Structure

If the Bidder provided a detailed, valid


a. HSE Project Personnel & Reporting 5%
Structure 5%

If the Bidder Not provided a valid HSE


b. Project Personnel & Reporting 0%
Structure

2.HSE Plan
5%
If the Bidder provided a detailed HSE
Plan Specific for the Project,
a. 5%
compliant with tanweer Minimum
HSE Requirements

If the Bidder Not provided compliant


b. 0%
HSE Plan Specific for the Project.

24
3. Incident History within Sector

If the Bidder does not have LTI,


recorded with any Sector company,
a. 15% 15%
during the past 24 months they will
score 15 out of 15

If the Bidder has one LTI, recorded


with any Sector company, during the
b. 05%
past 24months they will score 5 out of
15

If the Bidder has more than one LTI,


or a fatality, recorded with any Sector
c. 0%
company, in the past 24 months they
will score 0 out of 15

Proposed Omani Employees, Local Materials/Products,


T6
and Local Labour (Proposed Omanization Program)

Omanisation 30% of the Company ,


Declaration of Compliance as per
Oman Law + 05% Bidders No of
Omani Employees for specific
a. project.(Tenderer must provide a 03%
confirmation letter). If the bidder has 5%
scored 30% and above they will socre
3 out of 3 .If less than 30% will socre
zero .

Use of Products Locally / GCC


Sourced or Manufactured (evidences
b. 02%
submitted typically Certificates from
relevant authorities)

T7 1.ISO Certificates & Quality Plan

Applicant should have


a. ISO 14001 01%
certification(Environmental )
5%
Applicant should have
b 0.5%
OSHAS18001Certification(HSE)

Applicant should have


c. 0.5%
ISO 9001 certification(Management)

25
2.Quality Plan, Control & Quality Assurance

Quality Management
a. 3%
Policy

TECHNICAL SCORE 100%

At the Stage 3, Bid Price Evaluation:

The Tenderer shall be required to provide a detailed analysis of the unit rates or prices
entered by them in various items of the Schedules of Prices when requested in writing by
the Tender committee during Tender Evaluation.
Based on the above conclusion from Technical Evaluation, the recommendation in this
stage (financial evaluation) to open their financial offers and subsequently award to the
lowest bidder.
FORM ‘extracted from pre-qualification list item 06’ : SUMMARY DETAILS OF ALL
LITTIGATION CASES WITHIN NAMA GROUP TO BE FILLED AS PER TENDER DOCUMENT
REQUIREMENTS:
Sl.No. Name of Name of provide details of all legal or Amount Remarks
Nama Group Contractor arbitral proceedings filed, Disputed
Company & commenced, submitted, (Rial
Location pending, ongoing or settled Omani.)
with a Nama group member
within the last [5] years.

1.22 ACCEPTANCE OR REJECTION OF TENDER

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

26
1.23 VALIDITY OF TENDERS

The Tenders shall remain valid for acceptance for ninety (90) days from the date fixed for
submission of Tenders. The TAMWEER reserves the right to ask Tenderer for extension of
the validity of his Tender and Tender Bond without any change in the prices of the Tender.
The Tenderer may refuse to extend the validity of his Tender without forfeiting his Tender
Bond.

The correctness or otherwise of the quantities in the Bill of Quantities shall in no way affect the
validity of the Tender.

1.24 MODIFICATION AND WITHDRAWAL OF TENDER

The Tenderer may modify or withdraw his Tender after the Tender submission, provided that
written notice of the modification or withdrawal is received by the TANWEER prior to the
deadline prescribed for submission of Tenders.

The Tenderer’s modification or notice of withdrawal shall be prepared, sealed, marked and
dispatched in accordance with the provisions of Clause 25 of these instructions. A withdrawal
notice may also be sent by telex or cable but followed by a signed confirmation copy, post
marked not later than the deadline for submission of Tenders. No Tender may be modified
subsequent to the deadline for submission of Tenders.

No tender may be withdrawn in the interval between the deadline for submission of Tenders
and period of Tender validity specified in the Tender Documents. Withdrawal of a Tender
during this interval shall result in the forfeiture of Tenderer’s Tender Bond.

1.25 POST TENDER CLARIFICATIONS

To assist in the examination, evaluation and comparison of tenders, the TAMWEER may ask
tenderers individually for clarification of their Tender, including breakdown of unit rates. The
request for clarification and the response shall be in writing, but no change in the price or
substance of the tender shall be sought, offered or permitted, except as required to confirm
the correction of arithmetical errors discovered during the evaluation of the tenders.

Post Tender Clarifications do not constitute intent to award or award of the Contract.
However, in the event that the Tender is accepted Post Tender Clarifications and their

27
related answers will form part of any subsequent Contract as part of the applicable Contract
Documents stated herein.

Any effort by the tenderer to influence the Employer and TANWEER in the process of
examination, clarification, evaluation and comparison of tenders or award decision including
the offering or giving of the bribes, gifts, or other inducement, will result in the invalidation of
his tender and forfeiture of his Tender Bond . the tenderer must comply with the provision of
Royal Decree No. 112/2011.

1.26 LANGUAGE OF THE CONTRACT

All correspondence with the Employer or the Engineer shall be in the English Language.
Original documents or copies submitted by Tenderers which are not in Arabic or English,
should be accompanied by English translation.

1.27 COST OF TENDERING

The Tender shall bear all costs associated with the preparation and submission of his
Tender, in visiting the site and obtaining information necessary for preparing and submitting
his Tender. The TANWEER and Employer are not responsible or liable for those costs,
regardless of the outcome of the Tendering process.

1.28 AWARD OF CONTRACT

After evaluation of the tenders the TANWEER will determine to its satisfaction whether the
Tenderer selected, having qualified technically and financially, is able to perform the Works
under the Contract.

Successful tenderer will be informed of the acceptance of his Tender and will be provided
with the Letter of Acceptance to sign a Contract.

A draft Contract document based on the Tender Documents, Letter of Acceptance, and the
Tenderer’s offer, prepared by the Employer or its authorized representatives shall be given to
the successful Tenderer for his study and comments, If any. Authorized signatories of the
Employer and the successful Tenderer sign the final Contract Documents.

The contract signature shall take place within twenty (20) days of issue of Letter of
Acceptance and before the validity of the Tender expires. In case the validity of the Tender
expires, it shall be extended by the successful Tenderer at the request of TAMWEER along
with the extension of the TANWEER validity.

28
Should the successful Tenderer fail or refuse to enter into Contract negotiation with the
Employer within fifteen (15) days of the issue of Letter of Acceptance to this effect by the
Employer, the Tenderer shall be considered to have abandoned the proposal. In such an
event the Tenderer’s Tender Bond shall be forfeited.

The Contractor shall be required to furnish a Performance Bond for five percent (5%) of the
total value of the Contract as defined in Clause 26 of the Instructions to Tenderers within ten
(10) working days of the issue of Letter of Acceptance.

Upon receipt of the Performance Bond the Tender Bond of the successful Tenderer will be
released.

Failure to furnish the Performance Bond and to sign the Contract by the successful Tenderer
within the stipulated period may lead to the annulment of the Contract and forfeiture of the
Tender Bond.

The TANWEER reserves the right to award the Contract for the entire works to one Tenderer
or divide thee works between different Tenderers.

1.29 GOVERNING LAWS

The Tenderer shall conform to the Laws of the Sultanate of Oman. The laws in the Sultanate
of Oman now in force or which may be made from time to time during the period of the
Contract shall be the governing laws.

1.30 GOVERNMENT PERMITS

The successful Tenderer shall be required to obtain all necessary Government permits in
connection with the Works and pay all charges and fees in connection thereto.

1.31 TAXATION

1.32

1.33
2.1. The attention of the Tenderers’ is also directed to tax obligations under Omani
law. The Tenderers shall be directly responsible to the Secretariat General of Tax
in respect of their tax obligations under Omani law. In certain instance, the

29
Employer may be required as a matter of Omani law to withhold tax from
payments made to the successful Tenderer under the Contract. The Tenderer
undertake that the Tender Value takes into account the applicable tax regime and
the Tender Value is net of all applicable taxes, including income and corporate
tax obligations of the Tenderer. The Tenderers are expected to obtain
independent tax and legal advice in this regard. The Tenderer undertakes the
Employer shall be under no obligation to pay additionally to the Tenderer for
compliance with the applicable tax regime.

The Contractor shall be deemed to have included in the Contract Price for the payment of all
income tax, charges and levies made upon the Contractor as a result of this Contract, and
for all customs or other import or export duties, harbour and port duties, wharfage, landing
pilotage and any other dues on materials, equipment, tools etc. entering Oman for the
purpose of this Contract.

2.2. The Omani income tax regime is, broadly, as follows:

a. Corporate Income Tax

Any profit income or gains made by contracting entity while executing a contract with the
Employer in Oman are chargeable to corporate tax. The current applicable rate of tax is 15%
of the taxable income. Tenderers are expected to obtain independent professional advice in
respect of the computation of taxable income.

b. Withholding Tax

Under certain circumstances, the Omani tax law requires the Employer to withhold tax at
10% of the gross amount being paid. The withholding tax generally applies to foreign
companies not having a presence in Oman. Payments in respect of royalties, payment in
consideration for research and development, consideration use of or right to use computer
software, management fees, services, Dividend and interest are liable to withholding tax
under the current tax regime.

c. Declaration form for tax

The winning bidders required to fill the Tax Declaration Form as refer in Annexure 7.

2.3. a) Clause (Inclusive of VAT)

“The charges, fees or any other consideration due under this contract are inclusive of Value
Added Tax (hereinafter referred as “VAT”) that may be applicable/introduced in Oman from
time to time. It is understood and agreed that no VAT shall be charged to [Tanweer] in
addition to the charges, fees or any other consideration due under this contract.

It is further agreed that where [TANWEER] is required to charge such VAT in Oman under
reverse charge mechanism, [TANWEER] is authorized to deduct such VAT from the charges,
fees or any other consideration due or payable under this contract, without requirement of
providing further notice or seeking additional consent/authorization from the vendor.

It is also further agreed that upon introduction of VAT in Oman, any payments due under this
contract would be subject to receipt of valid documents such as tax invoice, debit note, etc.,
if and when required to be issued in compliance with the Oman VAT law.”

30
b) Clause (Exclusive of all taxes)

“The charges, fees or any other consideration due under this contract are exclusive of Value
Added Tax (hereinafter referred as “VAT”) that may be applicable/introduced in Oman from
time to time. It is agreed that upon introduction of VAT in Oman, any payments due under
this contract would be subject to receipt of valid documents such as tax invoice, debit note,
etc., if and when required to be issued in compliance with the Oman VAT law.”

32.0 COMPLIANCE WITH GROUP CODE OF ETHICS AND BUSINESS CONDUCT

The Successful Contractor shall fully comply with the Group Code of Ethics and Business
Conduct (Code) in his business operations.

Compliance with the Code is mandatory for Contractors and their employees including their
sub-contractors in their commercial operations. The Code serves to:

Emphasize the Contractor’s commitment to ethics and compliance with the law;
Sets forth basic standards of ethical and legal behavior; and
Helps detect and prevent wrongdoing.

Soft copy of the Code could be obtained from the Tanweer Procurement and Contracts
Department. The Contractor is required to submit a statement of Compliance with the Code at
the time of submission of his Bid document for any Project. Successful Contractors shall state
in their monthly reports that they are fully compliant with the Code. The Internal Auditors of
the Employer will from time to time check the status of the Contractor’s compliance with the
Code and any serious violation of the Code by the Contractor will lead to disqualification (at
pre-award stage) and/or termination of the Contract.

1.34 33.0 BUSINESS CONTINUITY & RISK MANAGEMENT

The Successful Contractor shall diligently enforce Enterprise Risk Management (ERM) and
Business Continuity Management (BCM) Practices in his operations. Appropriate forms for
Risk Assessment, Risk Monitoring & Reporting, Risk Mitigation, Risk Register and Current
Resilience Report etc., shall be provided to the successful contractor. It is the duty of the
Successful Contractor to contact the Business Continuity & Risk Management Section of the
Employer to collect the same. It is mandatory on the part of the Contractor to fill up these
forms and submit the same along with monthly reports to the Employer for review and
performance assessment. Employer will from time to time physically check the ERM and
BCM preparedness of the Contractor and any serious violation of ERM and BCM
requirements by the contractor will lead to disqualification (at pre-award Stage) and/or
termination of the contract.

31
FORM OF TENDER

SHORT DESCRIPTION OF WORKS: EMERGENCY AND MAINTENANCE


SERVICES OF DISTRIBUTION NETWORK
AT MUSANDAM GOVERNORATE

TENDER No.

32
Note: The Appendix forms part of the Tender. Tenderers are required to fill up all the
blank spaces in this Form of Tender and Appendix.

To : THE CHAIRMAN OF TENDER COMMITTEE


TANWEER (RURAL AREAS ELECTRICITY COMPANY (S.A.O.C)
P.O. BOX 1166, AL KHUWAIR, POSTAL CODE 133,
SULTANATE OF OMAN.

Gentlemen,

1) Having examined the Instructions to Tenderers, Standard Conditions of


Contract, Specification and Bill of Quantities for the execution of the above
named Works, we, the undersigned, offer to execute, complete and maintain
the whole of the said Works in conformity with the said Instructions to Tenderers,
Standard Conditions of Contract, Specification and Bill of Quantities.
for the sum of Rials Omani
[R.O.

2) We undertake if our Tender is accepted to commence the Works within Thirty


(30) days of receipt of the TANWEER order to commence, and to complete
and deliver the whole of the works comprised in the Contract within (5) Years
calculated from the last day of the aforesaid period in which the Works are to be
commenced.

3) If our Tender is accepted we will obtain the guarantee of a locally registered


Bank (as required in the Sultanate of Oman Standard Documents for Electrical
and Mechanical Works, 1st. Edition) to be jointly and severally bound with
us in the sum of five percent (5%) of the Contract Sum for the due performance
of the Contract under the terms of a Performance Bond as attached and to be
approved by you.

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

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

33
6) We understand that you are not bound to accept the lowest or any Tender
you may receive.

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

8) Any claim for time extension in project completion has to be made by the contractor
before the project completion contractually.

34
Reference Number Date

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

8) We confirm that we have an Agent/s for the provision of Spare Parts,


maintenance services and repair who are:

Name :

Of Address:

And whose Agency Registration Number is dated.

Name :

Of Address:

And whose Agency Registration Number is dated.

9) We confirm that in accordance with Article 17 of the Tender Law and Article 35
of the Regulations of Royal Decree No. 86/84 that the following
persons/shareholders of the Company have an interest in the Tender:

Name Interest

35
1.35 APPENDIX TO THE FORM OF TENDER

1.36 CLAUSE

Receipt of Operating and Fourteen (30) days before


Maintenance Instructions taking over of the Works

Time for Completion 5 Years from the day of


Commencement

Amount of Performance Bond R.O............................being


5% of the contract sum

Programme to be Furnished 30 Days following


Employer’s order
to commence the Works

36
1.37 ADVANCED DETAILED PROGRESS

1.38

Of Plant Schedule
Indirect or Consequential Damage
Insurance of the Works
Minimum Amount of 120% Third Party Insurance

Amount of Penalty per day 0.15% of Contract Sum/Day and


Maximum of 10% of Contract value

Amount of Penalty per day 0.15% of Contract Sum/Day and


for Prolonged Delay Maximum of 10% of Contract value

Amount of Compensation per day not applicable


of Delay for Extended Engineering Services
Defects Liability Period from the not applicable
Date of commissioning.
Percentage for Adjustment of PC Sums not applicable
Contained within Provisional Sums
Yearly Cash Flow 2020 to 2024
Percentage of Contract Value Approximately 20% each year
Dated this .................................................. day of ...................................................... 2020
Signature ....................................... in capacity of ...............…………………………………
Duly authorized to sign Tenders for and on behalf of ...........……………………………….

..............................................................………………………………………………………
(IN BLOCK CAPITALS)

Address .............................................. Witness ................................................

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

.............................................. Occupation ………....................................

37
1.39 FORM OF AGREEMENTS AND APPENDIX

FORM OF AGREEMENT

THIS AGREEMENT made the …..……….................... day of ………………...........2020 BETWEEN


......................................................(herein-after called "the Employer") of the one part
and........................................................(Company Registration Number).............................. (Hereinafter
called "the Contractor") of the other part.

WHEREAS the Employer is desirous that certain works should be executed


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

NOW THIS AGREEMENT WITNESSETH as follows:

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

2) The following documents shall be deemed to form and be read and construed as part of this Agreement
viz:

The Said Tender


The Standard Conditions of Contract
The Outline H.S.E
The Outline Specification
The Schedules & Bill of Quantities
The Tender Committee’s Letter of Acceptance
The Instructions to Tenderers
.........................................................................*

3) In consideration of the payments to be made by the Employer to the Contractor as hereinafter


mentioned the Contractor hereby covenants with the Employer to execute and complete the Works and to
remedy defects therein in conformity in all respects with the provisions of the Contract.

4) The Employer hereby covenants to pay the Contractor in consideration of the execution, completion of

38
the Works and the remedying of defects therein the Contract Price at the times and in the manner
prescribed by the Contract and limited by the Cash Flow contained in the Appendix to the Form of Tender.
---------------------------------------------------------------------------------------------------------------------
• Other additional documents as required

5) The Government of Sultanate of Oman has embarked on a compressive


programmed for re-structuring, regulation and privatization of Electricity and
related Water Sector.

Royal Decree No.78/2004 has promulgated the Sector law

This agreement has transferred to the relevant Successor Company hereinafter referred to as “RURAL
AREAS ELECTRICITY COMPANY SAOC” and such transfer shall become effective from the date of
implementation of transfer scheme pursuant to Sector Law. The effective date of transfer scheme is 1st
day of May 2005. Therefore, Public Authority for Electricity & Water has been relieved all obligations and
responsibilities of this Agreement under the Sector Law.

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

...................................….......... .........................................................
CHEIF EXECUTIVE OFFICER Witness
RURAL AREAS ELECTRICITY COMPANY SAOC

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

APPENDIX "A" TO THE FORM OF AGREEMENT

39
1.40 CONSTITUTION OF COMPANY

1.41 INTERNATIONAL COMPANIES

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

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

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

40
1.42 OMANI COMPANIES

1.43

The Contractor shall prior to the signature of the Form of Agreement submit copies of the official

Company Registration Particulars, i.e. partnership, limited liability, joint venture, joint stock,

together with the commercial registration number. These documents shall also show by what

persons and in what manner contracts may be entered into and what persons are directly

responsible for the due execution of such contracts and can give valid receipts together with

specimens of their signature.

41
1.44 APPENDIX “B” TO THE FORM OF AGREEMENT

SUMMARY OF CONTRACT SUM (For use with values in Rials Omani only)

S.No. DESCRIPTION MONTHLY RATE ONE YEAR COST TWO YEAR COST THREE YEAR COST

1 KHASAB Emergency Office Table - A

2 BUKHA Emergency Office Table - B

3 KUMZAR Emergency Office Table - C

4 LEEMA Emergency Office Table - D

5 Al RAWADHA Emergency Office Table - E

6 KHASAB Maintenance Office Table - F

TOTAL AMOUNT QUOTED

9.2 APPENDIX “B” TO THE FORM OF AGREEMENT


SUMMARY OF CONTRACT SUM (For use with values in Rials Omani only)

Total Cost for Five Years (In Words) ……………………………………………………………………………..

Authorized Signatory ………………………………………………………………………………………………….

42
Name of Signatory …………………………………………………………………………………………………….

Company Name & Address ………………………………………………………………………………………….

Date …………………………………………………….…. Seal ……………………………………………...........

43
1.45 FORMS OF BONDS

1.46 FORM OF TENDER BOND

THE CHAIRMAN OF TENDER COMMITTEE


P.O. Box 787, Postal Code 133,
Al Khuwair, Sultanate of Oman.

TENDER BOND NO. ........................................

By this bond we .............................................. whose address


is..............................................
Here by guarantee Messrs' ....................................... of
............................................................. and hold at your disposal the sum of R.O.
.......................and/or............................................. being one percent (1%) of the Tender
Sum from ................... until.................. a total period of ninety (90) calendar days.

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

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

.....................................
Authorized Signature

(To be issued by a locally registered Bank)

44
1.47 FORM OF PERFORMANCE BOND

1.48

1.49

Rural Areas Electricity Company SAOC

P.O. Box No. 1166, Postal Code 113

Al Khuwair, Sultanate of Oman.

PERFORMANCE BOND NO. ..........................................


Whereas .........................................................(hereinafter called the "Contractor") has been
awarded a Contract dated ................................ to execute, complete and remedy the
defects of the................................... for the value of R.O. .................... (Rials Omani
............. ........................................................) and/or by this bond we
................................................ whose address is ............................................... are held
and firmly bound unto the Government of the Sultanate of Oman represented by the
Ministry of Finance, Muscat in the sum of R.O. ................. and/or ............... being 5% of the
Contract Value.

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

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

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

..................…………..
Authorized Signature
(To be issued by a locally registered Bank)

45
1.50 NOTE TO THE CONTRACTOR

Whilst the Performance Bond is a “First Written Demand” Bond, the Employer may, but is
not bound to adhere to the following procedure. If the Employer considers that the
Contractor is in default of the due performance of his duties under the Contract, then the
Employer will give fourteen (14) days’ written notice to the Contractor of this occurrence
during which time the Contractor shall rectify such performance to the satisfaction of the
Engineer.

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

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

46
1.51 CONDITIONS OF CONTRACT

1.52 GENERAL CONDITIONS

The Conditions of Contract shall be those contained within the Sultanate of Oman
Standards Documents for Electrical and Mechanical Works (including Erection on site), 1 st
Edition issued in April 1987 Prepared by the Ministry of Finance, Muscat and those
contained within TANWEER Code (RSOC3,RSOC4,RSOC5, & RSOC6.7).
Tenderers are deemed to be in possession of their own copy of this Standard Documents
and TANWEER Code at Tender stage and to be fully aware of and have understood the
contents thereof.

1.53 TENDERER’S ENCLOSURES

1.54 TENDERER’S ENCLOSURES

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

47
ELECTRICAL EMERGENCY AND MAINTENANCE SERVICES OF 33KV, 11KV AND
LV NETWORKS IN MUSANDAM GOVERNORATE
(GROUP – 1)

TENDER DOCUMENTS
VOLUME 2 OF 3

SCOPE OF WORK, SCHEDULES, BOQ, AND TECHNICAL SPECIFICATION

48
TABLE OF CONTENTS:
01 GENERAL REQUIREMENTS…………………..…………………….…………………….73
02 LOCATIONS………………………………..………………………………..………….……78
03 CONTRACT START DATE AND DURATION…………………….………......……….…83
04 MOBILIZATION ………………………….………………………………..……..…….…..83
05 SERVICES DESCRIPTION (SCOPE OF WORKS)
(A) ELECTRICAL EMERGENCY SERVICES………………………………………………85
(B) ELECTRICAL MAINTENANCE SERVICES…………………………………………….88
06 ASSET SECUIRTY……………………..…………………………………….....……..…...103
07 CONTRACT SUPERVISION………………………..…………………….....…..…..……103
08 SAFETY, HEALTH AND ENVIROMRMENT ASPECTS……..…………….…………….104
09 MANPOWER…………………………………….……………………….………..…….….106
10 PROVISION AND RETURN MATERIALS ……………………………………………….107
11 WORKING HOURS……………………………………………………………………..……108
12 OMANIZATION…………………….……………..………….............................……….…109
13 TRAINING AND REPORTING ………………………………………..………..………..109
14 PERFORMANCE CRITERIA ………………………………………..…………..……….112
15 INTRODUCTION OF LOCATIONS…………………………………………………...…114
16 PENALTIES……………………..…………………………………….…………………115
17 TERMINATION ……………………………………………………...…....….……..………117
18 BILLING…………………………..…………………………………………..…......…..……117
19 OTHER TERMS AND CONDITIONS…………………………………..………..…..…….118
20 INSURANCE……………………………………………………………….…….……..……118
21 SCHEDILES AND BILL OF QUANTATIES……………………………………………….119
22 APPENDIXES………………………………………………………………………………..142

49
1. GENERAL REQUIREMENTS
1.1. Definitions All capitalized terms used herein shall have the respective meanings set
forth below:
• “EEMS” : Means Electrical Emergency &
Maintenance Services.
• “The
Employer”
} : Means Rural Areas Electricity Company.
• “TANWEER”

• MRM : Means Musandam Reginal Manager


• ZL : Means Network Head Section
• “MRM” : Means Customers Services
Regional Manager.
• “CSH” : Means Customers Services Head
• “OM” : Means Operation Manager.
• “OME” : Means Operation and
Maintenance Engineer.
• “DE” : Means District Engineer.
• “LV” : Means Law Voltage 415V.
• “HV” : Means High Voltage 11kV & 33kV.
• “DCRP” : Means Distribution Review Panel
• “SOW” : Means Scope of Work

1.2. The Bidders are invited for the provision of (EEMS) for the [LV and HV] Electrical
Network of 33kV / 11kV / LV Networks at Areas in Musandam Region(GROUP-1)
at the locations listed in Section [2] and each Emergency & Maintenance
Office/Center area coverage is given in Appendix-A.

1.3. Bidders should be at least “Grade B” registered Contractors in DCRP and should
have a good record of handling similar works.
1.4. The required scope of work and responsibilities of (EEMS) comprises the following:
• (EEMS) as described in Section [5].
• Requirements for suitable persons to be deputed exclusively for such services as
listed in Appendix-B.
• Requirements for provision of office facilities, quantity of equipment,
communication equipment, machineries, vehicles and documentation facilities to
be provided by the Contractor are listed in Appendixes -D & E.

50
1.5. All (EEMS) and facilities shall be provided to the satisfaction of the Employer so as
to meet the required levels of customer service and minimize any period of
interruption in the supply of electricity to customer premises.
1.6. The Bidder should take special note of the security and safety precautions to be
observed in the provision of (EEMS) as these are required to ensure the safety of
all working personnel, the general public, and plant and equipment.
1.7. The Bidder shall be responsible for ensuring that all personnel are familiar with and
are able to adhere to the safety requirements stipulated in this contract. In particular,
the TANWEER. Safety Codes (Electrical and Mechanical)
1.8. The Bidder must employ qualified and competent staff and remain fully responsible
for the safety of those staff and their adherence to the HSE requirements of the
employer.
1.9. Special attention of the Bidder is drawn to sections 14 and 8 of these documents,
which specify Performance Criteria and Safety Aspects respectively.
1.10. The Bidder shall employ only suitably qualified and competent persons and shall
ensure that all equipment used in the provision of Electrical Emergency Services is
appropriate and fit for purpose as per standard.
1.11. Interested Contractors must quote for all the designated Areas which are mentioned
in this Tenderer and TANWEER has the right to include/exclude any item in the
Contract.
1.12. The Electrical Emergency Services are to be provided round the clock day and night
on Three Shifts per 24 hours.
1.13. The Electrical Maintenance Services are to be provided during the normal duty
hours (morning shift only) and can be provided at any time round the clock day when
required for restoring the power supply and as per the instruction of ZL (No extra
cost will be paid to the Contractor against this works).
1.14. The Contractor responsible to provide suitable overtime/compensation for extra
working time/holidays to their employees as per Ministry of Manpower rules and
regulations.
1.15. The Contractor shall submit a separate time sheet for each staff along with monthly
report/bill.
1.16. All the require staff as specified in Appendix-B is to be deputed for the provision of
the Emergency & Maintenance Services as specified in clause 5 (Services

51
Description) only and they are not allowed to do any works beyond the responsibility
of TANWEER and it is totally prohibited to ask for any compensation for any Works.
1.17. All staff must wear a uniform; an Identification Card should be issued for each
employee (Specifications of uniform and ID card will be provided later).
1.18. All Staff must comply with all safety aspects when attending work.
1.19. Condition and Location of the Emergency & Maintenance Offices should be nearer
to the main road/easily accessible location subject to approval of the TANWEER
Zone Leader and Staff accommodation should be separated from the Office.
1.20. The Bidder should take special note of the security and safety precautions to be
observed in the provision of Electrical Emergency & Maintenance Services as these
are required to ensure the safety of all working personnel, the general public, and
plant and equipment.
1.21. The Contractor shall be responsible for ensuring that all personnel are familiar with
and are able to adhere to the safety requirements stipulated in this tender. In
particular, the “TANWEER Electrical Safety Manual Rules” and “TANWEER
Electrical Operation Safety Operating Procedure”
1.22. The Bidder should employ only suitable qualified competent persons as per the
qualifications & experience of manpower mentioned in Appendix-C.
And shall ensure that all equipment used in the provision Electrical Emergency &
Maintenance Services is appropriate and fit for purpose.
1.23. All the persons assigned to Electrical Emergency & Maintenance Services by the
Contractor shall be assigned exclusively to those tasks and shall not be allowed to
undertake any other tasks for or on behalf of the Contractor
1.24. All Electrical Emergency & Maintenance Services shall be carried out according to
the instructions and supervision of the TANWEER Musandam ZL/MRM/NE.
1.25. For Khasab Power Station, Khasab Grid Station and Tibat Grid Station the
contractor responsible for all cable work in 33 kV, 11 kV and LV level.
1.26. The bidder is responsible for all cable termination work for Indoor/Outdoor include
GIS plug work for 11 kV and 33 kV.
1.27. The Contractor will be held responsible for his Vehicles including routine
maintenance and the provision of fuel. In case of breakdown of vehicles, immediate
alternative shall be provided to the Emergency or Maintenance Team.
1.28. Provide brand make portable cable fault locator device which to be reviewed and
approved by TANWEER and should be handover it after contract duration.
52
1.29. Provide HI pot test device up to 66KV (1 NO) without any additional cost.
1.30. Servicing , maintenance, of all type of A/C (HVAC, window ,split ….etc ) in all
primary substations without any additional cost (Materials shall provide by
employer).
1.31. The contractor is responsible to maintain Firefighting system include it emergency
generator, pumps, batteries…. etc. ( Material shall provide by employer )
1.32. The contractor will hold the responsibility of Changing and renew all types of fire
extinguisher in all primary substations and TANWEER offices.
1.33. The contractor must Provide medical/life Insurance for all staff (Omani & non-
Omani) as per MOM rules.
1.34. The contractor must Provide Thuraya phone (when required) about two numbers
with credit not less than 60 Dollar per month in each office.
1.35. Provide cable detector for maintenance office.
1.36. Provide transformers oil BDV tester for maintenance office.
1.37. Provide mobile generator 10KW for any testing devices operation.
1.38. Any dangerous connection in TANWEER assets should be rectified without
additional cost.
1.39. Any civil works maintenance required in the existing substations should be under
contractor scope of work such as compound walls, cracks, foundation ………etc. (
Material shall provide by employer ).
1.40. The Contractor will be held responsible for his Boat including registration, insurance
, safety tools , radio or satellite communication , routine maintenance and the
provision of fuel. In case of breakdown of Boat, immediate alternative boat shall be
provided to the Emergency & Maintenance Team.
1.41. In case of accident or breakdown of vehicles/Hi-up/Bucket truck/Boat the
replacement must not exceed 8 hours.
1.42. The Contractor shall provide all necessary tools and devices necessary to carry out
(EEMS). A non-exhaustive list of required instruments and tools is provided in
Appendix – E.
1.43. The contractor will be responsible for transportation (with loading and un-loading)
of all material needed for the EEMS works either from Contractors’ Stores and/or
TANWEER Store located at Muscat or from any area in Musandam Governorate or
from any TANWEER Store as per the instruction of the TANWEER Musandam
ZL/NE/MRM to Khasab/Bukha/Kumzar/Leema/Al Rawdha by using Boat, Truck or
53
Helicopter without any additional cost and Contractor should include the price of this
point in his Offer.
1.44. The contractor will be responsible for transportation of Dismantling/surplus/used
materials or any materials appointed by ZL from any areas in Musandam to any
TANWEER’s Stores by using Boat, Truck without any additional cost (no limitation
of trips per month).
1.45. The contractor will be responsible for replacement/ upgrading transformers (free
issue transformers) in all area include sea area and mountain area
1.46. The Contractor will responsible for carry out the EEMS for the existing areas and
for any other new area which will be electrified within the Contract period.
1.47. The Contractor will be responsible for providing a Boat with Driver (Operator) to be
used for all sea areas and the cost will be included in BOQ.
1.48. The Contractor will be responsible for providing Hi-up with Driver (Operator) to be
used for all areas and the cost will be included in BOQ.
1.49. The Contractor will be responsible for providing Bucket truck – man lift track suitable
for 22Mtr capability and sand area with Driver (Operator) to be used for all areas
and the cost will be included in BOQ.
1.50. The Contractor will be responsible for providing THURIYA GSM when require by
ZL/MRM and TANWEER will pay this cost as per the market rates
1.51. The Contractor will be responsible for providing Helicopter/drone for all areas which
not accessible by Vehicles when require by ZL/ZL/MRM (for restoring the system)
and TANWEER will pay this cost as per quotation (contractor will provide official
offer for trip per hour of using Helicopter and it has to be an official litter will
submitted with the tender.
1.52. The Contractor will responsible for providing all types of excavation equipment such
as Rock-Breaker, Compressor at site on request and TANWEER will pay this cost
( contractor will provide official an offer for trip per hour of using Rock-Breaker and
Compressor and it has to be an official litter will submitted with the tender).
1.53. The Contractor will responsible for carry out the EEMS for the existing Indoor and
Outdoor substations and for any other new Substations which will be electrified
within the Contract period without any additional cost.
1.54. The contractor should follow and implement all TANWEER and relative SOPs,
Procedures for HSE, Maintenance, emergency work as per TANWEER instruction.

54
Any amendment in that SOPs, procedure the contractor to be follows without any
additional cost.
❖ Condition Monitoring Services for Musandam Distribution Networks
The bidders should Provide Condition Monitoring Services for the Distribution Networks
consisting of substations, overhead lines and Underground cables for the Condition Monitoring
tests. Equipment and tools meant for the work will be providing by Contractor. Preference shall
be given to bidders having previous experience in such works. The bidder should be we
versed in test areas:
• Corona Inspection & testing.
• Visual Inspection
• BDV Testing
• Testing of failure 11KV, LV & Service cables (16 KV), with route tracing.
• LV maintenance inspection
• Support team.
He should be also team player to work together with TANWEER personal and provide them with
necessary training/support on above mentioned as and when required.
The Contractor shall provide all necessary manpower (experienced personnel) such as
experienced Condition Monitoring. Necessary arrangements:
• The Contractor shall provide living, accommodation, transportation from and to work,
and other matters related to the manpower.
• Responsible for applying all safety measures to protect the manpower involved in this
work.
• Contractor is responsible for any damage while inspection
Scope of Work:
• Inspection, Investigation, and Analyzes distribution networks and arranging with all
concerned for remedial action.
• Carry out site visit when required to sort out any technical site problems facing operation
& maintenance.
• Review the asset condition.
• Study & Analyze investigate all system defects and abnormal incidents with all
possibilities solution.
• Responsibility for the condition monitoring, inspection, patrolling using new technique
Then raise it to Condition Monitoring & maintenance planning Section.

55
• Responsibility to test 33KV, 11 KV, LV & Service faulty cables at all areas any time
needed.
• Collect oil sampling and test for Power & Distribution transformers using portable
equipment’s (BDV), as well as the use of a certified testing laboratory oils.
• Study the most recent new technology, ideas and materials for equipment’s and system
performance and monitoring improvements.
• All oil test and analysis for power and distribution transformers it must do by contractor
and provide all tools to collect oil. Example. Oil Sampling kit, Syringe for DGA Testing,
Oil Sample Bottle, Different types of Spanners, Cotton Waste, Rubber gloves, Masking
Tape etc.…….
• Contractor should provide different types of warning tape for marking the faulty location.
• Provide toolbox with different types and size of (Spanners, Screw drivers, players ….
Etc.).
• Provide digital camera, binocular, megger 5Kv, clamp meter.
• Provide single phase Generator .
• Network security to secure all unlocked asset related to TANWEER network.
• LV maintenance inspection (Visual & Thermal) for all LV lines and distribution substation
and provide reports.
• Connect and disconnect of DG during planned & unplanned shutdown “Emergency” at
any time of the day while required. Also, for substations cleaning & transformers and
prepare check list report.

2. LOCATIONS
1.1. Electrical Emergency Services

❖ KHASAB

22.0

The Electrical Emergency Services to be provided under this contract are required for the
Centres given in the table below and their areas to be covered detailed in Appendix [A]

56
Centre
No. of No. of Staff for No. of Omani Areas to be
/Office No. of Vehicles
Team each team Per shift covered
Location

Khasab, All Areas in


Wadi Khasab, Qada,
Mukhi, Al Boot,
Habaleen, Al Balad,
Shaboos, Al Film,
Maqlab , Mansal ,
KHASAB 1 19 2 2 Sheesa, Ghafool, and
any other new area
include to
indoor/outdoor SS
which will be
electrified within the
Contract period

Each team should consist of 19 competent persons, One supervisor-Assistance Electrical


Engineer (SAP), One technician (AP), One technician LM (AP), Two Electrician (CEP), Two
Lineman (CEP), all staff of team will be work as per call and Two Omani Driver working as
per shift 8 hours.

❖ BUKHA

23.0

The Electrical Emergency Services to be provided under this contract are required for the
Centres given in the table below and their areas to be covered detailed in Appendix [A]
No. of Staff
Centre /Office No. of Omani No. of
No. of Team for each Areas to be covered
Location Per shift Vehicles
team
All Areas in Wilayat Bukha, Al
Harf, Henna– And any other new
BUKHA 1 12 2 1 area which will be electrified within
the Contract period.
Team should consist of 12 competent persons, one Technician(SAP), One technician (AP),
One technician LM (AP), Two Electrician (CEP), Two Lineman (CEP), all staff of team will
be work as per call and Two Omani Driver working as per shift 8 hours.

57
24.0

❖ KUMZAR
The Electrical Emergency Services to be provided under this contract are required for the
Centers given in the table below and their areas to be covered detailed in Appendix [A]

No. of No. of Omani


Centre /Office No. of No. of Areas to be
Staff for
Location Team Per shift Vehicles covered
each team
All Areas in Kumzar
and any other new
KUMZAR 1 12 2 1 area which will be
electrified within the
Contract period.

Team should consist of 12 competent persons, One technician (SAP), One technician (AP),
One technician LM (AP), Two Electrician (CEP), Two Lineman (CEP), all staff of team will
be work as per call and Two Omani Driver/ Helper working as per shift 8 hours.

25.0 LEEMA

The Electrical Emergency Services to be provided under this contract are required for the
Centers given in the table below and their areas to be covered detailed in Appendix [A]

No. of No. of Omani


Centre /Office No. of No. of Areas to be
Staff for
Location Team Per shift Vehicles covered
each team
Leema, Qabal, and
any other new area
which will be
electrified within
LEEMA 1 13 2 1 the Contract
period.

Team should consist of 13 competent persons, One supervisor- Assistance Electrical


Engineer (SAP), One technician (AP), One technician LM (AP), Two Electrician (CEP), Two
Lineman (CEP), all staff of team will be work as per call and Two Omani Driver/Helper
working as per shift 8 hours.

58
26.0 Al-RAWDHA

The Electrical Emergency Services to be provided under this contract are required for the
Centres given in the table below and their areas to be covered detailed in Appendix [A]

No. of
Centre /Office
No.
Staff for
No. of Omani No. of
of Areas to be covered
Location each Per shift Vehicles
Team
team
Al Rawdha, Al See, Wadi
Bana, and any other new
AL-RAWDHA 1 12 2 1 area which will be
electrified within the
Contract period.

Team should consist of 12 competent persons, One technician (SAP), One technician (AP),
One technician LM (AP), Two Electrician (CEP), Two Lineman (CEP), all staff of team will
be work as per call and Two Omani Driver/Helper working as per shift 8 hours.

1.1 Electrical Maintenance Services


❖ KHASAB

No. of
No. No. of Omani
Centre /Office Staff for No. of
of Areas to be covered
Location each Vehicles
Team
team
All areas in Wilayats Khasab,
Bukha, and any other new area
which will be electrified within
KHASAB 1 16 2 3 the Contract period.

59
27.0

1) A team should consist of 16 competent persons, one engineer, Two technician (SAP),
Four technician LM (AP), Two Electrician (CEP), Two Lineman (CEP), Tow Cable Jointer
(CEP), duties during morning shift only (normal timing duty). all staff of team will be work
as per call.
2) Consider the Conditional monitoring Team as a part of maintenance team and should
consist of 2 competent persons One condition monitoring (AP) and one LV inspection (AP)
they must have a driving skill. duties during morning shift only (normal timing duty). all
staff of team will be work as per call.
3) A list of vehicles that will be used for this contract, including registration details, shall be
submitted to the Employer in advance of the commencement of work. The following
requirements apply to vehicles:
a. All vehicles should be four-wheel drive pick-up, two cabinets with valid car
registration.
b. Vehicle model should be 2019 .
c. The Contractor should provide a vehicle 4-Weel Drive for the Electrical
Maintenance Engineer.
d. The Contractor should provide a mobile phone in all vehicles used the provision
of Electrical Emergency & Maintenance Services.
e. Fix IVMS system for all Vehicles and allow TANWEER to access the system
f. When vehicles require maintenance or repair, the Contractor shall immediately
provide an equivalent substitute vehicle. At no time should a fuse call team or
Maintenance team be without a vehicle that accords with the requirements of this
Contract.
g. All vehicles are dedicated Electrical Emergency & Maintenance Services only and
should not be used for staff transportation from/to Accommodation or other uses.
h. Vehicles colour will be decided by the Employer.
i. All vehicles should be outfitted with required Emergency accessories/ladder.
j. Contractor is fully responsible about any equipment/devices provided by
TANWEER.
k. A list of equipment to be supplied by the Contractor shall be submitted to the
Employer for approval, and made available for inspection, in advance of the
commencement of work.

60
l. The Employer (TANWEER) has the right to inspect at any time details of staff
deployed by the Contractor, vehicles being used for Electrical Emergency &
Maintenance Services including registration details, and any materials, tools or
equipment being used by the Contractor for Electrical Emergency & Maintenance
Services.
m. Each Area shall have the specified number of staff deployed in shift teams as
stipulated in this Tender.

3. CONTRACT START DATE & DURATION

1.1. The contract period will be for five (5) years period starting from the date of letter of
instruction to proceed with the Works.
1.2. The contract period may be extended for a further one- or two-years period subject
to the mutual agreement of the Employer and the Contractor.
1.3. Any Variation Order (VO) or Extensions to the contract shall take into consideration
the unit prices in the awarded contract.

4. MOBILIZATION
4.1. During the Mobilization Period the Contractor shall take all measures and carry out all
activities required to achieve the mobilization milestones and other mobilization activities as
per agreed by TANWEER Musandam ZL/ZL/CSH/MRM/DME/DE.
4.2. The mobilization period shall not exceed 30 Days after the date of issue the letter of
instruction.
4.3. The “Mobilization Completion Certificate” issued by TANWEER Musandam ZL, ZL when:
• Contractor has obtained necessary clearances pertaining to the Contract with
regard to personnel equipment and operation for the Contractor to provide the
(EEMS).
• Contractor has obtained all required Permits necessary for the Contract to provide
the (EEMS).
• Contractor has furnished to TANWEER evidence that all insurances required
under Article 10.b have been duly affected and provided to TANWEER binders for
certificates representing the insurance.
• Contractor’s equipment tools and tackles required for the safe and satisfactory
performance of the (EEMS) are available at Site and are in all respects
appropriate for their intended use.

61
• Contractor’s manpower as per Schedule – A1, B1 are available at Site and are in
all respects appropriate for their intended use; as a minimum Contractor shall
make available at Site the equipment, tools and tackles set out in Schedule – A2,
B2
• Contractor has completed all the mobilization activities and achieved all the
mobilization milestones enumerated in Part 4 in this Article.
• The Tenderers are strongly advised to study the lists, visit as many locations as
necessary in coordination with respective district in charge and assess the nature of
maintenance work required.
• On some occasions of extraordinary or major emergency works, the staff and
facilities supplied by the Contractor will be mobilized for works in other TANWEER
licensed areas. Such demands will be made sparing, but the Contractor should not
charge TANWEER any additional cost for those services. And the decision of Zone
Lead will be final in all such matters.

5. SERVICES DESCRIPTION (SCOPE OF WORKS)


(A) Electrical Emergency Services:
The Electrical Emergency Teams should have a specific schedule for visit each
area regularly under them on a daily basis. They should be available 24 hours
round the clock and report to their responsible offices. In addition to the above
they should:

• Attending service calls complaints from the consumer and directly reports it to the
TANWEER Musandam MRM/ZL/OME/DE.
• To take a measurement of earth value for consumers premises connections and
report direct to MRM and ZL.
• Improvement of earthing value of consumer's premises connections if required.

62
• Replacement of defective fuses at the consumers premises (Cut-out fuses & HRC
fuses).
• Rectify/identify faults at consumers’ premises related to short circuits.
• Repair/change of O/H or U/G Cable service wire/cable if required (connectors and
terminations, replacement of broken service wire).
• change danger of O/H to U/G Cable HT/LT/service wire/cable if required
(connectors and terminations, replacement of broken service wire) as per
TANWEER request.
• Replacement of defective fuses at 33KV/11KV side of the distribution
transformers including RMU fuses.
• Replacement of the low voltage defective fuses at the main/mini feeder pillars,
Cut-out Boxes fuses and meter boxes fuses.
• Replacement of defective LV insulators, D-irons, PG clamps/line tape/ binding
wire along the LV main lines upon instruction of the concerned Zone Lead or his
assistance.
• Replacement of burnt low voltage PG clamps, line tape, and cable lugs for the
purpose of restoring the power supply to the affected consumers.
• Replacement of LV and HV broken/defective Disc/Post insulators for the purpose
of restoring the power supply.
• 24 hours office attendance by a Driver/Clerk to receive consumer complaints,
direct the emergency gangs to faults locations, and log all calls, complaints and
zone Engineer instructions in accordance with the requirements of Contract.
• Preparation of the various records and reports on daily, weekly and monthly basis
using computer programs.
• Rectify defective 33KV and 11KV fuse assembly unit.
• Take load records of the transformers as per the designated formats on monthly
basis and when ZL/OME/DE/NE request.
• Distribution of shutdown notices to the consumers
• Distribution of pole Disconnection notices to the customers
• Disconnection/ Re-connection the jumpers of the service wire/cable.
• To carry out disconnection of consumers power supply from poles whenever
required for non-payment.

63
• To carry out the disconnection of Power Supply from the non-payment Consumers
(from poles or fuses) as per the instruction from Customer Services Department
and report time by time to the TANWEER Musandam MRM.
• Connection and Disconnection of consumer services as per instruction of
TANWEER Musandam CSH/MRM/ZL.
• To provide any information regarding consumers to head of consumer section as
per instruction of TANWEER Musandam MRM/ZL.
• To carry out the energy meter inspection as per instruction of TANWEER
Musandam CSH/MRM/ZL.
• Replacement of faulty energy meters as per instruction of TANWEER Musandam
CSH / MRM/ZL.
• shifting of energy meters location as per instruction of TANWEER Musandam
CSH / MRM/ZL.
• To do the implementation and application of any issue or directions issued for
improvement and necessary up gradation as per TANWEER Codes/Authority of
Electricity Regulation/ Electricity Holding Company, which will be issued time to
time.
• Repair/change of 33KV/11KV fuses assembly and Disconnectors.
• Rectify defective 33KV and 11KV fuse assembly unit.
• Carry out minor repair work under shutdown conditions and after obtaining PTW
from concerned Engineer such as opening/reconnecting 33KV/11KV/0.415KV
jumpers/cable’s connectors, replacement of broken disc/pin insulators in case of
emergency.
• Trees and tree branches cutting/trimming that affect OH lines belong to
consumer’s premises connections and the work to be carried out after obtaining
LOA or PTW from the TANWEER Musandam ZL/OME/DE/MRM and the removal
of cut branches/surplus to be removed from site by the Contractor without any
additional cost.
• To Co-ordinate and assist other maintenance works if and when required.
• Other labour works required by the concerned Engineer.
• TANWEER Musandam Regional Manager, Zone Lead and Safety Department will
be the final authority on all matters relating to Emergency Teams such as

64
limitations of works, organized of people, rejected of disqualified people, penalties
and ...etc.

5. SERVICES DESCRIPTION (SCOPE OF WORKS)


(B) Electrical Maintenance Services:
Maintenance Team should do the maintenance work for all areas in Wilayats
Khasab & Bukha and report direct to the Zone Lead. The team should have a
specific schedule for visit each area regularly under him on a daily basis and
having only the day team. In addition, the contractor will prepare daily/ weekly/
monthly reports/photo before and after/ list of using material/ maintenance check
list.

i. Carry out a routine, preventive and emergency maintenance for all


Power & Distribution (TX, FP, RMU, AB switch, switch gear, Auto-
recloser) and to take current & voltage readings. This will include but is
not limited to the following:
• Cleaning and repairing of (Transformer, FP, Cut-out Boxes, RMU,OLU, …etc)
• Replacement of Silica Gel.
• Repaint Cleaning of (Transformer, FP, Cut-out Boxes, RMU, OLU …etc).
• Repairing oil leakage by replacement of the damage parts.
• Replacement of damage contacts of D.O.F
• Replacement of complete set of D.O.F when necessary
• Earth value measurement of transformers, L.A’s and RMU’s
• Oil topping and replacement when necessary.
• Testing oil insulation value of transformers and RMU’s.
• O/H line Routine Maintenance such as replacement of P.G. Clamps, Terminations
for HV/LV Cables, Jumpers, broken Drop out Fuses, Lightning Arrestors etc.
• Replacement of defective/faulty/over loaded/burnt Ground Mounted or Pole
Mounted distribution transformers (33KV/415V or 11KV/415V) and
RMU/OLU/HFU.
• Replacement of defective/faulty/over loaded/burnt Power transformers
(33K/11KV or 11KV/33KV) up to 20MVA without any additional payment.

65
• Replacement of damaged and non-safety stays in 33KV, 11KV and 415V O/H
lines including rock pit excavation without any additional payment. ( materials shall
be provide by employer )
• Replacement of LV and HV damaged/broken/old wooden poles (all kinds of poles)
including rock pit excavation and Stringing of Conductor without any additional
payment. ( materials shall be provide by employer )
• All vehicles accident to LT & HT Network to be attended and maintained
(replacement or repairing) by maintenance team without additional cost.
• Replacement of Service, LV and HV damaged/faulty Cables including rock trench
excavation and joints without any additional payment.
• Carry out Terminations & Joints for LV & HT cables when requested by ZL.
• Replacement/repairing of damaged indoor/outdoor of HT & LT Termination Kits,
Joints, and Cable Boots. ( materials shall be provide by employer )
• Installation of new 33KV/11KV fuses assembly and Disconnectors for the purpose
of restoring the power supply.
• Carry out Hand Cleaning for HT insulators in case required due to frequent tripping
of feeders.
• Replacement of damaged contacts/complete set of drop out fuse unit.
• Carry out line patrolling of the 33KV/11KV/415V O/H lines on regular basis and
also in case of faults and rectify the faults and restore the feeders and reporting
all the findings/observations to the TANWEER Musandam ZL/DME/DE.
• Trees and tree branches cutting/trimming that affect O/H lines and the work to be
carry out after obtaining LOA or PTW from the TANWEER Musandam
ZL/OME/DE and the removal of cut branches/surplus to be removed from site by
the Contractor without any additional cost.
• All maintenance activities on LV & HT Networks (OHL/UG Cable)
replacement/repairing/modification shall be carried out by maintenance team.
• Attend the shutdown works for the purpose of checking/testing/ installation of new
equipment’s in the 33KV/11KV/415V lines following TANWEER Safety Rules &
permission and clearance through 'Permit To Work' or 'Limitation of Access’ or
'Sanction for Test' depending upon the work nature.
• Patrolling 33KV/11KV/0.415KV Feeders.

66
• Take the load of 33/11KV or 11/33KV S/S and Outgoing feeder's load as
instructed by the TANWEER Musandam ZL/MRM/CSH/OME/DE, as well as
reading of losses meters.
• Carryout the routine Inspection and filling the necessary Inspection Form.
• Replacement of LV and HV broken insulators (Disc, Post and Reel) porcelain or
silicon rubber in addition D-iron.
• Replacement of LV and HV faulty cable termination.
• Replacement of damage/broken lightening arrestors.
• Replacement of lightening arrestors from porcelain to silicon rubber
• Replacement of LV and HV damaged stays including rock pit excavation
• Installation of a wind stays when required for restoring the power supply including
rock pit excavation.
• Replacement of damaged/rusted/old Main FP, Mini FP, and Cut-out Boxes when
required for restoring the power supply
• Replacement of LV and HV damaged/broken/rusted conductor.
• LV/HV Cables testing and fault location.
• In case of any oil leakage in transformer and it is not repairable at site, dismantle
& replace it with a spare transformer (TANWEER will provide the alternative
Transformer) and the Contractor should do the necessary maintenance and keep
the transformer as a spare and no additional cost will pay for the Contractor
against repairing or transportation. ( materials shall be provide by employer )
• Improvement of earthing resistance values for all kinds of electrical equipment’s
in the system and the bit excavation for additional earth without any additional
payment.
• Re-installation of earth wires for all kind of HV wooden poles and electrical
equipment’s when missing or stolen by thieves.
• Carry out any emergency work both during and after office hours (without any
additional cost).
• Load balancing of LV feeders by construct a new LV feeder OH Line or U/G Cable.
• Do necessary arrangements to fix the leaning poles properly in LV/HV network.
• Provide Bill of Quantity for any new consumers (premises connections) as
instructed by the TANWEER Musandam MRM/ZL/DME/DE.

67
• Routine Maintenance for Capacitor Bank, Auto Recloser, Voltage Regulator, A/B
Switches, D.O. Fuses, Auto-Recloser and etc.., under 33KV or 11KV systems.
• Installation of Capacitor Bank, Auto Recloser, Voltage Regulator, A/B Switches,
D.O. Fuses, Auto-Recloser and etc.., under 33KV or 11KV systems for the
purpose of restoring the power system.
• Any other related work assigned by the TANWEER Musandam MRM/ZL/DME/
DE.
• Employer shall Provide all civil and building materials for substation maintenance
like door & window fittings, glasses, electrical fittings, paints, pesticides varnished
all kind of cements, sand, gravel, all type of woods and shuttering materials
construction and steel bar reinforcement .
• Routine maintenance for existing S/S (Electrical & civil Works) under 33kV and
11kV e.g. testing, checking, painting, boundary maintenance & cleaning including
substation door etc without any additional coast.
• Dismantling/shifting of any electrical equipment’s, materials, cable and poles from
any locations in Networks System as per ZL instructions and transportation of
dismantling equipment’s/materials from site to any TANWEER’s store is
Contractor responsibility without any additional coast.
• In case of emergency work the maintenance team (Staff + Equipment and
Material) will involved as per ZL instructions.

(C) 33/11KV Indoor/Outdoor Primary Substations Maintenance Services:


Maintenance Team should do the maintenance work for all 33/11KV Primary
Substations (Indoor/Outdoor) which are located in Wilayats Khasab and Bukha
especially Khasab, Al Harf, and Ghumdha Main Primary Sub Stations and future new
substation which will be reported direct to the Zone Lead. The maintenance works
consists of the following activities:

• Breakdown Maintenance
• Preventive/Periodical/Routine/Planed Maintenance
• Proactive Maintenance
• Annual Planned Maintenance
68
• Pest Control Services
• Air Conditioner Services
• Cleaning

Breakdown, preventive (periodical), proactive maintenance, replacement, assets


security services and testing of existing assets for Indoor/Outdoor Substations

This consists of all of main equipments and their related accessories:

• All 33KV and 11KV Bus bars and switchgear


• All 33/11KV Transformers
• 33KV and 11KV cable terminations and cables till the Substation boundary include
GIS plug termination for 11 kV & 33 kV.
• All equipment’s inside primary Substations such as 11KV Auto-Reclosers, Circuit
Breakers, ABS, Switchgears, voltage regulator, 11KV & 33KV Capacitor Banks
• 110V, 48V and 30V DC Batteries and Battery Chargers
• Lights inside and outside the Substations (materials should be provided by
employer)
• Maintenance of all control panels in 11KV Switchgears, RTCC, and Transformers.

• A/C services and Maintenance for Primary Substations in Khasab & Bukha
Wilayats.
• Pest control services for the Primary Substations.
• Cleaning of Primary Substations services including everything inside Substations
like ground floor, panels, switchgears, capacitor banks,…etc
• Transport materials which to be utilized in maintenance services from TANWEER
stores to the respective district.
• Replacement/rectifying of defective lights (materials should be provided by
employer)
• Providing water for primary substations (if required).
• Rectifying any problem related to water pipes and tanks inside primary
Substations(materials should be provided by the employer)
• Replacement/rectifying of the boundary wall or fencing of primary Substations
(materials should be provided by employer) without any additional coast.

69
• Based on TANWEER protection Engineer instructions, the Contractor shall carry
out on periodic checking of Auto-Reclosers batteries and replacement if required.
• Writing technical reports of failures and equipment specifications in case of
emergency or in case of required by TANWEER
• Replacement of defective equipment and devices such as CTs, VTs, wirings,
indication auxiliaries as instructed by TANWEER protection Engineer
• Coordinating with TANWEER protection team during preparing the annual
maintenance schedule, emergency and breakdown.
• Carry out all functionality tests related to transformers, circuit breakers, capacitor
banks …etc and their related equipments such as transformers cooling fans.
• Checking/refilling of SF6 if required

Typical maintenance works but not limited to the following:

• Breakdown maintenance, routine maintenance/Preventive/planned maintenance


of specified equipment.
• Testing of existing equipment (Based on Maintenance Manual and OES, BS, IEC,
IEEE practices, Manufactures Manual Specifications, standards and instructions).
• Testing of Breakers, VTs, Battery and battery chargers, power transformer …etc
(Based on Maintenance Manual and OES, BS, IEC, IEEE practices, etc and
Manufactures Manual Specifications, standards and instructions).
• Trouble shooting & normalizing the system during break downs.
• Carry out any other duty assigned by Zone Lead & Protection Engineer of
TANWEER.
• Preparing fully information incident/fault Report and the corrective action as per
instruction from TANWEER Zone Lead or Protection Engineer.

The main equipment at substations to be maintained includes, but not limited to the
following:

• 33kV and 11kV Switchgear of various types – Oil, Vacuum, SF6, GIS, AIS.
• Power Transformers -1MVA to 20 MVA
• Auxiliary Transformer & Earthing transformers
• 33KV and 11KV capacitor bank

70
• Tap changers; On-load & Off-load type including the maintenance of diverter
switch as per the manufacturer manual, and RTCC panel.
• Bus bars, Isolators, Earth switches, Voltage transformer, Current
transformer…etc.
• 33KV & 11KV control and relay panels.
• 33KV & 11KV cables.
• Station auxiliary systems – AC and DC supplies, Batteries and Battery chargers,
UPS, Lighting.
• Fire protection system.
• Steel/Wooden gantry.
• Air Breaker switch of different voltage levels.
• Auto Reclosers, control panel and batteries of different voltage levels and brands.
• Lightening Arrestor of different voltage levels.
• Earthing system maintenances as per standard/ TANWEER procedure.
• Contractor fully responsible to handle any sub stations security issues, such as:

I. Sub stations padlock.


II. Maintenance of Sub stations main and side gates.
III. Maintenance of Sub stations compound wall crakes.
IV. Maintenance of firefighting system.
V. Sub stations internal doors within the station boundary.

(All materials required for the above four points to be provided by the employer)

• The contractor shall maintain a log of all works assigned by the concerned Engineers. The
log shall record the date and time at which the work was assigned, a description of the
work, investigation of fault reason if applicable. The contractor will log the completion of
the work and any comment it may have on the work. This information shall be entered into
the computer system and summary reports produced as and when required by the
employer as per approved maintenance manual or any other requirements by TANWEER
respective staff.

The above procedures should be strictly observed when taking over a job for maintenance
or emergency repairs. In this respect maintenance group must be well aware of the current

71
and further HSE rules and regulations and observe and follow them while carrying out the
jobs.

In case of lack to implement and comply with HSE rules, the concerned TANWEER
Engineer will issue a warning notice to the contactor.
Any lack to comply with any conditions will be treated as poor performance and penalty
will be applied.

• Details of Indoor and Outdoor Substation Maintenance: -


a) Preventive/periodical/ Routine/Planed Maintenance

(Refer to TANWEER Maintenance Manual)


The following works to be done during Routine Maintenance, which is to be carried out
frequently, i.e., once in a fortnight but not limited to the following:

1) Periodic Inspection of all electrical equipment in Primary Substations related to


TANWEER, 33/11KV Indoor and Outdoor Substations and maintains periodic check
records (Based on Maintenance Manual).

2) Maintenance of Switchgears.
• Checking and maintain of SF6 Gas, Oil and Vacuum Circuit Breakers.
• Periodical Inspection/Checking of switchgears, Lubricating Mechanism as per
Maintenance Manual and OES, BS, IEC, IEEE practices,…etc and Manufactures
Manual Specifications , standards and instructions).
• Checking of Vacuum bottles Maintenance Manual and OES, BS, IEC, IEEE
practices….etc and Manufactures Manual Specifications, standards and
instructions.
• To ensure that all panel lamps are functioning.
• Checking the condition of Counters, Limit Switches and other components for the
operations of the Circuit Breakers as per Maintenance Manual and OES, BS, IEC,
IEEE practices,etc and Manufactures Manual Specifications , standards and
instructions.
• Checking of oil, SF6 Gas etc. for leak and rectification of defects.
• Periodical testing/measurement for the quality of SF6 Gas Oil etc. as per
manufacturers manual. If necessary, replacement of above.
• Checking of switchgears for any abnormality like Static Discharge, noise due to
lose contact, over heating of Bus Bar Chambers and C.T Chambers, rectification
of the defects for indoor switchgears.
• Checking of abnormality of Circuit Breakers like Loose contacts, Arcing,
Flashovers, Jumper defects, Bus Bars for outdoor Substations.
• Attending any troubleshooting and Maintenance to all internal wiring of 33 kV, 11
kV, LV, Power Transformer Indoor/outdoor Panels as per manufactures drawing
and rectify any problems (like indications lamps, Auxiliary relays, Selector switch,

72
replacements protection which provided by TANWEER, replacements wiring, CTs,
VTs.
• Checking of 11KV outdoor Recloser, battery voltage measurements, counter
reading, etc

3) Details of Maintenance of Power Transformers, Booster Transformers, 11KV Voltage


Regulators and Auxiliary Transformers.

• Periodical Oil Testing (Dielectric strength, oil sampling, oil top up or oil changing
according to Oil sample testing results.
• To check Silica gel in the Breather – dry it/ replace as required.
• Proving the Transformer Protection with help of TANWEER Protection Group.
• Checking of OLTC Oil Condition and HV Withstand Test. If necessary replace oil.
• Checking of OLTC Operation Counters, Operating Drive Mechanism and
Lubrication.
• Checking OLTC as per Manufacturer’s recommendations based on operation
Counter reading.
• Checking of cooling fans, Oil Circulation pumps for proper Operations as per
settings recommended by Manufacturer.
• Checking of Winding and Oil temperature indicators and calibration for proper
operations.
• Visual inspection of Transformer tanks, radiators, bushings, connectors, arcing
horns, terminations of Cables, leak, abnormal sounds, oil levels etc.
• Checking of NER, Earthing of Transformers for any damage, arcing, loose
connection etc.
• To collect maintenance details, Records and keep intact Maintenance Manuals
and Drawings of all makes of Transformers.
• To carry out necessary tests on doubtful transformers to identify the fault as per
Maintenance Manual and OES, BS, IEC, IEEE practices, etc and Manufactures
Manual Specifications, standards and instructions.
• Checking of other Substation Equipment’s, Isolators, and Protective Gears etc. for
any damages and rectification of defects as per Manuals.
• Record the readings of Lightning Arrestors, Circuit Breakers, and Auto Recloser
Counters in the appropriate Sheets available with those equipments and keep
another record for later reference as per Maintenance Manual.
• Lubricant of the mechanical parts whereas applicable.
• Replacement of lights and fixtures in the Substation Building and yard when it is
faulty (materials should be provided by employer).
• Measuring of Earth Resistance, Neutral Earthing in every 3 months for all
Substation Equipment’s and Transformers, record it. Also, to improve these values
if found necessary.

73
• Periodic Inspection and Maintenance of Battery Chargers and Batteries and
recording the Voltage Level and Specific Gravity of Electrolyte of each cell.
Defective cells to be replaced.
• Spray painting of equipment and transformers up to 20 MVA. Special paint to be
applied to the above when required (spray paint & painting tools to be provided by
the employer).
• Painting of Substation Building whenever necessary. The employer should provide
paint materials, equipment’s and accessories for painting.
• Cleaning of Substation Yard and Substation rooms, toilets, Indoor Equipment’s,
Control and relay panels etc. Cleaning materials should be provided by the
contractors.
• Checking and servicing once in a month and as per Maintenance Manual of air
conditioning units in indoor substations (window, split unit and central units). If
there any defects observed report to be sending immediately to the Networks Head
Section.
• Rectify air conditioning unit’s defects and if needed, replace the defective parts
whenever required. Rectification of minor defects parts only such as filter, pullers,
belts, thermostat, contactors and switches (materials should be provided by
Contractor).
• The contractor has the right to subcontract the activities related to air conditioning
after get approval from concerned TANWEER Networks Head Section.
b) Annual Maintenance
To carry out the Annual Maintenance of all Indoor and outdoor Substations in the Region
according to the approved maintenance schedule by TANWEER ZL/RM. All the
maintenance job of all the Outdoor and Indoor Equipment’s has to be done according to
the Manufacturer’s recommendations and TANWEER maintenance Manual.
1) Annual Maintenance Works covers but not limited to the following: -
• Breaker Pole Measurements.
• Measurement of contact Resistance, if necessary, inspection of contacts and
replacement of contacts.
• Maintenance and checking of Operations of circuit breakers as per the
recommendations by Manufacturers and maintenance manual.
• Checking of bus bars, links, contacts, insulations, cleaning, arcing, tracking,
leaks of Oil and Gas etc. Rectify the defects if is necessary replacing the
defective parts and required Materials will be provided by TANWEER.
• Cleaning and checking of Protective Gears, Lightning Arrestors, connectors,
jumpers etc. Rectify the defects if is necessary replace the defective parts
according to TANWEER evaluations and the materials required will be
provided by TANWEER .

74
• Cleaning and Checking of Control and Relay Panels, Marshalling Boxes,
tightness of terminals, and wires functional checks if it is necessary.
• Checking of Alarms, initiations of alarms, indications, alarm panels, auxiliary
power packs, and hooters and replacement if anything found defective.
• Maintenance of auxiliary contacts and switches of circuit breakers and panels.
Checking of interlocks with other equipment’s.
• Maintenance of 110/48/30/24/12 volts D.C Circuits and Battery Charger units
including auxiliary D.C and A.C supply panels.
• Checking of SF6 Gas Qualities with appropriate instruments, if necessary,
replace the Gas.
• Testing of Vacuum bottles for vacuum circuit breakers, insulation medium Oil
/SF6 Gas and topping up of Oil/SF6 Gas.
• Checking of spring charge mechanism or hydraulic system for breaker
operations.
• Co-operation with TANWEER protection team while daily testing of any
equipment/relays during schedule/emergency/breakdown works with
manpower and materials support.

2) Maintenance of Transformers: -

• Transformer terminal Meggering.


• Checking of Transformer Bushing, arcing horns.
• Measurement of Primary and Secondary winding Resistance.
• Testing of Tap Position and OLTC Operations.
• Maintenance and Lubrication of OLTC Operating Mechanism.
• Testing of all Transformer Trips, indications and control/signals.
• Arresting any Oil leaks if any.
• Replacing Silica Gel and Oil Breather cup.
• Cleaning of Bushings, blowing out dirt/obstructions in radiators, general
tightness of flanges, couplings, covers etc.
• Maintenance/testing of Air Blowing Fans/Oil circulating pumps, checking of
performance of above according to settings.
• Testing of Oil samples for High Voltage withstand, Resistance and Acidity
values. If necessary, Circulation/Replacement of Oil.
• General cleaning and painting of Transformer body where shutdown is
necessary.

75
3) Maintenance of Isolators, Circuit Main Earth, Air Brake Switches and Bus Bars: -
• Checking of tightness of Jumpers, Bus Bar and Terminal Connectors,
Fixing Clamps, Bus Bar jumpers, earthing cables and connectors.
• Cleaning and Lubrication of Closing and Opening mechanism and
checking of contact Resistance.
• Cleaning and Maintenance of Auxiliary contacts, Mechanical and Electrical
Interlocks.
• Checking of Various controls.
• Checking of Support Structures.
4) Checking of lighting Arrestors/Counters.
6) Checking of IR Values of HV Cable terminations, Earthing of cable sheath and
armour etc.
7) Air Conditioning shall be maintained as per O & M Manuals.
8) To rectify the above defects and if necessary, change the defective parts.
C) Breakdown and Emergency Maintenance: -
It is the part of Scope of Work and Primary Responsibility of the Contractor to attend the
following.
• Replacement of defective Support and Disc Insulators.
• Replacement of defective connectors, terminal clamps, Bus Bars and Droppers.
• Replacement of defective support insulators of jumpers and Isolators.
• Replacement and installation of 33 KV or 11KV Air Breaker Switches.
• Replacement of defective CTs, VTs, LAS, metering unit etc. Testing and
commissioning.
• Replacement of defective 11KV Voltage Regulators, Auto-Reclosers, Capacitor
Banks, Circuit Breakers and RMU inside substations/Major Maintenance, testing
and commissioning.
• Arresting of Oil/Gas leak, topping up of Oil/Gas. Handling of SF 6 switch gears
during emergency.
• Attending Operating Mechanism of Circuit Breakers and other equipment’s.
• The Contractor has to attend all other emergencies other than the above as part
of the Contract. In case of an emergency resulting from traffic accidents, the
Contractor has to report immediately to the concerned district in charge and rectify
the defects without any additional cost.
• Upgrading and adding of power transformers up to 6 MVA as required on
emergencies with prior instruction of the TANWEER ZL/RM. The contractor has to
arrange transportation, installation and commissioning with no additional cost to
TANWEER.

76
• To attend and rectify faulty 33KV or 11KV cables within 33/11KV substations.
• Removal and re-fixing of road tiles as required for faulty cables rectifications.
• Road cutting and re-asphalting as required for faulty cables rectifications.

• Any lack to comply with any conditions will be treated as poor performance and
penalty will be applied as mentioned in clause 10.

6. ASSETS SECUIRTY

The Contractor is responsible of ensuring the security of existing and new


Electrical utilities including:
• Safeguarding and security of all 0.415/11/33 KV substations and
0.415/11/33KV OHL.
• Locking of feeder Pillars, RMU sets, AB Switches, Auto Reclosers and
Mini Feeder Pillars.
• Any related security aspects required by the Concerned Engineer.

7. CONTRACT SUPERVISION
• All (EEMS) shall be carried out according to the instruction and supervision of the
Musandam Regional Manager/Zone Lead/Networks Engineer/Customer Services
In-charge. The Emergency teams will be available in shifts round the clock, on all
days. Each shift will be a maximum of Eight (8 ) hours duration.
• The Maintenance teams will be available in morning shift (8) hours as normal duty
and for the next hours from the day, all team will be called in case the Emergency
Works is beyond Emergency team capabilities and no extra cost will be paid to the
Contractor against this Works
• Successful contractor must assign an experienced Engineer as a co-ordinator
liaison with the concerned TANWEER Musandam Networks Engineer/Customer
Services In-charge. The coordinator must be available on call round the clock.
• Contractor should comply with all requirements as described in the different
sections in order to certify his monthly bill without applying any penalties.
• The Contractor shall not recruit, replace or transfer any employee (Omani or
Expert) without official approval from Musandam MRM/ZL after submitting a written
request.

77
8. SAFETY, HEALTH AND ENVIROMRMENT ASPECTS
• The Contractor shall compliance with TANWEER HSE Management System and
Ministerial decision (No. 286/2008).
• Contractor shall compliance with HSE requirements which stated in TANWEER
Contract HSE Management and comply with requirements of the Occupational
Health & Industrial Safety Precautions; Sultanate of Oman – Ministry of Manpower
(Ministerial decision (No. 286/2008).
• The contractor should have an (HSE) handbook for employees, covering
responsibilities of management and employees and symbols and so on.
• The Contractor shall take all necessary safety precautions to prevent shock or injury
and use appropriate tools and safety devices when undertaking electrical works.
• The Contractor will be held responsible for his staff and equipment and for the safe
operation and maintenance of the electrical installations under his administration.
• The Contractor is required, without exception, to maintain high levels of safety
awareness and practice in all aspects of (EEMS). The Contractor shall promote safe
working practices for all aspects of (EEMS) including Fire prevention, Driving,
Movement of materials, Fatigue levels of employees, First Aid preparedness,
Adherence to use of standard equipment etc.
• The Contractor should have all safety equipment’s and consumable like fire
extinguisher chemicals for substations, safety appliance, hand gloves, face shield,
gum boot, safety helmets, safety belts, special aprons, face shields etc.
• The Contractor shall implement any advice given from time to time by designated
TANWEER Authority Affairs Manager/HSEO (Health, Safety and EnviroMRMent
Officers) of the Employer.
• Periodic (monthly) (HSE) reports should be submitted to TANWEER Musandam ZL,
HSE Regional Officer, HSE Department in Muscat and by In telex System including
a record of new contract employees, documentation of training, summary of injuries
and illnesses, and (HSE) & Toolbox meetings conducted and number of employees
who attended.
• The contractor should have a written HSE program containing:
• Management policy statement/ follow TANWEER (HSE) program.
• (HSE) goals and objectives and method of measuring the program’s effectiveness
/ TANWEER goals & objectives.

78
• Safety responsibilities for managers, supervisors, (HSE) representatives, and
employees shall be documented, circulated and enforced.
• Written procedures for (HSE) activities such as new employees (HSE) orientation,
training, enforcement, inspections, personal protective equipment, medical
services, and substance abuse program & safety plan shall be in place and
employees trained and audited for compliance.
• Written operating procedures, with methods on how to carry out work with safety
permits for day work shall be in place and employees trained audited for
compliance.
• Contractor shall provide, as minimum HSE training for employees in accordance
with the minimum HSE training requirements as per contract requirements.
• All contractor personnel shall have completed the HSE training before
commencement of the Services, unless otherwise approved by the HSE
Department.
• Contractor shall have a developed HSE management system covering all
activities under the Contract that is compliance with TANWEER HSE
management system.
• The Contractor HSE management plan shall cover all Contract phases from
mobilization through execution, demobilisation and site restoration.

9. MANPOWER
• The manpower requirements of the contract are listed in Appendix-B. Contractor
shall ensure the required manpower shall be available full time for the purposes of
this contract.
• The Contractor shall ensure that sufficient qualified and properly trained additional
manpower is available to cover leave / illness / absence of any personnel.
• The contractor will provide a current CV and work experience certificate for each
employee he wishes to use on this tender.
• All manpower will be interviewed/examined by the Employer TANWEER before
commencing the Contract. And TANWEER has right to accept/reject any member
of manpower.
• The Employer TANWEER has right to reject any member of Emergency Staff due
to his performance or behaviours.

79
• During the Contract period all manpower should be under the concerned
TANWEER Musandam ZL/DME/DE and his Orders/Instructions should be taken in
consideration.
• A list of proposed staff with their Identity documents and Qualification experience
documents shall be submitted to the Employer TANWEER for approval in advance
of the commencement of work, each job requirements are classified in the
Appendix–C

10. PROVISION & RETURN OF MATERIALS


a. All major Materials & Spare parts such as wooden poles, transformers, cables,
conductors, cables terminations & joints, drums of oils, feeder pillars, cut-out
boxes, AB-switches, D.O. fuses …etc. These materials shall be provided by
TANWEER. It is the Contractor’s duty to collect the materials, usually from
TANWEER Stores located at Muscat or Musandam, after approval by the
concerned Engineer. They shall also return the dismantling/damaged materials
back to TANWEER Stores.
b. For daily consumables materials which are listed in Appendix– F. These materials
should be provided by the Contractor and the prices should include in Tender
prices.
c. It is the Contractor’s responsibility to make a record of all materials received,
consumed and the location where the materials have been used. This record is to
be duly signed by both TANWEER Engineer and the Contractor. All the replaced
materials must be returned to TANWEER stores in good condition according to
TANWEER procedures. At the end of every month, the Contractor should submit a
statistical report on the utilisation of materials during the past month. They shall
also submit a list of material requirements estimated for next month.
d. The Contractor should provide all other required tools and equipments without any
additional cost to TANWEER in order to carry out the jobs effectively and in safe
manner, Appendix – E shows a list of tools and equipments to be supplied by the
Contractor.

80
11. WORKING HOURS:
(A) Working Hours for all Electrical Emergency Services Teams:

SHIFT DUTY TIMINGS


Shift From To
Morning Shift 8:00 16:00
Evening Shift 16:00 24:00
Night Shift 24:00 8:00 (next day)

(A) Working Hours for all Electrical Maintenance Services Teams:

SHIFT DUTY TIMINGS


REMARKS
Shift From To
Morning Shift 08:00 16:00 Normal Duty timing
Evening/Night-time 16:00 08:00 (next day) All Maintenance team at this
period/session will be called in
case the Emergency works is
beyond Emergency team
capabilities. (No extra cost will

81
be paid to the Contractor
against this works).

For shift people, the normal duty cycle will be 5 days, irrespective of any Thursdays & Fridays or
holidays. The contractor responsibility to pay overtime for all employees and this will be additional
amount on their net salary to substitute them when they are working more than their work hours
especially at Ramadhan time or at national holidays (National day, Eid holidays or other holidays
announcement by government).

12. OMANIZATION
a. The Contractor shall ensure that the manpower deployed for undertaking Electrical
Emergency & Maintenance Services meets the minimum Omanization criterion as
specified by Government from time to time.
b. The Contractor must employ all Omanis at the existing emergency & maintenance
contract (Appendix – G, pages 157 & 158) with a net salary not less than the R.O.
550/- (the existing net salaries) and increase their salaries yearly as per ministerial
decree no. 222/2013 and based on the Manpower regulations in this regards.
c. The normal duty cycle will be team shift, irrespective of any holidays. The contractor
responsibility to pay overtime for all employees and this will be additional amount
on their net Salaries to substitute them when they are working more than their work
hours especially at Ramadhan time or at national holidays (National day, Eid
holidays or other holidays announcement by government).
d. The Contractor will be responsible for paying on behalf of Omani employees the
Social Insurance expenses as per the Public Authority for Social Insurance
regulations in this regard.
e. The Contractor will be responsible to provide suitable Medical Insurance for all
Omani employees & Experts as per the Government regulations in this regard.
f. The daily records of staff and labors deployed for the project shall be submitted to
the Networks Engineer.

13. TRAINING AND REPORTING


g. The Contractor shall conduct regular training / refresher programs (every 3 months)
for all employees, with special emphasis on improving the skill, competence, and

82
experience of employees. Bidders shall explain in their tender how they propose to
achieve this.
h. Training may cover any aspect of Electrical Emergency Services but must include
the following:
• Safety Rules and HSE.
• First Aid procedures.
• Fire Fighting.
• O/H & U/G distribution system maintenance.
• Preparation of required reports through the use of computer.
• Driving Safety.
• Computer Services and Communication.
• Procedures for handling complaints.
i. The Contractor shall report to the TANWEER Musandam Zone Lead on matters
related to training for information and acknowledgment.
j. Formats and schedules for deliverables under daily report, Weekly, Monthly and
Annual Reports shall be discussed and agreed with TANWEER Musandam
ZL/CSH/MRM/ OME/DE.
k. Weekly Report, as per the format to be approved by TANWEER, shall be submitted
on the Supply interruption with details of consumer, type of fault, time of fault
reporting and restoration Soft Copy of Daily Reports, shall also be provided on a
weekly basis.
l. Monthly Report shall comprise of the following:
• Details of the Consumers for whom fault has been attended with details of
Account number, reporting time of fault, restoration time, duration of supply
interruption, details of fault, etc.
• List of EEMS activities carried out on the (LV & HV) Systems.
• List of EEMS activities carried out on the Distribution Transformers,
RMU,HFU, feeder pillars and lines (33KV, 11KV and 415V) during the month.
• Details of “spares” used during the month and the spares available in stock
with the contractor.
• List of spares required for the next month calculated based on the previous
month’s consumption.

83
• Load details of Distribution Transformers as per measurements done during
the month.
• Details of testing equipment calibrated during the month.

m. TANWEER will review/alter the report format to contain the required information.
The report shall be verified/signed by the TANWEER Musandam
ZL/CSH/MRM/OME/DE; submission of the same will be a pre-requisite for
processing of the monthly payment invoices.
n. Annual report shall comprise of the following:
• Consolidated details of peak load of distribution transformers for the year.
• Record of EEMS carried out on (LV & HV) Systems.
• Record of EEMS carried out in distribution transformer, RMU and
sectionalises.
• Record of all breakdown or customer fault with duration.
• Details of spares used month wise for the year.
• Balance of the spares shall be indicated separately.
• Budget for the spares required for the next year, shall be submitted month
wise.
• Details of recurrence failure in the same equipment and the nature of
fault/failure.
o. Any recommendations for improvement of network.

14. PERFORMANCE CRITERIA


14.1 In order to secure an appropriate quality of service by the Contractor, the
following procedures and standards shall be observed: -
A. Provision of office and office facilities.
B. Adherence to the HSE Rules.
C. Provision of manpower as stipulated in the contract.
D. Payment of staff salaries on time.
E. Provision of vehicles as per the contract.
F. Provision of tools and equipment.
G. The execution and completeness of the complaints and any given tasks.

84
H. Response to TANWEER instructions.
I. Quality of work done.
J. Quality of prepared reports
K. Degree of communication with TANWEER Musandam Emergency In-charge and
the concerned Engineer.
L. Tidiness and security of the employer’s material, tools and plants.
M. Submission of daily attendance sheet to the concerned TANWEER Musandam
Emergency In-charge and the concerned Engineer.
N. Submission of Daily, Weekly, Monthly and Yearly report on complaints details to
the TANWEER Musandam Customer Service Manager.
O. Submission of Daily, Weekly, Monthly and Yearly report to the TANWEER
Musandam Emergency In-charge and the concerned Engineer.
P. Attendance of the complaints of loss of power in the minimal time.
Q. Provision of required training programs for all staff.
R. Provision of communication devices.
S. The contractor shall maintain a log of all works assigned to it by TANWEER
Musandam ZL/CSH/MRM/OME/DE of instruction. The log shall record the date
and time at which the work was assigned, a description of the work, and where
appropriate any indication given by the Networks Engineer of when the work
should be completed. The contractor will log the completion of the work and any
comment it may have on the work. This information shall be entered onto the
computer system and summary reports produced as and when required by the
Employer.
T. The appointed Engineer by the contractor as a coordinator should report on daily,
weekly, monthly and yearly basis to the Networks Head Section using forms for
Electrical Emergency Services and any other forms for Electrical Emergency
Services issued by the TANWEER Musandam ZL/CSH/MRM/OME/DE.
U. TANWEER will use three sources of objective information to evaluate the (HSE)
performance of contractors:
• Contractor’s HSE policies, procedures and practices.
• Recordable injuries and illnesses (Frequency Rate, Severity Rate and Incident
Rate).
• Notice of violations and EnviroMRMental exceedances.

85
The Bidder shall submit, along with the Tender a plan of action describing how
they will maintain the services levels specified above.

15. INTRODUCTION OF LOCATIONS

Electrical Emergency & Maintenance teams:

The EEMS will cover the areas which are mentioned in below and any other new
areas which will be electrified within the Contract period

1. Khasab Office
Khasab - All areas in Wadi Khasab – Al Harf – Mukhi – Al Boot – Hablain - Al
Balad – Shaboos - Al Film – Sheesa – Ghafool - Shem – Qana – Maqlab – Nazify
– Sibi – Hewinia – Shem – Qada - Kumzar – Ghurum – Gub

2. Bukha Office
Wilayat Bukha - Al Harf – Henna - All areas in Bukha

3. Kumzar Office
Kumzar – Ghurum – Gub - Al Balad – Shaboos - Al Film – Sheesa

4. Leema Office
Leema – Qabal – Al Boot – Hablain - Al Balad – Shaboos - Al Film – Sheesa –
Ghafool

5. Al Rawdha Office
Al Rawdha – Al See – Wadi Bana – all area from Wadi Bana to Zigi ( Khab AL-
Shamsi )

16. PENALTIES
Any deficiency of the requirements as stipulated in the contract and/or the failure to perform
any of the specified tasks as given in the scope of work will be strictly observed and will result
in the deduction of part or all of the monthly payment. Therefore, the successful Contractor
is required to abide by all the conditions of the contract and to act in good faith to avoid any
86
dispute or deduction of the monthly payment. The following points listed/clarifications will be
used as a guide lines for imposing any penalties:

Sl.
DESCRIPTION PENALTIES LEVIED AT
No.

01. Shortage in Manpower


150% of quoted price/head/day
02. Incompetent Manpower
150% of quoted price/head/day
03. Shortage/Bad condition of 4WD Pick Up
150% of quoted Price/vehicle
Shortage/Bad condition of 10Tone Truck with
04. 150% of quoted price/truck
Crane

06 Shortage/Bad condition of Boat 150% of quoted price/truck

150% of quoted price/truck


07. Shortage/Bad condition of Bucket truck

08. Shortage of Office Facilities


150% of quoted price
Improper Maintenance of Log Book/ Failure in
09. 5% of total monthly price
Co-Ordination and Reporting
5% of total monthly price
10. Shortage of Insulated Ladder
5% of total monthly price
11. Shortage of Earthing Kit

12. Shortage of 5KV & 1KV Megger 5% of total monthly price


Shortage of Earth Resistance Measuring
13 5% of total monthly price
Instruments
Shortage of AVO Meter, Phase Sequence
12. 5% of total monthly price
Tester
Shortage of Spot Light, Torch. Fire
13 5% of total monthly price
Extinguishers
Shortage of Safety Belts
14 5% of total monthly price
Shortage of cable detector for each office .
15 5% of total monthly price

16 Shortage of transformers oil BDV tester 5% of total monthly price


Shortage of electric bolt tightening machine
17 5% of total monthly price
for each office
18 Shortage of THURIYA GSM 5% of total monthly price

87
Shortage of electric screwdriver tightening
5% of total monthly price
19 machine for each office

Shortage of mobile generator for any testing


20 5% of total monthly price
devices operation
Shortage of brand make portable cable fault
5% of total monthly price
21
locator device

22 Shortage of HI pit test device up to 66KV 5% of total monthly price

Sl.
DESCRIPTION PENALTIES LEVIED AT
No.

01. Shortage in Personal Protective Equipment 3% of total monthly price

02. HV Tested, Rubber (Electricity) & Gloves 2% of total monthly price

03. Clamp on Meter (AVO) 2% of total monthly price

04. Tree Trimmer Machine 2% of total monthly price

05 Oil Insulation Testing Instruments 2% of total monthly price

06 Crimping Tools Hand/Hydraulic 2% of total monthly price

07. Shortage of Mobile or Fixed Phone 2% of total monthly price

08. Shortage of any Instrument/Tools 2% of total monthly price


Non-Compliance with Safety Rules & HSE
09. 10% of total monthly price
Policy
10. Failure of Providing of Emergency Services 10% of total monthly price
Failure of Providing of excavation equipment
11. 10% of total monthly price
on time
12. Failure of Providing of Maintenance Services 10% of total monthly price

13 Failure to Meet Standards 10% of total monthly price

12. Failure to Report in Intelex Systems 2% of total monthly price

p. In the event of a shortage of manpower, a penalty will be levied at the rate of 105%
of the quoted price of the specified manpower. i.e., if there is a shortage of one
lineman for a certain period then, 1.05 times the quoted cost for lineman services
for that period will be deducted from a relevant invoice.

88
q. If the Contractor is not able to deploy sufficient manpower to cover all shifts, or if a
person is working beyond the Eight [8] hours shift period because of the non-
availability of his reliever, this will be treated as a manpower shortage.

r. Daily Attendance time sheets shall be submitted to the TANWEER Musandam


Networks Head Section/Customer Services Manager on a regular basis to be
agreed with the Employer.
s. For each month of unsatisfactory performance, a penalty of (10%) Ten Percent of
the Monthly Invoice will be levied. In particular, failure to supply all necessary
vehicles, tools, and equipment and bad quality to works/reports will be considered
as unsatisfactory performance. TANWEER Musandam Networks Head section will
be the final authority on all matters relating to penalties.
t. The Contractor will be issued with a monthly certificate recognizing the performance
level achieved during the month.

17. TERMINATION
u. The Employer can terminate the contract for convenience, subject to giving
ONE month notice of the intention to do so.
v. The Employer can terminate the contract without notice if the Contractor’s
performance is unsatisfactory or the Contractor is unable to implement TANWEER
HSE rules in any three months of the contract period. For the avoidance of doubt,
the three months of unsatisfactory performance do not have to be consecutive.

18. BILLING
w. The Contractor shall submit invoices monthly. All invoices shall be accompanied by
a certificate of performance appraisal, Time sheets including confirmation that, the
workers' requirements as per the Contract were met in full, duly signed by
TANWEER Musandam Networks Head Section and Customer Services Manager.

19. OTHER TERMS AND CONDITIONS


x. When submitting a Tender, each Bidder must provide copies of their Company’s
registration certificates from DCRP, Tender Board, Oman Commercial Chamber
Industry, Ministry of Commerce and Industry, and Taxation.
y. Where not specified, standard terms and conditions of TANWEER will apply.

89
z. Provide all types of lifting equipments including heavy lifting equipments, Hi-Up
(more than 7 tone lifting crane), JCB, Compressor, and etc at site on request for the
purpose of restoring the power supply (TANWEER will pay to the Contractor for this
point as per market rates).
aa. TANWEER will issue a CERTIFICATE recognizing the Contractor’s performance
throughout the contract period. This certificate will be considered for any future
similar works.
20. INSURANCE
The Contractor is required to maintain work related as well as general Insurance for all his
employees against deaths, electric shocks and injuries. The Contractor shall also abide by
any governmental regulations with regard to maintaining insurance against damage to his
vehicles/trucks and equipment during the course of work. The contractor is responsible for
submitting the renewed insurance policy on an annual basis, 1 week before the expiry of the
insurance policy

1.55 TERMS OF PAYMENT

TANWEER shall pay to the Contractor in the following manner:

• 5% of the contract value shall be paid immediately after the contract start (mobilization
date) (Advance Payment).
• The remaining amount i.e., the contract value minus the 5% advance payment shall
be paid on monthly basis to the contractor.
• The Contractor must submit together with his monthly bill, a performance certificate
signed by the respective Operation manager. All the payment shall be made payable
to the Contractor within sixty (60) days of certified invoice.

Table No (2) List of Manpower

Sr.No Description Khasab Bukha Kumzar Lima Rowdha Maintenance Group Total

1 Electrical Engineer 0 0 0

2 Maintenance Engineer 0 01 01

90
3 Assistant Electrical Engineer 01 0 0 01 0 0 02

4 Electrical Technician LM 02 01 01 01 01 04 10

5 Electrical Technician 0 01 01 01 01 01 05

6 Electrician LM 04 02 02 02 02 02 14

7 Electrician 03 02 02 02 02 02 13

8 Cable jointer 0 02 02

9 HSE Supervisor 01 01

Driver/Clerk/Helper 04
10 08 06 06 06 06 36

Minimum Qualification and Experience Requirements


Followings are minimum Qualifications and Experiences requirements for the manpower
specified for this Tender.
• Electrical & Maintenance Engineers - SAP - 2:
▪ B.Sc Degree in Electrical Engineering from a recognized University.
▪ Minimum 6 Years’ Experience in 33 kV, 11 kV, 415 V Distributions utilities.
▪ Should Pass TANWEER technical interview.
• Assistant Electrical Engineer - SAP - 2:
▪ Diploma in Electrical Engineering from a recognized University.
▪ Minimum 3 Years’ Experience in 33 kV, 11 kV, 415 V Distributions utilities.
▪ Should Pass TANWEER technical interview.
• Electrical Technician L.M - AP
▪ Holding Diploma/ Industrial technical certificate in Electrical Engineering.
▪ Minimum 5 years’ experience as Electrical Technician in 33 kV, 11 kV, 415 V
Distributions utilities.
▪ Should Pass TANWEER technical interview.
• Electrician- CEP
▪ Industrial technical certificate.
▪ Minimum 5 years’ experience in installation / maintenance 33 kV, 11 kV, 415 V
Distributions utilities.
▪ Should pass TANWEER technical interview.
• Cable jointer - CEP

91
▪ Industrial technical certificate for approved make manufacture.
▪ Minimum 5 years’ experience in installation / maintenance 33 kV, 11 kV, 415 V
Distributions utilities.
▪ Should pass TANWEER technical interview.
• Driver:
▪ Should be OMANI citizen.
▪ Holding Omani Driving license.
▪ Omani Staff transferred from existing emergency contract
• HSE Supervisor - - SAP - 2
▪ Diploma in Fire, Safety and EnviroMRMents.
▪ Minimum 5 Years’ Experience in Power/Utilities business.
▪ IOSH or NIBOS certificate is prime requirement.
▪ Should Pass TANWEER interview.

The Successful Bidder shall be in a position to demonstrate their capabilities to the


TANWEER Engineer in case the job is awarded to them at a short notice.

ELECTRICAL EMERGENCY AND MAINTENANCE SERVICES OF 33KV,11KV AND LV


NETWORKS IN MUSANDAM GOVERNORATE
(GROUP – 1)

92
TABLE OF CONTENTS:
❖ Schedules
❖ Bill of Quantities

93
Emergency Services Team KHASAB Emergency Office
1.56 SCHEDULE - A (1): PRICE SCHEDULE – MANPOWER CUMULATIVE RATE

Price Price Price Price


Total no.
S.NO. DESCRIPTION JOB R.O. per R.O. per R.O. per R.O. per Price Price Total Amount
of Persons
Month (Year 1) (Year 2) (Year 3) R.O. per R.O. per
(Year 4) (Year 5)

1 Assistant Electrical Engineer 01

2 HSE Supervisor 01

3 Electrical Technician - L.M 02

4 Electrician- L.M 04

5 Electrician 03

Light Driver/ Clerk


6 08
/Helper/Meter Reader

In Figures
The Total (T-1)
In Words

94
SCHEDULE - A (2)
PRICE SCHEDULE - ADDITIONAL SERVICES PROVIDED BY THE CONTRACTOR FOR KHASAB EMERGENCY OFFICE

Number Price Price Price Price Price Price


R.O. R.O. per R.O. per
DESCRIPTION Required R.O. per R.O. per R.O. per Total Amount
ITEM per
(Year 1) (Year 2) (Year 3) (Year 4) (Year 5)
Month

Provide 4 Wheel Drive Double Cabin Pick 02


– up (New Model) including petrol,
1 maintenance, insurance, TANWEER HSE
requirements, IVMS, Service and Spare
Parts.

Provide BOAT including Driver (Operator) 01


petrol, maintenance, insurance,
2 TANWEER HSE requirements, Service
and Spare Parts.

Provide 4 Wheel Drive Bucket truck (New 01


Model) with minimum high 22 meter
3 including Driver (Operator), petrol,
maintenance, insurance, TANWEER HSE
requirements, Service and Spare Parts.

4 Office, including rent, furnishings, Lump


electricity, water, computers, sum
printers, stationary, Office software
and all Office facilities.

Table - A

95
Total Price for Khasab Emergency Services team [SCHEDULE A (1) + SCHEDULE A (2)]

Price Price Price Price Price Price


R.O. R.O. per R.O. per R.O. per R.O. per R.O. per
ITEM DESCRIPTION Year Year Year Year Total Amount
per Year
Month (Year 1) (Year 2) (Year 3) (Year 4) (Year 5)

MANPOWER CUMULATIVE
1 RATES (T1)

ADDITIONAL SERVICES
PROVIDED BY THE
2 CONTRACTOR (T2)

In Figures
Total Price of Khasab
Emergency Office
(T1) + (T2) = Table A
In Words

96
Emergency Services Team BUKHA Emergency Office
1.57 SCHEDULE - B (1): PRICE SCHEDULE – MANPOWER CUMULATIVE RATE

1.58

Price
Price Price Price Price Price
Total no. R.O.
S. DESCRIPTION JOB R.O. per R.O. per R.O. per R.O. per R.O. per Total Amount
of Persons per
(Year 1) (Year 2) (Year 3) (Year 4) (Year 5)
Month

Electrical Technician - L.M 01

2Electrical Technician 01

3Electrician- L.M 02

4Electrician 02

Light Driver/ Clerk /Helper 06

In Figures
The Total (T-1 )
In Words

97
SCHEDULE - B (2)
PRICE SCHEDULE - ADDITIONAL SERVICES PROVIDED BY THE CONTRACTOR FOR BUKHA EMERGENCY OFFICE

Price
Price Price Price Price Price
R.O.
ITEM DESCRIPTION Number R.O. per R.O. per R.O. per R.O. per R.O. per Total Amount
per
(Year 1) (Year 2) (Year 3) (Year 4) (Year 5)
Required Month

Provide 4 Wheel Drive Double Cabin Pick 1


– up (New Model) including petrol,
1
maintenance, insurance, Service and
Spare Parts.

Office, including rent, furnishings, Lump sum


electricity, water, computers, printers,
2
stationary, Office software and all Office
facilities.

In Figures
The Total (T2)
In Words

Table - B

98
Total Price for Bukha Emergency Services team [SCHEDULE B (1) + SCHEDULE B (2)]

Price Price Price Price Price


Price R.O. per R.O. per R.O. per R.O. per R.O. per
ITEM DESCRIPTION R.O. per (Year 1) (Year 2) (Year 3) (Year 4) (Year 5) Total Amount
Month

MANPOWER CUMULATIVE RATES (T1)


1

ADDITIONAL SERVICES PROVIDED BY


2 THE CONTRACTOR (T2)

In Figures
Total Price of Bukha Emergency
Office
(T1) + (T2) = Table B
In Words

99
Emergency Services Team KUMZAR Emergency Office
1.59 SCHEDULE - C (1): PRICE SCHEDULE – MANPOWER CUMULATIVE RATE

Price
S. Total no. Price Price Price Price Price
R.O.
NO DESCRIPTION JOB of R.O. per R.O. per R.O. per R.O. per R.O. per Total Amount
per
. Persons (Year 1) (Year 2) (Year 3) (Year 4) (Year 5)
Month

Electrical Technician - L.M 01

2Electrical Technician 01

3Electrician- L.M 02

4Electrician 02

Light Driver/ Clerk /Helper 06

In Figures
The Total (T-1)
In Words

100
SCHEDULE - C (2)
PRICE SCHEDULE - ADDITIONAL SERVICES PROVIDED BY THE CONTRACTOR FOR KUMZAR EMERGENCY OFFICE

Number Price
Price Price Price Price Price
R.O. Total
ITEM DESCRIPTION Required R.O. per R.O. per R.O. per R.O. per R.O. per
per Amount
(Year 1) (Year 2) (Year 3) (Year 4) (Year 5)
Month

Provide 4 Wheel Drive Double Cabin Pick – 1


up (New Model) including petrol,
1
maintenance, insurance, Service and Spare
Parts.

Office, including rent, furnishings, Lump


electricity, water, computers, printers, sum
2
stationary, Office software and all Office
facilities.

In Figures
The Total (T2)
In Words

101
Table - C
Total Price for Kumzar Emergency Services team [SCHEDULE A (1) + SCHEDULE A (2)]

Price Price Price


R.O. R.O. per R.O. per Price Price Price
ITEM DESCRIPTION R.O. per R.O. per R.O. per Total Amount
per Year Year
Month (Year 1) (Year 2) Year Year Year
(Year 3) (Year 4) (Year 5)

MANPOWER CUMULATIVE RATES


1 (T1)

ADDITIONAL SERVICES PROVIDED


2 BY THE CONTRACTOR (T2)

In Figures
Total Price of Kumzar Emergency
Office
(T1) + (T2) = Table C
In Words

102
Emergency Services Team LEEMA Emergency Office
1.60 SCHEDULE - D (1): PRICE SCHEDULE – MANPOWER CUMULATIVE RATE

1.61

Total no. Price Price Price Price Price Price


S.N
DESCRIPTION JOB of R.O. per R.O. per R.O. per R.O. per R.O. per R.O. per Total Amount
O.
Persons Month (Year 1) (Year 2) (Year 3) (Year 4) (Year 5)

Assistant Electrical Engineer 01

Electrical Technician - L.M 01

2Electrical Technician 01

3Electrician- L.M 02

4Electrician 02

Light Driver/ Clerk /Helper 06

In
Figures
The Total (T-1)
In
Words

103
SCHEDULE - D (2)
PRICE SCHEDULE - ADDITIONAL SERVICES PROVIDED BY THE CONTRACTOR FOR LEEMA EMERGENCY OFFICE

Price Price Price Price Price Price


Number R.O. R.O. per R.O. per R.O. per R.O. per R.O. per
ITEM DESCRIPTION Total Amount
per Year Year Year Year Year
Require
Month (Year 1) (Year 2) (Year 3) (Year 4) (Year 5)
d

Provide 4 Wheel Drive Double Cabin 1


Pick – up (New Model) including
1
petrol, maintenance, insurance,
Service and Spare Parts.

Office, including rent, furnishings, Lump


electricity, water, computers, printers, sum
2
stationary, Office software and all
Office facilities.

In Figures
The Total (T2)
In Words

104
Table - D
Total Price for Lima Emergency Services team [SCHEDULE A (1) + SCHEDULE A (2)]

Price Price Price Price Price


Price R.O. per R.O. per R.O. per R.O. per
R.O. per
ITEM DESCRIPTION R.O. per Year Year Year Year Total Amount
Year
Month
(Year 1) (Year 2) (Year 3) (Year 3) (Year 3)

MANPOWER CUMULATIVE
1 RATES (T1)

ADDITIONAL SERVICES
PROVIDED BY THE
2 CONTRACTOR (T2)

In Figures
Total Price of Lima Emergency
Office
(T1) + (T2) = Table D
In Words

Emergency Services Team Al RAWDHA Emergency Office


105
1.62 SCHEDULE - E (1): PRICE SCHEDULE – MANPOWER CUMULATIVE RATE

1.63

Price Price Price


Price Price R.O. Price R.O.
S.N Total no. of R.O. per R.O. per R.O. per
DESCRIPTION JOB R.O. per per Year per Year Total Amount
O. Persons Year Year Year
Month (Year 1) (Year 3)
(Year 2) (Year 3) (Year 3)

Electrical Technician - L.M 01

2Electrical Technician 01

3Electrician- L.M 02

4Electrician 02

Light Driver/ Clerk /Helper 06

In Figures
The Total (T-1)
In Words

1.64

106
SCHEDULE - E (2)
PRICE SCHEDULE - ADDITIONAL SERVICES PROVIDED BY THE CONTRACTOR FOR Al RAWDHA EMERGENCY OFFICE

Price Price Price Price Price


Price
R.O. per R.O. per R.O. per R.O. per R.O. per
DESCRIPTION Number R.O. per Total Amount
ITEM Year Year Year Year Year
Month
Required (Year 1) (Year 2) (Year 3) (Year 4) (Year 5)

Provide 4 Wheel Drive Double 1


Cabin Pick – up (New Model)
1
including petrol, maintenance,
insurance, Service and Spare Parts.

Office, including rent, furnishings, Lump


electricity, water, computers, sum
2
printers, stationary, Office software
and all Office facilities.

In Figures
The Total (T2)
In Words

Table - E
107
Total Price for Al Rawdha Emergency Services team [SCHEDULE A (1) + SCHEDULE A (2)]

Price R.O. Price Price Price Price Price


ITEM DESCRIPTION R.O. per R.O. per R.O. per R.O. per R.O. per Total Amount
per Month
Year Year Year Year Year
(Year 1) (Year 2) (Year 3) (Year 3) (Year 3)

MANPOWER CUMULATIVE RATES (T1)


1

ADDITIONAL SERVICES PROVIDED BY


2 THE CONTRACTOR (T2)

In Figures
Total Price of Al Rawdha
Emergency Office
(T1) + (T2) = Table E
In Words

108
Maintenance Services Team - KHASAB Maintenance Office
SCHEDULE - F (1): PRICE SCHEDULE – MANPOWER CUMULATIVE RATE
Price Price Price Price Price
JOB Total no. of Price R.O. R.O. per R.O. per R.O. per R.O. per R.O. per
S.NO. Total Amount
DESCRIPTION Persons per Month Year Year Year Year Year
(Year 1) (Year 2) (Year 3) (Year 4) (Year 5)

1 Electrical Maintenance Engineer 01

2 Electrical Technician ( L.M ) 04

3 Electrical Technician 01

4 Electrician ( L.M ) 02

5 Electrician 02

6 Cable Jointer 02

7 Light Driver/Helper/Clerk/Meter Reader 04

In Figures
The Total (T1)
In Words

109
PRICE SCHEDULE - ADDITIONAL SERVICES PROVIDED BY THE CONTRACTOR FOR KHASAB MAINTENANCE OFFICE

Number Price Price Price Price Price


Price
R.O. per R.O. per R.O. per R.O. per R.O. per
ITEM DESCRIPTION Required R.O. per Total Amount
Year Year Year Year Year
Month
(Year 1) (Year 2) (Year 3) (Year 4) (Year 5)

Provide 4 Wheel Drive Double Cabin Pick – up (New 03


1 Model) including petrol, maintenance, TANWEER HSE
requirements, insurance, Service and Spare Parts.

Provide 10 Tone Vehicle (Hi-Up) with Minimum 7 Tone 01


lifting Crane (New Model) including Driver (Operator),
2
petrol, maintenance, insurance, TANWEER HSE
requirements, Service and Spare Parts.

3 Cable fault locator 1

Office, including rent, furnishings, electricity, water, Lump sum


4 computers, printers, stationary, Office software and all
Office facilities.

In Figures
The Total (T2)
In Words

Table - F
Total Price for Khasab Maintenance Services team [SCHEDULE A (1) + SCHEDULE A (2)]

110
Price Price Price Price Price
Price R.O. per R.O. per R.O. per R.O. per
R.O. per
ITEM DESCRIPTION R.O. per Total Amount
Year Year Year Year Year
Month
(Year 1) (Year 2) (Year 3) (Year 4) (Year 5)

1 MANPOWER CUMULATIVE RATES (T1)

ADDITIONAL SERVICES PROVIDED BY


2
THE CONTRACTOR (T2)

In Figures
Total Price of Khasab
Maintenance Office
(T1) + (T2) = Table F
In Words

SUMMARY

Amount AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT


DESCRIPTION Per (R.O) per (R.O) per (R.O) per (R.O) per (R.O) per Total Amount
ITEM Month (Year 1) (Year 2) (Year 3) (Year 3) (Year 3)
(R.O)

1 KHASAB Emergency Office Table - A

111
2 BUKHA Emergency Office Table - B

3 KUMZAR Emergency Office Table - C

4 LEEMA Emergency Office Table - D

5 Al RAWDHA Emergency Office Table - E

6 KHASAB Maintenance Office Table - F

TOTAL

Total Amount Quoted In Words (R.O)


…………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………

112
ELECTRICAL EMERGENCY AND MAINTENANCE SERVICES OF 33KV, 11KV AND LV
NETWORKS IN MUSANDAM GOVERNORATE
(GROUP – 1)

TABLE OF CONTENTS: Appendixes

A. AREAS TO BE COVERSED BY THE


ELECTRICAL EMERGENCY AND
MAINTENANCE SERVICES CONTRACT
B. MANPOWER REQUIREMENT FOR THE
ELECTRICAL EMERGENCY AND
MAINTENANCE SERVICES
C. QUALIFICATIONS & EXPERIENCE OF
MANPOWER
D. FACILITIES TO BE PROVIDED BY THE
CONTRACTOR
E. LIST OF INSTRUMENTS & TOOLS
REQUIRED FOR THE ELECTRICAL
EMERGENCY AND MAINTENANCE
SERVICES
F. LIST OF DAILY CONSUMABLES
MATERIALS
G. DETAILS OF THE DISTRIBUTION
NETWORKS AT THE AREAS IN
GROUP-1
H. ELECTRICAL EMERGENCY AND
MAINTENANCE SERVICES FORMATS
A, B, C,D,E,F,G,H AND J
I. TIME DURATION FOR RESTORATION
OF POWER SUPPLY

113
APPENDIX – A:

❖ Areas to be covered by the Emergency & Maintenance Services Contract:

Areas to be covered
S.No. Emergency
Office's Name
Remarks

Khasab - All areas in Wadi Khasab – Al Harf –Qada - Mukhi - Al Boot –


1 KHASAB Habaleen - Al Balad –Shaboos - Al Film – Sheesa – Ghafool - Shem – Sibi
– Hewinia – Nazifi – Maqlab – Qana – And any other new area which will be
electrified within the Contract period.

2 BUKHA Wilayat Bukha - Al Harf - Henna– And any other new area which will be electrified
within the Contract period.
Kumzar – Ghurum – Gub Ali– And any other new area which will be electrified
within the Contract period.
3 KUMZAR

Leema - Qabal– And any other new area which will be electrified within the
Contract period.
4 LEEMA

Al Rawdha – Al See – Wadi Bana– And any other new area which will be
electrified within the Contract period.
5 Al RAWDHA

114
1.65 APPENDIX – B:

❖ The Total Manpower Required for Emergency & Maintenance Services

Number Qualifications and


S.No. Job Title
Required Experience

1 Maintenance Engineer 01

2 Assistant Electrical Engineer 02

3 Electrical Technician LM 10

4 Electrical Technician 05

5 Electrician LM 14

6 Electrician 13

7 Cable jointer 02

8 HSE Supervisor 01

9 Driver 36
Total 84

115
(1) Manpower Required for Maintenance Services Team

Number Qualifications and


S.No. Job Title
Required Experience

1 Electrical Maintenance Engineer 01

2 Electrical Technician ( L.M ) 04

3 Electrical Technician 01

4 Electrician ( L.M ) 02
As Mentioned in
5 Electrician 02 Appendix - C

6 Cable Jointer 02

7 Light Driver/Helper/Meter Reader 04

Total 16

116
(4) Manpower Required for Khasab Emergency Services Team

S.No. Job Title Number Required

1 HSE Supervisor 01

Assistant Electrical
2 01
Engineer

Electrical Technician -
3 02
L.M

4 Electrical Technician 00

5 Electrician- L.M 04

6 Electrician 03

Light Driver/ Clerk


7 08
/Helper/Meter Reader

Total 19

117
(5) Manpower Required for Bukha Emergency Services Team

S.No. Job Title Number Required

1 Electrical Technician - L.M 01

2 Electrical Technician 01

3 Electrician- L.M 02

4 Electrician 02

5 Light Driver/ Clerk /Helper 06

Total 12

(6) Manpower Required for Kumzar Emergency Services Team

S.No. Job Title Number Required

1 Electrical Technician - L.M 01

2 Electrical Technician 01

3 Electrician- L.M 02

4 Electrician 02

5 Light Driver/ Clerk /Helper 06

Total 12

118
(7) Manpower Required for Leema Emergency Services Team

S.No. Job Title Number Required

1 Assistant Electrical Engineer 01

2 Electrical Technician - L.M 01

3 Electrical Technician 01

4 Electrician- L.M 02

5 Electrician 02

6 Light Driver/ Clerk /Helper 06

Total 13

(8) Manpower Required for Al Rawdha Emergency Services Team

S.No. Job Title Number Required

1 Electrical Technician - L.M 01

2 Electrical Technician 01

3 Electrician- L.M 02

4 Electrician 02

5 Light Driver/ Clerk /Helper 06

Total 12

APPENDIX – C:
119
QUALIFICATIONS & EXPERIENCE OF MANPOWER

Minimum Qualification and Experience Requirements


Followings are minimum Qualifications and Experiences requirements for the
manpower specified for this Tender.
❖ Electrical & Maintenance Engineers - SAP - 2:
▪ B.Sc Degree in Electrical Engineering from a recognized University.
▪ Minimum 6 Years’ Experience in in OHL/UG Cables and Substations
Maintenance, Testing & Commissioning in 33 kV, 11 kV, 415 V Distributions
utilities.
• Experience and knowledge to organize teams for Emergency of HT Poles
and all related equipment – repair of conductors, jumpers, lightning
arrestors, especially in mountain and sea areas.
• Live line Emergency experience desirable.
• Good knowledge of Safety rules and procedures.
• Valid Driving License from ROP
▪ Should Pass TANWEER technical interview.
❖ Assistant Electrical Engineer - SAP - 2:
▪ Diploma in Electrical Engineering.
▪ Minimum 3 Years’ Experience in OHL/UG Cables and Substations
Maintenance, Testing & Commissioning in 33 kV, 11 kV, 415 V Distributions
utilities.
• Experience and knowledge to organize teams for Emergency of HT Poles
and all related equipment – repair of conductors, jumpers, lightning
arrestors, especially in mountain and sea areas.
• Live line Emergency experience desirable.
• Good knowledge of Safety rules and procedures.
▪ Should Pass Tanweer technical interview.
❖ Electrical Technician L.M - AP
▪ Holding Diploma/ Industrial technical certificate in Electrical Engineering.
▪ Minimum 5 years’ experience as Electrical Technician in OHL/UG Cables
and Substations Maintenance, Testing & Commissioning in 33 kV, 11 kV,
415 V Distributions utilities.
▪ For OHL technicians, experience in line patrolling & problem identification
▪ Should Pass OETC/RAECO technical interview.
❖ Electrician- CEP
▪ Industrial technical certificate.
▪ Minimum 5 years’ experience in installation / maintenance 33 kV, 11 kV, 415
V Distributions utilities.
▪ Should pass TANWEER technical interview.
❖ Cable jointer - CEP
▪ Industrial technical certificate for approved make manufacture.

120
• Minimum 5 years’ experience in installation / maintenance and all types of
LV & HT cable Terminations and joints up to 33 kV, 11 kV, 415 V
Distributions utilities
▪ Should pass TANWEER technical interview.
❖ Driver:
▪ Should be OMANI citizen.
▪ Holding Omani Driving license.
▪ Omani Staff transferred from existing emergency contract

❖ HSE Supervisor - - SAP – 2


▪ Holding Diploma. in Fire, Safety and Environments .
▪ Minimum 5 Years’ Experience in Power/Utilities business.
▪ IOSH or NIBOS certificate is prime requirement.
▪ Should Pass TANWEER interview.

The Successful Bidder shall be in a position to demonstrate their capabilities to the


TANWEER Engineer in case the job is awarded to them at a short notice.

APPENDIX – D:

121
❖ Facilities to be provided by contractor

Subject Facilities

• Reception Office with table and (4) four chairs.

• All stationary items in cupboard.

• Emergency team standby room.

• Telephone ,

• Employer Policies and EEMS contract copy.

• Logbook.
Emergency & Maintenance
• Labelling tools
Services Office Facilities
(All should be approved by • Update NOD and safety awareness.
Networks Department)
• Emergency Service signboard in Arabic and English.

• First Aid Kit.

• HSE Notice Board.

• Yard for store

122
APPENDIX – E:

List of Tools required for the Emergency & Maintenance Services teams and to be provided by
the Contractor.

No. TOOL Quantity Remarks

1 Adjusting Spanner set. 1 / Team

2 Ring Spanner set. 1 / Team

3 Knife.(conductor stripping) 1 / Team

Personal fall Prevention Equipment (PFP) + Pole top


4 1 / staff
rescue kit

5 Rubber Gloves for up to (33 kV). 2 / Team

6 Spot Light (powerful). 1 / Team

7 Wire Cutter.(Insulated) 1 / Team

8 Combination Pliers.(Insulated) 1 / Team

9 Side Cutting Pliers. (Insulated0 1 / Team

10 Nose Pliers.(Insulated) 1 / Team

11 Hammer. 1 / Team

12 Hacksaw Frame. 1 / Team

13 Screw Driver Set Heavy Duty insulated 1 / Team

14 Measuring Tape.(Non- Metallic) 1 / Team

15 Spanners Set Heavy Duty. 1 / Team

1 from each /
16 Fibre glass Insulated Ladder 9, 11, & 13 Mtr.
Team

17 Pole climbing Iron 1 / lineman

123
18 Tool Boxes including Insulated tools. 1 / office

19 Pulleys for conductor stringing (various sizes). 3 set / Team

20 Ropes - as required (various sizes) set / Team

21 Conductor cutters (35 mm2 – 300 mm2) for LV & HV 1 / Team

22 Shovels. 3 / Team

23 Crow Bars. 3 / Team

24 Auger Bits set for Drilling Wooden Poles (Multi Sizes) 1 / Team

25 Hand crimping tool (35 mm2 – 120 mm2 dia.) 1 / Team

26 Hydraulic crimping tool up to 630 mm2. 1 / Cable jointer

27 Torches. 3 / Team

28 Binocular. 1 / office

PPE as per Employer minimum requirements. For all Manpower


29
Including arc-flash protective clothing / office

Come Along Clamps + Pull Lift (1 Ton & 3 Ton) +


30 6 / Team
Dynamometer

Cable Jointer Tools, Equipment & All related Each Cable


31
Requirements. Jointer

32 ARC flash Protection equipment. Each office

1 / Vehicle
33. First Aid Kit.
1 / Office

any other tools required for the work


34. as required

For TX Switch Gear Maintenance


• Socket Set
35. 1/Set
• Torque Wrench
• Oil Pump (for Insulating Oil) Hand or Electric

124
For OHL works.
• Tirfor hand winch (for lifting plant in area
where HIAB access not available)

125
APPENDIX – E:

List of Instruments required for the Emergency & Maintenance Services teams and to
be provided by the Contractor.

No. INSTRUMENTS Quantity Remarks

1 Approved Low voltage Tester.( ie Test Lamp) 1 / Team

Digital Multi-meter (Capacitance measure


2 1 / Team
capable)

3 Clamp Meter (AVO Meter). 1 / Team

4 Transformer insulating Oil Tester. 1 No

5 Thermal Camera. 1 No

6 High Voltage Operating Rod. 2 / Vehicle

33KV and 11 KV High Voltage Digital Ammeter


7 1 / office
with Rod.

8 Insulation resistance 0.5 kV - 1 kV and 5 KV. 1 / office

9 Earth Resistance Tester. 1 / office

10 O/H line Portable earth kit (3600V Tested). 2 / vehicle

11 LV phase rotation. 1 / vehicle

12 HV phase sequence tester up to 33 KV. 1 No

1 / Each
13 Cable fault detector
maintenance

14 10 KW generator 1 No

When
15 Navigator and GPS Set.
required

126
16 Thermometer. 1/ office

17 Heavy Duty Drilling machine. 1 No

1 / Each
18 Air Blower.
maintenance

19 Tree Cutting Machine Chainsaw 1 No

1 / Each
20 Heavy duty Grinding Machine.
Maintenance

21 Digital Camera 1 / Office

22 DOF Operating Rod 2 / vehicle

High Potential Tester ( under frequency


23 1 No
function)

24 any other tools required for the work when required

127
APPENDIX – F:

❖ List of Consumable Materials required for the Electrical Emergency & Maintenance Services
and to be provided by Employer

Sl.No. MATERIAL DESCRIPTION Sl.No. MATERIAL DESCRIPTION

1. Cut-out fuse for Customer premises SPN 12. 33KV Single type HRC fuse 40A

2. Cut-out fuse for Customer premises TPN 13. 33KV Barrel type HRC fuse 3x40A

3. 2 Bolts Bi-metallic PG Clamp (all sizes) 14. 11KV & 33KV fuse Carrier

4. 3 Bolts Bi-metallic PG Clamp (all sizes) 15. Silicon Grease

5. 2 Bolts ALU/ALU PG Clamp (all sizes) 16. Contact Cleaner

6. 3 Bolts ALU/ALU PG Clamp (all sizes) 17. Rust Remover

7. Cable & Conductor Lugs/Ferrules (all 18. Cleaning Clothes


sizes)

8. HRC fuse 100A for Cut-out fuse at 19. WD/40


Customer premises

9. FP & Cut-out fuses (160A, 100A, 200A, 20. Oil Spray


315A and 400A)

10. 11KV Drop out fuse link wire (6A, 8A, 10A, 21. Petroleum Jelly
15A, 20A, 25A, 30A, 60A and 90A)

11. 11KV Ring Main Unit fuse (31.5A and 63A) 22. Thinner
and any other rate at the market.

APPENDIX – F:

❖ List of Consumable Materials required for the Electrical Emergency & Maintenance
Services and to be provided by the employer.
128
Sl.No. MATERIAL DESCRIPTION Sl.No. MATERIAL DESCRIPTION

23. Wearing Gloves 26. Insulation Tapes (5 Colours)

24. Poly Coat Epoxy Paint 27. Emery Paper

25. Poly Coat Epoxy Primer 28. HT Insulation & Mask Tape

29. Silica Gel 30. Battery accessories such as Water


Batteries, Battery Cells for all types of
Auto – Reclosers, AAA Batteries for
the remotes of AC.

129
APPENDIX – H:
• Electrical Emergency & Maintenance Services - Form No. A

Region: ................ District: ................ Office: ............... Month: ..................

Sl. Type of Customer Phone Area A/C Call Restoration Restoration Transformer Complaint Remedial action Date
No. complaint Name Number Number receiving time period No. & Code
time Capacity
01
02
03
04
05
06
07
08
09
10
11
12
13
14
Contractor’s Engineer: ………………………… Networks Engineer: ......................................... Zone Lead: ..........................

130
APPENDIX – H:
• Electrical Emergency & Maintenance Services - Form No. B

Region: ................ District: ................ Month: ..................

Sl. No. OFFICE NAME 33KV COMPLAINTS 11KV COMPLAINTS 0.415KV COMPLAINTS CUSTOMER SERVICES COMPLAINTS TOTAL
01

02

03

04

05

06

TOTAL

Contractor’s Engineer: ………………………… Networks Engineer: ......................................... Zone Lead: ........................

131
APPENDIX – H:
• Electrical Emergency & Maintenance Services - Form No. C
Region: ................ District: ................ Office: ............... Month: ..................

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 TOTAL
DAYS
33KV
COMPLAIN
TS
11KV
COMPLAIN
TS
TYPE 0.415KV
OF COMPLAIN
COMPLAINT TS
C.SERVICE
S
COMPLAIN
TS

TOTAL

Contractor’s Engineer: ………………………… Networks Engineer: ......................................... Zone Lead: ..........................

132
APPENDIX – H:
• Electrical Emergency & Maintenance Services - Form No. D

Region: ................ District: ................ Office: ............... Month: ..................


COMPLAINT CODE & Date
TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

C1 P.G. Clamp
Blown

C2 S/C Wire Fault

C3 S/C Cable Fault

C4 S/C Termination
Fault

C5 Cut-Out Fuse
Blown

C6 Cut-Out Fuse
Brocken

COMPLAINT CODE & Date

133
TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

C7 Meter Fault

C8 MCCB
Tripped/Fault/F
ired

C9 ELCB
Tripped/Fault

C10 Neutral Return


Supply

C11 Customer Side

C12 House Fired

C13 Tree Touching


Service wire

COMPLAINT CODE & Date


TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

134
C14 Voltage
Fluctuation

C15 Fault Due to


Lightning

C16 Others

TOTAL
Contractor’s Engineer: ………………… Networks Engineer: ............................. Zone Lead: ..........................

APPENDIX – H:
• Electrical Emergency & Maintenance Services - Form No. E
Region: ................ District: ................ Office: ............... Month: .................
COMPLAINT CODE & Date

135
TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

LT1 Main Cable


from TX Fault

LT2 Feeder Pillar


Fuse Blown

LT3 Cut-out Box


Fuse Blown

LT4 Feeder Pillar


Busbar fired

LT5 Cut-out Box


Busbar Fired

LT6 Cable Fault

COMPLAINT CODE & Date


TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

LT7 Cable Joint


Fault

136
LT8 Cable Lug
Blown

LT9 PG Clamp
Blown

LT10 Pole Fired

LT11 Stay
Blown/Damage

LT12 Pole Leaned

LT13 Pole/Stay
Broken

COMPLAINT CODE & Date


TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

LT14 Conductor
Broken

137
LT15 D-Iron/Reel
Insulator
Broken

LT16 Neutral Return


Supply

LT17 Voltage Drop

LT18 Tree Touching

TOTAL

Contractor’s Engineer: ………………… Musandam Regional Manager : ........................................ Zone Lead: ..........................

COMPLAINT CODE & Date


TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

LT19 Shutdown

138
LT20 Phase – Phase
touching

LT21 Fault due to


Lightning

LT22 Others

TOTAL

Contractor’s Engineer: ………………… Musandam Regional Manager: ........................................ Zone Lead: ..........................

APPENDIX – H:
• Electrical Emergency & Maintenance Services - Form No. F
Region: ................ District: ................ Office: ............... Month: ..................
COMPLAINT CODE & Date
TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

139
HT1 Tripping From
33KV Side

HT2 Feeder Trip &


Auto-Reclosed

HT3 Feeder Trip &


Manual Close

HT4 CD/AR Fault

HT5 Cable
Termination Fault

HT6 Cable Joint Fault

COMPLAINT CODE & Date


TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

HT7 LA Blown/Broken

140
HT8 Pole Broken

HT9 Stay Broken

HT10 Pole Leaned

HT11 Pole/Stay Broken in


Accident

HT12 Conductor Broken

HT13 Jumper Broken

HT14 Insulator Broken

COMPLAINT CODE & Date


TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

HT15 AB-Switch
Fired

HT16 RMU
Fault/Fuse

141
HT17 HFU Fuse
Blown

HT18 D.O. Fuse


Broken/Fired

HT19 D.O. Fuse


Carrier Fired

HT20 D.O. Fuse Link


Blown/Fired

COMPLAINT CODE & Date


TYPE
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

HT21 Tx Cable Fault

HT22 Tx Failed

HT23 Unsuitable Tap


Changer Position

142
HT24 Up Normal TX Oil
Level

HT25 Up Normal Feeder


Voltage Level

HT26 Voltage Fluctuation

HT27 Programmed
Outage/
Shutdown

COMPLAINT CODE & Date


TYPE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

HT28 Load Shedding

HT29 Tree Branches


Touching

HT30 Pole Fired

HT31 B/M Lugs


Blown

143
HT32 Fault Due to
lightning

HT33 Others

TOTAL

Contractor’s Engineer: ………………… Networks Engineer: ......................................... Zone Lead: ..........................

144
APPENDIX – H:
• Electrical Emergency & Maintenance Services - Form No. G

POWER INTERRUPTION REPORT FOR TANWEER POWER SYSTEM


Region: ................ District: ................ Office: ............... Month: ..................Submission
Date: …………………

Report No.: Area

Date: RS No.

Time of incident:

Time O & M Engineer


called:

Feeder/Apparatus
Tripped:

Cause of incident:

Area affected:

No of Customers
Affected:

Interrupted Power
(KW):

Relay Indication:

Time supply restored:

Action Taken:

Remarks:

Networks Engineer:

145
APPENDIX – H:

• Electrical Emergency & Maintenance Services - Form No. H

MONTHLY POWER INTERRUPTION REPORT FOR TANWEER POWER SYSTEM

Region: ................ District: ................ Office: ............... Month: .................. Submission Date: …………………

INTERRUPTE
SYSTEM NO. OF INTERRUPTE RESTORING
DESCRIPTIO DATE D CAUSE OF
Sl.No. VOLTAGE CUSTOMERS D POWER DATE & TIME REMARKS
N & TIME APPARATUS/ INTERRUPTION
LEVEL AFFECTED (KW)
FEEDER
01
02
03
04
05
06
* Note: The analysis reports can be attached.

Contractor’s Engineer: …………………….… Networks Engineer: ................................. Zone Lead:………………………

146
APPENDIX – I:
TIME DURATION FOR RESTORATION OF POWER SUPPLY

ALLOWED TIME
DURATION FOR
S.No. NATURE OF FAULT
RESTORATION PER
HOURS

01 Low Voltage Fuse/Cut-Outs 1.00

02 Low Voltage Mani fuse/Main Cut-Outs 2.00

03 Low Voltage Line 2.00

04 Low Voltage Line Due to Automobile Accident 3.00

05 Pole Mounted Transformer 33/0.415KV or 11/0.415KV 4.00

06 Ground Mounted Transformer 4.00

07 11KV Circuit Breaker / 11KV fuse Failure 1.00

08 11KV OHL Failure and Restoration of Non-Faulty Section 3.00

09 11KV OHL Failure and Restoration of Faulty Section 6.00

11KV U/G Cable Failure and Restoration of Non-Faulty


10 3.00
Section

11KV U/G Cable Failure and Restoration of Faulty


11 6.00
Section

12 33/11KV or 11/33KV Substation Failure 24.00

13 33KV OHL Failure 24.00

14 33KV U/G Cable Failure 24.00

147
ELECTRICAL EMERGENCY AND MAINTENANCE SERVICES OF 33KV, 11KV AND LV
NETWORKS IN MUSANDAM GOVERNORATE
(GROUP – 1)

VOLUME 3 OF 3

PARTICULAR HSE REQUIREMENTS FOR ELECTRICAL EMERGENCY &


MAINTENANCE CONTRACTS

Will be provided as attachment to tender document

148

You might also like