Professional Documents
Culture Documents
DOC.No:- 7S72-MEL-C&A-SCOW-001
Author :Manthiramoorthy
Telephone: +968 2421 5436
E-mail: msankaranarayanan@tebodin.co.om
© Copyright Tebodin
All rights reserved. No part of this publication may be reproduced or transmitted in any
form or by any means without permission of the publisher.
TABLE OF CONTENTS
1. INTRODUCTION 5
3. DEFINITION 8
4.1 GENERAL 9
5. ENVIRONMENTAL DATA 11
6. SCOPE OF WORK 11
6.1 GENERAL 11
6.9 EXCLUSION 22
7. TESTING REQUIREMENTS 22
8. DOCUMENT REQUIREMENTS 24
13. GUARANTEE 29
1. INTRODUCTION
This document covers the requirements of Control Systems Scope of work required
for Methanol Export line and New Liquid Jetty facilities Project.
1.2 SITE LOCATION
The project scope includes work related to Distributed Control System (DCS-
Honeywell), F&G System (Silvani CS400 and Allen Bradley – Control Logix), Metering
system (AB-PLC) available at Methanol Main control Building (MCB), Fire and gas
system (FGS) Honeywell available at New Jetty Control Room installed for OQ
Ammonia loading arm to be extended for OQ Methanol Loading arm. This system
scope of work required for the Methanol export line and New liquid jetty facilities
Project. The New Jetty Control Room is having both OQ Ammonia and OQ
Methanol PLC systems.
The Methanol Export line and Liquid jetty facilities project comprises of
under below three section.
1) Detailed Engineering (Muscat Engineering LLC): The detailed engineering of this
project had been awarded to the Muscat Engineering LLC (Tebodin), which is
completed, and engineering package is provided with the tender documents.
2) Procurement, Supply, Installation/Commissioning supervision of Three no.
loading arm (By separate loading arm contractor which is under procurement
stage)
3) Procurement, construction, and commissioning works for Methanol export line
and new liquid jetty facilities and demolition of existing facilities (By Contractor
for which this tender is being floated)
For the above Item # 3, the detailed scope of work is further divided into the
below four sections. Refer below figure for reference.
Section A consist of the Methanol Plant area. The pipeline and other facilities start
from Methanol Storage Tank 20-TK3401B/C up to the fencing of Methanol plant
area. The Main control room is located inside the Methanol Plant area. The section
A is marked up with Red color in above Figure.
Section B start from the Methanol plant fence area includes the culvert box and the
new pipe rack which is built by Oman Gas Company for MOTC and existing pipe
rack which is under Port of Salalah boundary. Section B ends at the Bridge 1 which is
under port of Salalah premises.
Section C start from end of Bridge 1 and the area allocated to OQ Methanol by
Port of Salalah for the loading arm, Jetty Local control room and Power sub-station.
The local control room is shared with OQ Ammonia plant.
Section D consist of the existing Methanol Export pipeline which is buried and the
loading arm facilities. This existing loading arm facilities is around 2.3 km from the
Methanol plant. The section D area mainly covers the demolition scope. The
demolition activities to be carried post three month of successfully Methanol
loading arm operation.
AC Alternating Current
DC Direct Current
AI Analog Input
AO Analog Output
DI Digital Input
DO Digital Output
SOFT Serial signal
FOC Fibre Optic Cable
DCS Distributed Control System
3. DEFINITION
Tender documents
New Liquid Jetty Control Room: This is inside the New Liquid Jetty facilities and
New Jetty Loading arm : OQ Methanol new Jetty loading arm is situation
Control room
Main Control Building : Is situated approx. 5.3 KM from the new Liquid Jetty
Control room and have OQ Methanol and OQ
4.1 GENERAL
The proposed modification to the DCS / FGS / PLC shall be in accordance with this
Specification and codes and standards referenced herein. Contractor/Control
System Vendor to demonstrate compliance to OQ specification. All
correspondence and documentation shall be in English.
Set of applicable codes, specifications and standards are listed in this document
under clauses 4.4. The applicable editions shall be the latest revisions in force on
the date of the enquiry requisition.
Any deviation or amendments to the Technical Specifications and its priorities shall
be subject to OQ approval.
Any work shown on the reference drawings or documents but not particularly
mentioned in this specification or vice-versa, shall be included in the system scope.
The omission from this specification of any items essential for the correct functioning
of any part of the specified equipment shall be brought to the attention of the OQ
Methanol Company. Failure to do this shall not absolve Control System Vendor /
Contractor from the supply, installation and commissioning of any equipment,
software or services required to achieve the full functioning of the system to the
intent of this specification.
The system scope of work is to supply and install the hardware and software as
required for making the system operational as per project requirements.
The contractor in consultation with Control System Vendor shall provide a list of any
comments or exceptions to this specification. These shall be listed on the Table of
Compliance provided in the Appendix-H duly filled in . It shall be the responsibility
of Contractor to obtain the comments or exceptions to this specification from the
Control System Vendor/ sub-contractor(s)/other manufacturers and complete the
Table of Compliance provided in the Appendix-H.
Where a conflict in standards occurs then the contractor / Control System Vendor
shall seek a clarification from the OQ. Where a deviation from the standard is
required then Contractor / Control System Vendor shall make a formal request with
full supporting information attached to it, to facilitate evaluation of proposed
alternatives.
5. ENVIRONMENTAL DATA
6. SCOPE OF WORK
6.1 GENERAL
The contractor shall be responsible for the modification to be carried out in DCS /
FGS / PLC, based on the information given in this document, its referenced
specifications, and standards, and accompanying drawings/documents.
Any work shown on the reference drawings or document and not particularly given
in the document or vice versa, shall be included by contractor. The omission from
this document of any items essential for the correct functioning of any part of the
specified equipment shall be brought to the attention of the OQ. Failure to do this
shall not absolve contractor from the supply, installation and commissioning of any
equipment, software or services required to achieve the full functioning of the
system to the intent of this document.
A detailed schedule for the demolition and construction work shall be prepared by
Contractor and submitted to the Company for approval after the receipt of the
work order. Method statement shall be submitted for OQ review and approval.
All activities shall be planned without disturbing operation of the existing facilities
and work online where the plant is under running condition. All the necessary
precaution shall be taken by Contractor/ Control System Vendor prior to take the
work online when the plant is running condition. Contractor shall be responsible for
the satisfactory operation of the facility. Contractor / Control System Vendor
always shall be fully familiar with all the HAZARDS associated with the work to be
carried out and take all necessary measures to avoid any accident during
execution of the work.
Where alternatives are offered, they shall be fully described, and must be
accompanied by all pertinent engineering information, to facilitate evaluation of
alternatives.
The data base configuration and display development for proposed modification
shall be developed using available engineering station at site, if it is not available
then Contractor/Control System Vendor shall make their own arrangement for
carrying out system configuration at site. Contractor / Control System Vendor shall
confirm shutdown requirement for this modification.
Control System Vendor shall check existing spares and spare space (required for
Hardware & Software) as required based on Appendix-B (IO List) and attached
drawings to make the systems (DCS) / (FGS) / (PLC) meet functional project
requirement. All the materials required for this work shall be identified during the
bidding stage and details shall be provided in the Tender bid. Post bid stage any
additional requirement with variation will not be accepted, it is contractor
responsibility to have Control System Vendor for taking site survey prior to
submission of Tender bid documents.
As per below Table all new signals shall be interfaced and configured in existing
system and configuration shall be carried in DCS system to add the below signals.
Control
Total
Sr. Qt Existing System
Item Tag. No I/O No’s of
No y Cabinet Vendor/
I/O
Location
10-DCS-001
(Marshalling
Field / system Honeywell /
20-FT-34101
Instrument panel to be Main
20-FT-34102
1 s 4 AI AI = 4 confirmed Control
20-FT-34103
(Transmitte by Control Building
20-FT-34001B
rs) System
Vendor)
10-DCS-001
(Marshalling Honeywell /
Field
20-FCV-34101 / system Main
Instrument
20-FCV-34102 panel to be Control
2 s 3 AO AO = 3
20-FCV-34103 confirmed Building
(Control
by Control
Valves)
System
Vendor)
10-DCS-001
(Marshalling
20-FZSO-34101
Field / system
20-FZSC-34101
Instrument panel to be Honeywell /
20-FZSO-34102
3 s 6 DI DI=6 confirmed Main
20-FZSC-34102
(Limit by Control Control
20-FZSO-34103
Switch) System Building
20-FZSC-34103
Vendor)
Verifying / confirming the availability of spare channels for field instruments above
noted, also Control System Vendor shall evaluate the controller load for the existing
DCS system for the additional signals so as capacity is adequate.
If any additional hardware is envisaged, then Control System Vendor shall verify the
space availability in the existing marshalling/system cabinet for the scope of supply.
All signals are intrinsic safe , Control System Vendor to follow exiting philosophy for
same.
Control System Vendor shall supervise the laying & termination of interconnection
wiring in system cabinet / Marshalling cabinets for all these new signals.
Control System Vendor to configure all the I/O mentioned in the above list as per
the P & ID 7S72-PR1-34-005 and 7S72-PR1-34-002A. If these I/O are connected to
other P&ID, then same shall be configured as per the requirements.
As per the P& ID and Instrument tag list Control System Vendor to configure alarms,
associated logics, control action, controllers, I/O channels, modification of existing
graphics page, creation of new graphic page and all other configuration required
as per the existing system.
Control System Vendor to support the loop check, function check, logic test.
The new configured tag shall be available with the existing PHD system.
Control System Vendor to check the existing system and comply all the required
modification in addition of above-mentioned details.
All the items required for above changes shall be carried out by Contractor /
Control System Vendor.
As per below Table all new signals shall be interfaced and configured in existing
system and configuration shall be carried in FGS system to add the below signals.
Control
Total
Sr. System
Item Tag. No Qty I/O No’s Existing Cabinet
No Vendor/
of I/O
Location
GDF-26151
20-FGCP-26001
GDF-26152
Field (Marshalling / AB – PLC /
GDF-26153
F&G system panel to Main control
1 UV-26151 6 AI AI = 6
Instrumen be confirmed building
UV-26152
ts by Control
UV-26153
System Vendor)
20-FGCP-26001
(Marshalling /
Field AB – PLC /
URA-26151 system panel to
F&G Main control
2 UYA-26151 2 DO DO=2 be confirmed
Instrumen building
by Control
ts
System Vendor)
20-FGCP-26001
(Marshalling /
Field AB – PLC /
system panel to
F&G MCP-26151 Main control
3 1 DI DI=1 be confirmed
Instrumen building
by Control
ts
System Vendor)
The main activities included in Control System Vendor scope of work are:
Verifying / confirming the availability of spare channels for field instruments above
noted, Also Control System Vendor shall evaluate the controller load for the existing
FGS system for the additional signals so as capacity is adequate.
If any additional hardware is envisaged, then Control System Vendor shall verify the
space availability in the existing marshalling/system cabinet for the scope of supply.
Control System Vendor shall supervise the laying & termination of interconnection
wiring in cabinet for all these new signals.
Control System Vendor to configure all the I/O mentioned in the above list.
Additional tag to be added in the existing FGS system and Control System Vendor
to refer the Cause-and-Effect Diagram 7S72-FF3-00-001-D to configure the logic and
necessary alarms in the FGS system.
Control System Vendor to modify necessary graphics and additional tags and shall
be implemented and available across FGS system at Main Control Room and Fire
Station (Repeater signal), Modbus signal to DCS etc.
Control System Vendor to support the loop check, function check, logic test.
Control System Vendor to check the existing system and comply all the required
modification in addition of above-mentioned details.
All the items required for above changes shall be carried out by Contractor /
Control System Vendor.
Control System Vendor to decommission these tags from the DCS system and all the
related graphic, controller, alarms point need to be decommission.
Control System Vendor to refer the submitted loop diagram for details of the
Marshalling cabinets. All the cables coming from the field in the system cabinets
need to be removed.
The Metering system is having flow computer and dedicated PLC system.
Control System Vendor to refer the submitted drawing 7S72-VP-IN-004-204 wiring
details and PLC system details.
Control System Vendor to decommission these tags from the DCS system and all the
related graphic, controller, alarms point need to be decommission.
Control System Vendor to decommission all the system related with the metering
system available at the Main control building.
All the reference documents of the Metering system are attached with the bid
submission.
The Control System Vendor to note that the loading arm vendor shall supply the
Siemens PLC for the 3 Nos of loading arm. There will be one HMI for Monitoring the
loading arm operation and one HMI equipped with visualization software for
loading arm.
The slope tank level control, pressure indication (2 Nos), MOV ( 3 Nos) , pump
Client: OQ Methanol Company LLC 16
Project: DD for Methanol Export Line to new Liquid Jetty
Tebodin & Partners LLC.
Project Number: 78046.00
T&P Document Number: 4399003
Revision: 01
Date: 01/05/2021
Page 17 / 32
indication (2 Nos ) shall be configured in the loading arm PLC. The tag details are
mentioned in below table.
Total Associated
Sr.
Item Tag. No Qty I/O No’s Cabinet Tags
No
of I/O
-LAH-34103
-LAL-34103
PAH-34105
LT-34103 PAL-34105
Instrumen
PT-34105 Loading arm
1 t Tag 3 AI AI = 3
PT-34111 vendor PLC PAH-34111
Number
Interlock for
low level
LAL-34103 to
trip the
pump 20-
P3404A/B
XZLO-34101
XZLC-34101
XZLO-34102
XZLC-34102 MOV on-off
XZLO-34103 indication
Instrumen Loading arm
XZLC-34103
2 t Tag 10 DI DI=10 vendor PLC
Pump on-off
Number
P-3404A-FDB and trip
P-3404B-FDB indication
P-3404A-XL
P-3404B-XL
HSO-34101
HSC-34101
Loading arm MOV on-off
Instrumen HSO-34102
vendor PLC commands
3 t Tag HSC-34102 6 DO DO-6
Number HSO-34103
HSC-34103
The Contractor / Control System Vendor to refer P&ID 7S72-PR1-34-006 for above
mentioned tags. Contractor / Control System Vendor to configure/Commissioned
above tags in the Loading arm PLC.
Contractor / Control System Vendor to configure graphics page as per the P&ID
7S72-PRI-34-006 and with consultation with OQ in the DCS (Main control Building).
The I/O signal available at the DCS is for view only.
The I/O signal shall be available at DCS through Fiber Optic with Modbus signal.
Alongwith above I/O there shall be I/O / Alarm signal from the loading arm PLC to
be available at DCS. (The details shall be provided once the loading arm contract
is finalized). The above I/O signal mentioned is minimum, additional tag shall be
provided once the loading arm procurement process is done.
Control System Vendor to consider the FOC connection from Loading arm PLC
(Jetty Control Room) to the DCS system at Main control Building. All the necessary
hardware/software (i.e., Patch cord/ FOC convertor etc) required for this
communication shall be provided by the Contractor / Control System Vendor. The
contractor / Telecom System vendor to lay fibre optic cable from Jetty control room
to the Main control Building . The FOC communication between PLC and DCS shall
be FO cable having redundant configuration.
The RUSIO shall be supplied by the Contractor / Control System Vendor and to be
installed at the Jetty control room. Contractor / Control System vendor to refer the
attached New Jetty Control Room drawing “645295-2010-47D3-0001 JETTY
CONTROL ROOM DRAWING” for reference.
The following item shall be under scope of supply for the RUSIO.
Supply of Universal Safety Cabinet enclosure (SS- IP66) for mounting the new
1(One) pair of redundant RUSIO modules and accessories.
Supply of FO single mode patch cables, MOXA converters and Fiber Optic
Patch Panels
Method statement
Graphics markup
SAT procedure
Loading arm Stage One Alarm (Refer P&ID 7S72-PRI-34-006 ) XA-34101 shall be
available at Honeywell Safety Manager at Main control Building. This alarm shall be
used in the ESD for tripping of Methanol loading Pump 20-P3401A/B/C. Control
System Vendor to refer existing ESD logic E84 and same shall be configured for this
alarm as new ESD logic ESD-101. Control System Vendor to refer Cause and Effect
diagram 7S72-PR1-00-023-06 for logic configuration.
The alarm XA-34101 shall be hardwired connected from Loading arm PLC DO to the
RUSIO.
Contractor / Control System Vendor to configure below F & G related tag in the
existing FGS system available at the Jetty control Room which is being used for
Ammonia Loading arm facility.
Total Control
Sr.N No’s Existing System
Item Tag. No Qty I/O
o of Cabinet Vendor/
I/O 20-3500- Location
FGS-01
(Marshalli Honeywell
GDF-26851
ng / / Jetty
GDF-26852
system Control
Field GDF-26853
panel to room
F&G UV-26851
1 8 AI AI=8 be
Instrum UV-26822
confirmed
ents UV-26853
by Control
UV-26854
System
UV-26855
Vendor)
(Jetty
Area)
20-3500-
FGS-01
(Marshalli Honeywell
ng / / Jetty
URA-26851
system Control
Field UYA-26851
panel to room
F&G XA-26801 DO=
2 5 DO be
Instrum SOV-26851A 5
confirmed
ents SOV-26851B
by Control
System
Vendor)
(Jetty
Area)
20-3500-
FGS-01
Honeywell
(Marshalli / Jetty
ng / Control
Field system room
MCP-26851
F&G panel to
3 PSH-26851 3 DI DI=3
Instrum be
WS-26851
ents confirmed
by Control
System
Vendor)
(Jetty
Area)
The main activities included in Contractor /Control System Vendor scope of work
are:
The Contractor /Control System Vendor to provide additional I/O rack with required
I/O cards for the above mentioned I/O channels. Contractor /Control System
Vendor shall evaluate the controller load for the existing FGS system for the
additional signals so as capacity is adequate.
scope of supply.
Contractor /Control System Vendor shall supervise the laying & termination of
interconnection wiring in cabinet for all these new signals.
Contractor /Control System Vendor to configure all the I/O mentioned in the above
list.
Additional tag to be added in the existing FGS system and Contractor /Control
System Vendor to refer the Cause-and-Effect Diagram 7S72-FF3-00-001-D to
configure the logic and necessary alarms in the FGS system.
Contractor /Control System Vendor to install one Aux Console for operating the
deluge valve DV-26851 with the push button HS-26851. The Aux Console shall be
provided in the Jetty control room with indication of Deluge valve open and close.
The design and supply of aux console shall be under Control System Vendor scope.
Contractor /Control System Vendor to support the loop check, function check,
logic test.
Control System Vendor to check the existing system and comply all the required
modification in addition of above-mentioned details.
The Fire alarm shall be configured as per the submitted F&G cause and effect
diagram . This fire alarm along with the fault alarm shall be made available at the
Methanol Main control Building F & G system (Honeywell / Silvani-CS400-AB PLC).
Control System Vendor to modify necessary graphics and additional tags and shall
be implemented and available across FGS system at Main Control Room and Fire
Station (Repeater signal).
Control System Vendor to support the loop check, function check, logic test.
Control System Vendor to check the existing system and comply all the required
modification in addition of above-mentioned details.
This section consists of mainly demolition scope. System scope is to refer the Cause-
and-Effect diagram 7S72-FF3-00-001-D and remove the ESD logic 84 once the new
Client: OQ Methanol Company LLC 21
Project: DD for Methanol Export Line to new Liquid Jetty
Tebodin & Partners LLC.
Project Number: 78046.00
T&P Document Number: 4399003
Revision: 01
Date: 01/05/2021
Page 22 / 32
loading arm is in operation successfully. Control System Vendor to refer the loop
diagram 20-XA-34501 and remove the necessary cable from the Marshalling
cabinet and all the configurations exist for this loop shall be removed from the
system. Any other available I/O related with the existing loading arm shall be
removed/decommission.
Control System Vendor shall review the capacity of 240 V AC UPS / 24 V DC power
supply available in the respective cabinets for the new loads and shall utilize the
same if found adequate. In case available power supply is not adequate, Control
System Vendor shall provide additional power supply in the cabinet from existing
power distribution panel. Vendor to check and highlight in case additional power
supplies required from electrical switchgear
6.9 EXCLUSION
Contractor shall clearly indicate any other exclusion apart from the above in their
Techno-commercial offer.
The contractor is required to produce a detailed plan of activities for the project.
Contractor/Control System Vendor shall identify the shutdown requirement (if
required for modification) and communicate to company. The plan shall also
include the milestone for the project. Company Comments (received if any) shall
be discussed and mutually agreed for finalization of the implementation plan.
7. TESTING REQUIREMENTS
7.1 GENERAL
All equipment and materials shall be tested in accordance with the applicable
specifications, data sheets and code requirements as appropriate. The test
Procedures shall include, but not be limited to:
A complete plan for Control System Vendor/ Contractor factory and site
acceptance testing and system integration tests shall be submitted for COMPANY’s
review and approval. This plan must be complete and in sufficient detail to indicate
the exact nature of each test, time required, expected results and step by step
procedure.
Procedures of FAT and SAT shall include specific project test sheets that clearly state
the requirement of test, test equipment to be used, expected test result and actual
measured result. Exact project equipment shall be used for FAT test and same
equipment shall be delivered to site. Equipment that fails in FAT or SAT shall be
replaced immediately.
The Control System Vendor/ Contractor shall complete all internal inspection and
routine tests prior to inspection by the COMPANY’s, to ensure that the witnessed
testing is not prolonged by faultfinding and rectification. Faults or unsatisfactory
operations that result in abortive witness tests shall be rectified at the expense of the
System Vendor. Any expense incurred by the resulting from abortive tests will be
chargeable to System Vendor.
The Contractor / System Vendor shall perform the site acceptance test at Job site in
accordance with an approved SAT procedure. The Contractor / System vendor
shall provide all the personnel, test facilities, equipment, and tools to assist with this.
The SAT procedure shall be prepared by the Contractor / System Vendor and
submitted for approval.
The testing shall demonstrate that the system satisfies all the requirements as stated
in the project documents. Any discrepancy noted during SAT period shall be
corrected by the vendor free of cost which shall also be include supplying required
hardware and software and carrying out modification. 100% testing of all
component equipment functions are required. The Contractor / System Vendor
shall prepare the test report in accordance with approved SAT plan for review and
approval of the end user.
8. DOCUMENT REQUIREMENTS
The Contractor / System Vendor shall provide, in its entirety, software program
manuals, user guides, operations manuals and all other applicable documentation
for each type of installed software.
The commissioning procedures shall provide details of all tests and adjustments to
be carried out with descriptions of the methods to be employed. Where the
commissioning tests are near working equipment, or involve the use of working
systems or circuits, the measures to be taken to protect these systems or equipment
shall be specified.
After completion of the Site Acceptance Test (SAT), Contractor / System Vendor
shall issue a complete set of updated drawings incorporating all modifications,
additions, or other changes that occurred during assembly and acceptance
testing.
All drawings shall comply with COMPANY drawing standards and drawing format.
Installation manuals
User manuals/Quick User guides
System operation manuals
Maintenance Procedures
Equipment technical and service manuals
Site specific configuration manual
The equipment service repair manuals shall permit the maintenance and repair of
the equipment by trained and qualified technicians, and contain circuit diagrams,
parts lists, test and alignment procedures, and measurement parameters required
to ensure that the equipment shall operate with the intended design or type
approval specifications.
Contractor / System Vendor shall include in his proposal an itemized priced list of
commissioning spare parts and quantities recommended for the installation and
commissioning phase of the system and shall include quantity, type, description
and cost subject to same applicable terms and conditions as the main order. The
quantities of each component shall reflect the criticality of the component to the
full function of the system and the likelihood of failure.
Contractor / System Vendor shall provide, as part of the delivered system, a set of
commissioning spares consisting of fuses, indicators, switches, connectors, cards,
modules, and any other items necessary to ensure an operational system upon the
completion of installation and commissioning until handover.
Contractor / System Vendor shall include in his proposal a comprehensive priced list
of recommended spare parts for two years maintenance for normal use for
consideration for purchase by the end user.
The spare parts list shall be based on the mean time between failure (MTBF) of the
component and or unit failure and the total quantity of component parts utilized in
the system.
Contractor / System Vendor shall include in his proposal an itemized priced list of
commissioning tools and test equipment recommended for installation and
commissioning phase of the system and shall include quantity, type, description
and cost subject to same applicable terms and conditions as the main order. Any
special tools, consumables and test equipment required for commissioning shall be
provided by the Contractor / System Vendor at no additional cost.
Contractor / System Vendor shall include in his proposal an itemized priced list of
operation and maintenance tools and test equipment recommended for operation
and maintenance of the system and shall include quantity, type, description and
cost subject to same applicable terms and conditions as the main order.
The Contractor / System Vendor shall be responsible for the design, supply,
assembly and application of all preservation packaging required for the shipment,
handling and storage of all equipment and material supplied under the order to its
final SITE destination in Oman.
The preservation and packaging shall comprise all that is necessary to permit the
safe transportation by land and sea and additionally storage of equipment.
Equipment shall be suitably packed including any dismantling, transit fastening and
bracing necessary to prevent distortion or damage during shipment. Each
individual carton or box shall be marked with Tag No. on the top and side of the
carton.
Initial spare parts shall be packed separately from the main equipment. The box or
case shall be clearly marked ‘INITIAL SPARES’. Furthermore, each spare part shall
have its part number clearly identified and attached.
The Contractor / System Vendor shall be entirely responsible for any claim arising,
which is attributable to defective and/or insufficient packing.
13. GUARANTEE
The Contractor / System Vendor shall ensure that the Guarantee are in
the name of the COMPANY and provide assistance to COMPANY in the
enforcement of Guarantee claims against the manufacturers of
machinery, equipment or services selected.
Contractor / System Vendor shall Guarantee the workmanship of the
fabricated parts of the supply for 12 months after start-up and
commissioning, or for 24 months after transfer of ownership, whichever
comes first.
Process and Instrumentation drawing (P & ID) and other discipline related
drawing/documents are also available in the C6 Attached documents.
The vendor shall confirm below that the offer complies with all the clauses
contained in this specification or otherwise highlight deviation / exceptions under
the clarification column.
1.1
1.2
1.3
1.4
4.1
4.2
4.3
4.4
6.1
6.2
6.3
6.4.1
6.4.2
6.4.3
6.4.4
6.5
6.6
6.6.1
6.6.2
6.7
6.8
6.9
6.10
9.1
9.2
10
11
12
13
14