Professional Documents
Culture Documents
Document Number:7
Rev No: 06
Level: 2
Controlled
Table of Contents
Chapter 1 GENERAL REQUIREMENTS.................................................................... 10
Section 1. General ............................................................................................. 10
Section 2. Regulatory Instruments, Codes, Etc. ........................................................... 10
Section 3. Classification / Registry.......................................................................... 10
Section 4. Performance / Machinery ........................................................................ 11
4.1 Operational Basis ..................................................................................... 11
4.2 Ambient Environmental Conditions................................................................. 11
4.3 Brake Horse Power (BHP) / Speed .................................................................. 11
4.4 Generators ............................................................................................. 11
4.5 Bow / Stern Thrusters ................................................................................ 11
4.6 Engine Exhaust ........................................................................................ 12
4.7 “Crash Stop” Capability .............................................................................. 12
4.8 Gauges & Indicators .................................................................................. 12
4.9 Bilge Alarms ........................................................................................... 12
4.10 Propellers .............................................................................................. 12
4.11 Kort Nozzles............................................................................................ 12
Section 5. Navigation / Communication Equipment ...................................................... 12
5.1 Control Consoles ...................................................................................... 13
5.2 Visibility ................................................................................................ 13
5.3 Compasses ............................................................................................. 13
5.4 Radars .................................................................................................. 13
5.5 Chart Plotter Units.................................................................................... 13
5.6 Echo Sounders ......................................................................................... 13
5.7 Joystick Control Systems............................................................................. 13
5.8 Doppler Logs ........................................................................................... 13
5.9 Autopilots .............................................................................................. 13
5.10 Searchlights ............................................................................................ 14
5.11 Log Books ............................................................................................... 14
5.12 Public Address (PA) Systems ......................................................................... 14
5.13 Internal Communications ............................................................................ 14
5.14 Fixed / Portable VHF, MF and Aviation Radios.................................................... 14
5.15 VSAT Communication System/ Internet Connection ............................................. 14
5.16 Voyage Data Recorder (VDR) ........................................................................ 14
5.17 Closed Circuit Television (CCTV).................................................................... 15
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 1
General Requirements
1
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
A vessel’s age is considered from when the keel was first laid; however, a vessel’s age is considered
from date of delivery as long as the interval from date keel laid does not exceed 2 years. Rebuild
certificates will not be acceptable. Age shall be maximum 15 years for the term of the base period
of any contract, unless otherwise stated.
Vessels shall have undergone dry-docking and UWILD before the commencement of a contract and
have a minimum of two (2) years before requiring next docking or UWILD.
Operational basis means the number of days / hours of continuous operation a vessel is capable of
remaining on station without the need to replenish supplies of fuel and water.
Draft is considered the maximum draft of the hull including any protrusions below the keel.
Vessel is allowed to have only one (1) load line certificate and one (1) load line embossed on the
hull.
Vessel needs to arrive In Kingdom with enough fuel for the on-hire inspection and fourteen (14)
days of fuel calculated at economical consumption.
Should there be any conflict between the Classification Society Rules and/or Regulatory Instruments
and specifications set forth in the Contract for vessel minimum specification and manning
requirements and/or the SA documents, the higher specification shall prevail.
Vessels shall have the originals of all required certification available on board for inspection and
whilst in service.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Vessels shall have the relevant environmental notation from recognized classification societies.
4.4 Generators
All DP and non-DP vessels shall be provided with a minimum of two (2) generators.
Number and capacity of generating sets is to be sufficient under normal seagoing conditions with
any one generator in reserve to carry those electrical loads for essential services and for minimum
comfortable conditions of habitability. Each must be capable of being paralleled and synchronizing
for change over. They must have auto-start function. An emergency or stand-by generator shall not
comprise part of the load bearing capacity when considering the ability to cope with the full load.
When thrusters are electrically powered there must be a power management system that allows all
thrusters to work on 100% power with all equipment operational. When there is a single bow
thruster powered by shaft alternators there must be an auto-changeover enabling the bow thruster
to operate if one alternator fails. If there are two (2) bow thruster and one (1) stern thruster
powered by shaft alternators there must be an auto-changeover enabling the stern thruster to be
powered from either shaft alternators in case of single failure.
Bow thrusters should be rated as follows, except if data sheets require less:
AHTS, PSV, DP vessels & 15% of main engine BHP with a minimum total of 12 tonne
Self-Propelled Jackup Barges thrust.
Maintenance, Trash & 15% of main engine BHP with a minimum of 6 tonne thrust.
Commissary Vessels
Other vessels 15% of main engine BHP with a minimum of 4 tonne thrust.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Stern thrusters on an AHTS, PSV & DP vessels shall be rated at a minimum of 8% of the main engine
combined output.
4.10 Propellers
Controllable Pitch Propellers (CPP) shall be capable of being de-clutched on the bridge and be
fitted with audible and visual ahead/astern pitch and loss of pitch alarms with accept/reset
features, activated when command is transferred to the ECR.
Vessels fitted with fixed pitch/clutched propellers shall have a maximum clutch time of four (4)
seconds with the engines running at idle speed.
Communications equipment shall NOT have the following prohibited frequencies installed 156.150,
157.200 and 157.425 Mhz, (VHF Channels 3, 24, and 88, respectively).
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
5.2 Visibility
The arc of visibility from the aft control console on the bridge shall be a minimum of 90˚ either side
of amidships with a clear view of the main work deck, rescue zone and FRC launch stations where
provided. Bridge windows shall be fitted with suitable wipers, where appropriate, in front of
consoles and pull down solar shades to prevent glare at the control position.
5.3 Compasses
All vessels shall be provided with a gyro compass and a magnetic compass. Gyro repeaters shall be
fitted at each control console and in the steering gear compartment. On larger vessels with external
bridge wings, a gyro repeater shall be fitted as best located to take bearings. Means of taking visual
bearings shall be available on all vessels. On vessels less than 500 GT, an IMO approved GPS Compass
can also be accepted.
5.4 Radars
Shall have a range of 24 miles or more, have daylight viewable PPI screens, be interfaced with the
GPS and the chart plotter. Aft control console shall be provided with a radar repeater.
5.9 Autopilots
Shall be interfaced with the vessel’s gyro compass.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
5.10 Searchlights
Shall be located such that they can be directed from inside the wheelhouse close to the control
positions. Searchlights are to be capable of providing an effective horizontal and vertical range of
coverage and to provide an illumination to a distance detailed in the contract technical
specification, if specified.
Shall be provided with minimum 7Mbps internet guest WIFI connection covering all area in the
vessel. Shall be provided with marine signal boosters to improve mobile signals covering all areas
in the vessel.
Simplified Voyage Data Recorder Systems (S-VDRS) will be required for vessels from 300 GRT and
below 3000 GRT.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
VDR recordings must be submitted to Saudi Aramco on hard/flash drive with program for playback
within 24 hours of the incident. Recording must be 24 hours before and after the incident. Saudi
Aramco reserves the right to request VDR data for any voyage.
For vessels required to comply with digitalization, the smart digital solution shall be capable of
transmitting live feed from the vessel to onshore. CCTV shall cover the following areas of the vessel
as a minimum:
o Main Deck
o Bow
o Bridge Fwd & Aft
o Vessel Port & Stbd sides
o Engine Control Room
o Crane Control Room & Crane Boom, if applicable
The CCTV system for all vessels shall have ample memory to store a minimum of 14 days.
Recordings must be submitted to Saudi Aramco on hard/flash drive within 24 hours of an incident.
Recording must be 24 hours before and after the incident. Saudi Aramco reserves the right to
request video data at any time.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
5.18 Digitalization
Contractor shall provide a ship management smart digital solution that provide a ship-shore
interface to support management of vessel in all technical, operation and compliance aspects. The
ship management solution shall provide a real time fleet/vessel tracking and monitoring 24/7 with
minimum features such as:
• Fully web-based and mobile compliant solution, which has the capability to perform software
update remotely as well as monitor the following parameters:
o Machinery operating parameters and alerts
o Navigational parameters, which includes but not limited to:
Draft
Speed
Geofencing: System should be capable to send an alarm when operating beyond
specified operating area.
Anchor load cell integrated with the system with time, location and date information
which generates a warning signal in the dashboard.
DP Status
Web-based application designed for Vessel real time tracking with current weather
information and forecast and has the capability for historical playback for a minimum
of 7 days.
o Machinery Performance and Management which includes running hours, machinery status,
alarms, etc.
o Vessel availability and utilization percentage.
o Vessel stock/cargo report which includes, but not limited to, inventory loaded, pumped
out and retained on board the vessel tanks for Fuel, Liquid Mud, Dry Bulk and Drill Water.
o Firefighting capability equipment status
o Electronic Log Books with the following minimum information: Bridge Logbook, Engine
Logbook and Oil Record Book.
• Crew online platform accessible from multiple devices for all crew to access the most relevant
information of their individual profiles such as: personal information, certifications, pay slips,
e-learning, work scheduling, etc.
• Automated Fuel consumption monitoring to provide real time information on fuel consumption
and fuel transfers with the following minimum features:
o Tamper proof system
o Fuel consumption breakdown showing individual vessel machinery or engine fuel
consumption (e.g., separately measure each main engine, auxiliary engine, boiler,
incinerator, crane engine, et al.)
o The system should be able to display information that shall improve an awareness of the
ship’s performance and can assist Vessel operators to reduce energy usage and fuel
consumption (i.e. consumption per day/hour/minute, consumption per voyage,
consumption per mode, consumption per nm, bunker loading/offloading reports.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
o Fuel transfer monitoring real time in and out through the vessel’s bunker lines.
o Has the capability to conduct remote support and diagnosis.
o Support remote software updates.
o Dashboard display on the bridge and Engine Control Room (ECR)
o System to have the function to detect the following disturbances:
Air entrainment
Fuel sloshing
Meter vibration
Density alarm
Temperature
o System ability to report total volume of fuel saved (by vessel, by trip, by fleet) and
offers an enhance ability to improve the performance of an individual asset or entire
fleet.
o Capability to store historical ROB from the date of first on hire inspection.
• Replicated dashboards for Port Captain and Port Engineer offices onshore.
• A digital computing device in the form of a tablet, mobile and/or a computer that would be
utilized for reporting Saudi Aramco business requirements may be required. At the end of the
contract term, all Saudi Aramco-owned data saved in these devices shall be purged.
• Contractor shall shall adhere to the Cyber Security Requirements as per the Contracts and
comply with the Saudi Aramco Data Leakage policy which shall be controlled and monitored by
the Saudi Aramco Information Technology (IT).
• Cloud data centers and servers to store their data are stored must be located in Saudi Arabia.
• For Vessels that are not smart ship ready, an allowable period of up to 12 months from Saudi
Aramco acceptance shall be given to comply with all the requirements in this section.
All vessels shall be provided with adequate hull fendering relative to the type of operations they
are contracted to perform. It shall be adequately secured and maintained in a good condition. This
fendering solution should cover all anticipated contact areas and not have any vulnerable hollow
sections, such as with tires.
Each anchor shall be provided with a minimum of twelve (12) shackles of suitably sized anchor chain
except for Maintenance (Shallow Draft) and Utility Vessels which shall have a minimum of eight (8)
and ten (10) shackles of suitably sized anchor chains respectively.
Not applicable to crew boats, jack up barges, docking tugs, mooring boats and security vessels
which shall be fitted with class approved equipment.
Effective from September 01, 2016, all maintenance and utility vessels (non-DP) shall be provided
with rolled sausage fenders along each side of the hull from the accommodation to the stern. The
fenders shall be located such that the base is just above the Summer Load Line (S.L.L.) mark. It
shall be suitably secured to the hull along its length. The Rescue Zone area shall be kept free from
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
the rolled sausage fender such as it is not impeding the deployment of the rescue/scramble net
and pilot/embarkation ladders.
Maintenance and Accommodation vessels DP-2 shall have two (2) Yokohama Pneumatic Rubber
Fenders with a size of 1500mm diameter and 3000mm length.
7.3 Access
All vessels shall be provided with a suitably rigged & industry acceptable gangway and associated
means of access to enable boarding of the vessel from shore and offshore facilities. An additional
gangway of suitable length shall also be available for ship to ship transfers. Both shall have safety
nets, treads and handholds supported by stanchions.
Section 8. Environmental
8.1 MARPOL
All vessels shall be compliant with MARPOL requirements, other than interceptor vessels, regardless
of actual tonnage.
All vessels are to record and submit daily running hours for main propulsion engines and auxiliary
generating engines relative to the design and installation.
All vessels are to record and submit daily fuel consumption figures relating to the propulsion and
generating engines installed on board.
All vessels are to record and submit bunkering records including transfers to other vessels, if
applicable.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
The Contractor is to make all efforts to exercise due diligence to ensure that the vessel is to operate
and minimize fuel consumption taking into account the following:
a. Contractor to use optimum speed to maximize energy efficiency and reduce emissions.
b. Safety of the vessel, personnel and environment is to be maintained.
c. When specific Saudi Aramco instructions are given.
d. When weather or operational conditions allow.
The Contractor and Saudi Aramco may share information that could positively impact on the vessel
fuel efficiency through internal procedures and policies.
• Every vessel over 12m in length shall display placards which notify the crew and passengers of
disposal requirements for Regulation 3 and 5 (inside and outside special areas. (Reference
MARPOL Annex V, Regulation 9)
• Every vessel shall carry a Garbage Management plan. This plan shall contain written procedures
for collecting, storing, processing and disposing of garbage. (Reference MARPOL Annex V,
Regulation 9)
• Every vessel shall carry a Garbage Record Book in the form specified in Annex V. (Reference
MARPOL Annex V, Regulation 9)
All vessels are required to be fitted with the following equipment, appropriate to the size and type
of vessel:
a. Food Waste Grinder / Shredder capable of comminuting food waste in compliance with MARPOL
Annex V Regulations. (Reference MARPOL Annex V, Regulation 3 & 5)
b. A solid waste garbage compactor appropriate to the size and type of vessel.
Personnel required to work on deck during daylight on high temperatures shall be provided with
sun block (minimum SPF 50) and adequate supplies of bottled drinking water.
Six (6) x lengths of timber (painted red) – size 3m (10ft) x 100mm (4”) x 100mm (4”) shall be
provided and suitably stowed close to the damage control box. Crew boats & security vessels may
carry smaller lengths as suitable for stowage.
Security, Interceptor vessels and crew boats only require an SCBA set for each person on board.
Industry standard First Aid Kits shall be provided on the bridge, in the mess-room/galley and Engine
Control Room (ECR). They shall be inventoried and kept stocked.
Vessels, other than crew boats and utility boats, are required to carry a minimum of two (2) medical
stretchers, one of which must be a "Paraguard" type suitable for helicopter evacuation.
All vessels and barges shall be provided with an eyewash station located on the main deck. Units
shall be provided with in date eye wash solution and shall be maintained in a clean and readily
usable condition.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Vessels, other than crew boats, interceptor vessels and docking tugs, shall be provided with at least
two (2) portable gas detection units capable of detecting H2S & LEL and maintained as per SA LP
requirements.
All SA proponents and contractors shall implement a documented equipment inspection system that
will ensure all equipment (i.e. portable electric power tools) being used in any project or activity
are safe to use and certified by an independent testing and certification service. (Ref.: Saudi
Aramco Marine Department External Memo 2021-05).
The basis of the inspection and trials will primarily be focused on compliance with required
contractual technical specifications and this Saudi Aramco Marine Contract Vessel Specifications &
Requirements (MCVS&R).
The Contractor Representative will be required to submit to the Saudi Aramco inspector at the time
of the inspection a completed OVID Offshore Vessel Particulars Questionnaire (OVPQ) or Common
Marine Inspection Document (CMID). An OVID or CMID inspection of the vessel will also be conducted
in conjunction with the "On Hire" Inspection.
For vessels that are required to be smart/digitalization ready, Contractor shall integrate the
program in accordance with Section 5.18 of this Chapter 1.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 2
Anchor Handling / Towing (AHT)
Equipment Requirements
2
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Each wire to be supplied with a valid test certificate stating Minimum Breaking Load (MBL).
Thorough examination by 3rd party should be conducted annually. Wire destruction test should be
conducted every five (5) years. Tow/Work Wires shall be marked every 30 metres (100ft).
The work wire shall be in good condition (minimum work wire length 100m; MBL the same as for
tow-wire).
Tow wires to be terminated with a closed "Spelter" or similar closed mooring socket. All socket
terminations should be certified by a 3rd party. Wire should be re-socketed at a minimum of every
three (3) years.
2.2 Winch
A double drum towing anchor handling variable speed winch complete with spooling device on the
drum containing the tow wire. The brake holding power shall be rated to 2.5 X vessel BP. Line pull
capacity at the first layer shall be 1.5 x vessel BP.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Retirement criteria for synthetic lines should be established as per Static Towing Assembly
Guidelines. Operator should develop and have in place a program for line maintenance, inspection
and retirement.
2.9 Shackles
Shall be provided in a suitable range of SWL Bow & D shackles commensurate with the vessel BP.
They shall be fully certified and colour-coded according to SWL as per industry standards.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
2.12 Publications
Vessels shall be provided with the publications detailing anchor handling, towing and emergency
towing operations instructions stating the best industry practices.
Alternatively, the Vessel is to be equipped with Capstan at main deck aft with 5 tonnes pulling
force and a Towing Hook at the main deck aft with 30 tonnes SWL, 30 tonnes release load and 60
tonnes test load.
3.2 Fairleads
One (1) portside and one (1) starboard side open-top roller fairlead are to be arranged towards the
aft bulwarks in way of the aft main deck area and forward of the stern. Roller fairleads are to be
utilized for SPM hose handling. Bulwarks are to be smoothly cut in way of roller fairlead. The
freeboard is to be minimum in this location to facilitate ease of hose handling operation.
Sufficient deck equipment shall be provided for towing operations such as split pins, seizing wire,
pinch bars, hammers, heaving and messenger lines, etc.
3.5 Fendering
The vessel shall be provided with adequate all round fendering which is suitably secured to provide
protection when pushing alongside in inclement weather conditions.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
The Vessel is to be designed to operate in and equipped for first response and rescue operations.
4.2 Winches
4.2.1 Bow Winch
Side by side twin drum towing winch is to be installed on the centerline of the forecastle deck.
Each drum is to be capable of full independent simultaneous operation. The winch drums are to be
capable of developing a minimum pull as follows:
Winches are to be arranged for full local control and for remote control from wheelhouse forward
control station.
Each drum is to be suitably sized to store the tow wire and chaffing line.
Drums are to be as close as practicable to each other. The winch drums are to be arranged to lead
the towing lines from the underside through the towing staple.
Winch brake hold capacity of 150 tonnes holding capacity on the first layer. Drum brake is to be
hydraulically controlled. The towing winch is to be arranged for full local control and for remote
control from wheelhouse AFT control station.
The stern winch shall be provided with 300 m of towing rope with a MBL > 2.75 X BP and maximum
circumference of 138 mm (12”).
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
All towing lines are to be provided with 20 m of chaffing line comprising of a 53 mm diameter wire
with mechanically spliced soft eyes on each end. The chafing is to be connected to-soft the eye to
the synthetic rope.
Sufficient shackles shall be provided and shall be color-coded and stamped to show the Safe Working
Load (SWL). A colour/SWL code shall be displayed on the working area of the deck.
Sufficient deck equipment shall be provided for towing operations such as split pins, seizing wire,
pinch bars, hammers, heaving and messenger lines, etc.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 3
Cargo Handling Equipment
Requirements
3
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Two (2) compressors capable of delivering a minimum of 50 m3/hr @ 5.5 bar each. Air compressors
supplying air to the system shall be fitted with air driers or have a water trap. Manifolds, complete
with isolation valves are to be provided at both the stern and mid-ships on both sides of the vessel.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
A hose 4” diameter and length(s) capable of reaching from the mid-ships manifold to the stern shall
be provided in case of system blockages.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
The gross weight of each lugger bucket to be taken as 8t each. In addition to the full luggers
buckets, there should be sufficient capacity for an additional 150t of waste to be carried on deck.
The deck areas shall also be provided with an adequate number of suitably located pad-eyes to
secure additional miscellaneous construction and drilling scrap materials.
Vessel shall have a minimum of two (2) fuel pumps capable of discharging 400 GPM (1.5 m3/min).
Four (4) flexible hoses with suitable "Camlock" connections shall be available, two (2) for water and
two (2) for No. 2 diesel. Each hose to be at least 50 m (150 ft) long. An adequate supply of various
"Camlock" fittings and adaptors shall be provided.
Minimum of two (2) 15 m (45 ft) hose for the transfer of oil slops/oily bilge water shall be provided.
Connections shall be 102 mm (4”) "Camlock" fittings. Manifolds shall be provided on both sides of
the vessel to enable loading and discharge of oil slops / oily bilge water.
All transfer hoses, manifolds and connections are to be color coded to Saudi Aramco standard for
the relevant product.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 4
Safety Standby Vessel Equipment
Requirements
4
For Supplied
contracts with
signedtwelve (12) additional
or ongoing 4” dia.
procurements priorCamlock fittings;please
to this version, six (6)consult
male Marine
and sixContracting
(6) female.Unit for
applicability of the requirement.
The additional equipment requirements detailed in the class rules for the relevant notation is in
addition to the equipment required by the flag state or SOLAS intended to be utilized for onboard
firefighting.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
• A single point launching davit shall be located clear of thrusters/ propellers and fendering.
Shall be in compliance with SOLAS Regulation No 48.
• The launch system shall be such that the FRC can be cleared away in less than five (5)
minutes.
• Inboard diesel powered waterjet propulsion.
• An approved quick release system.
• Nine (9) person capacity including three (3) man crew.
• Equipped as per IMO resolution A 656.
• An additional 2 kg DP fire extinguisher is required.
• Crew PPE Inflatable Lifejacket, Hard Hat Eye Goggles, Leather Gloves & High Visibility vest
• A fitted waterproof VHF radio complete with external speaker and headset for the coxswain.
• Fifteen (15) inflatable marine lifejackets. Fully certified and serviced annually.
FRC crew shall be fully trained and certificated. The Chief Officer shall hold STCW(95) Table A-VI
(2-2): Operator Proficiency in Fast Rescue Boat Certificate, and at least one (1) engineer shall be
certified crew.
• Distinctly marked by black & yellow diagonal lines and the words RESCUE ZONE
• Adequately illuminated on both deck and over-side to the waterline with no shadow areas.
• Bulwarks shall be provided with access of either opening or removable type of adequate
length to accommodate the scramble nets and deck crew assistance for survivor access.
• Two (2) scramble nets shall be available to be fitted at each zone. Each net shall be capable
of reaching from the main deck level to 1m below the waterline with the vessel at lightest
operational draft.
• Fendering shall not impede the rescue zone area or deployment of the nets.
• Provided with an adequate number of securing points for nets, safety lines and rescue craft.
• A portable rigid over-side ladder with suitable securing system providing footholds clear of
vessels side and reach a depth of 1m below the waterline when vessel at lightest operational
draft.
• Clear access shall be provided to the survivor holding areas and treatment room.
• An additional eight (8) lifebuoys complete with 30m buoyant lines shall be available in
addition to those required by flag state / SOLAS. These shall be stowed in a protected store
on board.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
• A Winching Area clearly marked with a circled W on the aft end of the main deck, free from
obstruction when the main deck is not loaded.
• Fixed Aviation USB radio accessible to aft control console complete with frequencies 121.5,
138.2, 138.225 & 138.25 Mhz.
• Three (3) x High Visibility Vests
• Wind sock complete with illumination and with suitable means of erecting on wheelhouse
top and clearly visible from the aft areas of the vessel.
• Two (2) pairs of heavy duty insulated rubber gloves
• One (1) long earth bonding pole complete with suitable of length of earthing wire connected
to a clamp.
• One (1) pair of heavy duty wire cutters with a minimum of 1 m long arms.
• One (1) Shell type rescue stretcher complete with certified four (4) point lifting harness.
• One (1) pair of Day/Night aircraft directing batons.
• Two (2) portable transistorized battery powered/rechargeable loud hailers.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 5
Dynamic Positioning System
Requirements
5
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Section 1. General
The Vessel is to be fitted with a Dynamic Positioning (DP) System which meets Classification Society,
IMO and IMCA requirements for DP Class 1 or 2.
• In addition to the manual control, the Vessel shall be fitted with a remote joystick control
which shall be independent of the DP System.
• The system shall be fitted with an event logger printer providing hard copy.
• DP system discs shall be carried along with off line diagnostic disc or tapes.
• The Vessel shall operate with three (3) reference systems online when within 500 m of any
offshore structure and when operating in DP for diving ROV mode.
Section 2. Certification
The following original certificates, documents and reports shall be available on board.
• Dynamic Positioning (DP) Certificate or letter which has been authorized by the
Classification Authority.
• Annual DP Audit as carried out by the Classification Society and a recognized *IMCA*
independent third party inspectorate. The audit shall be valid when the vessel arrives to
the Kingdom.
• F.M.E.A. (Failure Mode and Effect Analysis) report approved by the Classification Society.
• Vessel DP Position Capability Plots and Footprint Charts. These plotted charts shall indicate
the vessel's position keeping capability in varying wind and sea states. These plots shall show
the vessels head to wind and sea, beam on to the wind and sea and for each of these
conditions the vessel shall also show a downgraded condition with any single point propulsion
failure showing that the Vessel can comply with weather criteria.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
If a vessel is fitted with other position reference systems such as Micro-Fix or similar, then they
may be accepted as a single reference system provided they are standalone systems.
No single factor should affect more than one reference so as to cause a common failure mode.
For shallow water operation, two (2) of the reference systems shall be a surface position reference
system.
Dive Support Vessels (DSV) will be fitted with two (2) Taut Wires capable of operating shallow
water. Spare wires and clump weights for the taut wire system shall be available on board.
DSVs shall be fitted with one (1) HPR System supplied with two (2) ships beacons and six (6) mini
beacons. HPR vessel transponder shall have a winch, davit and gate arrangement for deployment
or suitable alternative acceptable to SAUDI ARAMCO.
Where the HPR System, if fitted with two transducers, then one transducer shall be of the tracking
head type.
The vessel cranes shall not be the primary means of deployment of the vessel’s beacons except as
a contingency factor. The vessel transponder should have a dedicated launch and recovery davit
for deployment.
One (1) Fan beam or similar close quarters position reference system that requires minimal set up
time (30 min max) supplied with at least six (6) reflector targets.
The DP operator will have a video monitor screen for the ROV and any areas of relevant deck space
to the ROV operation that may not be directly visible from the DP console position.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 6
Crew Boat / Security Vessel
Requirements
6
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
A separate toilet complete with washbasin facilities shall be provided immediately adjacent to the
passenger compartment(s).
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
1.8 Gangways
Gangways should be of lightweight construction complete with stanchions, railings or ropes, anti-
slip treads, long enough to bridge a standard gap between the vessel and quayside/boat-landing
and capable of being deployed by a single person.
Where required, a storage room shall be fitted with shelves for storing tools and spare parts.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
1.19 Fendering
The Vessel is to be fitted with an adequate fendering solution to prevent damage to the vessel
hull. This fendering solution should cover all anticipated contact areas and not have any vulnerable
hollow sections, such as with tires.
2.5 Accommodation
For up to six (6) x Security Personnel in one (1) x two (2) man cabin and one (1) x four (4)man cabin.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
3.2 Wheelhouse
Adequately sized wheelhouse for operating the boat and accommodating the security staff to
conduct their associated security activities. Visibility shall be maximized from both the vessel
control and security consoles.
Two (2) secured height adjustable chair in the wheelhouse, one (1) for Pilot/Master and one (1) for
security personnel to monitor associated patrolling activities. Both positioned such that personnel
have ergonomic access to the equipment.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Marine Grade Infrared (IR) Camera System. The IR camera shall be a solid state thermal detector
system with a remote-controlled pan and tilt located in the wheelhouse. The system shall have a
10-12” flat screen, “white hot”, display located in the wheelhouse.
3.6 Accommodation
Food preparation area (Galley) to include potable water supply to sink, a small refrigerator, a
microwave, hand wipes type dispenser, a sealed trash can, a paper towel, and standard sporty
water bottle holder for each crew member’s seat.
The vessel shall have sufficient draft and weight in order to minimize the rolling motion and sea
keeping of the Vessel to an acceptable and comfortable level while operating and stationing in
unsheltered harbor and open sea environment.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
4.3 Wheelhouse
Adequately sized wheelhouse for operating the boat.
One (1) secured height adjustable chair in the wheelhouse, for Master/Helmsman which shall have
ergonomic access to the equipment.
Visibility form the Master/Helmsman chair shall be unrestricted over all the working decks.
A separate toilet complete with washbasin facilities shall be provided immediately adjacent to the
passenger compartment(s).
The vessel shall have a clear aft deck suitable for Pilots to embark/disembark.
The walkway between the superstructure and deck edge shall not be less than 1.0m and of sufficient
width to allow safe movement of crew and Pilots from forward to aft. Suitable hand rails shall be
provided on the sides of the superstructure.
All deck areas shall be provided with adequate lighting that does not impede the vision from the
wheelhouse or that of a pilot descending a pilot ladder.
All deck areas are to be adequately coated with an approved anti-slip coating and additional
adhesive non-skid treads located at all entrances to the superstructure.
4.6 Fendering
The Vessel is to be fitted with an adequate fendering solution to prevent damage to the vessel
hull. This fendering solution should cover all anticipated contact areas and not have any vulnerable
hollow sections, such as with tires.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 7
Offshore Vessel Cranes
7
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
• The crane is to be constructed, load tested and certified to ABS Guidelines for Certification
of Cranes or equivalent.
• Load, radius and wire-out indicators.
• Crane booms shall be marked with Safe Working Load (SWL).
• An anti-two-blocking mechanism.
• The crane is to be equipped with a safe load moment indicator.
• A fully certified crane operator.
• Electrical components on the crane boom and block shall be intrinsically safe.
• A plaque in Arabic and English is to be posted view of the operator indicating that reliance
on any electronic device is no substitute for observance of safe crane operating practices.
• In date Saudi Aramco Crane inspection certificate must be issued before crane can be
utilized.
• All offshore cranes shall conform to the latest G.I 7.030 (Inspection and Testing
Requirements for Elevating/Lifting Equipment) and Marine Offshore Manual Section 3.5
(Lifting Operations).
This above does not include small vessels cranes generally utilized for loading of stores or
deployment of gangways etc., however, these must be inspected and approved by SA before they
can be utilized.
Cranes utilized to transfer personnel by personnel basket or lifts involving personnel shall be
certified by the classification society for such purpose and this must be detailed as such on the
Saudi Aramco Blue Approval Sticker.
Where personnel baskets are required, such units shall be fully certified fit for purpose and
preferably be of the rigid industry approved type; however, collapsible "Billy Pugh" type units will
be acceptable.
• Crane must be located at the aft Port or Starboard quarter of the main deck.
• Crane electrical components located on and around the hook block assembly (floodlights,
switches etc.) are to be intrinsically safe and certified for operations in areas where
hazardous gas might be present.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
• Capable of continuous slewing and unrestricted operation up to wind speed of 10.3 m/s (20
knots) and Beaufort Sea State 5.
• Have a hard wire clear communications facility to the Bridge. All cranes shall have a
secondary UHF 5 watt portable radio supplied with common frequency to the deck radios.
• Rated man-riding on the main wire or whip line as appropriate to enable Billy Pugh or similar
basket operation for personnel transfer.
• Emergency hook line release.
A minimum of one (1) personnel basket is required and to be stowed in a dry place with sun shade.
A plaque in Arabic and English is to be posted view of the operator indicating that the operator
should not rely on any electronic device as substitute for safe crane operating practices.
The cranes shall be capable of continuous slewing and unrestricted operation up to wind speed of
10.3 m/s (20 knots) with the following minimum ratings:
• The main crane shall have a static heavy lift capability of at least 25.0 tonnes at an outreach
of 20 m (beyond the edge of the barge closest to the crane center).
• The main crane shall also be fitted with a whip hoist capable of lifting 5.0 tonnes to an
outreach of 26 m (beyond the edge of the barge closest to the crane center).
• The main crane shall be able capable of lifting a 22.0 tonne dynamic load.
• The auxiliary crane shall have a static heavy lift capability of at least 10.0 tonnes at an
outreach of 10 m (beyond the edge of the barge closest to the crane center). The auxiliary
crane must have a boom length of not less than 21 m.
• Crane pedestals/posts shall be of sufficient height, minimum 2 meters, such that crane
operations are not impeded by equipment etc. located on deck.
• Crane Operator Control Position shall have 270° horizontal and 130° vertical views.
Two (2) personnel baskets are required and to be stowed in a dry place with sun shade.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
The oil recovery systems onboard shall be as easily deployed, user-friendly and of robust
construction. The system is to be permanently installed on the vessel or it must capable of being
deployed within 30 minutes onboard from a containerized system carried on the vessel. The system
must be efficient and shall be capable of oil recovery in the prevailing weather conditions in Red
Sea/ Arabian Gulf area.
Vessel crew must be fully trained and conversant to operate the system for timely deployment and
during oil recovery operations and capable to carry out normal repairs and maintenance. All
equipment shall be subject to annual inspection and certification by class and Saudi Aramco
required periodic inspections.
All vessels required to conduct Oil Spill Recovery shall have as a minimum one crew member who
is trained and certified with IMO Level-1 (Operational Staff and First Responders) Oil Spill training.
The system shall be capable of early detection of oil spill in the prevailing weather conditions in
Red Sea/ Arabian Gulf area, with 24/7 availability and reliability, has the sufficient capacity to
record incidents for monitoring and audit and can provide vessels identification through AIS. To
increase oil spill detection efficiency, software-supported detection system with remote
configuration and live transmission capabilities to multiple users onshore and offshore would be
preferable. This system should be aligned with Chapter 1 Section 5.18 Digitalization.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
The oil skimmer onboard shall be designed for rapid deployment, high capacity, ability to recover
oils of any viscosities and can transfer recovered oil in open seas, while requiring minimum crew to
operate.
4.5 Dispersant
Dispersant spray arms to be at least 12m each side (not off-center flat spray nozzles). Spray arms
to be deployed mechanically/hydraulically.
Vessel to be equipped with a storage capable for storing dispersant with a minimum capacity of
2000 USG (7600 liters or 7.6 m³).
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 9
Maintenance (DP-2, Deep & Shallow
Draft) & Utility Vessels
9
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
1.2 Ballast
Ballast tanks are to be arranged as necessary to allow for ballasting to an even-keel and even heel
conditions for all operational requirements.
Suitable hoses and connections shall be provided for the delivery of fuel and water to offshore
facilities.
480 VAC Power Outlet: One (1) on the main deck accommodation aft bulwark for welding purposes.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
The floodlights are to be mounted on swivel basis with adjustable heights arrangement.
Adequate securing equipment and securing points shall be available on board for securing
equipment and other deck cargo.
The contractor shall be responsible for any local stiffening required to accommodate all equipment
that is required to be fitted by Saudi Aramco on board the vessel.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
• Two (2) single berth cabins with private shower/ toilet facilities. Each shall be fitted with
a fridge, satellite smart television, a DVD/HDD player, an intercom and 110 V-15 amp
sockets. The Diving Representative’s cabin should have video feed of deck, ROV, diver and
survey screen along with hardwire open voice communication on the same system as dive
control.
• Maximum four (4) beds in each cabin. One (1) shower and toilet for every four (4) men.
If shower/toilet ensuites are in the double cabins the communal ablution facilities can be reduced
to a total of two (2) toilets, one (1) shower and two (2) wash basins shall be provided dedicated for
user crew in a communal ablution space.
1.6.5 Television
All maintenance vessels are to be equipped with an offshore T.V. satellite system to provide T.V.
Broadcast to Saudi Aramco users’ individual cabins. The satellite system is to be able to lock onto
ARABSAT, as a minimum. Each user cabin is to be supplied with a dedicated 24 inch smart TV and
satellite decoder.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
1.6.9 Gymnasium
The Maintenance / Accommodation (DP-2) Vessel shall be provided with a fully equipped 4m x 5m
gymnasium complete with a suitable array of fitness equipment including running machine, rowing
machine, exercycle and weight lifting machine. Such equipment shall be suitably secured against
vessel movement. Instructions and warning signs on the use of the equipment shall be posted.
A suitably sized smart TV connected to the ARABSAT system or provided with a DVD player.
• One (1) writing desk equipped with a PC with latest processor and Microsoft Windows
operating system.
• Two-way Intercom connected to the bridge
• One (1) chair.
• Filing cabinets.
• One (1) fax machine.
• One (1) shared laser printer/multipage scanner connected only to Saudi Aramco’s PCs.
• One (1) Multi Channel 25 watt VHF radio
• VSAT System
• One (1) x Supervisor’s Office shall be located on and with a view of the aft working deck.
Minimum deck area shall be 10m² for shallow draft vessels and 12m² for deep draft vessels.
1.8 Telecommunications
Six (6) telephones are to be provided. These telephones shall be ready for connection with the
VSAT. The telephones are to be located in the following: (1) Wheelhouse; (2) Foreman’s office; (3)
Supervisor’s office; (4) Deck store; (5) Mess room; and, (6) Recreation room.
One (1) fax machine is to be provided. The fax shall be ready for connection with the VSAT and to
be located in the wheelhouse.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Connection shall be allocated for three (3) workstations which will be provided and installed by
SAUDI ARAMCO. This workstation shall be ready for connection with the VSAT. The workstations
shall be located in Foreman’s office, Supervisor’s office and the large deck store.
Saudi Aramco User officers’ cabins, in addition to main working office, are to be covered by the
vessel’s intercom system. The intercom system is to have hands-free capability, loud and low two-
way system.
1.10 Helideck
The Maintenance / Accommodation (DP-2) vessel is to be fitted with a helicopter landing pad to
suit the take-off and landing of an "Augusta Westland (AW) 139” helicopter or equivalent. The
helideck shall be designed with a diameter (D value) of 17 m and Load capability (t) value) of 6.8
tonnes. The helideck is to be constructed and equipped to CAP 437 requirements.
The helideck shall be painted in accordance with Saudi Aramco Mandatory Drawing No. AA-036248.
The helideck shall be located in such a manner that supporting structure does not obstruct visibility
from the navigating bridge and does not interfere with the working deck area. The helideck shall
be at least 6m away from any obstruction.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
These shall be mounted aft of the superstructure in weather proof boxes located near the working
deck.
2.2 Accommodation
2.2.1 Cabins
Passenger cabin arrangement: 5x2 man and 1x1 man.
2.3 Fendering
The Vessel is to be fitted with an adequate fendering solution to prevent damage to the vessel
hull. This fendering solution should cover all anticipated contact areas and not have any vulnerable
hollow sections, such as with tires.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 10
Self Propelled Jack-Up Barge
Requirements
10
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
It shall be capable of continuous operation for a period of at least fourteen (14) days.
Where water ballast is required to maintain satisfactory trim, stability etc., then that water ballast
is not to be considered part of the stated DVL and that the design draft is achievable.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
3.6 Legs
The legs shall be marked at feet or metre intervals over their entire length. These markings must
be visible from the jacking control room and indicate the length of leg below the keel of the barge.
The jacking system shall be capable of jacking the legs up or down at a speed of a minimum of 1
metre (3ft) per minute.
Leg movement shall be controllable at all times. Free falling legs are not acceptable.
The spud cans shall be provided with at least low pressure water jetting system on the underside
of structure which shall be designed with consideration for ease of connection.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
One (1) x 2 m3 slop oil tank for well service operations is to be located in a designated hazardous
area. The tank shall be connected to 5m3/hr, 110 kgf / cm2 (1565 psi) HP/transfer pump suitable
for H2S service. The system shall have connections for loading and discharging at a dedicated main
deck loading station.
A 1m3 Kerosene tank located at the extreme end of the main deck of the Jack-up Barge.
Section 5. Helideck
The barge is to be fitted with a helicopter landing pad to accommodate operations by Bell 212,
Agusta Westland 139 or equivalent helicopters. The Helideck shall be designed with a “D’ value of
17m for a maximum helicopter weight of 6,800 kg (15,000 lbs).
The helideck shall be located in such a manner so that supporting structure does not obstruct
visibility from the navigating bridge and does not interfere with the working deck area. The helideck
shall be at least 6 m away from any obstacles (i.e. antennas, Jack-up Barge legs, etc).
For an existing Jack-up Barge, a helideck not designed to FAA advisory circular 150/135 may be
accepted provided that the Contractor confirms that any required modifications requested by Saudi
Aramco (SA) Aviation Department after acceptance of the unit shall be performed at the
Contractor’s expense.
The helideck shall be in good operating condition and passed by SA Aviation Department.
Helideck surface shall be non-skid and of solid construction with drainage of 30.5cm for every 30.5m
(1 ft /100 ft).
The helideck shall be painted in accordance with SA Mandatory Drawing No. (AA-036248).
A horizontal safety fence of 1.5 m (5 feet) with an incline of 1 to 10 shall surround the helideck as
per SA Mandatory Drawing No. (AA-036248). The inner and outer edge of the safety net shall be
below flight deck elevation at any point. Safety net must support 122 kgs/m2 load at any point.
For night operation, green led omnidirectional lights to outline the Helideck border shall be
installed. Obstructions that are not obvious must be marked with omnidirectional red lights of at
least 30 watts. Where the highest point on the Jack-up barge exceeds the elevation of the flight
deck by more than 15m, an omnidirectional red light must be fitted at that point; with additional
such lights fitted at 10m intervals down to the elevation of the flight deck. Emergency power supply
shall provide power to the perimeter and obstruction lighting and lighting along helideck access
routes. Lights should be provided with guards, be intrinsically safe and be located so as not to be
an obstruction.
Minimum of two (2) access routes from the helideck, one shall be marked “Emergency Use Only".
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Passenger waiting area shall be established a minimum of 2.1 m (7 feet) below the helideck and
shall be equipped with helicopter and boarding instructions, warning signs, ear protectors and
weighing equipment.
A fully equipped helicopter crash/emergency box shall be located close to the helideck.
A wind sock in good condition shall be installed in an area clear of all obstructions and visible to
aircraft pilots approaching for landing. The wind sock shall be adequately illuminated at night.
Rotating or flashing beacon shall be installed on the cab of any crane that can reach the helideck.
The beacon shall be illuminated whenever the crane engine is operating.
A notice indicating that all crane operations shall cease when helicopters are landing and taking
off and that the Crane Operator shall step out of the cab during helicopter operations shall be
posted on the bridge and in the crane cab.
Means to prevent collection of liquids on helideck and prevent liquids spreading to or falling on
other parts of the Jack-up Barge shall be provided.
Section 7. Fendering
The barge shall be fitted with adequate fendering on the end of the barge that would normally be
present to a platform face for operations.
The Contractor is responsible for the local stiffening of the Jack-up Barge, if required, to
accommodate equipment provided by SA i.e. well service or any other equipment which required
to be fitted onboard up to 5 t/m2 in working deck area and 3 t/m2 in the other deck areas.
Deck area should be wide enough to allow for Well Services “Coil Tubing” (CT) equipment, or similar
installation, necessary to do CT work. Deck area allocated for CT work must be barricaded with
“steel plating skids” and equipped with a drainage system for chemicals flushing and treatment.
A total of eighteen (18) heavy duty 110V and 220V single phase Exd rated sockets shall be arranged
on the working deck on the Port (6) and Starboard (6) sides and at the extreme end (6) of the
working deck. The sockets shall be suitable for the connection of the Portable Floodlights.
Tie down arrangements and securing points of appropriate strength shall be provided to secure
deck cargoes and portable equipment. When requested by SA, the Contractor shall allow tie down
points to be welded to the working deck to secure deck cargo and portable equipment.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
The working deck area shall be well illuminated by permanently installed watertight floodlight
fittings.
A deck manifold for loading of fresh water and fuel oil shall be installed on both port and starboard
sides. Certified transfer hoses of suitable length complete with "CamLock" fittings including an
assortment of reducers and enlargers shall be available.
9.2 Gangway
Personnel gangway connecting the Jack-up Barge and the platform work site with a minimum length
of 15m and minimum width of 1m.
• Two (2) x single berth cabins with day room and private ensuite (shower/toilet) facilities.
• Two (2) x double berth cabins with private ensuite (shower/toilet) facilities.
• Eight (8) x double berth cabins with each two cabins sharing ensuite facilities.
• Seven (7) x four-man cabins with communal shower/toilet facilities.
Each double cabin shall be fitted with a minimum of three (3) lockable wardrobes.
Satellite smart TV & intercom shall be provided in all Saudi Aramco authorized personnel cabins.
Intercom to be provided in the Captain & Chief Engineer cabins and on the Bridge.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
10.2 Galley
One (1) x industrial dishwasher suitably sized for barges complement. Dishwasher shall be
connected to potable water supply and to incorporate water heater to preheat wash water to a
minimum of 740 C. Water Supply to galley basin must be fitted with strainer/ filter to remove
sediment.
One (1) x fax machine to be provided. The fax shall be ready for connection with the VSAT and to
be located in the Well Service office.
Space shall be allocated for five (5) computer workstations which will be provided and installed by
SA. They shall be compatible with the VSAT and located as follows: two (2) mess room; one (1) Well
Service office; one (1) in single SA cabin, one (1) in the double berth cabin with private ensuite
facility.
One (1) x ship-to-shore Trunked Radio. Trunk frequencies are from (815-818)-(860-863) MHz.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Where parts of the system are identified as non-redundant and where redundancy is not possible,
these parts are to be considered critical and spares should be kept on board.
FMEA is to be conducted by a qualified 3rd party and renewed during special surely (no longer that
5 years). Barge is to arrive in Saudi Arabia with FMEA not older than 6 months.
In addition to the above, the extensive Jacking System Health Inspection (JSHI) should be conducted
every six (6) months for Well Services barges and annually for Platform Maintenance and Hook Up
barges or at a frequency required by Operations and/or Rig Move Group.
All Jack up barges shall undergo JSHI during on-hire inspections.
The Original Equipment Manufacturer (OEM) or a 3rd party service provider approved by OEM shall
carry out the JSHI along with the associated controls and safety systems.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 11
Commissary Vessel Requirements
11
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Fuel and water transfer systems shall be capable of being monitored from a remote pumping
management console located adjacent to the aft control station. Pumping management system
shall have the ability to monitor pumping rates and tank levels along with flow alarms and an
emergency shutdown device at the consoles on the bridge, the engine room and at least one on the
main deck in a readily accessible location.
All containers should have the capability to be used as dry stores, chillers and freezers and their
type of utilization could be alternated.
All containers shall be fitted with lifting points for crane lifting on and off the Vessel and
appropriate securing devices on Vessel's deck. Operational container twist locks at each corner,
which suitably elevates the container off the deck to enable the freeing of water from the deck
during heavy weather conditions. Twist locks shall be permanently secured to the steel deck.
Mounts shall have been professionally engineered for location and installation, welds shall have
been subjected to particle testing and certified for purpose and are intended to perform by the
vessel’s classification society. Details of such shall also be included in the vessels cargo securing
manual.
All reefer containers shall be rated for twenty-four (24) hours/day continuous operation and be
fitted with interior lighting and external "locked in" alarm operated from within. All doors shall be
fitted with outside grab handles and hold back securing devices (hooks), proper internal galvanized
steel or aluminum anti-slip gratings shall be fitted with dry good boxes equipped with racks and
shelving. All shelving and grating shall be adequately secured to endure heavy weather conditions,
however, capable of being removed to enable thorough cleaning of internal surfaces of the
container.
Vessel shall be equipped with fully waterproof Appleton Model ADR 1044 female receptacle type
and power receptacles adjacent to each box/container. Adequate clearance shall be provided on
the inboard sides of the deck containers to enable the handcarts to be easily maneuvered from
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
forward to aft with pallets of commissary items. The aftermost boxes/containers (port & starboard)
shall be a minimum of four (4) meters from the stern of the Vessel for lifting operations and the
forward boxes/containers (port & starboard) shall not be closer than six (6) meters to the break of
the forecastle deck.
There shall be sufficient dedicated storage space, shaded and weather-protected for dry and liquid
supplies.
All containers shall be quick releasable and transferable if Saudi Aramco elects to move them to
other replacement or temporary substitute vessel(s).
Bulwark openings should be of sufficient width to easily accommodate both a gangway and a roller
loading ramp simultaneously, where the utilization of either does not compromise that of the other.
If not possible separate openings shall be provided on each side that can be utilized simultaneously.
Suitable securing systems shall be installed on all bulwark openings that adequately ensure the
continuous integrity of the bulwarks against wave action.
Two (2) hydraulically-operated 5 tonne SWL capstans located at stern on Port and Starboard side.
The vessel shall be fitted with additional rolled rubber type fendering along sides adjacent to the
main deck and across the stern of the vessel. This fendering shall complement and bolster the
normal tyre fendering fitted to such vessels for protection when alongside offshore facilities.
Section 5. Accommodation
5.1 Saudi Aramco Representative
One (1) x single berth cabin complete with ensuite.
5.2 Passengers
Two (2) x four (4)-man berth cabins for the carriage of passengers with access to ablution facilities.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Chapter 12
Vessel Minimum Manning and
Qualifications Requirements
12
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
All Cooks shall have attended a recognized Merchant Navy Cookery training course and hold a valid
qualification as "ships cook", issued by a competent authority as per ILO Convention 69 Article 3.
They shall also be in possession of a valid sea survival certificate and a first aid certificate.
Messmen/Stewards shall have valid sea survival certificate and a first aid certificate. They shall
have a command of the English language so that they can receive and relay food orders adequately
while performing their duties.
All Galley personnel shall be in possession of medical certificate in accordance with Saudi Aramco
Enviormental Health Code.
All crane operators shall be certified and qualified according to Saudi Aramco General Instruction
(GI) 7.024. The Crane Operator shall only operate cranes and tonnage specified on the certificate;
no substitutions are allowed. The Crane Operator shall be capable of spoken and written English.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Masters shall be fluently bilingual to enable them to react immediately to stressed commands given
in English by authorized Saudi Aramco representatives. They shall be capable of skillfully handling
and positioning their vessels both in port and at offshore locations, as required.
Chief Officers shall be suitably qualified and experienced to assume command of the vessel should
the Master become incapacitated or absent from the vessel.
The evaluation requirements for all personnel depending on the class of vessels: All Masters, Chief
Officers, 2nd Officers, Chief Engineers and 2nd Engineers - for all vessels; All ETOs - for DP vessels
only; All 3rd Engineers - for DSV DP vessels only. Saudi Aramco reserves the right to review CVs,
evaluate and approve any personnel, as necessary.
For contractors involved with project or have project vessels, Marine Port Captain/Port Engineer/
Safety Officer shall not be responsible for the same number of vessel simultaneously.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
These audits must include, but are not limited to, condition of shipboard equipment and machinery,
correct navigational practices, efficiency of the emergency drills and Safety Standby Role
preparedness and complacency evaluation of the crew.
If there is any doubt regarding the level of skill or knowledge of the mechanics, seamen or any
other crew members, Contractor shall produce the necessary documents proving experience of
these men. This review and approval is to ensure that the respective qualifications and/or work
related experience are acceptable to Saudi Aramco. The compulsory Saudi Aramco review and
approval shall apply to the original mentioned crew members as well as to any prospective relief
or replacement crew members for these categories. Saudi Aramco shall review such qualifications
and experience without undue delay and shall inform contractor in writing of Saudi Aramco's
acceptance or rejection of the prospective contractor crew member(s). None of the above
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
mentioned crew members shall be allowed aboard the vessel without company representative's
prior written approval. NOTE: Under no circumstances shall an unapproved Deck or Engineering
Officers be permitted to be in charge of the watch and be present on the Bridge or inside the Engine
Room without the presence of an approved Officer.
Saudi national, with a valid watchkeeping certificate, who is participating in an industry recognized
DPO training scheme managed and/or certified by a recognised industry body and not in possession
of a full DP operator certificate (Junior DPO defined as per IMCA M117 Rev.2) can be substituted as
one of the two (2) Watch Keeping Officer.
*Additional one (1) Watch-keeping Officer applicable for the Contracts signed on or after August 1, 2018.
Please contact Marine Contracts Advisor for confirmation and advice.
Only those crew members who have been tested and considered proficient to be issued this Saudi
Aramco Certificate of Competency shall be allowed to operate a vessel’s crane.
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
Personnel required to work on board any vessel additional to the crew must have a valid water
survival certificate as defined by GI 6.020 or a STCW (IMO) Personal Survival Techniques (PST)
certificate.
All persons on board in addition to the above training are required to have H2S Awareness and use
of Self-Contained Breathing Apparatus (SCBA) H2S and SCBA training with a validity maximum of
two (2) years.
On vessels/units that have a helideck, personnel that may be transferred by helicopter are required
to have undertaken and have valid certification for Helicopter Underwater Escape Training (HUET).
Certificates must be presented at Saudi Aramco Helicopter Reception before boarding a flight.
Helicopter Landing Officer (HLO) should be trained in accordance with CAP 437.
Furthermore, all crew members shall be trained in use of Automated External Defibrillator (AED),
and records of such training shall be presented at any given time upon request.
Saudi Aramco must be given a minimum of ten (10) days prior written notice of new crew
replacements to allow time for review of credentials. This requirement may be shortened in cases
of emergency situations which require immediate replacement. In the event a proposed
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
replacement or relief has previously been accepted by Saudi Aramco for the same class of vessel,
verbal approval for said replacement or relief may be given at the discretion of the Company
Representative.
2.1.2 Crew
No Rank Qualification / Certificates Experience
4 Able Seaman STCW-2010 II/5 2 yrs AB AHTS vessels
2 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
1 Cook See Section 1.1 & STCW-2010
1 Messman See Section 1.1 & STCW-2010
2.2.2 Crew
No Rank Qualification / Certificates Experience
4 Able Seaman STCW-2010 II/5 2 yrs AB AHTS vessels
2 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
1 Cook See Section 1.1 & STCW-2010
1 Messman See Section 1.1 & STCW-2010
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
2.3 Crew Boats (Non DP), Security & Offshore Patrolling Vessel
2.3.1 Senior Officers
No Rank Qualification / Certificates Experience
1 Master STCW-2010 II/3 2 yrs Master crew boats
1 Chief Officer STCW-2010 II/3 1 yr C/O crew boats
1 Chief Engineer STCW-2010 III/2 2 yrs C/Eng crew boats
2.4.2 Crew
No Rank Qualification / Certificates Experience
6 Able Seaman STCW-2010 II/5 2 yrs AB crew boats
2 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
1 Cook See Section 1.1 & STCW-2010
1 Steward See Section 1.1 & STCW-2010
1 Messman See Section 1.1 & STCW-2010
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
The above mentioned is the minimum number of personnel required by Saudi Aramco to operate
the vessel on a twenty-four (24) hour, two (2) x 12 hour shift per day basis. Should additional
personnel be required to operate the vessel safely as per the safe manning certificate they are to
be made available immediately at no additional cost to Saudi Aramco.
Due to the size of these vessels, off shift crew are to be accommodated ashore in adequate facilities
provided by the contractor.
2.6.2 Crew
No Rank Qualification / Certificates Experience
4 Able Seaman STCW-2010 II/5 + Full DP 2 yrs Supply vessels
2 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
2 Crane Operator SA GI 7.024 + STCW-2010 Cert for SWL of crane.
2 Chief Cook See Section 1.1 & STCW-2010
2 Steward / Messman See Section 1.1 & STCW-2010
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
2.7.2 Crew
No Rank Qualification / Certificates Experience
4 Able Seaman STCW-2010 II/5 2 yrs AB similar vessels
1 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
2 Chief Cook See Section 1.1 & STCW-2010
3 Messman See Section 1.1 & STCW-2010
2.8.2 Crew
No Rank Qualification / Certificates Experience
4 Able Seaman STCW-2010 II/5 2 yrs AB similar vessels
2 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
1 Cook / Messman See Section 1.1 & STCW-2010
2.9.2 Crew
No Rank Qualification / Certificates Experience
4 Able Seaman STCW-2010 II/5 2 yrs AB Docking Tugs
2 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
1 Cook / Messman See Section 1.1 & STCW-2010
2.10.2 Crew
No Rank Qualification / Certificates Experience
4 Able Seaman STCW-2010 II/5 2 yrs AB similar vessels
3 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
2.11.2 Crew
No Rank Qualification / Certificates Experience
4 Able Seaman STCW-2010 II/5 4 yrs AB all vessels
2 ER Rating / Motorman STCW-2010 III/5 4 yrs SP jack-up barges
2 Crane Operator SA GI 7.024 + STCW-2010 Cert for SWL of crane.
1 Chief Steward See Section 1.1 & STCW-2010 8 yrs catering (5yrs cook at sea)
1 Chief Cook See Section 1.1 & STCW-2010 5 yrs catering (3yrs cook at sea)
1 Junior Cook See Section 1.1 & STCW-2010 5 yrs cook at sea + 2 yrs baker
2 Messman / Stewards See Section 1.1 & STCW-2010
2.12.2 Crew
No Rank Qualification / Certificates Experience
4 Able Seaman STCW-2010 II/5 2 yrs AB Utility vessels
1 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
1 Chief Cook See Section 1.1 & STCW-2010
1 Junior Cook As per Section 1.1
1 Messman See Section 1.1 & STCW-2010
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
2.13.2 Crew
No Rank Qualification / Certificates Experience
6 Able Seaman STCW-2010 II/5 2 yrs AB Supply vessels
2 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
1 Cook As per Section 1.1
1 Messman As per Section 1.1
2.14.2 Crew
No Rank Qualification / Certificates Experience
2 Able Seaman STCW-2010 II/5 2 yrs AB crew boats
1 ER Rating / Motorman STCW-2010 III/5 2 yrs all vessels
1 Cook / Messman See Section 1.1 & STCW-2010
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.
2.15.2 Crew
A. Underwater Maintenance and Inspection, Maintenance, Saturation and Multipurpose
Construction Diving Support Vessels (DP)
No Rank Qualification / Certificates Experience
4 Able Seaman STCW-2010 II/5 2 yrs Supply vessels
2 ER Rating / Motorman STCW-2010 III/4 2 yrs all vessels
2 Crane Operator SA GI 7.024 + STCW-2010 Cert for SWL of crane
2 Cook See Section 1.1 & STCW-2010 See Section 1.1
2 Steward / Messman See Section 1.1 & STCW-2010 See Section 1.1
2 Survey Party STCW-2010 / Hydrographer 2 yrs Offshore Surveyor
For contracts signed or ongoing procurements prior to this version, please consult Marine Contracting Unit for
applicability of the requirement.