You are on page 1of 83

Confidential

Jubail 4&6 IWP


Request for Proposals

Part II: Technical Specifications

January 2024
Table of Contents
Table of Contents
1 PROJECT OVERVIEW & SITE DESCRIPTION ...................................................................... 5
1.1 Project Overview ......................................................................................................... 5
1.2 Project Location & Site Conditions .............................................................................. 5
1.2.1 Project Location ........................................................................................................... 5
1.2.2 Site conditions ............................................................................................................. 6
2 SCOPE OF WORK & DESIGN BASIS .................................................................................... 9
2.1 Scope of Work Overview ............................................................................................ 9
2.2 Surveys & technical studies ...................................................................................... 11
2.3 Seawater abstraction & marine outfall ...................................................................... 12
2.4 The Plant ................................................................................................................... 15
2.4.1 Pre-treatment ............................................................................................................. 15
2.4.2 Cartridge Filters ......................................................................................................... 16
2.4.3 Wastewater treatment & Solid wastes....................................................................... 16
2.4.4 RO membrane system .............................................................................................. 17
2.4.5 Water quality instrumentation for the Plant ............................................................... 19
2.4.6 Energy Recovery System .......................................................................................... 19
2.4.7 Post-treatment Plant .................................................................................................. 19
2.4.8 Neutralisation ............................................................................................................. 20
2.4.9 Chemical Storage System ......................................................................................... 20
2.5 ESF, Electrical Supply & Requirements ................................................................... 20
2.5.1 Project Main Power Supply ....................................................................................... 22
2.5.2 Alternative Power Source (On-site) ........................................................................... 22
2.5.3 Essential Back-up Power Supply .............................................................................. 23
2.5.4 Electrical Requirements of the Plant ......................................................................... 24
2.6 Other Utilities ............................................................................................................. 25
2.7 Project Interfaces ...................................................................................................... 26
3 TECHNICAL FUNCTIONAL SPECIFICATIONS ................................................................... 32
3.1 Design Requirements & Functional Specifications ................................................... 32
3.1.1 General Requirements & Design Standards ............................................................. 32
3.1.2 General design basis ................................................................................................. 33
3.1.3 Design Life & Redundancy ........................................................................................ 34
3.1.4 Detailed Design Requirements .................................................................................. 36
3.1.5 SWRO Treatment Process Requirements ................................................................ 37
3.1.6 MEICA Requirements General .................................................................................. 37
3.1.7 Civil, Structural & Architectural Requirements .......................................................... 42
3.1.8 Building Services Requirements ............................................................................... 50
3.1.9 General Environmental Requirements & Permits ..................................................... 50
4 SWPC SPECIFIC REQUIREMENTS ..................................................................................... 52
4.1 Management, Operations & Maintenance Requirements ......................................... 52
4.1.1 Management & Reporting, Operation and Maintenance ........................................... 52
4.1.2 Training of staff .......................................................................................................... 53
4.1.3 Workshop Requirements ........................................................................................... 53
4.1.4 Mobile Equipment ...................................................................................................... 53
4.2 General Facilities ...................................................................................................... 54
4.2.1 Central Administration Building including laboratory ................................................. 54
4.2.2 On-Site Laboratory .................................................................................................... 55

2
4.2.3 Parking Facilities ....................................................................................................... 56
4.2.4 Access and Security .................................................................................................. 56
4.2.5 Security system ......................................................................................................... 56
4.2.6 Site perimeter security & access control ................................................................... 57
4.3 Health & Safety Requirements .................................................................................. 58
4.4 Documentation and Information Submissions .......................................................... 59
4.4.1 Technical Information to be provided with the Bid .................................................... 59
4.4.2 Documentation to be submitted after the Effective Date ........................................... 60
4.4.3 Documentation to be submitted prior to Construction at the Site .............................. 61
4.4.4 Documents to be issued prior to the Mobilisation Date ............................................. 64
4.4.5 Documents to be submitted during Construction ...................................................... 64
4.4.6 Documents to be submitted prior to Operation ......................................................... 64
5 PERFORMANCE SPECIFICATIONS, COMPLIANCE MONITORING & TESTING
PROCEDURES ...................................................................................................................... 65
5.1 Operational Performance Specifications .................................................................. 65
5.1.1 Seawater Quality: Design Envelope, Technical & Correction Limits ......................... 65
5.1.2 Water Quality Specifications ..................................................................................... 66
5.1.3 Plant Capacity & Availability of Water Production ..................................................... 67
5.1.4 Metering & Monitoring System availability................................................................. 68
5.2 Environmental Performance Requirements .............................................................. 68
5.2.1 General ...................................................................................................................... 68
5.2.2 Noise ......................................................................................................................... 69
5.2.3 Liquid Discharges to the Environment....................................................................... 69
5.2.4 Solid Waste Management ......................................................................................... 69
5.2.5 Carbon Emissions ..................................................................................................... 69
5.2.6 Chemical consumable storage .................................................................................. 70
5.2.7 Hazardous areas / HAZOP ........................................................................................ 70
5.2.8 Other Requirements within the Preliminary ESIA ..................................................... 70
5.3 Monitoring, metering & testing requirements ............................................................ 70
5.4 Compliance Monitoring Methodology ........................................................................ 74
5.4.1 Commissioning and Acceptance Testing .................................................................. 77
5.5 Reporting requirements ............................................................................................ 78
6 TECHNICAL ATTACHMENTS ............................................................................................... 79

3
Glossary of Terms
Terms and expressions defined in clause 1.1 of the Water Purchase Agreement shall have the same
meaning when used in this Part II.

ANSI American National Standards Institute


BIM Building Information Modelling
BESS Battery Energy Storage System
BOD Biological Oxygen Demand
BOO Build Own and Operate
BS British Standards
CAPEX Capital Expenditure
CMMS Computerized Maintenance Management System
CCR Central Control Room
CCTV Closed Circuit Television
CF Crevice Factor
CIP Clean-In-Place
COD Chemical Oxygen Demand
COSHH Control of Substances Hazardous to Health
CT Current Transformer
DAF Dissolved Air Flotation
DBNPA 2,2-dibromo-3-nitrilopropionamide biocide
DCS Distributed Control System
Deutsches Institut für Normung eV (German Institute for Standardization;
DIN
similar to ANSI)
DMF Dual Media Filter
DOC Dissolved Organic Carbon
DTRI Desalination Technology Research Institute
Essential Cybersecurity Controls (ECC-1: 2018) as issued by the National
EC Controls Cybersecurity Authority in Saudi Arabia and as may be amended,
supplemented or varied from time to time.
EGL Existing Ground Levels
EN European Standards
EPABX Electronic Private Automatic Branch Exchange
EPC Engineering Procurement Construction
ERAC Electrical Regulatory Authorities Council
ERD Energy Recovery Device
ESF Electrical Special Facilities
ESIA Environmental and Social Impact Assessment

ETAP Electrical Transient Analyzer Program

GACA General Authority of Civil Aviation Saudi Arabia

GTS General Technical Specification


GWT Ground Water Table
HAB Harmful Algae Bloom
HCIS High Commission for Industrial Security
HDPE High Density Polyethylene
HSBT High Speed Bus Transfer

1
HV High Voltage
IEC International Electrotechnical Commission
IEEE Institute of Electrical and Electronics Engineers
IP-VPN Internet Protocol - Virtual Private Network
ISO International Organization for Standardization
IWP Independent Water Project
LSI Langelier Saturation Index
LV Low Voltage
MEICA Mechanical, Electrical, Instrumentation, Controls & Automation
MF Micro Filtration
MFI Membrane Fouling Indicator
MMF Multi Media Filters
MOV Motor operated valves
MSA Membrane Supply Agreement
MSL Mean Sea Level
MV Medium Voltage

NCEC National Centre for Environmental Compliance


NCW National Centre for Wildlife
NDP Net Differential Pressure
NFPA National Fire Protection Association (USA)
NGSA National Grid of Saudi Arabia
NTU Nephelometric Turbidity Unit
NVR Network Video Recorder
O&M Operation and Maintenance
OHL Overhead electricity line
OPEX Operational Expenditure
ORP Oxidation Reduction Potential
P&ID Piping and Instrumentation Diagrams
PA Public Address
PFD Process Flow Diagram
PIMS Project Information Management System
PREN Pitting Resistance Equivalent Number
The Bidder must utilize components and systems which are of new manufacture
and proven design. The Plant shall be built to appropriate internationally
recognized standards and shall comply with all the applicable national and
Proven statutory codes. The design and materials of the main process treatment
Technology technology, systems and equipment must be proven by evidence of at least 2
years successful operational experience for at least 2 locations involving
treatment of comparable seawater quality conditions for plants with a minimum
capacity of 90,000 m3/day each.

QA/QC Quality Assurance/Quality Control


RCD Residual Current Device

RO Reverse Osmosis
RFP Request for Proposal

2
S/S Electrical Substation
SBC Saudi Building Code
SDI Silt Density Index
SEC Saudi Electricity Company
SPC Specific Power Consumption
SWRO Sea Water Reverse Osmosis
TAG Asset tagging numbering system
TDS Total Dissolved Solids
TEP Transparent Exopolymer Particles
TOC Total Organic Carbon
TSS Total Suspended Solids
UF Ultrafiltration
UNS Unified Numbering System
UPS Uninterruptible Power Supply
VOC Volatile Organic Compounds
WHO World Health Organization
WTTCO Water Transmission and Technologies Company
WPA Water Purchase Agreement

UNITS

bar bar = 100 kPa (pressure)


bar(a) Absolute Pressure
bar(g) Gauge Pressure
BTU British Thermal Unit
°C degree Celsius (temperature)
kWh Kilowatt Hour
h hour (time)
ha hectare
kg Kilogram (mass)
kJ Kilojoules
km Kilometer
kVA Kilovolt Ampere
kVAR Kilovolt Ampere Reactive
kV Kilovolt
l Litre
l/m2/hr litre per square meter per hour
m metre (length)
m/s Metre per Second
mg/l milligram per litre
MIGD Million Imperial Gallons per Day
min minute (time)
mm Millimetre
Mbar Millibar
MVA Mega-volt-ampere
MW Megawatt
MWe Megawatts (electrical power)
MWh Megawatt Hour
pH Measure of acidity or basicity of a solution
ppm Parts Per Million
s Second (time)
S Siemens (electrical)
t/h Tonnes per Hour
t/yr Tonnes per Year
W/m2K Watts per square metre Kelvin
μm Micro meter

3
yr Year

4
1 PROJECT OVERVIEW & SITE
DESCRIPTION

1.1 Project Overview


The principal objective for the Project is to expand and improve potable water production capacity
in Saudi Arabia through private sector participation, and in doing so to build capacity through local
content requirements, employment and training opportunities for Saudi nationals.

1.2 Project Location & Site Conditions


1.2.1 Project Location
The proposed project is located 18 kms south of Jubail Industrial City at the Arabian Gulf Coast,
approximately 4 km away from under construction plant units (Jubail 3A & 3B) in Eastern Province
of Kingdom of Saudi Arabia. The approximate Site location coordinates are 26°54'32"N;
49°45'57"E. The area allocated is approximately 2.6 hectares for ESF.

Figure 1-1: Plant location Jubail 4&6 Site

5
The Site is required to accommodate the Plant and all associated infrastructure including utilities
and access corridors required for the Project. The overall Site boundary, the indicative easements
and related details are as shown in the Plant conceptual layout drawing included in Part III of this
RFP.

1.2.2 Site conditions

A. ON-SHORE TOPOGRAPHY & BATHYMETRY


Shall be shared with Bidder as separate amendment.

B. BATHYMETRIC & MARINE SURVEY


Shall be shared with Bidder as separate amendment.

C. GEOTECHNICAL SURVEY & SEISMOLOGY


Shall be shared with Bidder as separate amendment.

D. LOCAL CLIMATE CONDITIONS


The Project Site area experiences severe climatic conditions, notably the high humidity and amount
of salt contained in the atmosphere giving rise to severe corrosion of exposed metallic surfaces.
Rainfall is erratic but attention must be paid to the fact that sudden heavy downpours can occur.
The region is subject to strong winds and also experiences a high incident of dust storms. Protection
against dust and sand for outdoor equipment requires special attention.

Also refer to National Center for Meteorology’s website for the most up to date climatic conditions.
Typical meteorological information for the project area is summarised below.
Table 1-1: Typical meteorological data for the project

Meteorological Parameters Units Values


Ambient temperature (min. / max.) °C 10 / 55
Barometric pressure (min. / max.) Mbar 990 / 1025
Relative Humidity (min. / average / max.) % 5 / 60 / 100
Main wind direction / speed km/h North / ≤100
Annual rainfall (Average.) mm 15 / 165
Seismic activity
- 0

6
E. ANTICIPATED SEAWATER CONDITIONS
The information on seawater stated in this document is indicative and subject to verification by the
Bidder. The seawater quality conditions relevant to the performance of the plant are defined by the
Design Envelope, Technical Limits and Correction Limits which are provided in Clause 5 of this
RFP Part II.

Table 1.2: Indicative Typical Seawater Conditions

Parameter Unit Minimum Average Maximum


oC 18 28 35
Temperature
Total Dissolved Solids
mg/l 36000 43000 47000
(TDS)
pH - 7.8 - 8.4
Total Suspended Solids
mg/l 0 8 10
(TSS)
Turbidity NTU - - ≤ 20
Bacteria count cfu - 3000 -

Organic constituents including oil and periodic variation in the organic loading, as well as the
colloidal and suspended matter content relevant to the seawater at the Site, shall be taken into
account in the design of pre-treatment measures.

The Bidder shall also consider the following additional seawater characteristics in designing the
Plant and the other Plant facilities (including the pre-treatment section and depth of seawater intake
in particular) such that it is capable of handling such seawater quality conditions and/or accept the
risks associated with the inability to maintain the Contracted Capacity under such conditions:

• any presence of algal bloom, oil spill, and jelly fish blooming,
• any consequences of the presence of algal bloom, including but not limited to Transparent
Exopolymer Particles (TEP),
• any presence of seaweed or jellyfish,
• the presence of any other floating, suspended or dissolved matter, but not limited to:
o colloidal suspended matters resulting in high SDI levels,
o oils and grease,
o Chronic petroleum pollution in the form of tarballs,
o Hydrocarbons,
o metallic ions in solution,
o hydrogen sulphide,
o organic and microbial agents; and
o hardness.

The Bidder is expected to evaluate and take account of the levels and frequency of the presence
of any of the items listed above which could be reasonably foreseeable to a reasonable and prudent
operator using Good Utility Practice as being likely to occur from time to time in respect of seawater.
Organic constituents including oil and periodic variation in organic loading and the colloidal and
suspended matter content of the seawater at the Site shall be taken into account in the design of
pre-treatment measures.

7
F. LAND RIGHTS & ACCESS TO THE PROPOSED SITE

The Site is located outside of the current city development and the land is currently owned by
SWCC.

Access to the proposed Site can be gained by means of the existing main road leading to the Jubail
3A & 3B. The area allocated for IWP is ~17.09 hectares and the area allocated for ESF ~2.6
hectares. The Site shall be required to accommodate the Plant and all associated infrastructure
including utilities and access corridors as required for the Project. The overall Site boundary, the
indicative easements and related details are shown in the plant conceptual layout drawing included
in Part III of this RFP.

The Bidder shall note that all working, storage, laydown areas and facilities etc.., required for the
construction will be contained within the site only.

Figure 1-2: Overall site details and indicative land allocation for Jubail 4&6.

Please note that the Bidder is obligated to confirm the latest details of all access and connection
points, interfaces, and easements with SWCC and WTTCO as applicable during execution.

8
2 SCOPE OF WORK & DESIGN BASIS
2.1 Scope of Work Overview
The Plant shall be designed to deliver 100% of the Contracted Capacity (Net Dependable Water
Capacity) of 600,000 m3/day at the Water Connection Point as described under clause 5.1.3 of this
RFP Part II.

The Plant shall be equipped with a robust, reliable and proven pre-treatment process which shall
include at least two stages which are expected to include one stage coagulation, flocculation and/or
clarification (DAF or similar Proven Technology with robustness and adequacy to deal with
seawater conditions within the Design Envelope, Technical Limits and the Correction Limits shall
be detailed and proven) and/ or one stage of filtration using either DMF or MMF or membrane UF
stage. Cartridge filters shall act as a safety feature prior to the RO skid and shall not be considered
as a pre-treatment process stage.

The Bidder should provide components required for the completeness of the Plant and the ESF
with suitable material for the safe and reliable operation of the Project.

The Project shall include, but not be limited to the following equipment and systems:

• Seawater intake and outfall system,


• Robust pre-treatment system,
• Cartridge filters,
• High Pressure pump and RO membranes, minimum two (2) pass system (as required),
• Energy recovery devices and booster pumps,
• Post treatment system including remineralisation, and potable water disinfection,
• Chemical bulk storage, make-up and dosing systems,
• Permeate/flushing tank,
• Wastewater and sludge treatment,
• CIP system,
• Neutralization system,
• Marine outfall system,
• Electrical building including UPS (Uninterruptible Power Supply) battery room,
• Control room and offices,
• Warehouse,
• Laboratory,
• Workshop,
• Potable Water pumps upstream to the relevant Connection Points to ensure the required flow
and pressure at all the interface points, Potable water pumps shall be capable of operating on
emergency power supply from plant DG sets.
• Metering and settlement system,
• Flow and pressure control mechanism / control valves with required I&C, automation and
integration,
• Water Connection Point,
• Emergency diesel power generation system (essential services).

The following plant facilities shall also be included:

• Access and Plant side roads,


• Storm water drainage and disposal,
• Sanitary waste treatment plant,

9
• Wastewater handling and disposal,
• HVAC for all buildings,
• Adequate noise barriers,
• Fire detection, protecting and firefighting systems, and
• Security measures and systems.

The Plant must be designed to operate with a Contracted Net SPC value (i.e., net power
consumption accounting for alternative power sources on Site (consumption from grid)) not
exceeding the upper cap of 3.50 kWh/m3 of water produced based on the Design Envelope and
calculated on an hourly basis. It will be calculated as total hourly power consumption (from grid)
divided by total hourly water production for the Plant.

Please note that the Contracted Net SPC value shall be specified by the Bidder based on the
Bidder’s design and shall not exceed the upper cap of 3.50 kWh/m3. The Bidder shall provide
sufficient technical calculations along with the relevant RO projections to allow SWPC to verify the
SPC value.

The SPC shall be inclusive from the seawater intake to water connection points including potable
water transfer pumping system.

Further, the Contracted SPC value (gross power consumption including alternative power sources
on Site, i.e., grid + alternative) of the Plant proposed by the Bidders as part of their proposal shall
not be less than the lower cap of 2.9 kWh/m3 of water produced for the maximum SPC case based
on the Design Envelope during the Term.

In the event the Bidder proposes a Contracted SPC for the Plant lower than 2.9 kWh/m3 at any time
during the operational period for the maximum SPC case, then SWPC shall have right to ask Bidder
to perform an independent review by a third party confirming that the Bidder’s design is appropriate
and that the Plant can operate satisfactorily, at Bidder’s cost. The Bidder shall subsequently provide
written approval from Lenders and Lenders’ Technical Advisor as a part of their proposal.

Notwithstanding above, SWPC shall have the right to reject any bid with Contracted SPC for the
Plant lower than 2.9 kWh/m3 at its sole discretion.

Any alternative power sources on site (including PV) shall be guaranteed by Bidder and shall be
based on state-of-the-art Proven Technology at the time the Bid is submitted. The Bidders are
allowed to consider in-house alternative power source within the allocated IWP boundary. The
power generated from the in-house alternative power source shall be used only for the internal
consumption of the Plant, no export of power is allowed. Bidders should note that electricity trading
or net metering methodology with SEC/NGSA proposed by Bidder will not be acceptable and will
be considered as a disqualification of the Bid.

The ESF scope of works shall be delivered as described in the clause 2.5.

The Bidder shall be allowed to design and implement its own optimum technical solutions for all
aspects of the Project as long as it can be proven that these solutions comply with the minimum
technical specifications and will ensure compliance with all performance specifications of the WPA
through implementation of Proven Technologies and robust equipment.

It should be clearly noted that no mark-up of the technical specifications or any deviations to the
technical documents will be allowed. Any such mark-ups or deviations shall be treated as a non-
responsive proposal. Any technical queries should be raised as part of the bidding clarification
process only and the latest issued addendum of documents shall prevail.

10
2.2 Surveys & technical studies
The Bidder shall carry out and be responsible for all surveys, technical studies and assessment of
the Site and the relevant off-shore area, the Site preparation including Site investigation, Site
development and all related works as well as the necessary permits & approvals to inform the
technical due diligence and adequate risk based design and implementation of the Project in
accordance with regulatory requirements from National Center for Environmental Compliance
(NCEC), National Centre for Wildlife (NCW) and any associated regulatory organization’s
requirement, and Good Utility Practice. The surveys, technical studies and investigations which
shall be required by the Bidder shall include (but not be limited to) the following.

• Data collection and verification of the interface and connection points.


• Site survey, including topography, geology, seismic conditions and meteorology and marine
conditions.
• Wave study and hydrodynamic modelling.
• Comprehensive recirculation study and dispersion modelling; taking into account the overall
facilities installed and under development.
• Geotechnical and soil investigation, including contamination base line report.
• Seawater sampling and testing.
• Study of impact of stormwater discharges into the marine environment and identify mitigation
measures.
• Environmental surveys (required by the ESIA):
o Air quality monitoring (as a minimum should include monitoring of NO X, SOX,
Particulate Matter, ground level O3 and VOCs).
o Noise monitoring (using Type-1 noise meter).
o Marine water and sediment quality sampling and testing (the number of sampling
locations will have to be determined based on the extent of the intake and outfall
structure).
o Terrestrial and marine ecological survey (marine ecology survey shall include a
combination of dive transects and photo/video drops).
o Study of IWP impact on seaweed environment and identify mitigation measures.
o Soil and groundwater sampling and testing.
o Socio-economic baseline study.
o Wave studies using DHI model or Telemac program or equivalent and calibration via
Acoustic Doppler Current Profiler (ADCP); and
o Dispersion modelling study for brine discharge from IWP outfall.
• Environmental and social impact statement and ESIA, and
• Surveys related to the HCIS requirements in accordance with the local regulations, considering
that the Plant falls under the category “Class 1 Facility” and the ESF under the category “Class
3 facility” (including but not limited to ESF fence, gates and building, safety and security system
for buildings and the Plant).

It should be noted that all existing data provided under Attachment A of Part II of the RFP or
otherwise shall be treated as indicative and/or typical information and shall be subjected to the
Bidder’s own due diligence, surveys and studies as described above.

11
2.3 Seawater abstraction & marine outfall
The seawater abstraction and marine outfall scope of works for the Plant comprises of the complete
works including detail design, procurement, fabrication, construction, installation, testing,
commissioning and reliability test runs. This shall ideally include, but not be limited to the following
main components and systems (The Bidder shall be responsible to develop the most optimum and
robust solutions which are appropriate to the marine conditions and requirements of the WPA):

• Seawater intake system including submarine intake tower or passive screens, intake pipe/s,
and seawater intake pumps with sufficient capacity and redundancy to ensure the required
Plant availability at all times, assuming seawater conditions within the Design Envelope and
within the relevant Technical Limits and Correction Limits. Minimum two intake pipes and tower
shall be provided. Bidder to provide technical references along with backup calculation to
support the proposed configuration of the Intake system.
• Marine outfall to return the concentrate and the treated process effluents from the Plant off-
specification seawater (from dump lines) and off-specification Potable Water and the sanitary
waste treatment plant (if allowed) with sufficient capacity and redundancy as indicated in
Section B, below,
• It should be noted that the Bidder shall develop a new dedicated seawater intake system as
well as a new dedicated marine outfall for the Jubail 4&6 and shall not be allowed to make use
of any existing intake or outfall infrastructure which shall be considered as a non-compliance
with Project specifications.

A. SEAWATER INTAKE SYSTEM

The configuration for the intake shall be submarine pipelines with either submarine intake risers or
submerged passive screens located offshore. The Bidder is at liberty to propose alternative
solutions provided Bidder is able to secure approval from NCEC.

The Bidder will consider the depth of the intake to ensure a continuous operation. It is advised that
additional depth of the intake tower should be considered as additional protection against the risk
of algal bloom, oil spills and the worsening of the seawater quality during sea storm events. The
Bidder shall be responsible to conduct a detailed recirculation and wave & hydrodynamic study for
the area to inform optimum design and compliance with environmental requirements.

It remains the responsibility of the Bidder to verify and confirm the arrangement and adequacy of
the proposed offshore infrastructure and to take into consideration and confirm existing and future
marine infrastructure of surrounding facilities as well as shipping lanes. The upper part of the pipes
throughout the whole off-shore routing to the intake risers shall be buried at least 2 meters below
the seabed to avoid problems throughout the operation phase caused by marine hydrodynamics.
The intake risers (if applicable) shall be reinforced concrete structures designed to meet the Plant’s
water feed flow requirements. Its design shall guarantee the hydrodynamic and geotechnical
stability against the combined action of waves and streams, along with its stability against scouring
(if applicable). A buoy shall be anchored to the seabed, where the intake risers are located, to warn
the vessels and fishing boats of its presence in accordance with Coastguard requirements and
regulations for marker buoys, navigation lights and security provisions.

It is emphasized that the design of the seawater intake system and specifically the selection of
location and depth of the seawater intake and the brine outfall shall be the responsibility of the
Bidder. Sea water shall enter the intake at least 2 m (6 ft) above the seabed to minimise ingress of
any sediments. The velocity of water through the intake station (intake point) under normal
operating conditions shall not exceed 0.15 m/s to minimize ingress of marine life. The velocity
through the transition zones in front of the screen channel and in front of the pump chamber shall
be limited to 0.3 m/s to prevent formation of surface vortices. The intake design at bidding stage
(and the detailed design) shall be supported by detailed information and proof in terms of the
dispersion modelling, seawater quality analysis, wave & hydrodynamic studies and other design
details to justify the seawater intake positioning and configuration.

12
A suitable pipe pigging system for mechanical cleaning of seawater intake pipes shall be included.
Alternative to the pigging system, the Bidder may implement other proven methods to control the
bio-fouling inside the intake pipes. This method shall have proven its effectiveness at comparable
seawater RO installations. The Bidder shall provide documents, which demonstrates the
effectiveness of any alternative method proposed in accordance with the requirements for Proven
Technology. Maintenance manholes (minimum diameter 1200 mm) shall be provided at least every
200 m to allow inspection and maintenance works by divers’ or robots. A specific manhole in the
intake riser or in the pipe close to it shall be provided to allow internal inspection of the intake riser.

Provisions shall be made for intermittent shock chlorination (with sodium hypochlorite solution) to
avoid bio-fouling within the intake system up to the riser and screen location. The storage and
dosing capacity of the chlorination system shall be designed by considering the maximum flow in
the intake pipe(s). The dose rate shall be adjustable to the relevant actual operating conditions and
loads. Sufficient sodium hypochlorite solution storage and dosing pumps capacity shall be provided.
Alternative solutions will be considered where sufficient supporting data is included to demonstrate
solution in compliance with the description of “proven technology”.

A surge study (Hydraulic transient analysis) for the entire seawater supply shall be carried out as
part of the detailed design phase.

Provision shall be made and described by the Bidder to ensure that the intake riser and screen
location are kept free of debris and other solids impinging on the surface of the screens, which may
include facility to remove screens for cleaning, manual cleaning by divers, hydroburst system or
other suitable and proven mechanism.

The seawater pump station shall include the following as a minimum:

• The screens and the seawater pump station shall be designed to allow particular pipes and
associated pumps to be operated independently from each other. However, the pumps shall
be connected via a common header with isolation valves,
• A screening system, capable of screening solids (e.g., floating matter, algae, mussels, fish or
jellyfish) down to at least 5 mm in size, shall be provided with sufficient capacity to treat the
maximum flow,
• Bar screens and travelling band screens and drum screens (as applicable in case of intake
risers) or high-performance debris filters (as applicable in case of passive screens) shall be of
seawater resistant material and shall have an automatic cleaning system. Items which are
rejected by the screens, such as fish and seaweed and other floating material shall be treated
in a suitable manner. The Bidder shall also provide information about measures and frequency
of cleaning and maintenance of the screen heads,
• All hydraulic structures must be designed to ensure favourable flow, in order to prevent dead
water areas, reverse currents, flow separation and eddies,
• The seawater pump sump shall be protected from sun light to avoid biological growth within the
feed water. The intake pump station should be arranged in such a way that it will be possible
to sectionalize, close and drain any pump sump for maintenance and/or cleaning without
affecting the Plant operation,
• The seawater pumping station is expected to be installed below groundwater level. The Bidder
shall therefore ensure that no groundwater infiltration occurs and vice versa. An on-site
inspection, with the tank emptied, shall be carried out immediately after construction and before
the start of the operation period of the Plant to verify its correct sealing,
• Satisfying hydraulic performance and a trouble-free operation of all pumps shall be verified by
physical model tests at an adequate scale for all possible operational conditions,
• Chlorination with a sodium hypochlorite solution shall be carried out in the pump station
upstream of the intake and screening system. Provisions shall be made for intermittent shock
chlorination requiring intermittent saturation with sodium hypochlorite solution, to avoid
biofouling of the intake system. Excess and residual chlorine levels shall be measured and
controlled with adequate online monitoring equipment.

13
B. MARINE OUTFALL SYSTEM

One discharge pipe shall be installed to return the concentrate and the treated process effluents
from the Plant and the sanitary waste treatment plant (if allowed). The Bidder shall perform their
own recirculation and wave studies and other necessary investigations to inform the design of
proposed offshore infrastructure, taken into account the following minimum requirements.

• The upper part of the pipe shall be buried at least 2 meters below the seabed to avoid problems
throughout the Project Commercial Operation Period caused by marine hydrodynamics. The
remaining part of the pipes up to the diffusers could be laid on the bottom with ballast based on
the current analyses to be carried out by the Bidder and in compliance with applicable
environmental constraints,
• A buoy shall be anchored to the seabed, where the outfall diffusers are located, to warn the
vessels and fishing boats of its presence in accordance with Coastguard requirements and
regulations,
• The discharge shall feature multiport diffusers to ensure thorough mixing and dispersion of the
concentrate plume. The Bidder shall ensure that all environmental requirements are satisfied
and shall ensure a uniform flow at discharge points,
• RFP part III (Conceptual Layout) marks the buffer zone coordinates, Bidder to note that the
outfall location shall be proposed outside this buffer zone.
• To minimize any impacts to the marine environment, the discharge pipeline shall be at least at
7m depth relative to MSL except if shallower discharge is allowed by National Center for
Environmental Compliance (NCEC) or National Center for Wildlife (NCW). Final arrangement
of the offshore structures and the compliance with all environmental laws and regulations and
NCEC approval shall be ensured by the Bidder. Bidder may consider dilution of the brine with
feed seawater before discharge to the sea in case the same can help in complying with the
discharge norms.

It remains the responsibility of the Bidder to verify and confirm the arrangement adequacy of the
proposed offshore infrastructure, having also taken into consideration and confirming existing and
future marine infrastructure of surrounding facilities.

The hydraulic capacity of the marine outfall pipe shall consider these flow-rates:

• maximum brine flow,


• maximum waste water flows,
• sanitary waste flows,
• storm water flow (if required and not conveyed by separate drainage infrastructure),
• non-compliant potable water,
• 100% of abstracted seawater (worst case).

The emergency overflows and drains at all treatment stages (e.g., for tanks or pipes emptying) shall
also be discharged to the outfall pipes. The outfall shall be sized to handle at least 100% of the inlet
flow to the tanks / water retaining structures.

A surge study for the entire brine discharge system shall be performed during the detailed design
phase.

The following dump lines, discharging to the outfall, shall be included which shall be automatically
operated based on signals from online analysers. The size of the automatic valves, pipes, etc. shall
be for full dump of off-specification water. Online analysers, automatic valves shall be included
which shall also send signals to DCS/PLC.

• Dump line No. 1 – In case of residual chlorine in feed water to RO (due to high ORP), a dump
line shall be provided for transferring the full quantity to the feed water tank (intake basin) or
another suitable location subject to SWPC approval (such as outfall),

14
• Dump line No. 2 - In case any parameter of potable water goes beyond the guaranteed value
or is non-compliant with Water Quality Standards, a dump line shall be provided for transferring
the full quantity of the potable water to the discharge outfall.

Further to all of the above, the Bidder shall be responsible for the necessary approvals & consents
and Good Utility Practice required for the design, development, operation & maintenance of the
seawater intake and marine outfall works.

2.4 The Plant


This paragraph provides the design basis for the various sections of the Plant outlined for the base
case design. The Bidder, however, shall be responsible for verifying and validating all the design
parameters, in order to achieve the specified performance and operational requirements under any
seawater conditions within the Design Envelope, Technical Limits and Correction Limits and take
into consideration adequate risk assessment and mitigation measures of extreme conditions
outside the design basis.

The following facilities have to be built as part of the scope of supply for the Plant:

• A robust pre-treatment system comprising of no less than two stages. The first stage of the pre-
treatment system shall include, but not be limited to, coagulation and flocculation including pH
adjustment (or similar Proven Technology) and/or clarification (if provided using DAF or a
similar Proven technology). The second stage of the pre-treatment should typically be
comprised of one or a combination of the following filtration systems: gravity DMF or MMF,
pressurized DMF or MMF or membrane ultrafiltration,
• Wastewater treatment systems including solids treatment, storage & handling,
• Cartridge filters upstream of the RO Plant for both pass I and pass II ,
• RO skids & high-pressure pumps,
• CIP system & flushing/backwash systems,
• Brine energy recovery systems,
• Post-treatment system,
• Connection with bulk electrical supply from ESF and alternative on-site generation,
• Metering & monitoring systems, SCADA, PLC/DCS and telemetry,
• Overflows and dump lines connections,
• Connection to supply potable water to the Water Transmission Facilities,
• Potable water pumps upstream of the Connection Point to ensure the required flow and
pressure at the interface/tie-in points; and the Potable water pumps shall be capable of
operating on emergency power supply from plant DG sets.
• All associated civil, process and MEICA works.

The Bidder shall provide a detailed process flow diagram, relevant mass balance calculations and
details of all process consumables (i.e., chemicals, electricity, fuel, etc.) as part of their Bid stage
submission and further detailed design.

2.4.1 Pre-treatment
The Plant shall be equipped with a robust, reliable and proven pre-treatment process capable of
providing suitable pre-treated water to the RO skids to achieve the Water Quality Specifications
and adequately protect the RO membranes and systems.

The pre-treatment package shall include the principal components including the following:

• Coagulation & flocculation (or similar Proven Technology), and/or


• Clarification (if provided using DAF or similar Proven Technology), and
• Filtration (DMF, MMF or UF membranes).

15
The base case design parameters and solutions to be specified shall consider representing Good
Utility Practice in order to achieve the treated water quality requirements across the range of
seawater conditions (Design Envelope, Technical Limits and Correction Limits) likely to be
experienced. The Bidder however shall be responsible for verifying and validating all design
parameters to achieve the specified performance and operational requirements.

The pre-treatment system shall have the capacity to treat the seawater and provide the RO skid
with the specified RO feedwater quality. The pre-treatment system shall be able to treat the
seawater under all conditions (Design Envelope, Technical Limits and Correction Limits). All
potential and anticipated sea water conditions including red tide events (harmful algal blooms) shall
also be considered during design of the pre-treatment system.

The pre-treatment process considered to be technically proven for the Plant consists of a
combination of coagulation & flocculation and/or clarification and at least one stage of filtration
(using gravity DMF or MMF, or pressurized DMF or MMF or membrane ultrafiltration), with a
minimum total of two stages of pre-treatment upstream of the cartridge filters.

The pre-treatment process must be capable of achieving a treated water quality of SDI 15 ≤ 4.0 at
95% of the time and ≤ 5.0 at all (100%) times and at all seawater conditions (Design Envelope,
Technical Limits and Correction Limits). This SDI15 requirement shall be met upstream of cartridge
filters, before the RO section. Higher SDI15 values of up to 5.0 shall be allowed at limited times,
only, and only where specifically endorsed for the Plant by the membrane supplier. The Bidder shall
provide such endorsement in Part IV of the RFP. SDI15 tests shall be performed in compliance with
ASTM D 4189 standard.

2.4.2 Cartridge Filters


Cartridge filters shall be used for safety and protection of high-pressure system and shall not be
operated as a pre-treatment stage facility. Cartridge filters replacement rate shall be guaranteed by
the Bidder with details provided with the technical form sheets.

The vessel body should be equipped with differential pressure gauges with pressure transmitter
and alarm signal capability. Appropriate means for measurements of differential pressure across
each cartridge filters shall be provided.

Appropriate manual and automatic valves and instrumentation shall be provided to permit operation
of the cartridge filters to be monitored, controlled and automatically protected in case of adverse
conditions.

The cartridge filters shall be installed indoors and shall have suitable crane or hoist to enable
change of the filter cartridges. On-line cartridge filter replacement shall be possible without
interruption of Plant operation. Alternative installation options, such as outdoors with appropriate
shading, can be considered if shown that it has no detrimental effect to the operation of the filters
or impact to the process.

The Bidder shall provide one spare cartridge filter vessel to permit filter replacement without any
impact on water production.

Cartridge filter particle cut-off size shall be 5 μm nominal. These filters shall be arranged so that
each RO skids have a filter upstream of the high-pressure pump and booster pumps. SDI 15
measurement shall follow ASTM test D 4189-82.

2.4.3 Wastewater treatment & Solid wastes


The pre-treatment backwash water stream together with all other wastewater streams shall be
treated and sent to outfall and / or collected in tanks for further treatment (and in compliance with
ESIA requirements for the Plant).

16
The discharge shall be measured and monitored for iron and turbidity and the Bidder shall confirm
that the latest Saudi Arabian water quality discharge standards (latest NCEC or WERA standards)
are not exceeded by discharging to the outfall. Should the water quality standards be exceeded,
additional treatment of wastewater will be required.

Any solid wastes generated (e.g., sludge) from treatment and DAF or other sludges shall be
identified and quantified by the Bidder to enable dewatering treatment. Waste treatment on Site will
include a suitable system for on-site storage, dewatering and removal by road transport where
appropriate, the Bidder shall identify the disposal route for solid’s disposal off site including
confirmation of an Approved Receiving Site and obtaining necessary approvals from authorities.

2.4.4 RO membrane system


The RO section shall consist of individual, separate skids or arranged as pressure centres. The
skids shall be capable of operating either independently or in combination with the other ones.

All skids shall be equipped with stairways and platforms to provide easy access to all membranes
and valves. Alternatively, sufficient vehicles/moving platforms shall be provided. The RO building
layout shall consider that vehicles/moving platforms may be used and hence pipelines and
equipment shall not be placed where they become an obstacle.

Permeate sample points shall be provided at each pressure vessel to allow assessment of each
single membrane to diagnose and locate defects such as membrane damage, loss in performance,
decrease in salt rejection or mechanical damages down to a single membrane. Brine sampling
points may be located at common mains.

Minimum one (1) spare skid in the RO section will be installed to ensure reliable continuous
operation at Contracted Capacity (as defined in the WPA) during Planned Outage and Unplanned
Outages. Under normal operating conditions, this skid may be operated along all other units and
does not have to be maintained as a standby unit. Alternatively, the RO skids may be designed in
such a way that the remaining skids can increase the capacity in order to take over the capacity of
one out of service skid (“design equivalent”).

A minimum reserve space of 5% of the Contracted Capacity is mandatory and is to be provided for
installation of additional pressure vessels on each membrane rack.

The Bidder shall procure a guarantee from the RO membrane supplier/technology provider with
regards to the membrane replacement guarantee conditions and associated replacement costs in
support of the overall final performance guarantee.

The EPC Contractor shall only use manufacturers and types of equipment which have been proven
to be suitable for the intended purpose with corresponding references in seawater applications with
similar capacity and specifications. This applies especially for the main equipment, comprising but
not limited to; all pumps, the energy recovery system, RO membranes, pressure vessels and
flexible couplings, etc.

A. RO Membranes

The Plant shall be equipped with 8-inch diameter RO membranes (or similar Proven Technology).
These RO membranes shall be interchangeable between different manufacturers without causing
significant change in Plant and equipment design, which shall be the Bidder’s obligation.

Membranes from manufacturers experienced in RO design and plant operation and of skid size
comparable with the Plant shall be chosen. This shall be demonstrated by using plant references
that are equipped with membranes of the chosen manufacturer and membrane type.

B. High-Pressure Pumps

17
The Bidder shall make the necessary allowances in order to achieve the minimum water production
of 25%, as part of their high-pressure pump configuration.

The high-pressure pump shall be designed as per relevant Grade 1 ISO standard.

Material of construction for high pressure pumps shall be super duplex stainless steel as per UNS
S32760 or equivalent with a PREN higher than 40 and CF greater than 35.

The high-pressure piping material shall be super duplex stainless steel with PREN higher than 40
and CF greater than 35 suitable for corrosive seawater.

Booster Pumps

The booster pump shall be designed as per relevant Grade 1 ISO standard.

Material of construction for booster pumps shall be super duplex stainless steel as per UNS S32760
or equivalent with a PREN higher than 40 and CF greater than 35.

The high-pressure piping material shall be super duplex stainless steel with PREN higher than 40
and CF greater than 35 suitable for corrosive seawater.

C. CIP System & Flushing System

Dedicated CIP systems shall be provided for RO skids. The cleaning system shall be designed for
separate simultaneous cleaning and disinfecting of at least two RO skids at any given time.

The CIP system shall be comprised of a preparation mixing/recirculation tank, electric heater,
cooling arrangement, pumps, valves and piping, online temperature indicator & switch, cartridge
filter, isolation valves, pressure gauge.

The CIP system shall be permanently connected to all the RO skids and shall ensure cleaning of
the first pass skids of the RO as well as the second pass skids.

The used cleaning solution shall be collected and transferred to adequate neutralisation and
treatment facilities. Automatic flushing shall be performed in case of shutdown of RO skids. The
flushing system shall be common for all skids and permanently connected to all the RO skids. The
flushing system shall be comprised of a suitably sized flushing tank, pumping system and
associated control and instrumentation system. In case of total system shutdown, the RO skids,
including the 2nd pass RO skids, shall be flushed in sequential manner. Forward flushing water and
CIP water shall be provided from permeate tanks, prior to any pH adjustment or disinfection.

Suitable emergency diesel generator system back up will be provided in the event of complete
power failure to enable the membrane flushing to be completed prior to system shut down.

D. RO Chemical Systems

Anti-scalant dosing is required in order to maximise the Plant recovery and to minimise RO
membrane cleaning frequency; provision for storage and dosing of anti-scalant products shall be
included.

Sodium bisulphite storage and dosing will be provided in order to remove any residual chlorine from
the seawater feed to the RO skid and to protect the RO membranes. Sodium hydroxide will be
provided between the first and second pass RO skid to modify the pH of the RO 2nd pass feedwater,
to improve the removal of boron.

Storage and dosing facilities for non-oxidising biocides such as DBNPA and all other chemicals
shall be provided in accordance with Good Utility Practice and relevant COSHH standards.

18
Bidder to ensure that the dosing chemicals are free from any particulate matter before the dosing
point. Suitable filtration arrangement shall be considered for all the chemicals as required.

2.4.5 Water quality instrumentation for the Plant


The following analysers shall be included at the seawater intake:

• online chlorophyll,
• TOC analysers,
• Turbidity analysers, and.
• Hydrocarbons.

Conductivity and pH measurement for the following sections of the RO skids shall be provided:

• RO feed line,
• brine line, and
• permeate line.

ORP, SDI and temperature measurement shall be provided for the common RO feed. Pressure
transmitters are also to be installed within feed, brine and permeate streams for each individual RO
unit to verify the operational stability.

Each RO skid shall incorporate manual sampling lines for water quality on each installed pressure
vessel. A central sampling board shall be provided with labelling to indicate which particular
pressure vessel the particular sample is derived from.

The following parameters for the potable water shall be monitored:

• pH – online,
• Conductivity – online,
• Hardness,
• Turbidity-online,
• Chlorine-online,
• Temperature-online; and
• Alkalinity.
• TDS (computed value)
• LSI (computed value)

2.4.6 Energy Recovery System


A high flow rate of high-pressure brine is rejected from the RO skid and an energy recovery system
shall be installed to reduce the overall electrical demand for the Plant. The energy recovery device
shall be isobaric. The guaranteed minimum efficiency of the energy recovery system shall be 96%-
98% under all seawater flow, temperature and salinity conditions defined by the Design Envelope
and the Technical and Correction Limits. The brine discharged to outfall shall meet all local
environmental discharge requirements and conditions as approved by ESIA.

2.4.7 Post-treatment Plant


The potable water from the RO Plant shall be treated by the post-treatment plant. A remineralisation
system based on limestone filters (CaCO3) is to be employed and shall consider all aspects of the
Plant’s operation and maintenance.

19
The post treatment plant may use CO2 produced outside the Plant area or an alternative technical
solution (CO2 production) from the Bidder which shall be allowed. The CO2 shall be of food grade.

Disinfection by DTRI approved submerged generated chlorine dioxide (ClO2) shall be provided, to
operate at a minimum purity of not less than 95%.

The Bidder’s proposal shall include calculations to verify the compliance of the LSI requirements.

2.4.8 Neutralisation
The CIP waste solution shall be neutralised before disposal to the outfall and shall comply with the
environmental discharge requirements defined by NCEC and in EIA. The neutralisation tanks
provided shall have sufficient volume to neutralise two complete CIP operations.

Dedicated neutralisation system shall be provided to neutralise acidic and alkaline streams
collected in the chemical dosing area.

2.4.9 Chemical Storage System


All chemical storage system shall be based on 27 days storage of chemicals available at the Plant
as a minimum inventory under normal operational dosing rate and plant flows.

The preparation (makeup) tank and dosing tank for each chemical shall have a capacity of 7 days
under normal operation dosing rate.

The Bidder shall identify any long lead-time chemicals. For the long lead-time chemicals, the
chemical storage capacity shall be a minimum of 40 days.

Chemical storage areas shall be bunded with secondary containment, and the Bidder shall deliver
a system to prevent incorrect or incompatible chemicals from being delivered into the wrong storage
vessel. Storage of all chemicals shall be provided in accordance with Good Utility Practice and
relevant COSHH standards.

Hazardous areas shall be classified in accordance with IEC 60079-10-1, Classification of areas
shall be supplemented as required using NFPA 497, NFPA 654 and NFPA 820.

2.5 ESF, Electrical Supply & Requirements1


The Bidder shall perform the work in accordance with applicable NGSA Engineering Standards,
NGSA Construction Specifications, NGSA Transmission materials standard specification, the Saudi
Arabian Grid Code, NGSA Project Field Procedures for Material Management and Construction
Safety Manual.

The Bidder shall design and build the ESF works to provide the power to the Project.

The Plant must be designed to operate at or below the Contracted Net SPC as measured at the
Primary Consumption and Backup Consumption Metering system (NGSA AMI), based on

(i) operation of the alternative power sources on site, and Plant operation inclusive from the
seawater intake to the transfer outlet;

(ii) the Design Envelope; and

(iii) being calculated on an hourly average basis. The power required to feed the Plant shall be
defined by the Bidder; nevertheless, the total power requested from the substation,
considering the Project loads, cannot be higher than 130MVA, this is the total load available

1 Under review with SWPC/NGSA and shall be shared with Bidder through an amendment.

20
from the Electricity Transmission Facilities. Short term, transient excursions above 130
MVA are permitted, however this is strictly only in the event of the start-up of a large Direct
Online (DOL) type motor with a motor rating greater than 3,000 kW. Exceedance of 130
MVA is not permitted in any other circumstance.

The Bidder shall prepare electrical load schedules showing a breakdown of normally operating
Plant loads in terms of active, reactive, and apparent power (measured in kW, kVAr and kVA
respectively) to be developed and maintained throughout the engineering phase. The load schedule
shall be categorised by each switchboard or area. The Bidder shall provide clear details of proven
technologies and solutions implemented to achieve the Contracted Net SPC of the Plant.

The Bidder shall design, procure, supply, and deliver all equipment and materials, including
operational spare parts and special equipment and/or tools, to the work Site and designated
warehouse(s) respectively, to construct, install, test and commission, perform quality management,
factory inspection / testing, and all associated works and services to put the ESF into service until
handover to NGSA in a satisfactorily working and operating condition.

The ESF shall be considered as a standalone facility within the boundaries of the Easement Land
as indicated; all the necessary requirements to construct the ESF shall be in compliance with NGSA
specifications [PTS-XXXXX]2 and subsequent amendments. The ESF will generally comprise of an
indoor type 380/33kV GIS substation consisting of the following equipment:

• 380 kV GIS having breaker and half configuration comprising of four (4) diameters of total
twelve (12) circuit breakers,

• Three (3) 380/33 kV, 100MVA power transformers and the associated 33 kV cable connections
to the Company’s 33 kV Switchgear. The design shall consider both the proposed three power
transformers and the future one,

• A complete Two (Main and Check) Advanced Metering Infrastructure (AMI) systems and shall
be from different manufacturers and shall operate from separate CT and VT windings for
revenue and power quality monitoring purpose as per Saudi Arabian Grid Code and NGSA
standards,

• All civil works, Mechanical, Electrical & Plumbing (MEP) works, and auxiliary facilities required
to construct substation building & transmission lines,
• The necessary Auxiliary, Protection, Control, Communication, AMI system, OT-Cyber Security
Centre and SCADA equipment for all the breakers. The Monitoring, Control and Protection
system shall be IEC61850 Standards based Substation Automation System (SAS),

• Supply and install electronic meters on the feeding outputs with a voltage of 33 kV according
to the unified specifications of NGSA,

• Supply an automated system to record the power factor and loads and measure the electricity
consumption remotely (AMI: Advanced Metering Infrastructure) for the Developer's feeders with
a voltage of 33 kV according to the specifications of NGSA. In addition, configure and program
the system to be compliant with all orders issued by the Water and Electricity Regulatory
Authority in relation to the power factor and applied tariff and its regulations as amended from
time to time.

• Protection schemes at the point of interface between Bidder and NG should be according to
the Saudi Arabian Grid code. Furthermore, Bidder should provide an entire protection and
control system in accordance with NG/SEC standards and specifications.

The Bidder shall note that the requirements specified in NGSA specification [PTS-XXXXX]3 take
precedence over the above details.

2 Revised PTS number shall be shared with Bidder through an amendment.


3 Revised PTS number shall be shared with Bidder through an amendment.

21
The Bidder shall also design, procure supply and deliver all materials for the 380kV Transmission
OHL required to connect the ESF to the existing electrical substation area as indicated in drawings
and diagrams attached to this MFS and the existing electrical substation at Jubail area:

• Construct one (1) 380 kV D/C O/H T/L, [XX]4 km long, using 4-795kcmil ACSR/AW conductor
per phase on lattice steel tower from SWPC 3B 380/33kV BSP to Jubail Residential 380kV
BSP. This shall establish SWPC 3B – Jubail Residential circuits 1 and 2,
• Construct one (1) 380 kV D/C O/H T/L, approximately [XX]5 km long, using 4-795kcmil
ACSR/AW conductor per phase on lattice steel tower from SWPC 3A to SWPC 3B 380/33 kV
BSP. This shall establish SWPC 3A – SWPC 3B circuits 1 and 2.

The OHL works shall be in compliance with NGSA specifications [PTS-XXXXX]6 and
subsequent amendments and as attached. The Contractor shall note that the requirements
specified in NGSA specification [PTS-XXXXX]7 take precedence over the above details.

At the time of transfer to NGSA, the ESF shall be fully capable of independent operation,
accessible and completed with all necessary auxiliary service according to NGSA requirements.

2.5.1 Project Main Power Supply


The Plant power is to be supplied at 33 kV from the adjacent ESF, from the three ESF
transformers to the Plant's 33 kV switchboard. The interface with the ESF supply being the
incoming terminals of the Plant switchboard three 33 kV incoming Circuit Breakers, the cabling
(Five (5) x single core 500mm2 copper XLPE cables/phase) being installed and terminated
under the ESF scope of works. The Bidder shall provide cable tunnels/duct banks from the
boundary of the ESF to their Plant switchgear room exclusively for the 33kV feeder cables. The
Bidder shall locate the Plant switchgear room to ensure that maximum length of the 33 kV
feeder do not exceed NGSA design limit.

It is intended that NGSA will install Advanced Metering Infrastructure (AMI) system derived from
CT’s/VT’s installed on the Plant incomer Circuit breakers (main and check metering), these
being independent of the Plant's own metering requirements and for the exclusive use for NGSA
protection/metering systems. The Bidder is required to co-ordinate the design and installation
of the cables, CT/VT’s, protection and communication works with the ESF works Bidder, as
defined in this document and NGSA specifications.

It will be required to provide a secure SEC metering room (12 m x 10 m) for NGSA AMI metering
equipment as part of the Plant 33 kV switchgear room. This room shall be fully serviced (lighting,
emergency lighting, grounding, shielding, fire protection, HVAC, etc…). The Bidder shall
provide an AC/DC auxiliary supply system which is supplied from two independent sources to
serve the equipment within the SEC room, additionally the Bidder shall provide a dedicated
interface marshalling panel to terminate the required interface cables. The Bidder is required to
co-ordinate the design and installation of the equipment within the SEC Room with the ESF
works Bidder, as defined in this document and NGSA specifications.

It should be noted that all final details of the project’s main power supply may change, and the
Bidder shall be responsible to confirm all relevant details, standards and necessary
requirements with NGSA as part of the design process.

2.5.2 Alternative Power Source (On-site)


The Bidder will be allowed to consider on-site alternative power source to supplement the electricity
consumption, at their own risk and within the boundaries of the Project Site for Jubail 4&6 and any

4 Under review with SWPC/NGSA and shall be shared with Bidder through an amendment.
5 Under review with SWPC/NGSA and shall be shared with Bidder through an amendment.
6 Revised PTS number shall be shared with Bidder through an amendment.

7 Revised PTS number shall be shared with Bidder through an amendment.

22
land allocated by SWPC, and if allowed by authorities. For the avoidance of doubt, only on-site
solar PV and/or on-site hydraulic turbines shall be allowed in terms of alternative power source
solutions and any other alternative power source solutions shall be non-compliant with Project
specifications.

The power generated from these alternative power sources shall be used for the internal
consumption of the Plant only and take into consideration the loading/demand of the Plant in
managing the generated output to prevent export of power under any circumstances. The Bidder
may also at their discretion install batteries or accumulators for alternative power source, electricity
storage to be used in peak demand periods, but it is not allowed to export electricity from the Site.
Bidder has to ensure to SWPC, their alternative power plan does not impact the nearby Plant and
environment.

The Alternative power source shall integrate into the Site electrical distribution network at the
highest voltage level possible and include protection/disconnection of the alternative power source
in accordance with NGSA or EA Counterparty Codes of practice and guidelines including the Saudi
Arabian Grid Code.

Following shall be noted if Bidder considers for the installation of Solar PVs as an alternative power
source. The allocated site has adjacent installations that include building/structures that may affect
the potential solar PV generation output. The Bidder shall make their own assessment of potential
shading in their design and will need to consider, space limitations, loss of production (MWh/Year)
due to shading and the other building's optimal location to meet guaranteed performance.
Additionally, the Bidder is expected to consider the layout of the IWP buildings/structures to not
adversely affect the solar generation of adjacent PV installations, particularly shading would occur
on the first hours of the morning after sunrise. The Bidder is to conduct a photovoltaic glint and
glare assessment to ensure that the design and layout of the PV panels do not affect nearby users
and sensitive receptors. Additionally, Bidder to provide the load and power supply pattern data as
part of its solar PV and BESS proposal if battery energy storage system is considered by the Bidder
in its design.

Installation and Operation of alternative power source shall be undertaken in line with Regulatory
Framework by Water and Electricity Regulatory Authority.

The Bidder shall include during bidding stage and detailed design stage a detailed proposal of any
alternative power source to supplement power supply including load lists, connection points &
interfaces, plans and details of the proposed implementation and operation of such infrastructure.

2.5.3 Essential Back-up Power Supply


The Bidder design of the electrical system shall ensure an emergency power system to allow a safe
shut-down in case of a condition or event to protect people and equipment. The following items
shall be designed, procured installed, tested and commissioned:

• Emergency diesel generators,


• AC UPS with its associated components,
• Back-up supplies for site security systems and
• DC control voltage for open and close control system for 33 kV and 13.8 kV/other MV
switchgears.

Each essential power system shall operate automatically without intervention by sensing the loss
of normal power supply and incorporate monitoring to identify failure or non-availability of the
essential services power. The power supply from emergency diesel generators shall be designed
to operate parallelly with grid supply and alternative power source’s supply.

It is expected that the UPS systems will operate at full demand for at least 6 hrs, DC Power supply
to all control systems & switchgears on continuous basis followed by Power supply to all essential

23
services from Emergency Diesel generators till the period of regular Power supply normalization.
The Bidder will design and provide redundant essential power systems (excluding emergency
diesel generator) and decentralise these facilities.

2.5.4 Electrical Requirements of the Plant


The following specifications and Good Utility Practice shall cover the basic guidelines and
requirements for the design and supply of the electrical systems and equipment to be provided for
the entire Plant.

In conjunction with the plant control system, the electrical system shall be installed to operate the
plant in automatic mode with provisions to operate also in semi-automatic, in manual mode and for
the operation and control of the entire Plant along with all plant auxiliaries including electrical
distribution of MV and LV systems for the SWRO Plant.

No single power component failure shall:

• Cause any danger to personnel or the Plant,


• Invalidate protection by inhibiting a trip,
• Shut down more than one major equipment item,
• Simultaneously trip a Plant item and invalidate its auto-changeover, and
• Affect more than one plant group or process area.

Duty/standby and/or duty/assist/standby may be utilised as determined by the process design and
mechanical equipment selection with all electrical equipment/controls being failsafe.

The Bidder shall design and install a complete operating electrical system, without the need for
additional equipment or wiring to make the systems fully functional.

All LV electrical design and installation works shall comply with Saudi Building Code Part 401 -
Electrical Code as the primary low voltage electrical design and installation standard within Saudi
Arabia. The use of an alternative LV electrical design or installation standard will be subject to
approval by the organisation having jurisdiction.

Medium and high voltage design and installation standards may be selected from the appropriate
international standard such as those issued by IEEE/NFPA/ANSI or BS/EN/ISO/IEC.

Equipment and systems, design and construction shall utilise the appropriate international standard
for that equipment such as those issued by IEEE/NEMA/ANSI or BS/EN/ISO/IEC.

Power system arrangement shall be selected based on evaluation of such factors as service
continuity, reliability, flexibility, investment cost, operation, and maintenance requirements.

Power distribution shall be designed and configured to provide redundancy to limit the effects of
single failures of plant equipment impacting the Plant. All equipment, which has been identified that
could cause an outage of the whole plant if it fails, shall be designed to provide 100% redundant
electrical supply equipment.

The electrical system shall be designed for a life of 25 years. In the case of backup batteries and
other consumables, the Bidder shall allow for replacement of these items as required to ensure the
systems remain operable for their design life.

On completion of the works the necessary spare capacity or provision of spares will be provided.

All electrical equipment and systems shall be designed and constructed at the manufactures works
with only final erection being carried out on Site. To minimise Site modification, all equipment will
be tested and proved operational at the manufacturer’s works, where required these tests may
include simulated operation of external control/signal elements or control systems. Tests to be

24
carried out as defined in the appropriate standard and manufacture’s procedures, all functional and
operational test may be witnessed by SWPC or its supervising engineering personnel.

All equipment shall be of applicable standards and reliable design. The highest extent of uniformity
and interchangeability shall be realised. The design shall facilitate easy maintenance and repair of
the components.

The equipment shall operate satisfactorily under load, voltage and frequency variations as well as
under short circuit and transient conditions within specified ratings and guarantee limits.

The Bidder shall provide a detailed electrical load list for the entire Plant at both bid submission
stage and during detailed design stage, for SWPC’s evaluation and review to confirm SPC and
efficiencies.

Design of Electrical Equipment

The design temperatures indicated below define the minimum requirement for design of electrical
equipment. However, the Bidder shall be responsible for choosing an appropriate design in a way
that the use of any electrical equipment will be not restricted under any ambient conditions. The
Bidder shall verify the accuracy of the design ambient conditions and, if necessary, adapt the given
design temperatures:

Table 2-1: Design Limits for Electrical Equipment

Description Temperature [º C]
Maximum design temperature for electrical equipment installed
40 °C
indoors in rooms with redundant air conditioner
Maximum design temperature for electrical equipment installed in
non-air-conditioned rooms or outdoors
50 °C
(All equipment located outdoors shall be installed in a shaded area
or provided with sunshade)
Minimum design temperature 5 °C

2.6 Other Utilities


The following infrastructure utilities can be expected and should be considered, without limitations,
as part of the Project. The Bidder should familiarise itself with possible infrastructure interfaces and
conduct appropriate assessments of availability, all specific requirements, Site surveys, permits,
permissions and way leaves relating to each. Please also refer to Part III of the RFP for indicative
connection points and interfaces. All connection points and their coordinates are indicated at the
Site boundary and the Bidder shall be obliged to confirm these locations with relevant stakeholders.

• Water supply during construction – The Bidder shall note there is no existing water supply to
the site and on-site potable water supply will have to be established by means of connection to
existing distribution systems, boreholes and/or on-Site treatment or tanker supply and storage
on Site. This will be the responsibility of the Bidder,
• Electrical supply – The Bidder shall confirm electrical supply connection details with NGSA.
Electrical supply during construction shall also be the Bidder’s responsibility,
• Road network – The Bidder will be responsible to construct and maintain an access road to the
Project Site in accordance with HCIS and SWCC requirements to be confirmed by the Bidder.
The IWP shall be considered to fully comply with the HCIS Class 1 requirements,
• Storm water drainage – No drainage infrastructure currently exists on the Site, and this will
have to be designed and developed by the Bidder,

25
• Sewerage Networks or treatment facilities - No sewerage infrastructure or treatment facilities
currently exists on the Site, and this will have to be designed and developed by the Bidder,
• Communication – The Bidder shall note there is no existing communications infrastructure at
the site. The Bidder will need to establish the required communications infrastructure with the
public network’s providers and installed by the Bidder.

2.7 Project Interfaces


DEFINITION OF INTERFACES

"Interfaces" refers to the physical points at which the Project’s interconnection facilities and other
facilities meet.

There are two categories of interfaces:

• Category 1: Interfaces, which are related to the Plant, and which shall be considered by the
Bidder during project development, construction and O&M phase over the
Term,
• Category 2: Interfaces, which are related to ESF and which shall be considered by the
Bidder during Project development and construction phase. Upon transferring
the ESF works, NGSA shall be responsible for operation and maintenance of
these Interfaces.

The Bidder shall be responsible to actively clarify all the interfaces requirements with NGSA, the
EA Counterparty and SWCC/WTTCO and all other applicable Authorities and shall provide all
required installations and connecting works for successful interconnection.

A. CATEGORY 1 INTERFACES

The Category 1 Interfaces are described in the following table:

Table 2-2: Category 1 interfaces

Medium / Facility / Resource Interface Partners Location of Interface


Interfaces with the Water Transmission Facilities

Potable water Plant to Water Transmission Water Transmission Facilities


Facilities boundary as described in RFP Part
III Conceptual Layout.

[Pressure requirement at the


Connection Point to be calculated by
Bidder]

Signal exchange Plant to/from Water Water Transmission Facilities


Transmission Facilities boundary at WTTCO load centre at
Water Transmission Pumping Station

Interfaces with ESF8

8 Under review with SWPC/NGSA and shall be shared with Bidder through an amendment.

26
Medium / Facility / Resource Interface Partners Location of Interface

Site boundary between ESF and


Potable water Plant to ESF
Plant

Site boundary between ESF and


Firefighting water Plant to ESF
Plant

Storm water ESF to Plant XXX9

Signal exchange Plant to/from ESF ESF Control panel

Power ESF to Plant 33 kV feeder cable’s terminations at


IWP 33 kV incomers

Interfaces with others

Access road Plant to / from Municipality The Bidder for Jubail 4&6 IWP will
construct the access road from
interface point [XXX]10 as tentatively
marked in layout up to the project
site entry.

The Jubail 4&6 Bidder will be


responsible for the maintenance of
this access road.

Communication & dispatch Plant to / from Load Dispatch Control panel at Load Dispatch
Centre Centre at WTTCO water
transmission pumping station control
room
Storm water Plant to sea Outlet of open concrete channel

Brine and treated wastewater Plant to sea Diffuser of the outfall pipe

Sludge disposal Plant to truck Sludge loading station in Plant

Seawater intake/supply Sea to Plant Seawater intake heads

.
B. POTABLE WATER INTERFACE

The Project interfaces are schematically indicated in the figure below:

9 Under review with SWPC/NGSA and shall be shared with Bidder through an amendment
10 Under review with SWPC and shall be shared with Bidder through an amendment

27
Figure 2-1: Potable water interfaces and battery limits for Jubail 4&6

Point M6: Plant Operational Monitoring & water quality critical control
point & Water Connection Point (including Availability,
Quality and Output metering & monitoring)
Point D to E: Special Equipment to WTTCO.

The potable water will be transferred to the Water Transmission Facilities as shown in Part III of
RFP. The preliminary interface requirements and coordinates to be agreed during the detailed
design phase between the Bidder and WTTCO and as detailed in section 2.7 of this document.
Bidder to use a separate meter apart from M6 to control and finetune the operation of the IWP Plant.
This separate meter installed within the IWP boundary shall be provided based on Bidder’s design
and experience. The accuracy of all the meters as per Bidder’s experience and as needed for the
process correction.

The scope of work shall include the coordination with the relevant stakeholders for the design and
operation of the related facilities. The pipe connection at the interface point shall be stress free,
fitted with an expansion joint and electrical insulation to isolate the pipeline and WTTCO cathodic
protection systems from each other.

The Bidder shall submit all statements and methods of work executed in order to confirm its
operational safety including hydraulic and design studies, to SWPC supervising Consultant who will
supervise and attend all execution and activity tests by using SWPC approved software.

The interconnection will include water quality monitoring station and flow monitoring and isolation
valve to which the potable water pipe from the Plant shall connect (all equipment shall be installed
and configured in accordance with the WPA and Water Regulator Code). Flowmeters used at M3
and M6 locations are required for fiscal metering, and they shall be Class 1, with maximum error
toleration of 0.2% and supplied from an independent power supply source (local UPS). The final
sampling point shall be located as close as possible to the SWRO/WTTCO interface point (E).

The Bidder is responsible for the potable water line routing for connecting the Plant area with the
Water Transmission Facilities connections and tie-ins as indicated in Part-II and Part III of the RFP.

28
The Bidder shall execute trial and test pits in order to identify the underground facilities that need
to be rerouted/removed by the Bidder to allow any of the above connections.

C. ELECTRICAL INTERFACE WITH THE ESF11

Electrical interface with the ESF supply being the incoming terminals of the Bidder's Plant
switchboard three 33 kV incoming Circuit Breakers, the cabling (Five (5) x single core 500 mm2
copper XLPE cables/phase) being installed and terminated under the ESF scope of works.

The earthing system shall be standalone, although integrated with the existing earthing system at
least at two points, as noted in Table 2.3.

Fibre optic cables for differential protection shall be connected to an interface panel located in the
Bidder’s IWP Switchgear room (SEC Metering Room).

The works to connect the interface panel with differential protection shall be included in the ESF
scope, considering that the Project fibre optic battery limit is the interface panel.

The Bidder is responsible for routing of the electrical cables to connect the Plant with the ESF. It is
mandatory to execute trial and test pits in order to identify the underground facilities that need to be
rerouted / removed by the Bidder. The Contractor shall confirm all electrical interfaces with NGSA
as part of detailed design.

Table 2-3: Electrical Interfaces

Tie-In Voltage
From To
Details Level

SWRO Plant IWP switchboard


ESF 33 kV ESF 380/33 kV Three
33 kV three 33 kV incomers cable
supply Transformers
terminals

Earthed 33 kV SWRO Plant Existing Earthing mat (if any)


wire

D. SEAWATER ABSTRACTION INTERFACE

The interface shall be considered at the inlet of the intake riser mouth or passive screen.

The Bidder shall construct the complete submerged intake structure and the interconnection
including all necessary civil structures, intake risers, coarse bar screen, mechanical ‘fine’ screens,
valves, fittings, piping, electrical and instrumentation equipment and security systems.

E. MARINE OUTFALL INTERFACE

11 Under review with SWPC/NGSA and shall be shared with Bidder through an amendment

29
The interface shall be considered at the outlet of the outfall diffusers.

The Bidder shall construct the complete structure and the interconnection including all necessary
civil structures, valves, fittings, piping, electrical and instrumentation equipment and security
systems.

F. WASTEWATER INTERFACE

Process wastewaters will be processed at the on-Site wastewater treatment plant to meet the
requirements for liquid discharges into the sea via the marine outfall.

Sludge resulting from process wastewater treatment will be dewatered and removed by the Bidder
via trucks for disposal to approved landfill Sites, to be confirmed by the Bidder.

G. SANITARY WATER INTERFACE

The Bidder shall include provision of the sewage treatment plant and shall arrange the sanitary
interface as part of their scope of works. This applies both to the construction period and to the
Project Commercial Operation Period for the Plant and for the other Plant facilities.

The sanitary wastewater (produced in bathrooms, locker rooms, break room, laboratory and in any
other part of the Plant) shall be treated on-Site by means of a dedicated sewage treatment facility.

H. ROAD INTERFACE

The Site will be accessible from the main road (to be identified).

The new access road from the Site to the interface point (XXX)12 as shown in layout shall be
constructed by the Bidder, the access road will be defined by SWCC based on the overall master
plan of the area.

During the construction period, the Bidder may have his separate access to the Site through a gate
with security, if allowed by SWCC. During the Project Commercial Operation Period, the main gate
will be used as specified by the SWCC and HCIS security requirements.

The Bidder shall carry out all studies and approval related to the HCIS requirements in accordance
with local regulations and SWCC requirements, considering that Plant boundary itself to comply
with HCIS Class 1 requirements (to be constructed by the Bidder).

I. SIGNALS INTERFACE

The Plant shall have a signal interface between the Plant and the Water Transmission Facilities;
the details of this interface are to be agreed with the Water Transmission Facilities owner and shall
be in line with the Water Regulator Code.

The Plant shall bring the communication cables to an agreed interface cable with the agreed list of
signals to be shared with Water Transmission Facilities operator.

The Plant shall have a signal interface to/from Load Dispatch Centre and at the WTTCO Water
Transmission Pumping Station Control Room, for communication/dispatch instruction.

The following minimum but not limited data to be displayed:

• RO Plant data:
o general status of each RO skid,

12 Under review with SWPC and shall be shared with Bidder through an amendment

30
oproduct flow rate from each RO skid,
ototal potable flow rate for the main flowmeter and the backup flowmeter upstream of
the Water Transmission Facilities at all the connection points
o overall Plant screen,
o isolation valves status at the connection point,
o water quality monitoring parameters,
o pH,
o Temperature,
o Conductivity,
o Turbidity,
o Residual chlorine,
o Alkalinity (to be measured quasi-continuously), and
o Pressure.
• WTTCO Water Transmission Tanks (from WTTCO Local Control Centre):
o All water transmission tank levels:
▪ High level alarm 13– WTTCO to action,
▪ High/High level alarm – IWP to stop pumping.

Data shall be available through IP-VPN at SWPC headquarters in Riyadh and shall be implemented
in order to allow a secure data transfer of real-time process and performance data to SWPC
headquarters in Riyadh.

CATEGORY 2 INTERFACES14

The following interfaces will be specified at a later date by means of an addendum:

• Interface: Power - Grid to ESF,


• Interface: Signal exchange between Water Transmission Facilities/ ESF

13 To be confirmed with WTTCO


14 Under review with SWPC/NGSA and shall be shared with Bidder through an amendment

31
3 TECHNICAL FUNCTIONAL
SPECIFICATIONS
3.1 Design Requirements & Functional
Specifications
3.1.1 General Requirements & Design Standards
This section describes guidelines for the minimum technical requirements and functional
specifications for the design and construction of the Plant.

All items provided by the Bidder shall be designed, supplied and installed in accordance with the
more stringent of the Saudi Arabian standards and international standards (ISO or similar indicated
below), but only to the extent that these international standards are not in conflict with Saudi Arabian
legislative requirements.

In addition to the technical requirements of this paragraph, the selection of the technology, the
design and the arrangement shall be suitable for the conditions of the Site and optimized efficiency
requirements.

The works shall be designed, manufactured and configured in such a way that they will maximize
the ability to desalinate seawater within the required limits and produce potable water and shall
comply with relevant best practices and accepted standards.

The Bidder shall apply a well-established works component classification and identification system.
The SI (International System) system of units shall be used for design, drawings, diagrams,
instruments, etc.

A. Permits, Licenses & Wayleaves

It will be the responsibility of the Bidder to obtain all consents, permits and licences as well as
wayleaves and rights of way and relevant approvals from Authorities necessary to carry out the
Works and to ensure that the costs of procuring such consents, permits, licences and wayleaves
are included subject to clause 4.2.1 of the WPA in the documents agreed with the Preferred Bidder.

B. Design Standards and Codes

The Bidder shall ensure that the provision of the works is in accordance with the more stringent of
the Saudi Arabian standards and international standards (ISO or similar acceptable standards
indicated below or stated elsewhere in this document), codes and best practices, but only to the
extent that these international standards are not in conflict with Saudi Arabian legislative
requirements. In the event of an inconsistency, conflict or discrepancy between any of below
mentioned documents, the most stringent requirement will prevail. The latest editions of the
standards, codes and best practices, available during the project execution stage, issued by the
following organizations shall apply and be allowed for the design, construction, testing and
commissioning of the works. The Bidder shall be responsible to confirm and comply with all relevant
standards, conditions and specifications of relevant stakeholders. In terms of International
Standards, only the following shall be used as indicated above:

• ISO International Organization for Standardization,


• IEC International Electrotechnical Commission National Standards,
• ANSI American National Standards Institute,
• BSI British Standards Institution,

32
• DIN Deutsches Institut für Normung,
• EN European Standards,
• JSA Japanese Standard Association,
• ACI American Concrete Institute,
• AGMA American Gear Manufacturers Association,
• AIJ Architectural Institute of Japan,
• AISC American Institute of Steel Construction,
• AISE Association of Iron and Steel Engineers,
• AISI American Iron and Steel Institute,
• AMCA Air Movement and Control Association,
• API American Petroleum Institute,
• ASCE American Society of Civil Engineers
• ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers,
• ASME American Society of Mechanical Engineers,
• ASTM American Society for Testing Materials,
• AWS American Welding Society,
• AWWA American Water Works Association,
• SBC Saudi Building Codes
• HIS Hydraulic Institute Standards,
• IEEE Institute of Electrical and Electronics Engineers,
• IPCEA Insulated Power Cable Engineers Association,
• ISA International Society of Automation,
• JEC Japanese Electrotechnical Committee,
• JEMA Japan Electrical Manufacturers Association,
• JIS Japanese Industrial Standards,
• NFPA National Fire Protection Association,
• SASO Saudi Standards, Metrology and Quality Organization,
• VDE Verband Deutscher Elektrotechniker,
• WEF Water Environment Federation,
• OSHA Occupational Safety & Health Administration,
• EPA Environmental Protection Agency Standards.
• SBC Saudi Building Code,
• CIRIA Construction Industry Research and Information Association

3.1.2 General design basis


The Bidder’s scope shall include, but is not limited to, Site preparation, the development, design,
engineering, procurement, manufacturing, factory testing, transportation to Site, construction,
installation, Site testing, commissioning and performance testing of all equipment and
infrastructure. In addition, the Bidder shall operate and maintain the Plant for the Term after the
successful commissioning of the Plant.

The Bidder shall include in their scope all the equipment, works and services necessary for
complete, safe and prudent provision of the Project works, notwithstanding certain essential items
not being expressly stated in the Instructions to Bidders or elsewhere.

To ensure competitiveness, the SWPC requirements are set out in a manner that allows a variety
of technological solutions and choices of equipment suppliers. Requirements described in certain
paragraphs of the SWPC requirements are minimum requirements that ensure the quality of
technological processes for the Project.

The basis of design of the works and its construction shall satisfy the following fundamental
requirements:

• performance and reliability,

33
• the design concept for the works must ensure modularity, with maximum flexibility and
reliability,
• the minimum number of units proposed, and the design thereof should allow for each of the
parallel process lines/skids, tanks, etc., to be taken out of operation, one at a time, for
maintenance without affecting the Plant's ability to meet the Water Quality Specification,
• civil engineering and building works are to be designed based on an adequate service life
period for the Project and Site-specific coastal conditions. Mechanical and electrical
installations shall be suitable for continuous operation 24 hours per day, as well as for
intermittent operation, under all local climatic conditions,
• robust design and construction of all Plant and equipment suitable for the harsh environmental
conditions,
• the design of the system components shall be adapted to local conditions, be state of the art
and shall be such as to facilitate construction, operation, inspection and maintenance of all
processes and equipment. All mechanical and electrical equipment to be supplied shall have a
proven reliability record in similar works. The Bidder is to describe how problems caused by
breakdowns and servicing will be minimized by the inclusion of stand-by equipment, spare
capacity, etc…,
• adoption of design practices and approaches which will reduce and optimize capital and/or
operating costs,
• standardization of components selected to reduce spares inventory and reduce lead times for
ordering of items not kept with spares, and
• Availability of the Plant and potable water storage as per the applicable performance
specifications.
• The Plant shall be equipped with facilities to automatically dump the water not meeting any of
the specified potable water quality requirements.

Operability, maintenance and safety requirements shall be provided by the incorporation of the
following:

• ease of access to equipment, controls and monitoring stations, etc...,


• equipment lifting devices; electrical cranes should be provided for all pumping and engine
rooms and mechanical plant where needed,
• separate storage facilities for chemicals including secondary containment (in compliance with
relevant COSHH regulations),
• lighting to all operating areas,
• ventilation of all covered operating areas including adequate odour monitoring and control,
• machinery guards,
• proper electrical insulation facilities,
• noise suppression and insulation,
• stairs, handrails, covers, harness points, etc…,
• appropriate safety systems, monitors, meters and alarms,
• International best health and safety practices and procedures,
• International best asset management systems including intelligent tagging, monitoring,
maintenance and materials interfaces.
• The project datum shall be WGS 84 (horizontal) and mean sea level (vertical).

3.1.3 Design Life & Redundancy


A. DESIGN LIFE

The minimum lifetime envisaged is as follows:

• 25 years for all the mechanical components with minimum maintenance,


• 25 years for all the electrical components with minimum maintenance, and

34
• 40 years for civil buildings and structures.

In case of backup batteries and other consumables, the Bidder shall allow for replacement of these
items as required to ensure the systems remain operable for their design life.

B. REDUNDANCY

The Bidder shall be fully responsible to provide adequate redundancy in the Plant, where
necessary, to ensure that the Contracted Capacity of 600,000 m3/day and Plant Availability is
maintained as required by the performance specifications and the WPA, within the overall design
envelope and in order to maintain compliance with the Water Quality Specifications.

The proposal from the Bidder shall clearly identify the redundancies in the Plant. As a minimum the
following allowances shall be made in terms of plant redundancy.

• The intake and pre-treatment sections will include adequate redundancy capable of conveying
and treating 100% of the seawater volume requirement for the Contracted Capacity at all times
within the Design and Correction Limits,
• The outfall shall have capacity to discharge 100% of the abstracted seawater and associated
waste streams, for any condition within the Design and Correction Limits, with respect to the
Contracted Capacity,
• For vital / essential equipment components, where the installation of standby units is not
practicable, a respective number of cold standby units shall be provided,
• With respect to the Plant, the Plant shall be developed with an N-1 philosophy, having N RO
skids installed. This means that the filtration and RO sections will be able to meet the
Contracted Capacity with N-1 (N less one) RO skids in operation.

The Bidder may optimize the provided concept such that higher redundancy and availability are
achieved.

The Bidder shall include into their offer a detailed redundancy concept demonstrating the Plant
operation during breakdowns or regular revision and maintenance works for all relevant Plant
facilities. There shall be sufficient detail for review and evaluation of the proposed redundancy
approach including Plant, systems, process stream and equipment redundancy to ensure
availability of the contracted capacity.

C. MATERIALS

All materials in contact with seawater and brine shall be of suitable design and shall have proven
suitability in comparable installations. Corrosion due to inadequate combination of different metals
must be avoided.

Stainless steel material in contact with seawater or brine shall have an actual (PREN) of at least 40
and a Crevice factor (CF) of at least 35; to be calculated as follows:

For super austenitic alloys:

PREN = Cr (%) + 3.3 x Mo (%) + 16 x N (%).

and a CF:

CF = Cr (%) + 3 x Mo (%) + 15 x N (%).

For super and hyper duplex alloys:

PREN = Cr (%) + 3.3 x (Mo+0.5W) (%) + 16 x N (%).

and a CF:

CF = Cr (%) + 3 x (Mo+0.5W) (%) + 15 x N (%).

35
All stainless-steel piping shall be passivated in accordance with ASTM A380 after Site fabrication
has been completed. Socket welded fittings are not allowed when designing with stainless steel
materials. Where materials are subject to an elevated risk of corrosion (e.g., due to stagnant water
or presence of crevices) additional protection shall be applied e.g., by coating or cathodic protection.

D. EXISTING SITE CONDITIONS

Prior to the start of construction and installation, the Bidder shall undertake all necessary
preparatory works as per Saudi and International standards, including:

• investigation of any existing facilities/infrastructure above and below ground in the Site area,
• re-routing of any existing live facilities/infrastructure above and below ground in the Site area
in agreement with the owner of the facility/infrastructure at the Bidder Cost,
• removal of any existing facilities/infrastructure above and below ground, including mechanical
and electrical equipment, in the Site area at the Bidder’s Cost,
• provision of temporary laydown areas, warehouses, workshops, concrete batching plant,
vehicles, equipment, all as necessary for the construction phase. The Bidder shall note that
these areas must be contained within the Jubail 4&6 boundary as no external areas are
available,
• provision of temporary:
o power and water supply,
o firefighting and alarm system,
o Site drainage, stormwater and sanitary drainage,
o Safe storage area for hazardous materials, and
o Safe storage area for hazardous waste.
• disposal of sewage, as necessary,
• disposal of hazardous waste, as necessary
• removal of existing buildings and structures as required,
• provision of temporary roads and fencing including gates as necessary, and
• provision of first aid, Site safety and security system for the construction phase.

3.1.4 Detailed Design Requirements


The Bidder will maintain a BIM compliant digital design data management platform for all the design
information. All design will be digitally constructed, manipulated and stored; and any paper copies
of design information shall only be for information to aid design, construction or to aid understanding
of what is stored digitally. As-built design data shall also be digital and all of the above shall be
provided to SWPC and their technical advisors in digital 3D and 2D format that is suitable to
mainstream digital platforms.

The design and as-built data should ideally be digitally linked to a CMMS in real time so that any
design data, plant or component changes for maintenance are automatically updated on the as-
built digital data records. This is to ensure a single version of accurate and up-to-date records and
information and a high level of data and operational management efficiency throughout the lifecycle
of the plant.

The Bidder is to use state of the art design tools and these shall include, but not limited to the
following:

• The primary design is to be undertaken with a 3-dimensional (3D) model from which 2D
drawings shall be generated. The 3D designs shall accurately detail the external surfaces of all
plant and electrical switchgear. All plant is to be TAG numbered and digitally linked to the
Intelligent P&IDs and the CMMS,
• P&IDs shall be produced and will be the basis of all the mechanical, electrical and ICA designs.
The P&IDs should clearly indicate Plant and show the interconnections. The P&ID system
architecture shall be linked to the specific detail of each item of plant and/or instrument as
attributes that will be embedded in the software package used to construct the Intelligent P&ID.

36
The P&ID software shall ensure performance curves can be captured and hyperlinked to the
attributes. Unique TAG numbering will be digitally linked to the 3D design model components
and the CMMS. The P&IDs will be set up to generate all valve and instrument and plant
schedules,
• The mechanical and electrical (and ICA) 3D modelling shall be compatible and integrated with
the civil, structural and architectural 3D packages to ensure there are no equipment
interferences during operation and maintenance,
• For Electrical network design and load flow modelling and protection setting calculations,
modern versions of ERAC or ETAP (or similar) are to be used for HV and AMTEC (or similar)
for LV.

All design submissions and ‘As Built’ submissions will be rejected if they are not compliant with the
above.

3.1.5 SWRO Treatment Process Requirements


The Bidder shall employ the latest SWRO technology and may offer various SWRO technologies
and configurations for the components which implement the process technology in the Plant. Any
acceptable SWRO treatment system and associated technology can be implemented, provided it
is technically proven on a similar scale, for similar conditions.

The Bidder must present its own technological process for the works and is fully responsible for the
process design and subsequent process guarantees. The Bidder should note that the seawater
characteristics vary throughout the year and throughout the day. The Bidder should undertake their
own assessment of seawater characteristics and make sufficient allowance for possible variances
within the ranges specified.

The Bidder shall prepare minimum three (3) different manufacturer’s RO projections with the same
RO configuration (array arrangement). Projections to be obtained either from membrane
manufacturer or RO projection to be run by designer and vetted by membrane manufacturer.

The Bidder shall be free to design the Plant as it deems appropriate, provided that the design
conditions and the specifications are fully complied with.

3.1.6 MEICA Requirements General


The design of the system components shall be adapted to local conditions, be state of the art and
shall be such as to facilitate construction, operation, inspection and maintenance of all processes
and equipment. All MEICA equipment to be supplied shall, wherever possible, have a proven
reliability record in similar works and conditions. The Bidder is to describe how problems caused by
breakdowns and servicing will be minimized by the inclusion of stand-by equipment, spare capacity,
by-passes etc.

The Bidder shall maximise, as is reasonably possible, on the standardisation and interchangeability
of plant and components so as to minimise down time.

The Bidder shall ensure a robust supply chain from all suppliers and ensure in country
representation of the manufacturers and suppliers of all the major plant components.

A. Electrical power requirements

The main objective is to provide a fully functional, automatic Plant including the design, supply,
installation of the electrical and ICA (EICA) infrastructure. The final design of the infrastructure must
enable the system to cope with the flow demands and any associated scenarios.

The Bidder’s design shall be based on the voltage levels stated in SEC Distribution code and other
KSA standards, these being 33kV, 13.8kV, 4.16kV and 380/220V all at 60Hz.

37
International specifications and best practices and Good Utility Practice shall apply to the design
and installation of all electrical systems.

B. Instrumentation, Control & Automation (ICA)

The Bidder is to develop a system architecture for the Project but also to allow connectivity/interface
with SWPC for local and remote monitoring of the Site SCADA/DCS systems and the Bidder shall
liaise as necessary with SWPC to establish the protocols and thus ensure compatibility so that the
system works effectively. The Bidder shall be responsible for the design of the remote monitoring
system, based on Good Utility Practices.

The control system architecture shall be capable of running the Plant automatically with manual
override in case of breakdown of automatic control. Each process area shall be controlled by DCS
or dedicated PLCs, all PLCs shall be networked, and dual redundant DCS/PLCs shall be considered
to provide additional redundancy.

The plant SCADA/DCS system shall also control and monitor the site electrical systems and
switchgear including operation and metering functions as required. The protection systems for
switchgear shall be separate from the SCADA/DCS system but may provide monitoring functions
of the switchgear protection.

The ESF controls, protection and metering systems specified under NGSA PTS specifications shall
be totally independent of the SWRO plant SCADA/DCS.

Adjustable set points to modify the control parameters on any item of plant shall be adjustable only
on the Plant manager's personal computer or the program development system. The central master
station shall scan the sub masters. Block transfer of data shall be accepted. All alarm and event
time and data recorded at the sub master stations shall be transferred to the master station.

All the signals that are required for the process plant safety operation, plant critical alarm/trips and
controls shall be hard wired between plant installations.

The architecture must also allow for SWPC to monitor and interrogate the computerised
maintenance management system and see plant failures and fixes the plant maintenance
programs. This interface will provide local and remote interface to SWPC to the plant SCADA/DCS
system as follows:

• Local Interface – The Bidder shall provide three workstations connected to SCADA/DCS
network either directly or via a firewall in the SWPC on-site project office.
• Remote interface – The Bidder shall provide hardware and systems as detailed in SWPC IT
Department General Information and Guidelines specification (see Attachment B) to provide
the data interface at SWPC Riyadh HQ Data Centre.

Further to the above, the Bidder shall establish and provide the necessary mechanisms to have
data exchange and a systems integration between the SCADA/DCS, DCS/PLC’s, metering,
metering data acquisition systems, Plant settlement systems, etc…, and SWPC data base system
in accordance with the SWPC Data Registry and Intelligent Hub (DRAIH) – Standard Interface
Specification for Data Exchange. The Bidder shall provide their functional design specification of
data exchange for SWPC approval. The Bidder shall telemeter the data signal of operation and
settlement metering to the SWPC data base system directly via the approved data exchange
interface and in accordance with the latest SWPC Standard Interface Specification for Data
Exchange.

The following parameters from Potable water analysis required to be available to SWPC via the
DRAIH can be provided from laboratory analysis either onsite or an accredited off-site laboratory
subject to SWPC acceptance:

• Sulphate,
• Calcium Hardness,

38
• Copper,
• Boron,
• Bromine.

It is not required to provide values for Alkalinity or LSI as detailed in Clause 7.5.2 of DRAIH for
water discharge flow.

SCADA/DCS/PLCs of the Plant shall be a programmable up-to-date modern digital process control
system with self-diagnostic features ensuring the operation for the remaining lifetime of the Plant.
It shall be based on the current generation of microprocessors and proven in at least two similar
SWRO plants in commercial operation in the last three years as far as the system family is
concerned. The software and system components like cards/modules, computer equipment shall
be the most advanced version in operation. The Bidder shall also ensure that the supply of spare
parts and technical support for the control system is available for the lifetime of the Plant.

The system shall fulfil the latest cybersecurity requirements (as per HCIS and the EC Controls),
also refer to Part D Cybersecurity requirements below. It shall be secured/protected from internal
and external threats and shall have provision to safeguard the system against malicious actors and
activities. The system shall be designed with security measures, segregation and availability to
reflect Plant requirements and have measures for disaster recovery and business continuity. The
system shall be designed to allow easy extension in case of subsequent modifications on the
controls and the associated signal processing equipment for hardware and software.

C. Mechanical Requirements

It is in the Bidder’s interest to ensure the suitability of the design of all mechanical
equipment/component and that it is optimum for the purpose intended. The Bidder will make their
own assessment of materials and standards to fulfil their asset management objectives and
international specifications and best practices and Good Utility Practice shall apply to the design of
all mechanical installations.

The Bidder shall ensure that the installation designs give easy, good and safe access to all
equipment/component. Adequate lifting facilities are to be provided that will enable removal of
equipment/component for maintenance or replacement.

The Bidder shall take particular care in the design, installation and certification of flowmeters and
water quality instrumentation to ensure they meet the accuracy and repeatability standards
specified. This would include ensuring adequate pipe lengths are provided for flow meters upstream
and downstream. The Bidder shall provide suitable spool-pieces to enable removal of all/any
operationally or process critical flow meters unless they are provided with a parallel bypass
connection.

D. Cybersecurity Requirements

The Bidder shall be solely responsible for the cybersecurity of the Project and the Plant. The Bidder
shall at all times during the Project fulfil and comply with the requirements of the following
Cybersecurity Standards and as may be amended and/or supplemented from time to time:

• Standards/guidelines of the National Cybersecurity Authority (NCA),


• Any additional specification issued by NCA within the ICS scope,
• standards/specifications of the High Commission for Industrial Security (HCIS”),
• cybersecurity standards/specifications of National Grid Saudi Arabia and Saudi Electrical
Bidder (NGSA and SEC) where relating to NGSA/SEC assets,
• any applicable cybersecurity policies and/or requirements approved and/or implemented by the
Government and/or SWPC.

In line with NCA Essential Cybersecurity Controls, a dedicated Cybersecurity function must be
established by the Bidder. The Bidder should also follow any specification issued by NCA within the

39
scope of ICS. This function must be independent from the Information Technology/Information
Communication and Technology (IT/ICT) functions (as per the Royal Decree number 37140 dated
14/8/1438H). This cybersecurity function shall report directly to the head of the organisation or
his/her delegate while ensuring that this does not result in a conflict of interest.

The Bidder shall delegate a Director/Senior Manager as Cybersecurity Authorising Official. The
Authorising Official shall be responsible for, and authority to implement, cybersecurity within the
Bidder’s design ensuring compliance to current regulations and standards.

The position of Cybersecurity function head, and related supervisory and critical positions within
the function, must be filled with full-time and experienced Saudi cybersecurity professional. The
Bidder shall establish a cybersecurity governance structure under the responsibility of the
Authorising Official and supported by the Cybersecurity function head, to manage all aspects of
the cybersecurity including:

• Cybersecurity governance encompassing:


• Cybersecurity policies and procedures,
• Cybersecurity risk management,
• Cybersecurity in information and technology project management,
• Compliance with cybersecurity standards, laws and regulations,
• Periodical cybersecurity reviews and audits,
• Cybersecurity awareness and training programs,

• Cybersecurity defence for the plant and assets including:


• Asset management,
• Identity and access management,
• Email protection,
• Information systems and information processing facilities protection,
• Mobile devices security,
• Network security management,
• Cryptography,
• Data and information protection,
• Vulnerability management,
• Backup and Recovery Management,
• Cybersecurity event logs and monitoring management,
• Penetration testing,
• Physical security,
• Cybersecurity incident and threat management,
• Web application security,

• Cybersecurity resilience and business continuity management,


• Third-party and cloud computing cybersecurity,
• Industrial control systems and devices cybersecurity protection.

The Cybersecurity Standards shall be applied by the Bidder with respect to the Plant and to all
types of interface points connected to internal and/or external networks (including any third party)
during the Term and the Bidder shall update the Plant’s infrastructure as necessary. It is the duty
and responsibility of the Bidder to ensure that any third-party provider complies with the same
requirements and the Cybersecurity Standards.

The implementation of cybersecurity for the Information and control systems shall ensure it is
secured/protected from internal and external threats and shall have provision to safeguard the
system against malicious actors and activities. The system shall be designed with security
measures, segregation and availability to reflect Plant requirements and have measures for disaster
recovery and business continuity.

40
The Bidder shall also provide secure communication channels and comply with data exchange
protocols approved by SWPC in this regard. It is the Bidder’s responsibility to ensure that all data
is fully secured during quiescent/rest and transmission modes, and to isolate and protect SWPC
network from any malicious actors. Refer to Appendix B which details SWPC Data transmission
requirements.

The Bidder shall demonstrate full compliance with the Cybersecurity Standards prior to reaching
the Project Commercial Operation Date and prior to each Contract Year commencing, including by
providing an external audit Acceptable to SWPC that proves such compliance. Bidder shall not be
entitled to invoice for any amounts under the Agreement until such compliance is demonstrated.
Demonstration of the compliance shall include undertaking system testing by certified and
experienced testing personnel as part of the commissioning and handover of the works. The testing
will include both white and black box test regimes to include:

• Vulnerability identification in bespoke or niche software,


• Scenario driven testing aimed at identifying vulnerabilities, and
• Scenario driven testing of detection and response capability.

In the event that the Bidder fails to maintain the required level of compliance with the NCA standards
(such level may be determined by SWPC or by the Bidder’s annual self-assessment under the NCA
standards) during the compliance cycle, the Bidder shall be subject to fines imposed by the
Competent Authorities.

Unless SWPC waives this requirement in writing, the Bidder must procure an annual cybersecurity
assessment carried out by certified external auditors approved by SWPC, including but not limited
to the following, (collectively termed as Assessments):

• Comprehensive Risk Assessment,


• Comprehensive Penetration Testing and Vulnerability Assessment, and
• Compromise Assessment.

Subject to SWPC agreement assessments may utilise NCA Assessment and Compliance Tool to
organise the process of evaluation and compliance measurement.

The Bidder shall provide SWPC with the scheduled dates for the Assessments prior to the start of
every Contract Year in order to obtain SWPC’s approval on the scheduled dates. The Bidder must
notify SWPC immediately of any changes or amendments to the scheduled dates and must ensure
that these changes or amendments shall not affect the Bidder’s compliance with Applicable Laws
or the Cybersecurity Standards. SWPC or its representatives shall have the right to attend the
Assessments. SWPC shall also have the right to request, at any time, the Bidder to conduct such
further cybersecurity assessments of any type, conducted by SWPC or a certified external auditors
approved by SWPC.

The Bidder shall acknowledge its responsibility of cybersecurity and must prove that cybersecurity
incident was not a result of neglection or failure to implement proper controls and adhere to
Cybersecurity requirement. As such the Bidder must promptly notify SWPC of any cybersecurity
event(s) of which it is aware that involve, or could potentially involve, a detriment that compromises,
or could potentially compromise, the Plant or any aspect relating to the Project. In this regard, the
Bidder must promptly provide SWPC with a written expert report conducted by an independent
cybersecurity expert in order to determine whether the Bidder was meeting its cybersecurity
obligations under this Agreement at the time the cybersecurity event occurred, including the
Cybersecurity Standards. In the event that the report determines that the Bidder was not in
compliance with its cybersecurity obligations, the Bidder shall be subject to fines imposed by the
Competent Authorities or SWPC.

The Bidder must provide SWPC with quarterly report on the status of registered risk on any network
related to the Project (OT\IT), and the Bidder and SWPC may decide to agree a different timeframe
for the issuance of this such reports. These reports must include the risk mitigation plan with its
timeframe.

41
The Bidder shall ensure that its contractors and suppliers only use tools and software in the
construction and operation of the Plant that are licensed by the relevant authority(ies) in the
Kingdom to be used in the Kingdom for the Plant, and such tools and software must be supported
locally (either directly by the Bidder or through a partner). In the event that local support is
unavailable, prior approval to use such tools and software must be obtained from SWPC. All tools
(including hardware and software) must be officially supported by the vendors during the Term.

3.1.7 Civil, Structural & Architectural Requirements


All civil, structural and architectural works shall be designed, constructed, operated and maintained
in compliance with international best practices and in conformance with the minimum requirements
and guideline standards detailed below. This shall include compliance with NFPA and standards
amongst others.

The Bidder shall be responsible for conducting a detailed geotechnical survey and assessment of
the proposed Site prior to commencement of design and construction of the works, with particular
cognisance of fluctuating levels in the groundwater table and impact on soil conditions of historical
dumping places.

Further to the above the following shall apply to civil, structural & architectural requirements.

A. Existing Utility Diversions

The Bidder shall identify any existing utilities that cross the Site as part of their own Site
investigation. Where these existing utilities affect the proposed works the Bidder shall liaise with
the utility provider, design a diversion for the utility, agree the proposed diversion with the utility
provider and construct the diversion in advance of the main construction works for the Project.

B. Earthworks & Site Grading

Ground surfaces shall be graded to slope away from structures towards Site roads to facilitate
surface water collection.

Embankment and cutting slopes shall be graded in accordance with the requirements of the
Bidder’s geotechnical design report.

Interceptor swales shall be provided at the top of any slopes to divert overland surface water flow
from areas outside the Site boundary away from main Site area.

Finished floor levels of buildings shall be 150mm above surrounding finished ground level except
where ramped access is required for vehicles or equipment.

All site grading associated with forming the development platform for Jubail 4&6shall be contained
within the defined boundary for Jubail 4&6 as shown on the Conceptual Layout.

C. Design Life

The design life of all major plant components shall be suitably designed to achieve an optimum life
cycle cost and to ensure compliance with the requirement for design life as specified in Clause
3.1.3.

D. Geotechnical design

Geotechnical design for the proposed plant shall be carried out in accordance with BS EN 1997-
part 1. A detailed ground investigation in accordance with BS EN 1997-2 shall be carried out for the
Site and any off-Site locations where construction will be undertaken. The ground investigation will
consider any potential contamination at the Site, ground water level monitoring and any known
geotechnical hazards in the area.

42
The design of all structures and pipelines shall take account of rising ground water levels within the
area and shall be designed to prevent any uplift of structures within the design life of the Plant.

E. Structural design

The design of all structures shall be carried out in accordance with British (including Eurocodes) or
American design codes. The requirements of the Saudi Building Code shall also be fulfilled.

F. Structural loading

All structural loading shall be derived in accordance with SBC 301. This shall include, but is not
limited to:

• Dead/permanent loads,
• Superimposed dead loads,
• Imposed/variable loads,
• Wind loading,
• Seismic loading,
• Accidental loading,
• Thermal loads, both in-plane and through thickness differentials,
• Traffic/live load surcharge,
• Crane loading, both mobile and gantry type cranes,
• Hydrostatic and hydrodynamic pressure,
• Earth pressure, and
• Construction loads.

Loads shall be combined in accordance with the selected design code requirements.

G. Durability

All structures must be sufficiently durable to withstand the harsh environmental conditions
experienced in Jubail 4&6 and to withstand the aggressive internal atmosphere that can develop
within the IWP such that the design life will be achieved.

The Bidder shall carry out their own assessment of the external exposure conditions present at the
site and the internal exposure conditions resulting from the processes within the plant to determine
the design requirements, material specifications and construction practices to achieve the required
minimum design life for plant elements. The Bidder shall prepare a durability assessment report
which defines how the design and construction will achieve the minimum design life for each
element of the works.

The durability assessment report shall consider the following:

• The seawater quality parameters,


• Immersion exposures for elements below top water level in treatment process units and
hydraulic structures,
• Enclosed space exposures for elements at and above a permanent or variable top water level
in treatment process units and hydraulic structures due to corrosive gases produced by the
treatment processes or other factors,
• Buried exposures due to chlorides, sulphates and other contaminants that may be present in
the ground and ground water,
• Chemical exposures from any chemicals that may be used as part of the treatment process,
and
• Atmospheric exposures due to salt in the atmosphere, humidity, solar gain, abrasion due to
wind-blown sand.

43
The durability assessment shall demonstrate that the materials selected for all elements of the
permanent works can achieve the required design life. Where the required design life cannot be
achieved, the anticipated lifespan and time to replacement shall be specified.

Service life modelling shall be undertaken for concrete to demonstrate that the design life
requirements will be met. Reference should be made to the following documentation in preparation
of the durability assessment and service life modelling:

• ACI 365.1R- – Service-life prediction,


• BRE SD1 – Concrete in aggressive environments,
• BS 8500 / BS EN 206-1 – Concrete Specification, performance, production and conformity,
• BS EN 1992-3 Design of Concrete Structures, Part 3 Liquid retaining and containment
structures,
• Concrete Society Technical Report 61 – Enhancing reinforced concrete durability,
• CIRIA publication 31 – Guide to concrete construction in the gulf region,
• Concrete Society 136 – Guide to the construction of reinforced concrete in the Arabian
Peninsula,
• Concrete Society 163 – Guide to the design of concrete structures in the Arabian Peninsula,
• CIRIA publication 660 – Early-age thermal crack control in concrete,
• FIB bulletin No. 34 – Model code for service life design, and
• Design manual sulphide and corrosion prediction and control – Published by American
Concrete Pipe Association.

The Bidder shall undertake their own assessment to determine concrete compressive strength
class and shall be specified in combination with the cement/binder and cover to reinforcement
requirements to provide a durable concrete that will meet the required design life. The Bidder should
consider using concrete for reinforced concrete structures with strength class C40/50 in accordance
with BS EN 206 with cement replacement materials and cover as recommended in the Concrete
Society publication CS163 Guide to the design of concrete structures in the Arabian Peninsula.

H. External waterproofing

The external surface of all buried reinforced concrete shall be protected by a self-adhesive
polyethylene sheet waterproofing membrane as a minimum with one additional corrosion protection
method such as use of corrosion inhibitor, cathodic prevention or coated reinforcement to be
applied.

I. Serviceability

Crack control

Early age thermal effects, autogenous shrinkage and drying shrinkage shall be considered in the
design of reinforced concrete structures and adequate reinforcement shall be provided to control
cracking.

Where structures are designed in accordance with ACI 350 Code Requirements for Environmental
Engineering Concrete Structures, the crack width limitations of BS EN 1992-3 do not apply and
reinforcement bar stress shall be limited as directed by the ACI 350.

Movement joints

Where possible, structures shall be designed without movement joints and the design shall follow
current guidelines and best practice to limit shrinkage and thermal cracking in walls and slabs that
are in contact with ground.

The following control measures should be considered for the design of below grade structures
without movement joints:

44
Control of shrinkage and early age thermal stresses by limitations on the design and specification
of the concrete mix, including minimisation of Portland cement content and substitution by fly ash
or blast furnace slag and silica fume.

Selection of coarse aggregate with a (verified) low coefficient of thermal expansion.

Control of peak concrete temperature and temperature difference across the section during placing
and early age curing, including appropriate Site monitoring.

Design of shrinkage and temperature control reinforcement, determined by analysis of the type of
concrete used, restraint conditions expected and effect of local geometrical constraints.

Limitations on concrete pour sizes and timing between pours.

Specification of infill strip joints (late pour strips) at appropriate and necessary locations to be cast
circa 45 days after the concrete structures either side.

Specification of partial contraction joints to control cracking due to autogenous & drying shrinkage
to pre-determined locations.

Movement joints should only be considered where the above measures do not give adequate
assurance that cracking will occur in a controlled manner or where significantly different foundation
conditions exist between different parts of structures.

J. Hydraulics

Hydraulic design shall be in accordance with international best practice for conveying seawater,
brine, potable water and other fluids as required throughout the works with minimal disturbance in
order to minimise odour generation.

The Plant layout shall be configured in a logical progression to facilitate a linear flow pattern through
the facilities, to minimise major pipelines and conduits for conveying flows, to facilitate operations
and maintenance and to simplify flow splitting.

Sufficient redundancy within pipework and structures must be provided to allow each element of
the plant to be taken out of service for routine maintenance activities.

The ability to isolate flows from the main distribution chamber and within each process stream must
be provided.

Flows shall be distributed equally among all operational process units under all flows and operating
conditions. Flows containing grit and sludge shall be mixed as required to ensure that grit and
sludge are distributed equally.

The hydraulic design shall consider the full range of flow and operating conditions without the need
for flow equalisation under peak flow conditions.

The minimum freeboard in tanks and hydraulic channels shall be 0.5m from maximum top water
level to top of wall level under all flow and operating conditions.

Weirs shall be designed for free discharge under all flow and operating conditions and shall allow
for a minimum fall of 100mm under peak flow conditions.

Hydraulic surge analysis shall be carried out for pumping systems as required to design mitigating
measures for surge and other detrimental transient conditions.

K. Pipework

45
The Bidder shall provide all required pipe networks for the operation of the Plant including but not
limited to process flows, sludge, wash water, compressed air, potable water, firefighting water and
irrigation.

The minimum depth of cover to pipes is 1m. Where this cover cannot be achieved, pipes shall be
encased in concrete as a protection measure.

Pipes shall be designed for all foreseeable loading conditions including live load surcharge from
construction vehicles, maintenance plant and cranes. The design and installation shall take into
account the requirements specified in BS EN 752 Parts 1 to 4 and subject to the minimum pipe
cover specified in this technical specification or concrete encasement provided.

Foul sewage pipe networks shall be separated from potable water networks to avoid cross
contamination. The minimum clearance shall be 600mm vertical, 300mm horizontal from outside of
pipe to outside of pipe. Potable water networks shall be located above sewage networks.

Adequate provision shall be made for rodding and jetting of all wastewater and sludge pipelines.

L. Ducts

Ducts shall enter any below ground chambers or through tank walls a minimum of 300 mm above
maximum top water level. If the tank or chamber has an overflow, the ducts shall enter above this
level. If ducts terminate above ground level, ducts shall be encased in a concrete surround with the
duct terminating 150 mm above finished ground level. Ducts shall be sealed with a Denso putty (or
similar).

Draw pits and covers shall be designed for the maximum vehicle loading likely to be imposed on
the cover or side wall of the chamber.

M. Surface Water Drainage

Surface water drainage systems within the Site shall be designed for a 1 in 10 years, 60 minute
duration event with a peak rainfall intensity derived from Saudi Aramco standard SAES-A-112.

The surface water drainage system shall be easily maintainable. Where piped systems are
employed, manholes shall be provided at every change of direction or every 100m on straight runs
to facilitate rodding and maintenance.

The Bidder shall be responsible for liaising and coordinating with the adjoining facilities to ensure
overland flows do not adversely impact on Jubail 4&6 adjoining existing/upcoming facilities.

N. Site access, circulation and egress

The permanent Site access & egress shall be determined prior to detailed design. The Site access
junction shall be designed in accordance with the Saudi Arabia Ministry of Communications
Highways Design Manual and SWCC requirements.

Internal Site access roads shall be designed for a target maximum speed of 30 kph.

Internal access roads shall have the following characteristics:

• 8 m minimum width for two-way access and 6m minimum width for one-way access,
• Continuous around all tanks and buildings,
• Minimum longitudinal gradient of 0.5% and maximum 4%,
• Maximum ramp gradient into buildings shall be 15%,
• Minimum cross fall or camber of 2.0%,
• Corner radii at junctions shall be 12 m minimum,
• Horizontal clearance between carriageway edge and vertical objects adjacent to the access
road shall be 0.6 m minimum,

46
• Vertical clearance between finished ground level or carriageway level and the soffit of any
object crossing the carriageway or coming within 0.6m of the carriageway edge shall be 5.5 m
minimum,
• Visibility splays at junctions shall be 2.0 m x 33 m minimum between the driver’s eye height of
1 to 2 m and object height of 0.25 m,
• Surfacing shall be bituminous generally, but concrete shall be used for any areas of likely spill
of sewage or chemicals. Pavements shall be designed for the cumulative effect of the largest
axles expected to use the plant during the operational life of the pavement and the effects of
any cranes expected to be used during maintenance operations. Pavement design shall be in
accordance with KSA MOC Highways Design Manual,
• Street lighting shall be designed and constructed in accordance with BS 5489-1 Code of
Practice for the design of road lighting Part 1: Lighting of roads and public amenity areas,
• Signage for all significant buildings shall be provided to facilitate wayfinding for emergency
services vehicles entering the Site and for regular tanker import / sludge exports vehicles,
• Road markings and signage shall be provided to indicate right of way at internal junctions.

Vehicle tracking shall be carried out at design stage for the largest vehicle likely to access the facility
on a regular basis (rigid tankers and articulated tankers) to ensure sufficient curve widening is
provided on bends and no conflicts between opposing vehicles are likely to occur.

The Bidder shall be responsible for liaising and coordinating with SWCC and the adjoining projects
Bidder to ensure a coordinated and consistent road network is provided around the site boundary.

O. Site Security

Perimeter security fencing shall be provided where required by HCIS standards and SWCC
requirements to be confirmed by the Bidder. Subject to HCIS evaluation the facilities are classified
as follows:

The Bidder will be responsible for providing a HCIS Class 1 fence around the complete perimeter
of the IWP and a Class 3 fence around the perimeter of the ESF. The Bidder shall consider HCIS
security requirements for all on-shore areas of the plant and Coastguard requirements for off-
shore/Marine security. The Coastguard requirements being determined once the Companies
marine designs are complete and submitted to NCEC for approval.

As a minimum this shall be chain link fence in accordance with BS 1722-10:

Fences – Part 10: Specification for anti-intruder fences in chain link and welded mesh. Minimum
height of fence shall be 3.0m with outward cranked posts with barbed wire, plastic coated chain
link.

Site access gates shall be compatible with the Site perimeter fencing.

A Guard station building shall be provided at the Site entrance with toilet facilities.

A comprehensive security solution shall be provided for all facilities and focus on intrusion detection,
video surveillance, access control, control centres and danger management.

All facilities of the Plant shall be provided with necessary equipment to achieve comprehensive Site
security including any other remote facility which is part of the project. The security solution shall
include, but not be limited to, the following elements:

• Video surveillance system shall consist of a number of Internet Protocol Cameras,


• Movement sensors and radars,
• Sensors for windows/doors at all remote locations and at sensitive buildings,
• Crash sensors for glass at all remote locations and at sensitive buildings,
• Access control system,

47
• Local surveillance work stations (e.g. at the guard house) and SCADA room consisting of a
computer and two 32-inch LCD screens, surveillance software and an NVR,
• Outlying facilities shall be equipped with a local acoustic and optic alarm device, and
• IT security for all critical operational assets.

The Plant control room shall be provided with the ability to view and control the cameras located at
the Plant area and outlaying facilities.

All power supplies to security systems shall meet the requirements of HCIS standards and provided
with dedicated back-up power sources independent of the site back-up systems.

P. Landscaping

The Bidder shall prepare a landscaping plan for the proposed Site including planting plan,
hardscape areas, Site amenities and external lighting.

Hard landscaping

A minimum 2.0m width of hard standing shall be provided around buildings. The finish shall be
precast concrete paving slabs or in situ brushed concrete. The minimum fall on the hard standing
shall be 2.0% away from the building towards a surface water drainage system.

Soft landscaping

Soft landscaping shall consist of drought-resistant, evergreen, low maintenance trees and shrubs
local to the area. Irrigation systems shall be provided for any planted areas around the Site. Soft
landscaping should be provided around any habitable/office/accommodation buildings.

Q. External lighting

External lighting shall be provided around all buildings and along all internal access roads. Task
lighting shall be provided in any area where regular maintenance activities are planned.

R. Fire Strategy

The following regulations, codes and standards shall be followed in the design and construction of
the firefighting systems:

• SBC, Saudi Building Code,


• Saudi Local Standards, including HCIS Standards,
• NFPA, National Fire Protection Association.

S. Electrical Efficiency

Buildings shall be designed to minimise electricity use and maximise efficiency as far as possible.
These measures shall include LED lighting, efficient heating, cooling, insulation and ventilation
systems design and power saving devices (such as movement sensors) as a minimum.

T. Building finishes

External

Roofs – Typically flat roofs with single ply solar reflective waterproofing membrane (with protection)
over rigid insulation over concrete slabs, however the material and construction are the Companies
design. Maximum U-value of 0.19 W/m2K shall apply to habitable or air-conditioned buildings.

Walls – Concrete structures with concrete masonry units as infill with insulation and a decorative
render finish, however the material and construction are the Companies design. Maximum U-value
of 0.2 W/m2K shall apply to habitable or air-conditioned buildings.

48
Louvres – Fixed aluminium with anodised finish, intake louvres shall be sand-trapping.

Windows – Fixed aluminium framed with anodised finish, glazing shall be tinted insulating glass.

Doors – Habitable buildings: Aluminium with anodised finish; Non-habitable: steel, galvanised and
painted. Equipment access doors shall be aluminium roller shutter type with anodised finished and
motorised operation.

Internal

Doors – timber with painted, hollow metal frames.

Walls – Habitable buildings: Plastered and painted, tiled in wet areas; Non-habitable buildings: Fair
finish painted masonry suitable for wash-down and light reflectance.

Floors – Habitable buildings: Tiled concrete/screed, however the material and construction are the
Companies design. Maximum U-value of 0.2 W/m2K shall apply to habitable or air-conditioned
buildings. Non-habitable buildings/workshop areas: concrete with power floated finish and sealer.

Ceilings – Habitable buildings: Suspended ceilings; Non-habitable: Painted for light reflectance.

Safety equipment shall be provided as necessary.

U. Rain water drainage

Rain water shall be diverted from roof structures via external down pipes to pipes at ground level
where it shall then connect into the surface water drainage system for the Site.

Roof outlets shall be provided with sufficient redundancy to prevent build-up of water on roofs in
the event of a blockage.

V. Foul drainage

Foul drainage from buildings shall be fed into controlled foul drains connected to a dedicated system
which discharges to the inlet works or a chamber upstream of the inlet works.

W. Building Signage

The language of all signage shall be both Arabic and English. All signage shall include as a
minimum SWPC corporate logo in addition the Company’s own logo’s.

External signage

All buildings shall incorporate exterior identification nameplates for ‘way finding’ and use by any
emergency response units.

In addition to tank numbering each product Water Tank(If provided) shall display a large SWPC
corporate logo in prominent locations (to be agreed with SWPC).

Internal signage

Interior doors shall incorporate room numbering and identification nameplates. Hazardous material
signs, warning signs, caution signs and safety signs shall be located as required.

Emergency signage

Emergency and ‘way finding’ signage shall be fitted at all appropriate locations to facilitate safe and
controlled egress from each facility to a designated place of safety away from the buildings and
other hazardous facilities that may be nearby.

49
3.1.8 Building Services Requirements
The primary design parameters and requirements for buildings are as follows:

• Fire Suppression. Generally, all buildings shall be fully protected by a fixed wet sprinkler
system. All main electrical rooms shall be protected by a clean agent gas suppression system
using FM200 gas or similar. The gas shall be stored in bottles located in each of the protected
areas. A pressurised sprinkler connection will be extended from the Site fire main to serve the
sprinkler installation within the building. This system will be designed in accordance with
NFPA13,
• Small Power & Lighting. General purpose 220V socket outlets will be provided and all items of
fixed equipment will be provided with dedicated power supplies. Outlets and fused connection
units will be protected by RCDs where necessary. Generally recessed, high frequency,
luminaires shall be used, where a suspended ceiling is installed. WC’s, and other utility areas,
recessed down lighters shall be used. In plant areas, surface mounted/suspended luminaires
shall be used. Emergency bulkhead luminaires shall be installed over exit doors. Emergency
lighting will be supported by a central battery system,
• HVAC Systems. All occupied areas within the building shall be provided with air conditioning
and ventilation. The ventilation air shall be provided based on space occupancy levels and to
meet the over pressurisation requirements for the building. The ventilation system shall be a
variable air volume system with local temperature controls for each area. All mechanical plant
has been sized with a 10% spare capacity for cooling and for ventilation air requirements. In
the design of the HVAC systems, the Bidder shall make their own assessment of the
appropriate outdoor design temperature based on the applicable design standards and local
requirements,
• Lightning Protection. The lightning protection system will be in accordance with NFPA 780
code, with supplementary surge protective devices fitted. All lightning protection systems will
be bonded to the building electrical earths. Test links will be provided. Consideration should be
given for LED luminaires throughout.

3.1.9 General Environmental Requirements & Permits


The Bidder shall conduct their own baseline studies and any surveys and investigations (including
those mentioned under Clause 2.2 which may be required to obtain necessary regulatory approvals
and permits in terms of environmental requirements and legislation

On confirmation of the Bidder's proposed design and technologies, they will be required to perform
a detailed ESIA assessment and permit application in order to meet the NCEC’s requirements and
other relevant Saudi Arabian regulations as well as World Bank/ IFC Equator Principles, the IFC
environmental and social performance standards and the IFC Environment Health and Safety
standards, or others as may be required. These will typically include the following as a minimum:

• Validate any studies including ESIA or surveys conducted by SWPC (and/or SWCC); The
Bidder shall propose and undertake all necessary baseline surveys required to fulfil NCEC and
lender bank requirements;
• Environmental modelling studies should be conducted for the IWP and associated works;
• Detailed assessment of the environmental impacts (air quality and climate change, noise and
vibration, odour, soil quality, groundwater quality, terrestrial ecology, marine ecology, marine
water and sediment quality, socio-economic, waste management impacts, etc.);
• Compliance with specific requirements include land availability & ownership, right of way,
wayleaves and permitting/regulatory requirements etc, waste management (sludge), socio-
economic impacts, etc;

It shall be the Bidder’s responsibility to obtain all necessary environmental approvals, permits and
ensure compliance with environmental regulations and Site specific conditions for the development

50
of the Project, limited to the development of the infrastructure developed within the Site boundaries
and marine works and as specified in this document.

In addition to environmental regulatory requirements and permitting, the Bidder shall also be
responsible to obtain all other necessary permits and authorization required for construction and
operations. These may involve approvals (without limitation) for on- site fuel storage, on- site power
supply, access & egress, security and communication requirements, building permits, airport
requirements (GACA) (if applicable), marine and coastal permits (coast guard or Ministry of
Defence, etc.), traffic and transportation, health & safety, etc.

51
4 SWPC SPECIFIC REQUIREMENTS
4.1 Management, Operations & Maintenance
Requirements
An essential aspect of delivering a state-of-the-art SWRO water treatment facility is for the Bidder
to ensure the Plant fulfils its performance and design life intention, without exceeding the Bidder’s
planned lifecycle cost profile. This is to go hand in hand with maximizing process efficiency that will
reduce running costs and ensuring Plant is always available to prevent any failure. This will require
the application by the Bidder of a comprehensive asset operation and maintenance program.

Good management of the assets ensures that operational and maintenance costs are in line with
the original projection and ensure that full design life is achieved. It also reduces the likelihood of
major Plant failure, which can carry significantly higher cost as well as the risk of failing performance
commitments. It must also be considered that many Plant warranties will be linked to the ability of
the Bidder to demonstrate that the Plant has been operated and maintained in line with
manufacturer’s instructions.

To assist in this evaluation, it is important that the Bidder establishes robust asset management
throughout the Term that:

• maximizes operation and maintenance efficiency,


• records operation and maintenance activities, and
• maintains up-to-date asset data.

This asset management requirement is described in more detail in the following paragraphs.

The Bidder will be responsible for the decommissioning, dismantling and removal of the Plant (or
its reinstatement) at the end of the Term as per in the Clause 21 WPA contained at Part V of this
RFP. The reinstatement of the Plant shall be performed in accordance with Good Utility Practice,
the Law, including any Environmental Law, and any applicable Approvals as further described in
the Clause 21 of the WPA.

4.1.1 Management & Reporting, Operation and Maintenance


During the construction period, commissioning of the systems, equipment and installations, and
throughout the Term Bidder will be required to procure its contractor and will be required to
administer all Plant data through the use of modern intelligent design and asset management tools.

The Bidder's contractor shall implement a recognized and established CMMS or similar that shall
be used for all maintenance and will be linked to instrumentation for dynamic interaction to raise
work orders. The tagging system for the maintenance system shall be linked to the intelligent
P&ID’s, 3D model such that changes made in the CMMS will automatically be updated on P&ID’s
and 3D model’s attributes/metadata.

The system long term data storage facilities shall incorporate the ability to maintain operational and
maintenance data through the lifetime of the Plant. These systems shall be designed to deliver an
asset management system that will lower whole life cost through reducing unplanned maintenance
and reduce plant failure risk.

The Bidder is to ensure the systems and tools are administered by competent, well-trained and
appropriately skilled operational teams and continuous training to match the technology
improvements that will occur during the Term. It will also be necessary that a long period of transfer

52
of knowledge and practices of the Project will be implemented before the expiry of the Term if
required.

Using the CMMS, the Bidder is to report to SWPC on a monthly basis, for that month on:

• All Plant equipment failures and repairs,


• All Plant equipment replaced,
• Main Plant meantime between failure trending,
• Asset condition, and
• Plant predicted asset life.

Operability, maintenance and safety requirements shall be provided by the incorporation of the
following:

• ease of access to equipment, controls etc., for Plant operators,


• electrical equipment lifting devices shall be provided for all pumping and engines rooms,
• separate storage facilities for chemicals (including secondary containment),
• lighting to all operating areas,
• ventilation of all covered operating areas for odour control,
• machinery guards,
• proper electrical insulation facilities,
• noise suppression and insulation,
• stairs, handrails, covers etc…,
• appropriate safety systems,
• dangerous gases monitors (where relevant),
• best international health and safety practices and procedures, and,
• all pipework must be marked showing direction of flow as per the appropriate standard.

The Bidder shall also provide appropriate CCTV camera coverage of the Site specifically to aid the
early detection of failures of major plant and process units. This shall include cameras within
culverts to assess blockage build up and at the base of the screening plant. The cameras are to be
fitted with powerful LED lights where there is low natural lighting, and the design shall ensure the
easy access to or withdrawal of the cameras and lights for cleaning, maintenance and replacement.

4.1.2 Training of staff


The Bidder shall provide and implement a long-term training program for the personnel of the Plant
and shall include a corresponding implementation program. The requirements for employment and
training of Saudi Nationals at the Plant are set out in the WPA.

4.1.3 Workshop Requirements


The Bidder will be responsible for establishing a good supply and servicing chain for all the plant
equipment they utilize for the Project.

The Bidder shall provide a workshop and facilities on the Site sized to function as a Plant workshop
and shall be equipped with tools, instruments and special equipment as necessary to perform
routine and intrusive maintenance of all the Plant and equipment on the Site. The workshop shall
be climate controlled and sized to store major Plant items in accordance with Good Utility Practice
and taking into consideration the most optimum combination of ‘in-house’ and outsourced
maintenance teams. The Bidder shall provide adequate proof of availability of all critical spares
which should ideally be stored on Site or at a designated facility.

4.1.4 Mobile Equipment

53
For field maintenance work the following mobile equipment shall be included and available on the
Site at all times:

• One (1) pick up service truck with double cabin e.g., Toyota Hilux or equal available to the
Bidder and/or SWPC for on-Site transportation when needed, and
• One (1) mobile skid mounted drain pump (H>25m, Q>35m3/h); Engine: Petrol or Diesel.

All mobile equipment shall comply with international standards and be subject of the SWPC’s
approval.

4.2 General Facilities


4.2.1 Central Administration Building including laboratory
A central administration building shall be established to accommodate the Plant administration,
main technical staff, and the Plant laboratory. The final design solution for the central administration
building shall be in compliance with relevant design standards and shall be approved by SWPC. As
a minimum, the central administration building shall provide the following rooms:

• One (1) laboratory completely furnished and equipped as detailed in Part 4.2.2 below,
• One (1) SCADA room 30 m2,
• Two (2) offices each 20 m2,
• Three (3) offices each 15 m2,
• One (1) meeting room 30 m2 with adequate screen,
• One (1) store (archive) 20 m2,
• One (1) kitchenette fully equipped,
• Sanitary facilities (WC, shower, locker etc…),
• One (1) prayer room, and
• Two (2) offices each 20 m2 and one (1) meeting room 30 m2 for SWPC with separate entrance

At least one lift capable of accommodating 10 persons shall be provided in the case of a multi-
storey building.

The Bidder shall provide facilities for the SWPC and SWPC's engineer including, as a minimum,
the following to accommodate at least 6 staff members during construction.

• Office: Total minimum area: 12 x 3.75 m, consisting of three rooms, one toilet with basin & one
kitchen,
• Furniture: 5 office tables; 6 chairs; 4 tea tables; 4 cabinets; 4 Fixed reception chairs; Dining
table & chairs for 6 persons; desktop computers & software (incl. MS Office), A3 printer &
scanner and an Internet connection (with wi-fi router).

During the construction stage the Successful Bidder shall provide a Project sign board at the
entrance to the site and at the access road connection with the public highway, in both Arabic and
English containing the following minimum information:

• 1st Row: SWPC Logo & Name as Client,


• 2nd Row: Consortium Logos & Names as Developers,
• 3rd Row: Bidder Name & Logo as Operator,
• 4th Row: Plant Capacity and Technology,
• 5th Row: Owner’s Engineer Logo & Name as Owner’s Engineer,
• 6th Row: EPC Contractors Logo & Names as EPC Contractor,
• 7th Row: Contract Date, PCOD and contract amount.

54
To enable SWPC to remotely monitor the construction activities on site, the Bidder shall provide
and maintain a dedicated CCTV system at locations agreed with SWPC as follows:

• Mast or tower mounted (20 to 30 m high) pan/tilt/zoom CCTV cameras located to provide
adequate coverage of site activities,
• Fibre optic network for connection of CCTV camera to a dedicated interface to the internet, with
suitable physical/mechanical protection from damage due to construction activities,
• Dedicated power supplies to the cameras and system as required, with suitable
physical/mechanical protection from damage due to construction activities,
• Gateway and router to enable SWPC to remotely access the CCTV cameras via internet by
authorised users.

The CCTV locations and technology to be agreed with SWPC along with access methodology. It
would be expected that the equipment/system would be installed at an early stage of Site
construction activities, be available/operational 24 hours/day for the duration of construction works.
If necessary, the locations of CCTV cameras may require relocation as Site construction works
develop.

The Bidder will be able to utilise the CCTV output/feed for their own monitoring of works and
promotional media. Publication or use of promotional media shall be subject to SWPC agreement
and Coastguard review/censorship.

4.2.2 On-Site Laboratory


One laboratory which shall be provided designated to the needs of the Bidder and include one fully
equipped working area for the exclusive use of SWPC staff. The laboratory shall be equipped for
making the necessary analytical measurements and operating control tests to meet the permit
(compliance) and monitoring requirements. The laboratory shall have sufficient size, bench space,
equipment, and supplies to perform all self-monitoring analytical work stipulated as required for
operation of the Plant.

Laboratory instrumentation and size must reflect treatment plant size, staffing requirements,
process complexity, and applicable certification requirements. The laboratory shall be capable to
perform chemical, physical and microbiological analysis of water and waste streams, including
sanitary wastes. The laboratory shall be equipped to carry out all tests in compliance with applicable
internationally accepted standard methods of water and wastewater testing. The analytic tests
equipment shall provide highest levels of confidence as required by national and international
standards.

SWPC staff shall have the right to access the laboratory anytime during normal working hours in
order to witness the execution of the analysis.

The laboratory must be located at the treatment Site on ground level, with appropriate
environmental control and health & safety compliance being an important consideration. It shall be
isolated from vibrating, noisy, high temperature machinery or equipment which might have adverse
effects on the performance of laboratory staff or instruments.

The laboratory floor space and facility layout must be based on an evaluation of the complexity,
volume, and variety of sample analysis expected during the design life of the Plant including testing
for process control and potable water quality monitoring requirements in terms of the Plant’s water
safety plan.

Consideration shall be given to the necessity to provide separate (and possibly isolated) areas for
some special laboratory equipment, glassware, and chemical storage. The analytical and sample
storage areas must be isolated from all potential sources of contamination. Organic chemical
facilities shall be isolated from other facilities.

55
Adequate security shall be provided for sample storage areas. Provisions for the proper storage
and disposal of chemical wastes shall be provided. Office and administrative space needs must be
considered including for SWPC as outlined above. The abovementioned on-Site laboratory
requirements should be seen as a minimum requirement for the purpose of the Bid.

4.2.3 Parking Facilities


Sufficient parking space for employees, SWPC’s staff and visitors shall be provided. All permanent
used parking spaces shall be furnished with a sun shed. Size of the parking spaces shall be at least
5 m x 2.5 m for normal spaces and 5 x 4 m for handicap parking spaces. The surface of all parking
lots, parking spaces, drives, aisles and manoeuvring areas shall be asphalt or concrete. Striping is
required and shall be maintained to define spaces and assure safe traffic flows. In the instance
where no public access to the lot is paved, the lot may remain gravel (providing bumper guards or
wheel stops are in place to define each space). Parking spaces along the outer boundaries of a
parking lot must be contained by a curb or wheel stops. Artificial lighting shall be provided for all
parking lots and interior access lanes must be of sufficient width for all vehicle turning and
manoeuvring. For the central administration building the following parking spaces shall be provided:

• For SWPC this shall include 6 parking spaces plus 1 handicap parking spaces,
• For visitors, at least 5 parking spaces shall be provided plus 1 handicap parking spaces, and
• For Plant staff, at least 20 parking spaces plus 1 handicap parking spaces shall be provided.

Other parking spaces shall be provided as necessary for the Plant operation.

4.2.4 Access and Security


The Bidder shall be responsible for the security of the Site and shall ensure that the security facilities
are constructed within the Site boundary.

To enable free access to various Site areas (e.g., the fuel oil and chemical unloading stations), the
Bidder shall make provision for the corresponding required permanent access roads to these areas,
including outdoor lighting.

Site access shall be restricted for personnel and vehicles. To gain access through the Site's main
gates, the Bidder shall put in place suitable security management and control system and issue
security passes to its staff and all visitors. All access and security arrangements shall conform to
the relevant HCIS security requirements. In all instances the HCIS standards for the IWP, any
dedicated area for alternative power source and ESF sites shall prevail.

4.2.5 Security system


A comprehensive security solution shall be provided for all facilities and focus on intrusion detection,
video surveillance, access control, control centres and danger management. These shall be in
accordance with HCIS, SWCC, Coastguard and SWPC requirements. Subject to HCIS evaluation
the facilities are classified as follows:

• The Bidder will be responsible for providing a HCIS Class 1 fence around the complete
perimeter of the IWP and a Class 3 fence around the perimeter of the ESF.

The Bidder shall consider HCIS security requirements for all on-shore areas of the Plant and
Coastguard requirements for off-shore/Marine security, the Coastguard requirements being
determined once the Bidder’s marine designs are complete and submitted to NCEC for approval.

All facilities of the Plant shall be provided with all the required equipment to achieve comprehensive
security including any other remote facility which is part of the Project. The security solution shall
include but not be limited to the following elements:

56
• Video surveillance system shall consist of a number of Internet Protocol cameras (minimum 10
No.),
• Movement sensors and radars where relevant,
• Sensors for windows/doors at all remote locations and at sensitive buildings,
• Crash sensors for glass at all remote locations and at sensitive buildings,
• Access control system,
• Local surveillance work stations (e.g. at the guard house) and SCADA room consisting of a
computer and two 32-inch LCD screens, surveillance software and NVR,
• Outlying facilities shall be equipped with a local acoustic and optic alarm device, and
• IT security for all critical operational assets.

The Plant control room shall be provided with the possibility to view and control the cameras located
at the Plant area and outlaying facilities.

4.2.6 Site perimeter security & access control


On the outer perimeter of the allocated Site, a boundary fence shall be constructed, (subject to the
ESIA visual impact assessment and SWCC requirements). The technical details, material & height
of the fence shall be as per HCIS guidelines subjected to minimum requirements stipulated below:

The total height of the fence shall be minimum 3.0 m. Metal mesh fence

The fence shall be made of hot galvanized steel wire with 3 lines of barbed wire on top. The
separation between 2 poles shall not be more than 3.0 m or according to manufacturer’s
recommendation.

All fencing materials including metal posts, rails, and fittings shall be heavy duty galvanized steel
according to BS EN 1461. Gates shall be of the same type of materials as the fence. Weld mesh
2.4 m high x 38 mm x 38 mm x 3.15 mm thick or equal shall be used for fencing.

Tubular gate posts, end post straining and corner posts shall be OD 150 X 3 mm diameter and be
installed with a double overhang formed of two OD 75 X 3 mm pipes. Straining posts must be
planted at a maximum distance of 40 m to each other. Intermediate post shall be OD 75 X 3mm.

Boundary wall (where relevant)

Any perimeter wall (if required) shall conform to HCIS & SWCC standard requirements including
main gate security. The boundary wall shall be of brick construction (or similar), suitable to the
visual impact requirements and a minimum of 3.0 m high.

Gates, guardhouse and plant access

Swing or sliding gates shall be allowed depending on Site conditions and management of access
control. Sliding gates shall be controlled manually or by means of an electrically controlled industrial
type gate motor. Beams shall be provided to prevent closing of the gate while a vehicle is driving
through.

Vehicles shall enter the Plant area by a designated gate(s) and access to the facility must be
controlled by an access gate including a guardhouse.

Adequate road access shall be provided leading to every building/construction. Access roads must
be covered with a solid coating (concrete, asphalt or concrete blocks). They have to span from the
main entrance driveway gate of the facility to all buildings and structures on the Site. The access
road from the public road and main Site roads shall be minimum 8 metres wide with due
consideration for handling and moving plant components and maintenance equipment within the
facility area. Kerb radii at junctions shall not be less than 12 metres.

57
If required, the Bidder shall also construct the Site access road outside the Site boundary and
extend to connect to the adjacent public road. All related permits and implementation details
including the coordination with the public road authority shall be included in the Bidder’s scope of
work.

Sufficient manoeuvring space shall be provided at Plant buildings to facilitate removal of equipment,
delivery of chemicals, etc. Ramps shall be provided at equipment access doors to enable a vehicle
to be driven into the building. Except for access ramps, road gradients shall not be steeper than 1
in 10.

Parking and adequate turning areas shall be provided for cars, tankers, skips, etc. The design of
Site roads and footpaths shall include use of sand and gravel with a top of asphalt paving. Footpaths
and pedestrian areas shall be of rough pre-cast paving slabs.

Roads shall be designed with an adequate depth of construction appropriate to the vehicle loads
anticipated, using an approved design method. All road design and construction works shall in
general conform to roads standards applicable in Saudi Arabia.

4.3 Health & Safety Requirements


The Bidder and its contractors shall prepare a health and safety plan in terms of ISO 45001 and/or
applicable international best practices and in compliance with Saudi Arabian Labour Law and
Environmental Law including applicable HCIS standards (and other applicable laws).

The Bidder shall be deemed to have read and fully understood the requirements of the above-
mentioned regulations, standards and laws which are relevant to the project and to have allowed
for all costs in compliance therewith.

In this regard, appended to the relevant form sheet, an outline health and safety plan and approach
in respect of the Project works shall be included in order to demonstrate the necessary
competencies and resources to perform the construction, operation & maintenance of the works all
in accordance with the above mentioned regulations. The outline health and safety plan and
approach shall be developed into a fully detailed health & safety plan to be approved by SWPC (or
relevant authorities) and to cover inter-alia the following details as a minimum:

• The safety management structure including the names of all designated persons such as the
construction supervisor and any other competent persons,
• Safety method statements, risk assessments and procedures to be adopted to ensure
compliance with relevant laws and international best practices.

Aspects to be dealt with shall include but are not limited to:

• Public vehicular and pedestrian traffic accommodation measures,


• Control of the movement of construction vehicles,
• The storage and use of materials,
• COSHH,
• The use of tools, vehicles and plant,
• Temporary support structures,
• Dealing with working at height,
• Dealing with and working with water and wastewater,
• Confined spaces,
• Environmental conditions and hazards,
• Excavation work,
• Demolition work,
• Security, access control and the exclusion of unauthorised persons,
• The provision and use of temporary services,

58
• Compliance with wayleaves, permissions and permits,
• Safety equipment, devices and clothing to be employed,
• Emergency procedures,
• Provision of welfare facilities,
• Induction and training,
• Signage,
• First aid,
• Provision and maintenance of the health and safety file and other documentation, and
• Arrangements for monitoring and control to ensure compliance with the safety plan.

The Bidder should note that all contractors and their sub-contractors or others engaged in the
performance of the contract shall also comply with the above requirements, as a minimum.

4.4 Documentation and Information Submissions


4.4.1 Technical Information to be provided with the Bid
The Bidder shall complete all form sheets contained in the Part IV – Form Sheets. The technical
data sheets shall be supplemented by additional descriptions, explanations, drawings and all other
information necessary for a clear understanding of the Bid to enable SWPC and their Advisors to
undertake the necessary assessment, evaluation and verification of the technical and performance
features of the Bid and their impact on the Bidder’s proposed charge rates. The Bidder shall also
refer to the ITB to ensure a complete suite of information/documentation is submitted.

The Bidder is required to guarantee the achievement of the performance criteria as per Part IV –
Form Sheet C21 of this RFP. The minimum required program of tests to determine compliance with
such performance guarantees are specified in the Part V – WPA Appendix 5 of this RFP.

The Bid shall include the technical information described in the following sections. The Successful
Bidder will also be required to provide the supplemental documentation relating to the Construction
of the SWRO Plant by the dates specified therein.

For the proposed contractors and suppliers, the Bidder shall submit as part of its Bid details and
references of the nominated and/or proposed contractors and suppliers / manufacturers (where
applicable) as specified in Part IV Form sheet C of this RFP. The Bidder shall nominate up to 3
suppliers per items and should group items by supplier as well.

All documents shall be submitted using SWPC’s PIMS (Project Information Management System).

The Bidder shall submit the following as a part of bid:

1. Project Management Approach:


• Project implementation schedule.
• Management Plan for each implementation phase.
• Systems for cost control, quality and performance management.
• Risk management and mitigation procedures.
• Strategic plan to source human resources, equipment and materials.
• Public relations and communication procedures and a plan for reporting.
• System for complying with statutory requirements.
2. Design and Construction Approach:
• Descriptions, drawings and other schematics showing the Project and Site.
• Determining the materials to be used in the project and their sources of supply.
• Proposed technological solutions, innovation and/or integration with existing
systems.
• The value of the alternative technical concepts, if any.

59
• The sequence of construction, staging, testing and commissioning, and the critical
path.
• Approach to mitigating construction impact (e.g., traffic, stakeholder engagement,
environmental).
• The human resources plan, management plan, skills and training.

3. Operations Approach:
• The procedures for quality management, efficiency and compliance with
operational requirements.
• Procedures for managing operational issues.
• Security, safety and emergency systems.
• Employees and sub-contractors’ recruitment and contracting mechanisms.

4. Maintenance Approach:
▪ Planned maintenance regime and life cycle approach.
▪ Provision of maintenance materials and supplies.
▪ Short and long-term sustainability measures.
▪ Plan for the renewal and replacement of capital assets.
▪ System for mitigating interruptions to operations.
▪ Handover plan.

4.4.2 Documentation to be submitted after the Effective Date


This section describes the minimum scope of information, documents, and drawings to be
submitted by the Successful Bidder to SWPC after the Effective Date. The Successful Bidder shall
provide all required information and documentation as described below during the different periods
of the Project:

SWPC reserves the right to request from the Successful Bidder additional information, drawings,
documents as may be reasonable and required for proper understanding and definition of the
design and engineering of the Project.

The Successful Bidder shall provide four copies of all drawings and documentation to be submitted
by it together, in the case of a final submittal of any document, with a well-organized electronic file.

The Successful Bidder shall procure a 3rd party inspector attending Factory Acceptance Tests
(FATs) in person to make sure procured equipment are manufacture/tested properly.

The Successful Bidder shall submit to SWPC the following documents using SWPC’s PIMS as
scheduled below or, if not specified, as and when required:

• weekly progress reports - by no later than one (1) day after the last day of each week
commencing on the effective date,
• monthly progress reports - by no later than one (1) week after the last day of each month
commencing on the effective date,
• weekly and monthly meetings for progress on engineering, procurement, construction, and
commissioning,
• engineering review meetings on periodic basis,
• arrangement and layout drawings of any offsite facilities within two (2) months after effective
date,
• drawings and documents required for permitting, certifying and/or licensing of the Plant, and
copies of all correspondence exchanged between the Successful Bidder and Governmental
Authorities having jurisdiction over the Site,
• interface documentation regarding water supply, power supply, all other infrastructure, data
exchange,

60
• description of the Successful Bidder’s billing system for the Plant within two (2) months after
effective date,
• billing system software including descriptions within six (6) months after Effective Date,
• studies and calculations to demonstrate that the Plant is expected to satisfy the conditions
specified in this RFP, within two (2) months after Effective Date,
• Redundancy and plant utilisation calculations/tables,
• The overall detail Project Implementation Schedule relating to the Plant showing information on
the scheduled activities as follows within one (1) month after the effective date:
• design and engineering work,
• order dates and time of delivery of major equipment for the Plant and other Plant
facilities and systems,
• site surveys for the Site and other Plant facilities land,
• site preparation for the Site and other Plant facilities land,
• factory tests (by 3rd party inspector attending FATs in person) for major equipment for
the Plant and the other Plant facilities,
• civil/structural works,
• erection and installation,
• completion of connection points,
• commissioning; and site tests for the Site and the other Plant facilities,
• any revision of the Project Implementation Schedule – by no later than seven (7) days after
such revisions; and
• documents related to O&M within six (6) months after the effective date:
• computerized business management tools for operation, maintenance (predictive,
preventive and corrective maintenance) and Plant history and inventory management,
• registration and control of technical process parameters, analysis of the operation
conditions and their evaluation,
• the capability of the operation and control system of the Plant for analysis of operation
data, to provide correlations between them and make the results available for Plant
operation shall be explained. This system should not be limited to registration of data,
but should comprise functions for assessment and interpretation of operating
conditions and to organize and provide such results for operations and maintenance,
in addition to the content of the operation and maintenance manual.

4.4.3 Documentation to be submitted prior to Construction at


the Site
The Successful Bidder shall deliver to SWPC the following documents using SWPC PIMS prior to
the start of Construction at the Site, as and when each such document is required:

• Project Execution Plan, including the following minimum information:


• evidence of the Successful Bidder’s thorough understanding of the KSA construction
industry,
• evidence of the Successful Bidder’s ability to use innovative and flexible approaches in
the implementation of the Project,
• a description of how the Successful Bidder plans to perform the various functions (e.g.,
detailed design, procurement including purchasing, expediting and inspection,
Construction and training) and the offices where the various portions of the work will
be performed,
• a description of the role of the Owner’s Engineer to show the relationship between the
Successful Bidder and the EPC Contractor,
• a description of how all of the work will be coordinated and managed,

61
• organisation charts showing the Successful Bidder’s (including the EPC Contractor)
proposed Project organization both at its home office(s) and at the Site. The charts
shall show:
▪ key Personnel for the Successful Bidder to include the Chief Executive,
Officers, the Project Directors, the Chief Financial Officers and the
HR/Administration Managers,
▪ key Personnel for the Site to include the responsible Site Construction
Director, the responsible Engineering Manager and the responsible Health
Safety and Environment Manager;
▪ key Personnel for the Bidder’s Engineer to be mobilized to the Site,
▪ how sub-contractors and suppliers will interface and be controlled by the
Successful Bidder’s management team, lines of authority and
communication.
• the Project Implementation Schedule as a work breakdown structure (WBS) down to,
level 3 (as required) detailing engineering, procurement and construction, using
Primavera or equivalent software. This schedule is to be provided in native electronic
format;
• a description of the procedures to be used by the Successful Bidder to control and
monitor the Project and a description of how and to what extent those procedures will
be used to control the work of the EPC Contractor, sub-contractors and suppliers. The
description should demonstrate how the Project should be controlled,
• total number of staff to be employed at the Plant with organization chart and their job
titles;
• Maintenance philosophy and maintenance schedule for the Plant; and
• number of shifts for operation and maintenance.

• Quality Assurance Plan, the Successful Bidder shall provide:


• statement of intent for the adoption of a documented quality system and the acceptance
of the requirements laid down in the General Technical Specifications for the Plant,
• copy of the quality assurance manual,
• details of any recent external assessments of the proposed quality system through
second party or third-party assessment. The results of such assessments should be
listed in a schedule together with details of any accreditation of the quality system.

• Health, Safety & Environment Management Plan, The Successful Bidder shall include as part
of its Health Safety & Environment Management Plan:
• procedures for health, safety, environmental and construction organization and
describe how they will be applied to this Project,
• proposed field health and safety organization to include at least one qualified
professional safety person and including a description of how the Successful Bidder
will implement construction safety at the Site,
• details of the Successful Bidder field health and safety programme including induction
and training programmes, safety meetings, publicity, safety motivation and incentive
plans, safety inspection, medical facilities, Site security and sanitation,
• details of the Successful Bidder’s procedures for monitoring and management of safety
and the recording of Site safety statistics including those of its EPC Contractor and its
sub-contractors,
• methods the Successful Bidder will use to maintain open communications with
Contractors on health and safety matters,
• details of its Site safety record for the previous three years and the method used to
compile this information,
• details of the Successful Bidder’s / Contractor’s knowledge and experience of health
and safety legislation in KSA,

62
• The Successful Bidder should include a process for the attainment of an accredited
standard for health safety and environmental management in compliance with ISO
14001 and 18001.

• Drawings and diagrams:


• general arrangement and layout drawings,
• underground piping, ducts and cable arrangement drawings (mechanical, electrical and
civil),
• commissioning program and Test Procedure and Testing Program as specified in Part
V WPA Appendix 5 of this RFP,
• copies of all applications submitted by the Successful Bidder to the relevant Competent
Authorities for the governmental authorization or otherwise required under applicable
laws, to commence the Construction of the Plant and Other Plant Facilities, together
with copies of all supporting documentation submitted therewith,
• Project documents (data sheets, specifications, P&I diagrams, drawings) for major
systems and components,
• detailed electrical single line diagram,
• copies of reports of all management or other meetings held between the Bidder’s
Engineer, the Successful Bidder and EPC Contractor.

• Surveys and Reports the Successful Bidder shall confirm that all necessary surveys and
investigations are included and shall list those currently proposed. The Successful Bidder shall
define their proposals and timing in respect of:
• EIA,
• Seawater quality tests,
• Off-shore and on-shore geotechnical survey, if required,
• Recirculation study, if required,
• Health & Safety study,
• Operational safety (HAZOP) study for all areas and systems.

• The Successful Bidder shall define their standard procedures/current proposals and methods
of evaluation in as full detail as possible in respect of all testing to be carried out pursuant to
PART V WPA Appendix 5, including but not limited to:
• Pre-commissioning,
• Start-up Tests and Trial Run,
• Reliability Run,
• Acceptance Requirements,
• Performance Tests.

• the Successful Bidder shall submit a draft documentation schedule detailing their proposals for
submission of drawings, specifications, procedures, manuals and any other information to
SWPC for review/information together with the timing of the listed submissions from the
Effective Date,
• building permit issued to the Successful Bidder together with the following approvals relating to
the Construction of the Plant within six (6) months after the closing date or such earlier date as
may be required,
• evidence demonstrating that Successful Bidder has obtained from all other Competent
Authorities having jurisdiction all material approvals required to commence construction of the
Plant and Other Plant Facilities including ESF, alternative power source etc. as defined under
clause 2.1 of this RFP part II or that the Successful Bidder has taken all steps within its control
to apply for and to obtain such Approvals not yet obtained as of such date.

63
4.4.4 Documents to be issued prior to the Mobilisation Date
The Successful Bidder shall provide to SWPC using SWPC PIMS in final issued format and
approved:

• the Project Execution Plan,


• the Quality Assurance Plan,
• the Health, Safety and Environment Management Plan.

4.4.5 Documents to be submitted during Construction


The Successful Bidder shall provide to SWPC any new or amended version of the following
manuals for Plant:

• workshop and test reports for the Site in due time after issuance thereof, but not later than the
Commercial Operation Date of the relevant Desalination Unit,
• not later than thirty (30) days prior to the proposed Commercial Operation Date of each
Desalination Unit, evidence that the Successful Bidder has obtained (from the State
Administrative Apparatus having jurisdiction), all material permits, licenses, approvals and other
governmental authorizations required for the operation of such Desalination Units, in
accordance with the provisions of the WPA;
• copies of reports of all management or other meetings held between the Owner’s Engineer, the
Successful Bidder and EPC Contractor,
• any revision of the Project Implementation Schedule – by no later than seven (7) days after
such revision.
• All documents shall be submitted using SWPC’s PIMS (Project Information Management
System).

4.4.6 Documents to be submitted prior to Operation


The Successful Bidder shall provide to SWPC any new or amended version of the following
manuals using SWPC PIMS:

• design manual(s),
• procurement manual,
• construction manual,
• operations manual(s),
• seawater quality monitoring handbook,
• potable water quality assurance handbook,
• operating and maintenance manual(s),
• spare parts manual,
• certification-manual,
• health, safety and environment management plan.

64
5 PERFORMANCE SPECIFICATIONS,
COMPLIANCE MONITORING &
TESTING PROCEDURES
5.1 Operational Performance Specifications
5.1.1 Seawater Quality: Design Envelope, Technical &
Correction Limits
The tables below provide the Design Envelope, Technical Limits and Correction Limits within which
the Plant shall be able to operate and deliver potable water to the Water Transmission Facilities at
the Water Connection Point in compliance with the Water Quality Specifications and the
specifications below.

A. DESIGN ENVELOPE

Table 5-1 Jubail 4&6 IWP; Design Envelope

Seawater Quality Parameter Unit Design Envelope Design Envelope


Lower Limits Upper Limits
Total Dissolved Solids (TDS) mg/l 36,000 47,000
Temperature ˚C 18 35
pH - 7.8 8.4
Total Suspended Solids (TSS) mg/l 0 10
Boron mg/l Under all seawater conditions

The Plant shall be designed and be able to operate within the Design Envelope (between the
relevant Design Envelope Upper and Lower Limits as indicated above). For seawater conditions
within the Design Envelope the Plant shall produce 100% of the Contracted Capacity in full
compliance with the Water Quality Specifications in accordance with minimum plant availability
specified.

B. TECHNICAL LIMITS

Furthermore, the Plant shall be designed and able to operate within the Design Envelope and within
the Technical Limits indicated in Table 5.2. It should be noted that correction curves will only be
applicable to those Technical Limits specified as the Correction Limits in Table 5.3.

Table 5-2: Jubail 4&6 IWP; Technical Limits

Seawater Quality
Unit Technical Limits
Parameter
TDS mg/l 50,000
Temperature High °C 40
Total Suspended Solids 20
mg/l
(TSS)
Turbidity NTU 20

65
Oils and Grease 1.0
emulsified mg/l

Oils and Grease mg/l 0.1


Phytoplankton count cells/l 100,000

C. CORRECTION LIMITS

In accordance with Appendix 8 of WPA, the Bidder shall submit the respective capacity and
efficiency rate correction curves to normalize the capacity and Contracted Net SPC against the full
range of seawater conditions between the relevant Design Envelope Limits and up to the Correction
Limits parameters to be adjusted to the relevant Design Envelope Limits for TDS, Temperature
High and Temperature Low.

For the avoidance of doubt, the correction curves will not apply for seawater conditions within the
Design Envelope and will not be applicable to other Technical Limits.

The Bidder shall provide two sets of correction curves for the entire range of conditions described
in Table 5.3

• A correction curve shall be provided describing capacity (capacity m 3/day versus temperature)
spanning lower and upper temperature ranges) and shall include individual traces for sea water
condition between 47,000-50,000 mg/l TDS,
• A correction curve shall be provided describing SPC Correction Factor versus temperature
spanning lower and upper temperature ranges) and shall include individual traces for sea water
condition between 47,000-50,000 mg/l TDS.

Table 5-3: Jubail 4&6 IWP; Correction Limits

Seawater Quality
Unit Correction Limits
Parameter
TDS mg/l > 47,000 and up to 50,000
Temperature High °C > 35 and up to 40
Temperature Low °C < 18

Further to the above, the Bidder shall consider additional seawater characteristics in designing the
Plant and the other Plant facilities (including the pre-treatment section and depth of seawater intake
in particular) as specified in clause 1.2.2.E of this RFP part II such that it is capable of handling
such seawater quality conditions and/or accept the risks associated with the inability to maintain
the Contracted Capacity (without any change in the Water Quality Specifications) under such
conditions:

5.1.2 Water Quality Specifications


The Water Quality Specifications shall be the most stringent of (a) the standards set out in the tables
5.4 and 5.5 below; (b) the standards set out in the Water Regulator Code from time to time (including
any other standards referred to in the Water Regulator Code); and (c) GSO 149/2021 – Unbottled
Drinking Water (including all amendments). Any other potable water parameters not mentioned in
the Water Regulator Code or GSO 149/2021 shall be in compliance with the latest edition of the
WHO Drinking Water Standards.

66
Table 5-4: Physical Parameters

Parameter Symbol Units Allowable Limits

Temperature T oC Max. 40
pH pH 8.1-8.5
Calcium
CaH mg/l as CaCO3 Min. 40
Hardness
Total alkalinity TA mg/l as CaCO3 40-50
Sulphate SO4 mg/l Max 2
Iron Fe mg/l Max 0.05
Copper Cu mg/l Max 0.05
Residual
RCl mg/l 0.2-0.5
chlorine

Turbidity NTU Max 1 (95% 0.3 NTU)

Total dissolved
TDS mg/l 100-130
solids
Boron B mg/l Max 2.4
LSI LSI 0.1-0.3

The transmitted water quality shall comply with the following biological and microbiological
parameters as a minimum;

Table 5-5: Microbial and biological water quality specifications

Microbiological and Biological Water Quality


Treated water entering Treated water within
distribution system distribution system

Parameter CFU/100ml CFU/100ml


Total coliforms 0 0 in 95% of samples taken
per year
E. Coli 0 0
Thermotolerant 0 0
bacteria
Unbottled drinking water shall be completely free from algae, moulds, parasites and
insects, their eggs, larvae, vesicles protozoa (including amoeba) and insect parts.

5.1.3 Plant Capacity & Availability of Water Production


The Plant shall be designed to deliver 100% of the Contracted Capacity of 600,000 m3/day at the
Water Connection Point under all seawater conditions within the Design Envelope as described
above.

67
The Bidder shall provide the correction curves to adjust the Net Dependable Water Capacity
between the relevant Design Envelope Limits (refer to Table 5.1) and the Correction Limits (refer
to Table 5.3). These correction curves shall also be used for the purpose of establishing Net
Dependable Water Capacity during Acceptance Tests and annual performance tests.

For avoidance of doubt, the correction curves will not apply for seawater conditions within the
Design Envelope (Table 5.1). This means that there is no correction/adjustment to the Contracted
Net SPC and the Net Dependable Water Capacity for seawater conditions within the Design
Envelope.

The annual average availability of the Plant measured against Contracted Capacity shall be at least
98% per annum over the Term. The minimum water production shall be 25% of the Contracted
Capacity.

5.1.4 Metering & Monitoring System availability


The Plant’s compliance metering & monitoring points (as specified under clause 5.3) shall have
sufficient redundancy and back-up meters as indicated to ensure that metering and monitoring of
the Plant is available for 24 hours per day. In the event of a Metering Station unavailability, whether
the main or back-up metering system, the Bidder shall be required to replace the necessary
component or rectify the metering station fault within 24 hours from first failure indicated by the
SCADA/PLC/DCS.

Metering Station unavailability and failure to rectify or replace meter failures within the time required
shall result in the following for each of the compliance metering stations indicated:

• Metering Station M1 – All seawater shall be assumed to be within design limit during a metering
station unavailability,
• Metering Station M6 – The payment deductions for unavailability of water, in accordance with
appendix 8 of WPA shall apply during unavailability of the metering station, and
• Metering Station M7 – The unavailability of the metering station shall be treated as a Liquid
Discharge Event as described in clause 5.2.3.

Should such metering & monitoring system failures, in breach of the above, take place more than
twice in a Contract Year, SWPC may request a Net Dependable Water Capacity Test in accordance
with Appendix 5 of WPA.

5.2 Environmental Performance Requirements


5.2.1 General
• Bidder will be required to design, construct and operate the Project in accordance with the
applicable environmental Laws and standards. Bidders are responsible for familiarising
themselves with legal requirements in this regard.
• Bidder will be required to ensure all contractors employed on the Site during construction and
operation are required to adhere to applicable national and international guidance including
NCEC requirements and standards.
• Bidder will be required to employ the necessary personnel and equipment to demonstrate
ongoing compliance with the relevant environmental standards. Results and data shall be
communicated to NCEC (and, if required, MEWA and Lender Banks) as necessary within the
relevant permit or loan requirements.
• Plant shall be designed to ensure compliance with all applicable national and international
Laws, environmental, construction and operating consents.
• Where standards/requirements differ between referenced national and international
standards/guidelines, f Plant will be expected to adhere to the most stringent standard.

68
5.2.2 Noise
The Bidder is responsible for considering and incorporating the requirements within NCEC and
specifically the requirements of the NCEC Regulation of Noise. In addition, the Project will need to
adhere to IFC World Bank General EHS Guidelines.

The following areas are considered appropriate to monitor noise emissions during operations:

• At a distance of one meter from the noise source and within SWRO and major plant
buildings.

• Site boundary – During daytime.

• Site boundary – During night-time.

• Within all offices and the laboratory.

During the operational period, noise shall be monitored quarterly at the nearest receptor locations
to the Project site, and at the Project boundaries. Operational compliance shall be measured
against the results of the baseline noise established during ESIA and also the requirements of
NCEC (and relevant penalties imposed by NCEC, if relevant) and compliance limits may be
adjusted to accommodate ambient noise baseline conditions to be confirmed by the Bidder’s ESIA
surveys. For avoidance of doubt, stricter regime among the ESIA baseline or NCEC for noise
compliance shall be enforced during the Term of the Project.

The Bidder is to ensure that adequate noise barriers are installed around high-noise equipment and
ensure that high noise generating activities are not undertaken during the nighttime, which may
affect the nearby sensitive receptors.

5.2.3 Liquid Discharges to the Environment


During the Project Commercial Operation Period, the Bidder shall be responsible to minimize the
liquid discharge to environment volume and ensure the quality of all discharges for the Plant via the
marine outfall are compliant with NCEC Standards and with particular reference to the Plants’ permit
to discharge receiving Red Sea water classification. Online quality monitoring and sampling &
testing of the flow shall inform average daily compliance with NCEC standards for Industrial
wastewater. A Liquid Discharge Event deduction (as defined in appendix 8 of WPA) of 2% of
that particular day’s Capacity Payments during any day which the Liquid Discharge Event has
occurred shall be applied for non-compliance with the applicable standards, which shall be
constituted by an average daily non-compliance against any of the marine outfall requirements and
parameters as specified by NCEC (as per appendix 8 of WPA). The Bidder shall confirm these
standards and parameters with SWPC as part of the ESIA (or discharge permit) approvals.

5.2.4 Solid Waste Management


The system shall comply with the Saudi Regulations for waste management and in particular the
latest requirements set forth by the concerned authority, NCEC in addition. to principles outlined
within IFC Performance Standards and sector specific guidance available (e.g., EHS Guidelines for
Water and Sanitation (2007)). The Bidder will be expected to develop and implement an appropriate
waste management plan with due consideration of ensuring waste manifest records for transporter
and receiving facilities are maintained. All waste contractors will be required to have the necessary
governmental permits in place, and the Bidder will be expected to retain records of these permits.

5.2.5 Carbon Emissions


The Bidder shall determine the total carbon footprint of the Plant (tCO2e per year) inclusive of
alternative power sources, and shall provide calculation for the total operational carbon emissions
for the Plant as part of process design calculations. The calculation shall include but not be limited
to the following items:

69
• Energy usage in accordance with an emissions factor of 2 kgCO2/m3 or as per appropriate
industry standard,
• Consumables including but not limited to chemicals, RO membrane elements, cartridge filter
elements,
• Transport; vehicular use on site, etc.

5.2.6 Chemical consumable storage


• Bidder is required to include provisions for suitable storage facilities for any chemicals and fuels
to be used at site.
• The storage facilities shall offer adequate protection to the environment and personnel from
accidental spills and leaks.
• Necessary permits from the government authorities shall be obtained by Bidder. Bidder should
comply with the requirements of the competent authority.

5.2.7 Hazardous areas / HAZOP


Bidder shall at its own cost appoint an independent specialist to undertake a HAZOP study to
demonstrate the safety and integrity of Project design. SWPC shall be invited to attend all HAZOP
meetings. The results of the HAZOP shall be made available to SWPC and relevant Competent
Authority prior to construction.

HAZOP studies shall be carried out for the Plant including the Storage Tanks (If provided) and all
subsystems at the appropriate time during the design and the construction phases to ensure timely
implementation of HAZOP study results, if any, at Bidder cost without affecting the project
schedule.

5.2.8 Other Requirements within the Preliminary ESIA


The Bidder shall review the preliminary ESIA and shall comply with the performance requirements
(if any) mentioned within the preliminary ESIA.

5.3 Monitoring, metering & testing


requirements
The following are outline descriptions of the minimum flow and water quality monitoring and
monitoring requirements for the Plant, taking into consideration the performance specifications and
compliance monitoring methodology. Flow and quality monitoring devices shall be installed, based
on Good Utility Practice, at the following locations, with reference to the metering and monitoring
system diagram below.

Table 5-6: Metering & Monitoring description

Metering
Ref. Type System description Equipment/Methodology
Station

Raw seawater monitoring


Flow Meter (+parallel
point: Flow metering
Seawater back-up meter required);
upstream of the screening
intake Online water quality
Compliance facilities and/or
M1 metering and metering (+ back-up
Monitoring pretreatment; measure
monitoring quality meter required);
against Design Envelope,
system Auto-Sampler and Manual
Technical & Correction
sampling point
Limits; Hourly metering.

70
Metering
Ref. Type System description Equipment/Methodology
Station

Operational monitoring of
Pre-treatment pre-treatment efficiency Online water quality
efficiency and safeguarding of plant; metering; Manual
Operational
M2 metering and Downstream of pre- sampling point; Auto-
Monitoring
monitoring treatment; Upstream of Sampler and Manual
system cartridge filters; Hourly sampling point
metering.
Plant
production Plant production monitoring
Flow Meter (+parallel
metering and point: Measure plant
back-up meter required);
monitoring capacity/availability on
Operational Online water quality
M3 system and hourly basis. Downstream
Monitoring metering; Auto-Sampler
critical control of post-treatment;
and Manual sampling
point for Upstream of supply point to
point
potable water pumping station.
quality

A single Flow Meter (+in


series back-up Flow
Final Water meter required); Online
Final water monitoring
Quality water quality metering
point: Measure plant water
Specification (back-up quality meter
quantity and Water Quality
Compliance metering & required).; Auto-Sampler
M6 Specification from Plant in
Monitoring monitoring and Manual sampling
compliance with Water
system point. All in full
Regulator Code. Upstream
compliance with Water
of transmission boundary
Regulator Code
limit; Hourly metering.

Liquid discharges
monitoring point: Flow Meter (+ parallel
Downstream of final liquid back-up meter required);
Liquid
discharges return stream Online water quality
Compliance discharges
M7 and upstream of marine metering (+ back-up
Monitoring metering &
outfall; Measure quality meter required).;
monitoring
concentrate return volumes Auto-Sampler and Manual
and quality against sampling point.
NCEC/ESIA requirements
Where specified by SWPC
and ESIA. Minimum
quarterly monitoring at all Adequate online noise
Noise
corners of Site boundary, metering Calibrated
Operational metering &
Noise the nearest receptor Sound Level Meter as per
Monitoring monitoring
locations to the Project site, NCEC minimum
system
and outside main plant requirements
components/buildings at
the Project boundaries

The above flow measurement and water quality monitoring points are indicated within diagram
below.

71
Figure 5-1: Metering & Monitoring diagram

All flow meters, online meters, auto samplers and, where applicable, back-up equipment, forming
part of the Metering and Monitoring System shall be maintained and calibrated regularly. The
calibration of the flow and water quality meters shall be certified every six months by an accredited
third-party agency and the results reported to SWPC. Metering and Monitoring Systems shall also
include adequate metering and monitoring of power supply and consumption as required by the
Plant and in accordance with the WPA. All metering & monitoring system shall comply with the
Metering Divergence, Metering Tolerance and other requirements as defined in WPA and its
appendices.

Provision for manual sampling shall always be available to enable the laboratory testing and
analysis of water quality even when auto sampler is installed on that particular metering location
(refer to the table 5.7). However, auto sampler will be acting as the main medium for the laboratory
testing while provision for manual sampling will always be available as a backup in case auto
sampler malfunctions or needs maintenance.

All monitoring, metering, sampling and testing of raw seawater and potable water shall be online
and shall also be in full compliance with the Water Regulator Code as a minimum and fully aligned
to measure all parameters as required by the performance specifications indicated above, including
measurement of potable water storage capacity and availability. The following diagram provides an
indication of the potable water connection and metering interface as specified by the Water
Regulator Code. The exact coordinates of Main and Backup meters shall be discussed and agreed
by Successful Bidder in consultation with SWPC and WTTCO during execution stage.

72
Figure 5-2: Connection & metering details

This shall include Good Utility Practice and accepted methods and standards of QA/QC in terms of
validating all monitoring, metering, sampling and testing results.

The Plant shall be equipped with facilities to automatically dump the water not meeting any of the
above quality requirements. These facilities shall be designed to ensure, that no off-specification
quality water will pass the Water Connection Point. These facilities will comprise but not be limited
to:

• Online water quality monitoring system upstream of the tie-in of the dump line, measuring
various water quality requirements as specified in clause A below,
• Dump line connecting the dumping point with the outfall channel or pipe.

The Bidder shall monitor the water quality requirements by means of calculations and
measurements to be taken at the Water Connection Point to demonstrate the water quality of the
water dispatched to the Water Transmission Facilities.

A. ONLINE WATER QUALITY MONITORING, SAMPLING AND ANALYSIS METHODOLOGY

The following quality monitoring equipment will be provided and the quality parameter signals to be
transmitted will be according to the requirements of the DCS/PLC and the SWPC Standard Interface
Specification for Data Exchange.

During operation of the Plant the critical parameters will be monitored and recorded. The potable
water online monitoring system will consist of the following online metering, measurement, sampling
equipment, analysing equipment, sampling points and equipment for potable water sampling at the
online measuring units. Any other parameters will be analysed in external laboratory.

Table 5-7: Water quality sampling

Type of measurement
Parameter Online Sampling Quality check by
laboratory analysis
per minute Reported per day
moving average
(h)
Alkalinity 1 24 1
Conductivity 1 24 1

73
pH 1 24 1
Temperature 1 24 1
Turbidity 1 24 1
Residual
1 24 1
Chlorine
TDS Computed 24 1
LSI Computed 24 1

Water output, quality control and monitoring of the Plant shall be performed at the Plant’s interface
to the Water Transmission Facilities The metering and monitoring system shall at least consist of,
but not be limited to the following online metering, measurement, sampling and analysing
equipment:

• Measurement of flow rate and amount of water,


• Alkalinity analyser,
• Conductivity metering,
• pH-Value sensor,
• Temperature measurement,
• Turbidity monitoring,
• Residual chlorine monitoring,
• TDS (computed value),
• LSI (computed value), and
• Sampling points and equipment for potable water sampling at the online measuring units.

The automatic meter reading system shall be based on the electromagnetic flow through type (or
similar) with an accuracy equal or better than required by the Water Regulator Code. The automatic
meter reading system shall collect and validate all metering signals. The data collection and
validation process shall perform the following function:

• Establish robust billing data for each circuit/supply,


• Identify potential metering equipment and communications links failure/faults, and
• Identify unauthorized interference with or manipulation of billing data.

Furthermore, the Bidder shall implement and maintain a "Water Safety Plan" based on the latest
WHO guidelines to ensure adequate risk management procedures and to ultimately ensure the
safety of potable water produced by the Plant. The Bidder shall submit a draft Water Safety Plan,
which contains all production and operational procedures including frequency and methods for
measurement, sampling and analysing of all required parameters to ensure the provision of potable
water within the quality limits. The proposed measuring, instrumentation, sampling and analysing
equipment shall be described by the Bidder and information on type, detection principle, range,
accuracy and sensitivity of the instrumentation shall be provided. The main data on scope of supply
and type and design of equipment and instrumentation of the metering and monitoring system are
to be stated in Part IV this RFP. The Water Safety Plan shall also clearly indicate all critical control
points, potential hazard events and risks, mitigation measures and an incident response protocol
for the Project.

5.4 Compliance Monitoring Methodology


A. COMPLIANCE MONITORING METHODOLOGY

The following outline compliance monitoring methodology will be followed.

74
STEP 1: The seawater intake flow and quality will be measured and monitored continuously
(at compliance metering station M1) with hourly recorded hydraulic flows and online
water quality monitoring which is validated by means of daily sampling & quality testing
which will confirm the raw seawater quality compared against the Design Envelope and
Correction Limits. This monitoring step shall also inform the application of daily
correction curves and measurement against the Design Envelope and Correction
Limits. Accuracy of flow and water quality metering shall be in compliance with the
Water Regulator Code.

STEP 2: Plant Availability, water output & quality will be measured and monitored
continuously (at compliance metering station M6) with hourly recorded hydraulic flows
and online water quality monitoring which is validated by means of daily sampling &
quality testing which will confirm the dispatch of potable water to WTTCO and
compliance with the required Water Quality Specifications. Accuracy of flow and water
quality metering shall be in compliance with the Water Regulator Code. This shall also
inform the calculation of output payments.

STEP 3: Liquid discharge quality will be measured and monitored continuously (at compliance
metering station M7) with hourly recorded hydraulic flows and online water quality
monitoring which is validated by means of daily sampling & quality testing which will
confirm the compliance with NCEC requirements (receiving waters standards or
similar) and the Plant’s permit.

STEP 4: Monitor and measure all environmental performance requirements as well as technical
efficiencies and compliance with the Plant’s emission levels, to be in full compliance
with Plant’s environmental permit and the latest NCEC requirements. Noise levels to
be confirmed at specified points in compliance with operational noise specifications.

B. TECHNICAL EFFICIENCIES COMPLIANCE

The Bidder will be required to measure and indicate compliance with the guaranteed technical
efficiencies provided as part of the WPA and monthly reporting. The following technical efficiency
criteria will be required to be measured as indicated and included with monthly/billing reporting.
SWPC maintains the right to request and witness compliance tests and/or verify the submitted
technical results if needed.

75
Table 5-8: Technical Efficiency Criteria

Description Measure Method


Total hourly electricity
consumption (gross
consumption
considering grid + any
Contracted SPC (total for the Plant) [kWh/m3] alternative power
sources on site and
energy recovery
measures) divided by
hourly water production.
Contracted Net SPC (total for the [kWh/m3] Total hourly electricity
Plant) consumption (net
consumption from the
grid) divided by hourly
water production.
Total Plant Availability
[average %
Guaranteed overall Plant Availability on an annual average
/period]
basis
Total % compliance with
Water Quality
Guaranteed Water Quality
[% Specifications measured
Specifications in compliance with
compliance/period] on an hourly basis,
Design Envelope, Technical &
supported by the
Correction Limits
Process Guarantee/s.
Report daily.
Plant guaranteed recovery rate [%/period] Potable water divided by
total intake water
volume as a
percentage. Report
daily.
Total plant carbon footprint [tCO2e /year] Total carbon footprint of
the Project (during
operation) measured in
tonnes of carbon dioxide
equivalent. Report
annually.
Compliant performance guarantees [Y/N] Process and
performance
guarantee/s in
compliance with the
performance
specifications and
relevant regulatory
requirements.
Chemical consumption per m3 Total daily chemicals
consumption divided by
kg of chemical
(Bidder to provide the list of all total daily average
consumed /m3
chemicals and respective Water flow (Normal
consumption per m3.) Flow)

The above technical efficiency monitoring criteria will be compared against the figures guaranteed.
Should actual efficiencies exceed guaranteed efficiency figures by a substantial margin and/or on
a frequent basis, SWPC may, at their discretion, require the Successful Bidder to perform a Net
Dependable Water Capacity Test as per Appendix 5 of WPA.

76
C. PROCESS & PERFORMANCE GUARANTEES

The Bidder shall provide a detailed process and performance guarantee which clearly confirms and
guarantee the following.

• Full compliance with the Water Quality Specifications in relation to the Design Envelope,
Technical Limits and Correction Limits and applicable correction factors. The guarantee shall
clearly indicate the performance specifications as stated above and confirmation of compliance
with the Water Regulator Code,
• Full compliance with Plant Contracted Capacity & Availability of water production as per the
operational performance specifications,
• Full compliance with environmental performance requirements,
• Compliance with the guaranteed technical efficiencies,
• Confirm the Plant’s noise emission levels, wastewater discharge flows and return concentrate
(brine) to be in full compliance with the Plant’s environmental permit and the latest NCEC
requirements.

The process and performance guarantees shall include supporting guarantee letters from
manufacturers, suppliers and technology providers of all major equipment including, but not limited
to the following components of the plant.

• Seawater intake pumps & screens,


• Pre-treatment system,
• Centrifugal Pumps
• Wastewater treatment system,
• Cartridge filters,
• High-Pressure pumps,
• RO membranes,
• Energy recovery device,
• Post-treatment system,
• Major metering, monitoring and EICA equipment and systems.

5.4.1 Commissioning and Acceptance Testing


The completed works will be subject to appropriate commissioning and testing as per Appendix 5
of the WPA. The Bidder is required to develop and issue an appropriate commissioning plan
detailing their approach to commissioning of the works and the establishment of the treatment within
the works.

After completion of process commissioning for the Plant, the Bidder may prepare the Commercial
Operation Test for the Plant to demonstrate (i) the operational integrity of the interfaces of the Plant
with related facilities as well as the operational integrity of the Plant itself, and (ii) the ability of the
Plant to treat seawater within the Design Envelope, Technical Limits & Correction Limits to deliver
Potable Water which complies with the Water Quality Specifications without interruption.

Table 5-9: Minimum commissioning and acceptance testing criteria

Item Criteria

Potable Water Potable water quality is in accordance with the Water Quality
Specifications

Continuous Operation Continuous operation of the Plant in automatic mode without


interruption

77
Item Criteria

Certain specified individual equipment items have been in


continuous operation without interruption

Automatic changeover of duty/standby units in the event of


failure of the duty unit during the continuous operation
verified

Display of all the monitoring parameters at the Plant console


and SCADA verified

Ability to react in the desired manner when Correction Limits


of seawater or water that does not satisfy Water Quality
Specifications is detected

Ability to react in the desired manner when fault conditions


are detected or reported is verified

Pre-treatment systems operating stable and providing pre-


treated water quality in accordance to the requirement set
forth in this RFP

Main treatment process systems operating stable and


providing compliant water quality in accordance to the
requirement set forth in this RFP

Delivery of Water at the Water Connection Point

5.5 Reporting requirements


The Bidder shall submit detailed technical reporting (in addition to online data provided via the
DCS/PLC) to SWPC for each billing period (or at least monthly) prior to submission of billing with
sufficient time for SWPC to evaluate the necessary compliance results and reporting figures prior
to approval of a billing submission. The abovementioned reporting will include the following as a
minimum.

• A hydraulic flow report for each flow metering point supported by hourly flow metering data and
validation results,
• Seawater and Water quality results report supported by hourly and daily monitoring data and
validation results,
• Reporting on all efficiency parameters stated in (clause 5.4 Technical Efficiency Criteria (Table
5.9)),
• Reporting on all environmental performance requirements and compliance with other
operational requirements as per the Compliance Monitoring Methodology,
• An operational & maintenance summarized report indicating total consumables (chemicals,
electricity, potable water, etc.), maintenance events and details, manpower details and relevant
asset management reporting.

A health & safety & environmental report indicating compliance with relevant regulations and
conditions, reporting and investigation of incidents and mitigation measures to reduce risks, etc. as
required by the approved Water Safety Plan.

78
6 TECHNICAL ATTACHMENTS15

ATTACHMENT A – Technical Studies,


Surveys and Investigation Reports

15 Details to be provided by a separate amendment.

79
ATTACHMENT B – SWPC Data
exchange interface and systems
specifications
Attached

80

You might also like