Professional Documents
Culture Documents
Instruction to Bidders
Page 1 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
Revision #: 00
Sub-Area: CCW
Date Published: 27 Nov 2022
Table of Contents:
1. Project Background
2. Project Introduction & Scope
3. Detailed Description of work
4. Codes and Standard
5. Procurement
6. EHS (Environment, Health, Safety Standard) Requirements for construction Bidder.
7. Planning and Progress Measurement
8. GENERAL CONSTRUCTION REQUIREMENTS
9. Quality Assurance and Quality Control
10. GENERAL NOTES TO BIDDER
11. Pre-commissioning and Mechanical Completion
12. GUARANTEE
13. Attachment
Page 2 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
The project type classification is LSPB (Lump Sum Procure and Build) which includes
all necessary activities such as supply, change, modifications and dismantling
whenever applicable in all LSPB contract deliverables and needed to meet Ma’aden
Aluminium (MA) acceptance and execute the project agreed scope. The Scope of Work
of the Contractor is to cover the, Structural, Electrical, Automation and Structural
scope of work involved in upgrading the CCW facility from 16.5T Cranes ( 2 Nos ) to 20
T Cranes ( 2 Nos ) of the Smelter Crucible Cleaning Workshop (CCW). Scope also
includes necessary inspection, shop testing, painting, transport, supply, loading &
unloading at site, erection & commissioning of the proposed two ( 2 ) new cranes
including all raw material, consumables, manpower, construction equipment to
commission & hand over at MA site in totality and shall include but not be necessarily
limited to the following:
Page 3 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
a) Crane Upgradation by replacing the existing 16.5 T Cranes with 20 T Cranes (2 Nos )
b) Structural Retrofitting
c) Electrical
d) Automation
3. Detailed Description of work: The Work shall be performed in compliance with this
Scope of Work, Engineering drawings, technical specifications, MA'ADEN Standards,
local codes as a minimum and as per good engineering practice where specifications
are not available. The Bidder Scope of Work Lump sum rate of project, but not limited
to the following:
3.1 CONSTRUCTION SCOPE OF WORK
3.1.1 Mechanical Works
a) The two existing 16.5 T Cranes shall be removed and replaced with
new heavy-duty Cranes of 20 T ( 2 Nos ) .
Page 4 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
Page 5 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
e) The crane vendor must ensure there are two ropes and
balancing plate as hoisting mechanism, as actual configuration.
f) The Rope safety factor to be considered shall be in the range of
11.2 with no compromise on the flexibility.
g) The crane head beam / girder plate thickness shall be in line
with higher incremental factors - ref. FEM 1.001 - dimensioning
following the principle of the low tensions and higher fatigue
resistance.
h) The crane vendor must ensure that the crane would be
continuous use-type.
i) The temperature to be considered shall be 450°C and the
maximum weight 18000 Kg.
j) New crane should be equipped with a weight measurement
system (alphanumeric LED display).
k) The cranes should be equipped with emergency breaks in
addition to normal breaks.
l) To consider HMI device on crane – connected with level 2
screen on floor (connected with existing process domain).
m) Construction Contractor shall ensure the new crane is upgraded
with class of structure from A6 to A8 and utilization class from
M6 to M8.
n) The crane class shall be T9-L3 based on the past history and the
production forecast. The structural class shall be U9.
o) Construction Contractor shall coordinate with vendor for the
supply and delivery of 20-ton cranes at site and shall be
responsible for the procurement of complete material and
technical documents as per the specifications.
p) Construction Contractor shall submit technical submittals and
material submittals for approval before execution of work at
site as per B-2022259-STR-MS-001.
q) Construction Contractor shall submit method statement and
risk assessment report before execution of work at site as per
B-2022259-STR-MS-001.
r) Construction Contractor shall perform third party load testing
before handing over the crane to operation and management
team.
Page 6 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
Page 8 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
Table 5.1
3.1.3 Electrical
a) Construction Contractor shall dismantle the power & cables
of 2 nos. of existing 16-ton cranes.
b) Construction Contractor shall utilize the existing Circuit
Breaker and existing cables for the supply of power to the
cranes, as per Single Line Diagram, 25457-20AZ-E1-2162-
0002r004_2162-ECK1-0001 & 0002 and Schematic Diagram
25457-2100-V1A-ESL1-0062r007_2162-ECK1-0001 & 2,
indicating new feeder for the crane.
c) The Hoist Motor Rating for proposed new cranes shall be 30
KW.
d) The rating for the of Bridge Motor (Long Travel ) shall be
2.2kW/50Hz while that for Trolley Motor ( Cross Travel )
shall be 1.5kW/50Hz.
e) Platform for the Hoist motor, Terminal box and encoder to
be designed and installed specifically for motor for better
maintainability.
f) Radar Anticollision system should be integrated into PLC
with alarm generation.
g) Electrical panel fully enclosed in a room/enclosure on
walkways as most of the electrical break down occurs due
to high temp and vibration. The enclosure could be
designed with welded metallic sheets and shall be IP rated
for outdoor type.
h) There Should be provision for raising and Lowering
Mechanism in case of Motor Failure.
i) 1 VFD to control both Bridge motors, instead of 2 VFDs
controlling individually (also for trolly motors).
j) It is proposed to have Energy chain type arrangement for
Trolley main electrical supply type instead of festoon, in
order to have maintenance free or less maintenance cable
arrangement.
Page 10 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
3.2 General:
• BIDDER shall be responsible for all field activities covered by the Scope of
WORK as described in the CONTRACT including all Schedules and its
attachments.
• BIDDER shall liaise and coordinate with MAC, all other SUBBIDDER(S) and
third parties involved in the implementation of the project.
• The generic term EHS is used throughout this document as an abbreviation
for “Health Safety and Environmental”.
• BIDDER shall comply with all MAC Construction Safety Manual for all
construction activities as applicable to its nature of works.
• BIDDER shall provide qualified manpower, tools, construction equipment,
facilities, indirect materials, direct materials, consumables, supervision,
management, technical and professional services and each and every other
item necessary for the completion of the work.
• This Project is critical in terms of Smelter operation and time constraint.
BIDDER to prioritize the activity and plan in such a way those overlapping
and parallel activities can be performed as much as possible. During
execution wherever there is a possibility of schedule improvement, BIDDER
to analyses and implement by resources or by any other suitable means.
• Material storage shall be as per Hazard classification and according to MAC
standards. BIDDER to develop and submit a Resource allocation plan.
• Temporary power requirements for site facilities shall be in BIDDER scope.
Page 11 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
• All site work will be carried out only after approval of EHS docs,
Construction docs and Quality docs for all discipline.
• BIDDER to continuously check and inspect the work during the
construction in accordance with approved Inspection Test Plan (ITP) to
ensure it is completed in compliance with approved drawings,
specifications and quality requirements.
• Construction BIDDER to liaison with its QC team and MAC for inspection
work.
• BIDDER to clearly specify in the proposal and get approval in written in case
of any Sub- Contracting scope of work/ strategy. Sub- BIDDER needs to
have very good experience and relevant project work summary (more than
10 years of experience)
• Ensure BIDDER employees observe all site safety rules; e.g. Speed limit, PPE
requirements.
• Ensure that MAC Aluminum Lock, Tag, verify (LTV) safety Procedure is
followed.
• Maintain, coordinate and track all deviations from approved construction
drawings.
• Supervision of the installation work for the construction of the system
inclusive of all items necessary for safe and efficient
construction/installation of piping and components.
• BIDDER to generate and submit daily work progress report to MAC.
• BIDDER to generate and submit 2 weeks look ahead construction and
resource plan to MAC. BIDDER to arrange additional resources to mitigate
the work delay.
• BIDDER to Follow safe working practices and using proper Personal
Protective Equipment (PPE), safety clothing & harness as per MAC for
Health and Safety.
• Deputation of a Project Manager responsible for overall project during the
entire duration of EPC works.
• Deputation of a Site Supervisor for each discipline during the entire
duration of installation & commissioning work.
• Testing kit/skid used under project shall be well designed and third party
certified. Carrying out periodical Safety Audits and maintenance of audit
records and safety records.
• Communication co-ordination Coordinator/Engineer on a regular basis for
the duration of the Project. Attend the construction kick-off meeting to be
held at MAC before starting the work.
• Attend clarification meetings and any other meetings at MAC as required.
Page 12 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
Page 13 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
Page 14 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
3.4 Statutory Regulations and Authority Approvals: BIDDER shall comply with all statutory
regulations and authority approvals obtained for the project by MAC.
In certain instances, it may be the BIDDER responsibility to obtain authority
approvals.
All permits outside Ma’aden promises (e.g.: RC road) is BIDDER responsibility. Ma’aden
will provide all necessary support required.
3.5 Engineering Specifications and Standards: The BIDDER shall comply with all
engineering specifications and standards issued with or referenced in the CONTRACT.
With regards to Construction and Commissioning activities BIDDER shall execute this
work in compliance with the MAC standards & specifications.
3.6 Engineering Specifications and Standards: The BIDDER, including all SUBBIDDER(S),
shall comply with all relevant employment legislation and work in conjunction with
recognized entities in existence, to support the interests of the work force.
Page 15 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
5 Procurement:
5.1 General:
• BIDDER has to procure the Long Lead items and Bulk items required including
consumables to complete the project, as specified below and elsewhere in this
document. This project is critical and time constraint. BIDDER to prioritize and
procure material accordingly as per below, but not limited to:
• BIDDER to review, verify the bill of quantity of material with drawings notify to
MAC in case of discrepancy and update the Bill of quantity docs accordingly.
However, BIDDER is fully responsible to procure the required quantity for
successful execution under the same contract.
• BIDDER to procure material as per Project scope specification and standards.
• BIDDER to consider and procure required consumables to execute the project
successfully
• BIDDER to submit the Material approval form prior to procurement for all
material along with the drawing specification and product catalogue/ manual.
• BIDDER to procure material from Ma’aden approved Supplier.
Page 17 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
• BIDDER to submit the MTC, test reports and attach along with RFI for material
inspection. No inspection entertained without supporting vendor/
manufacturer document.
• Procured material should be fresh (not older than 06 months from current
month, free from dirt, defect, etc.)
• BIDDER to consider and procure operating/ maintenance spare parts for the
equipment. Similar to be developed for Civil, Electrical and other disciplines.
• BIDDER to procure fresh (not older than 6 months) and good quality material
for the project work. Material should not be older than 6 months than the
manufacturing date. BIDDER to notify to MAC and get written approval prior
to procurement.
• BIDDER to mention the material procurement plan (Country of origin, material
specification, delivery time, etc.).
• Valves, pumps should be same manufacturer of existing facility in order to
minimize the spares and plant reliability. Or BIDDER to specify in the proposal
and get written approval from MAC in case of deviation.
• BIDDER to store and preserve the material as per vendor recommendation or
under shed to avoid any damage/ defect.
• BIDDER to develop and update the material procurement status and take
necessary actions to meet project objectives.
• Bidder to submit the Material approval form prior to procurement for all
material along with the drawing specification and product catalogue/ manual.
• BIDDER to propose the local material supplier list to MAC. MAC will have right
to select from the suppliers from the list.
• BIDDER to procure material from Ma’aden approved Supplier only.
5.2 MAC Approval: MAC approval shall include all items in the BIDDER’s scope - After
approval of datasheet/specification and approval of proposed vendor ordering can be
done. Also, approval of the following materials and equipment shall be obtained before
placement of orders.
• Field Instruments
• Process Control System Hardware, Software and Panels
• Cable
• MCC
• All Bulk Items, including but not limited to Electrical, I&C, CSA and Piping Items
• Requests for procurement approval shall include full, clear and un-ambiguous details of
the proposed materials and equipment.
Page 19 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
6.2 SAFETY:
• The Bidders responsible for compliance with applicable local legislation
and regulations for Safety and Health of their employees, facilities for
their employees including medical care facilities and emergency
transportation at worksite, waste disposal, and other environmental
rules and regulations.
• The Bidder Management is held accountable for any violation to EHS
rules, Work Practices and applicable government laws / regulations by
their employees.
• Maintain an adequate safety record that to tracks all the potential
incidents, including near misses, take 5s, HP form, etc.
• Taking due care that personnel are fit for work, e.g. no excessive
overtime. (Max. 60 hours per week/ max. 6 days). Working Patterns
Page 20 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
Current and future practices allow for routine work to as per Ma’aden
EHS policy.
• The Bidder shall adhere to Ma’aden ALUMINUM safety regulations and
shall be equipped with all required Personnel Protective Equipment
(PPE) for the job. Monogoggles, Hot metal clothes and 6” long sleeve
safety shoes are mandatory in Smelter
• The Bidder communications while on site is the responsibility of the
Bidder and use of mobile communication equipment shall conform to
both Ma’aden and Royal Commission requirements.
• For all site jobs, Bidder will designate a site manager, as the point of
accountability and contact for all matters related to the project(s)
completion) in charge (not the site supervisor) who will be completely
responsible for completion of the jobs.
• Permit Receiver shall pass Maaden Aluminium centralized PTW
receiver course and should have minimum 4 years’ previous
experience.
• A Ma’aden qualified dedicated technical person for collecting and
returning of the work permits, safety requirements and for conduct of
Bidder’s people within the premises of Ma’aden. He will be
coordinating and taking necessary work instruction from the user
department on routine basis.
• The working area shall be kept cleaned of all unwanted materials daily
basis as per the Ma’aden Environmental policy.
• LOTOV (Lock out tag out verification) Procedure.
• Ensure that Ma’aden Aluminum Lock, Tag, verify (LTV) safety Procedure
is followed.
6.3 Permit to Work
• All activities on the project shall require a permit to work.
• Work Permit is required to perform the Work in Restricted areas and
Work Permits shall be issued as detailed in the MAC procedures and
standards.
• BIDDER shall have sufficient qualified Work Permit Receiver to receive
Work Permit as required to perform their Works to meet their target
Schedule.
• Work permit certification training and exam for employees takes longer
time. Therefore, BIDDER to schedule their employees for training &
apply for certification class as soon as possible after signing the
CONTRACT.
• BIDDER shall consider that the MAC permit issuing authority will have
dual responsibilities for production and project activities and therefore
Page 21 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
Page 22 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
• All cranes, slings, shackles etc. shall have the appropriate valid test
certification and the crane provider shall maintain a register of all
inspections and tests carried out during the project.
• BIDDER shall provide sufficient Rigger I, II, III to perform their lifts. All
Critical lift plans shall be prepared and reviewed by Rigger I and duly
Reviewed by MA’ADEN.
6.5.2 Requirement for Industrial Vehicle/ Mobile Equipment Sticker for Bidders equipment
• Apply through MEI System
• ME Inspection check list filled by Approved Inspector
• Copy of Registration Card issued by Saudi Traffic Dept.
• If not, Ownership Certificate issued by equipment owner
• Copy of Equipment Insurance Document
• Copy of Equipment 3rd Party Inspection Report
• Copy of Operator’s Saudi License for Equipment operation
• Copy of Operator’s Saudi ID/Iqama
• Copy of Operator’s MA ID
• Copy of Operator’s 3rd party training card
• Copy of Lease agreement for rental equipment
• Copy of TAMM documents for rental equipment
and risk assessment shall be submitted well ahead of the actual start of
site activities.
• As a minimum, the method statement and risk assessment shall be
reviewed and approved by the BIDDER and the MAC as required.
Approval shall be obtained a minimum of 2 weeks before start of site
activities.
• The content of an approved method statement and risk assessment
shall not be changed without the agreement of all parties. For example,
revisions to method statements and risk assessments shall be reviewed
and approved before the work may continue. This shall be done within
the minimum possible time frame to ensure smooth flow of work.
6.7 Job Safety Analysis
• BIDDER shall perform a Job Safety Analysis (JSA) at the planning stage
for all work activities, which involve a significant risk, which are not
adequately controlled by existing control measures, such as operating
procedures, and safe work practices, etc. as per MA-EHS-S-037.1
• Activities requiring JSA shall include:
• Jobs that are routine and have frequent accidents or near misses, even
if the degree of injury or damage is low.
• Jobs that are non-routine and have a potential for a very serious loss.
• Jobs those are new or repetitive, and not covered by an operating
procedure.
• Other activities for which a JSA is deemed necessary by the area OME
team.
• The preparation of JSA’s shall, where possible, involve personnel
actually doing the job.
• JSA’s shall be documented and the documents filed appropriately by
the responsible workgroup.
6.8 Waste Removal and Disposal
• A WMP (Waste Management Plan) shall be prepared by the BIDDER
and approved by the MAC, prior to the production of any waste
material, this plan shall identify types and volumes of waste and how
this waste will be handled, stored, managed, treated, disposed of and
controlled. The WMP shall be incorporated in the overall
Environmental Management Plan (EMP) prior to construction and
operation.
• Waste management for all materials, including hazardous waste, shall
be provided by BIDDER.
• During the removal and transportation of hazardous materials BIDDER
shall employ suitably qualified sub-BIDDERS and shall comply with the
appropriate legislation.
Page 24 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
• BIDDER shall ensure that all records for the transportation and disposal
of hazardous waste are maintained (and kept available for random
inspection) and handed over to MAC on completion of the project.
Page 25 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
Page 26 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
• Bidder to depute experienced and qualified site supervisor for project supervision
to achieve good quality, safe work and within the schedule.
• Bidder to submit Resume/ CV for the construction supervisor for Maaden review/
interview and approval.
Page 28 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
➢ Temporary telephone
➢ Water and sewer provisions
➢ First aid cabinet
➢ Portable fire extinguishers, type ABC, 30 lbs.
➢ Housekeeping and cleanliness
➢ Fire Protection plan for site
• BIDDER shall remove the temporary facilities after the completion of the project to
the satisfaction of the MAC representative
7.4.1 Mechanical
Requirements to be clearly defined and described
7.4.2 Welding
Requirements to be clearly defined and described
7.4.3 Tie-In
Requirements to be clearly defined and described
7.4.5 Civil
Requirements to be clearly defined and described
7.4.6 Electrical
Requirements to be clearly defined and described
7.5 Mobilization: BIDDER mobilization shall include but not be limited to all transport,
equipment, machinery, tools, personnel, supply, installation and erection of temporary
offices, work sheds, storage sheds, lay down areas, site perimeter marking, and any other
support facilities required for the performance of the work. BIDDER shall pay particular
attention to and allow sufficient time for obtaining from the MAC, all identity cards and
permits for his personnel and equipment.
7.6 Construction Work: BIDDER shall make field measurements and corrections necessary to
complete the job in a workmanlike manner. Work shall be carried out on 24 hour per
day and seven days a week basis, if required during the shutdown window.
Page 31 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
• BIDDER shall supply all equipment to load, transport, and off-load all equipment and
materials, and will also supply all warehousing or storage to protect the materials.
BIDDER shall provide lifting plan of all equipment/piping/structure and ensure the
safety of lifting operation as per MAC/RC guidelines.
• The BIDDER shall ensure that all tools and equipment used throughout the duration
of the project are of good quality, fit for purpose and carry the appropriate
certification where required. Tools and equipment’s shall be inspected and
certified for use at regular intervals complying with project safety and quality plan.
7.8 Checking and Testing: BIDDER shall provide the MAC with a complete set of test
records for all tests performed.
7.10 De-Mobilization
• BIDDER demobilization shall include removal from the site of all waste, and the
site shall be left finished in accordance with the drawings.
• BIDDER shall return & acknowledgement of all ID issued for this project,
including sub-BIDDER IDs.
• BIDDER to get the demobilization / clearance letter from Ma’aden prior to any
demobilization. Any demobilization without Ma’aden approval will considered
as violation and necessary action taken to responsible authority.
7.11 Vehicle Permit
• BIDDER shall submit a complete “BIDDER Vehicle Sticker Application” for each
vehicle prior to mobilization. The vehicle and its equipment shall be subject to
inspection by the MAC for safety and operability.
7.12 Work Area
• BIDDER shall keep his personnel and equipment within designated work areas
and only enter operating areas with an authorized work permit.
8 Quality Assurance and Quality Control. (QA/QC):
Page 32 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
• Bidder shall ensure that they have a valid ISO Certifications or equivalent related to
project requirements.
• Bidder shall submit their pre-qualification Quality documents as per PQC (Pre-
Qualification Checklist) form to Ma’aden for review and approval.
• The intention of the Ma’aden QAQC for the above said pre-qualification requirements
is to ensure that well qualified, skilled, experienced personnel are employed on
assigned project.
• Bidder shall perform Quality Assurance and Quality Control (QAQC) functions for all
parts of the work, including its subcontractor’s, manufacturers’ and supplier’s work as
specified in the bidder’s approved Quality Manual and as per MA standards and
specifications.
• Bidder shall ensure that the all QAQC requirements are clearly specified during Kickoff
meeting (KOM) and all documents will be submitted for MA as per QAP (Quality
Assignment package) form.
• QAQC Personnel Qualification (CV’s) shall be submitted by the Bidder along with
contractor proposal for Ma’aden approval.
• Bidder shall provide backup QC Inspector, if changes required due to vacation,
emergency leave, illness or other reasons as necessary to maintain required QAQC
coverage.
• Bidder shall send the minimum 03 working days advance notice for assigning new QC
Inspector qualification for Ma’aden approval
• Bidder shall submit the Quality documents as per Ma’aden QAP (Quality Assignment
package) form prior to attend the PIM meeting.
• Project Quality Plan (PQP) shall be submitted by the Bidder prior to start any site
activities.
• Bidder shall prepare the Draft Inspection Test Plan (ITP) along with checklist and shall
submit to Ma’aden for further approval during PIM.
• Bidder Inspector shall be responsible for the daily site Quality activities to establish
and maintain the Project Quality program and Controlling the site inspection and test
activities.
• Bidder shall ensure to have the availability of Ma’aden approved IFC drawing including
Bill of Material (BOM) prior to commencement of any inspection activities.
• It is mandatory for Bidder QC to attend the PIM & shall Lead the quality concern issues
for whole project during PIM.
• Bidder’s QAP documents will be reviewed and approved by Ma’aden QAQC during PIM
meeting.
• Bidder to engage certified Third Party for external inspection whenever required.
• Bidder shall prepare 1-week look ahead inspection schedule shall be submitted to
Ma’aden QAQC for review.
Page 33 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
• Bidder QAQC to coordinate with Ma’aden QAQC representative for project inspection
activities.
• Bidder shall provide all instrument calibration certificate along with data sheet to
Ma’aden QAQC for inspection and review and prior to start any site activities.
• If Maaden QAQC found any inspection is closed or covered before the required
inspection or witnessing as per approved ITP, if required, Bidder must be re-schedule
or perform the inspection under bidder expense.
• For Project site activities, bidder shall submit the RFI within 24 hours prior to start any
Inspection activities as per Ma’aden RFI format.
• For Vendor shop activities, bidder shall submit the RFI within 05 working days for
inside kingdom & 14 working days for outside kingdom prior to start any Inspection
activities as per attached Ma’aden RFI format.
• Bidder shall to provide the proper justification with target date within 24hours after
the issuance of QI (Quality Issue)/NCR (Non-Conformance Report)/EDR (Equipment
Deficiency Report) to Ma’aden QAQC for review and approval. Please note that for
EDR/NCR closure date should not be more than 04 week.
• Prior to close any project, bidder shall verify the closure punch list, Inspection Release
Certificate (IRC) & Non-Conformance Report (NCR) either any quality issue open so
bidder shall notify to Ma’aden QAQC team after analysis.
• For issuance of IRC (Inspection Release Certificate), Bidder shall submit the Quality
dossier package as per Ma’aden FDR form to Ma’aden QAQC team for review and
approval.
• Ma’aden QAQC will issue the final IRC once the punch list items have been completely
closed and after the approval of QAQC dossier.
Sr.
Deliverables:
No.
1 Pre-Qualification Quality checklist (PQC)
2 Quality Assignment package (QAP)
3 QA/ QC personal CV for Third party inspector
4 Third party inspections as per Ma’aden requirements
5 Material Approval submittal
6 Inspection test plan (ITP) and inspection checklist for all disciplines
7 Field inspection and testing procedure for all disciplines
Page 34 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
Note:
• Bidder is cautioned against changing the pay item quantities and descriptions
stated in the Bill of Quantities and Prices without the approval of the Client.
• Bidders are advised that in pricing the Bill of Quantities and Prices, the unit
rates should be to two (2) decimal places only, and the extended totals should
Page 35 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
also be to two (2) decimal places only. Neither the unit rate nor the extension
of the unit rate shall be rounded off.
• All rates and resultant prices shall include for all initial price escalation risk and
are not subject to any adjustment in respect of any pricing risk for the duration
of the Project.
9.2 PREPARATION OF BID
• SITE VISITS
Bidders are requested to visit and examine the site and its surroundings and
shall familiarize him with the existing facilities and environment, and shall
collect all the information, which he may require for preparing and submitting
the bid and entering into the Contract. Claims
change order and objections due to ignorance of existing conditions or
inadequacy of information will not be considered after submission of the bid
proposal, during and after execution of the project. Bidder is responsible for
his bid and no relief or consideration shall be given for errors and omission.
• GATHERING INFORMATIONS
Bidders shall be responsible for gathering and checking all the information and
data such as the terms and conditions for carrying out the Work. Preparation
of shop fabrication drawings, quantities and materials necessary to carry out
the Work. The laws and regulations of the Kingdom of Saudi Arabia, the
procedures and regulations of MA'ADEN ALUMINIUM MAC Operation, Safety
and Security shall be applicable to this Work. Any neglect on bidder’s part
and/or error in or incorrect evaluation of Work and the difficulties related to
the Work due to site conditions, which may contribute adversely to the
evaluation of the above, shall by no means absolve the bidder of any
Contractual obligation and shall not entitle him for any claim or shall not be
acceptable as reason for delay
• PRE- BID
Page 36 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
Bidder an opportunity to discuss all the matters related to carrying out his
responsibilities.
10.1..1 All static and visual checks should have been completed.
10.1..2 All QA/QC dossiers have been fully updated.
10.1..3 Vendors O&M Manuals are available.
10.1..4 Commissioning spares are available.
10.1..5 Red markup drawings are ready.
10.1..6 Housekeeping carried out.
10.1..7 Non-operating alignment and adjustment of mechanical
equipment is done.
10.1..8 Checking and calibration of Safety Relieve devices is done
10.1..9
10.1..10 Cable terminations and torque tightening is done.
10.1..11 Insulation resistance check is done.
10.1..12 Earthing/Grounding checks is done.
10.1..13 Correctness check of cable tagging and wire ferrules is
completed.
10.1..14 Electrical polarity and resistance test is completed.
10.1..15 Circuit Breaker functional test is completed
Page 38 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
10.4 Activities after Handover: After handover is completed, BIDDER and MAC shall
produce a Safety Management System to ensure the safe operation of the plant
and safety of personnel involved in the commissioning process and completion of
construction activities.
Page 39 of 41
Area: RAK Port
Instruction to Bidders
Department: Central Projects
MD-402-
Sub-Area: CCW
Revision #: 00
Date Published:
12 PROJECT MILESTONE
13 Attachment
• Engineering Package
• MA Standards
• MSHEM standards
Page 41 of 41