69
SCADA Upgrade for Western Region (Phase 2) Issued on: 22 nd October, 2016 Tender No.: WAF 19/10/20/PMU/SUWR Employer: Water Authority of Fiji Country: Fiji Islands Proposal Close at 2:00pm Friday 18 th November 2016

SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

  • Upload
    others

  • View
    12

  • Download
    1

Embed Size (px)

Citation preview

Page 1: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region

(Phase 2)

Issued on: 22nd October, 2016

Tender No.: WAF 19/10/20/PMU/SUWR

Employer: Water Authority of Fiji

Country: Fiji Islands

Proposal Close at 2:00pm Friday 18th November 2016

Page 2: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 2WAF 19/10/20/PMU/SUWR

Contents

1 Project Background & Purpose........................................................................................................................... 3

2 Instructions to Proposers ....................................................................................................................................... 4

2.1 Introduction .................................................................................................................................................... 4

2.2 General Information ..................................................................................................................................... 5

2.3 Eligibility of the Proposer .............................................................................................................................. 6

2.4 Proposal Document ...................................................................................................................................... 7

2.5 Preparation of Proposals .............................................................................................................................. 7

2.6 Submission of Proposals ................................................................................................................................ 9

2.7 Opening of Proposals ................................................................................................................................. 11

3 Evaluation of Proposals and Award................................................................................................................. 12

3.1 General ......................................................................................................................................................... 12

3.2 Proposal Evaluation .................................................................................................................................... 12

3.3 Technical Evaluation .................................................................................................................................. 14

3.4 Price Evaluation ........................................................................................................................................... 16

3.5 Award of Contract...................................................................................................................................... 16

4 Proposal Forms and Schedules ......................................................................................................................... 18

5 Conditions of Contract ....................................................................................................................................... 24

5.1 Particular Conditions - Reference to Clauses in General Conditions ............................................... 24

6 Scope of Works..................................................................................................................................................... 41

6.1 Overview &Objectives ............................................................................................................................... 41

6.2 Scope of Works for SCADA Western Region .......................................................................................... 41

6.3 General Requirements ............................................................................................................................... 46

6.4 Personnel Qualification .............................................................................................................................. 47

7 Personnel, Equipment, Facilities and Services to be Provided by Others ................................................. 48

7.1 Personnel....................................................................................................................................................... 48

7.2 Equipment, Facilities and Services ........................................................................................................... 48

7.3 Information ................................................................................................................................................... 48

8 Remuneration & Payment ................................................................................................................................. 49

8.1 Basis of Payment.......................................................................................................................................... 49

8.2 Schedule of Rates and Prices (Normal Services) .................................................................................. 51

8.3 Schedule of Rates for Additional Services.............................................................................................. 52

9 Time Schedule for Services ................................................................................................................................ 53

10 Appendices .......................................................................................................................................................... 54

Page 3: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 3WAF 19/10/20/PMU/SUWR

1 PROJECT BACKGROUND & PURPOSE

From inception of WAF in 2010 to date, the first investment that is injected in the field ofautomation was on 2015 and 2016. With the increasing demands of water around the countryand especially in western region where resorts and hotels are been constructed exponentially,technologies such as SCADA automation must be adapted to properly manage this system.Customer demand has also shifted whereby expectations to faster turnaround times, instantreplacements and quick solutions are needed. To create a quicker response time sometechnologically advanced system must be in place to help guide the staffs for faster reactiontime.

Currently there is no SCADA Monitoring control centre in the western region and supervisorsrelay on operators from western to supply data to Control Centre and sometimes the datasupplied by operators are inaccurate and misleading. To avoid this mishap, a new SCADAsystem in western region needs to be implemented to monitor systems and retrieve dataremotely from reservoir, pumping stations pressure and flow sites.

Page 4: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 4WAF 19/10/20/PMU/SUWR

2 INSTRUCTIONS TO PROPOSERS

2.1 Introduction2.1.1 Water Authority of Fiji invites sealed bids from eligible and qualified bidders for SCADA

Upgrade for Western Region (Phase2)

2.1.2 Bids should be submitted with all mentioned forms in the bid document to the tender boxsituated at WAF National office, Level 2 Manohan Building, located at Corner of Kings Rd& Wainivula Rd Nasinu, Suva.

2.1.3 The eligible bidders shall comply and submit documents highlighting the followingqualification criteria.

i. The Bidders who are Individual Firm or Joint Venture should have designed andcompleted at least 2 (two) projects with a contract value not less than 1,000,000 USDeach during the last 5 (Five) years, out of which 1 (one) should have been similarproject. Acceptable certificate of completion from the Employer is required for all 2(two) projects.

Percentage of work done is taken based on the percentage of work mentioned in theJoint Venture agreements.

ii. The scope of work of at least one (1) SCADA project undertaken by the bidder shouldhave included, inter alia, the following requirements:-

a. SCADA software system on:

Application Server Platform and integration

Operator interface-Human Machine Interface (HMI)

Administration/Development/Configuration Tools

Data archiving capability(Historian)

Analytical reporting capability

Alarm and Event Management

b. RTU installation and programming

c. Network installation and configuration

d. Radio installation and configuration

e. Power & UPS installation

Bidders who do not possess design experience in similar projects specified as above inrequired capacities may enter into a Joint Venture with a Design consultancy firm withexperience in SCADA system designing and project implementation.

2.1.4 The pre- bid meeting and site visit will be on 03/11/16 on Thursday commencing at 10.00am (Fiji time) at EMPLOYERS Navakai Treatment Plant.

Page 5: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 5WAF 19/10/20/PMU/SUWR

2.2 General Information2.2.1 For further information on the Tender Process Contact:

Tevita Balenivalu

Acting Procurement Manager

Email: [email protected]

Ph: +679 9101019

For further information on the Scope, Basis of Payment & Schedule of Rates & Prices or othergeneral information, contact during working hours:

Rabinesh Chandra

Assistant Project Manager

Email: [email protected]

Ph: +679 9126673

Water Authority of FijiManohan Bui ld ing,Cnr Kings Road & Wainivula Road.NasinuSuvaFiji Islands

Tel: +679 3346 777

2.2.2 This Proposal document includes

(i) Instructions to Proposers, Evaluation Criteria and Method of Evaluation

(ii) Forms for Letters of Proposal, Schedule of Key Personnel, Schedules of Compliance &Departures and Schedule of Rates and Prices

(iii) Agreement, General Conditions, Particular Conditions Parts A & B

(iv) Scope of Services – Section 6

(v) Personnel, Equipment, Facilities and Services to be Provided by Others – Section 7

(vi) Remuneration and Payment – Section 8

(vii) Time Schedule for Services – Section 9

(viii) Appendices – Section 10

2.2.3 The Proposer shall bear all costs incurred in the preparation and submission of its Proposal,including any visits, interviews, meetings of clarifications and other actions mentioned in orimplied by these Instructions. The Employer will not be responsible or liable for such costs,regardless of the conduct or outcome of the tendering process.

2.2.4 The Employer reserves the right to withdraw or cancel the request for proposals by notice, atany time and at its own discretion due to any reason, without incurring liability to anyProposer and without the Proposers being entitled to claim any compensation. Such reasonsmay be, but are not limited to, changes in terms of reference requiring a re-tender, collusionor improper tender practices, extended tender period (after proposals close) that may affectfairness or impartiality, inadequate or unacceptable proposals, or in the event of any other

Page 6: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 6WAF 19/10/20/PMU/SUWR

occurrence deemed to to have had, or likely to have, a significant impact on the tenderprocess

2.2.5 Individual meetings or communications (except for requests for clarifications) by theProposers with the Employer are not allowed.

2.2.6 Proposers may visit the site(s) where the Services are to be performed prior to submittingtheir proposals, at their own risk and cost, which shall include sole responsibility and liabilityfor any death, personal injury, loss or damage to property and any other losses, costs andexpenses.

Access onto private property shall not be allowed without express permission from WAF.

2.2.7 Proposal procedures are subject to the law of the Fiji Islands and the rules applicablehereunder.

2.2.8 No offer, payment, consideration, or benefit of any kind, which constitutes illegal or corruptpractice, shall be made, either directly or indirectly, including bribery of public officials, as aninducement or reward in relation to:

(i) the proposal process,

iii) the award of the assignment, or

(iii) the implementation of the Agreement.

Any such practice will be grounds for the immediate cancellation of the Agreement and forsuch additional actions (civil and/or criminal) as may be appropriate. At the discretion ofWater Authority of Fiji, a further consequence of any such practice can be the definiteexclusion from any further tendering for Water Authority of Fiji

2.3 Eligibility of the Proposer2.3.1 For a joint venture of two or more legal entities to be eligible, the following shall apply:

(i) The joint venture shall have nominated a leader with authority to bind the jointventure and this leader shall be authorised to incur liabilities and receiveinstructions for and on behalf of the joint venture;

(ii) Evidence of this authorisation shall be provided with the proposal in the form of apower of attorney signed by legally authorised signatories of all persons in the jointventure;

(iii) The Proposal Form, and (if accepted) the Agreement, shall be signed as to belegally binding on the joint venture;

(iv) The proposal shall include a copy of the joint venture agreement entered into by allpersons;

(v) The proposal shall describe the organisational arrangements of the joint ventureand how the roles and responsibilities will be divided between its members.

2.3.2 Any entity may be proposed as a prospective sub-consultant by more than one respondentin addition to being either a sole respondent or a participant in one joint venture offer.

Page 7: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 7WAF 19/10/20/PMU/SUWR

2.3.3 Apart from the specific exceptions stated above, no legal person or entity shall participate inthe preparation of another’s offer for the same contract.

2.3.4 Joint venture proposals which fail to satisfy the eligibility requirements in this clause or whichfail to convince the evaluators that the joint entity will be capable of performing the Servicesmay be rejected.

2.3.5 Any legal entity may only submit one Proposal.

2.4 Proposal Document2.4.1 The Proposer shall be responsive to the complete Proposal document which comprises the

documents listed in Clause 2.2.2 above and any Addenda/Notices to the Proposaldocument which may be issued as described in this Clause 2.4.

2.4.2 At any time prior to the deadline for submission of proposals, the Employer may amend theProposal Document by issuing addenda / notices

2.4.3 The Proposer must carefully examine the proposal document. Failure to comply with theseInstructions or with any other tendering requirements will be at the Proposer’s risk and mayresult in the Proposal being rejected.

2.4.4 If the Proposer finds any discrepancy, error or omission in the Proposal Documents, theProposer shall notify the Contact Officer immediately, in writing, giving details of theambiguity, discrepancy, error or omission and in any case before the date and time forclosing of Proposals.

2.4.5 If the Proposer requires any clarification of the Proposal document, he/she shall notify theContact Officer in writing. Requests for clarification must be received not later than 14 daysbefore the Proposal closing date.

2.4.6 The Employer will respond to the notices by issuing addenda/notices:

(i) the text of the question or request for clarification (the authoring Proposer will not beidentified) and

(ii) the clarification.

2.4.7 Any addenda / notices issued shall be part of the Proposal Document and shall becommunicated in writing to all who have obtained the Proposal Document

2.4.8 These addenda / notices will also be posted on the WAF website underhttp://www.waterauthority.com.fj/en/tenders.

2.4.9 To give prospective Proposers reasonable time in which to take an addendum/notice intoaccount in preparing their proposals, the Employer may, at its discretion, extend the deadlinefor the submission of proposals,

2.5 Preparation of Proposals2.5.1 The proposal price shall, except where otherwise provided, allow for all the Proposer’s

obligations including all costs, overhead and profit for carrying out and successfully

Page 8: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 8WAF 19/10/20/PMU/SUWR

completing the Services in accordance with the Agreement and other documentsreferenced therein

2.5.2 The Proposal and all communication between the Proposer and the Employer shall be inEnglish. Supporting documentation may be in another language provided an appropriatetranslation of all the relevant parts into English is also provided. If such translation is notprovided, that information will not be considered in the evaluation.

2.5.3 The Proposal Documents to be submitted by each Proposer shall comprise a technicalsubmission and a price submission as detailed in Clause 2.6.1.

2.5.4 Technical Proposal

To enable Proposals to be evaluated the Proposer shall supply information on the followingnon-price attributes and as further detailed in Section 3.3:

Relevant Experience and Track Record Technical / Personnel Skills Methodology Management Skills

Failure to supply any of the information required under Section 3.3 may result in the Tendernot being evaluated and excluded from any further consideration.

The Technical Tender shall be limited in total to no more than 25 A4 size pages of reasonablefont size, excluding cover letter (no price information to be included), cover page,contents/index page, schedules, CVs and other supplementary information required

2.5.5 Duties, Taxes and Levies

All duties, taxes, VAT, and other levies applicable for the contract in question payable by theproposer in relation to the performance of the Agreement, or for any other cause, shall beincluded in the rates, prices and total Proposal Price submitted by the Proposer, and theevaluation and comparison of Proposals by the Employer shall be made accordingly. Theduties, taxes, and other levies shall be those prevailing 28 days prior to the Proposal SubmissionDeadline.

2.5.6 It is the responsibility of the Proposer to acquaint himself fully with the tax and excise laws inforce in Fiji prior to the submission of the Proposal.

Proposers not resident or registered in Fiji for tax purposes or who are procuring sub-consultantservices from outside Fiji may be liable to pay Non Resident Withholding Tax (NRWT) onpayments they receive under the Agreement. Proposers must ascertain for themselves anysuch exposure to NRWT prior to submitting their proposals as per the Fiji Revenue and CustomsAuthority (FRCA) requirements. The FRCA website is http://www.frca.org.fj/withholding-tax/.Proposers will be deemed to have made full allowance for NRWT in their proposed VEP (i.e.VAT exclusive) prices.

For Value Added Tax (VAT) implications, Proposers shall refer to Section 8.1.8

2.5.7 All prices and unit rates quoted in the Schedule of Prices shall be in Fiji Dollars (FJD).

Page 9: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 9WAF 19/10/20/PMU/SUWR

2.5.8 In submitting the price proposal, the bidder is taken to have visited and inspectedthe site and conducted its due diligence with regards the works hereby tenderedand the regulatory authority's requirements in Fiji. No variance to price shall beallowed in respect to the failure by the Contractor to carry out the necessaryinvestigations of the Scope requirement prior to the submission of the Price Proposaland the acceptance of the Price by the Employer

2.6 Submission of Proposals2.6.1 The Proposer’s proposal must be submitted in two sealed envelopes which shall be sealed

inside a third envelope:

Envelope 1 (marked ‘Technical Proposal’) must contain all non-price information asclause 2.6.2 below

Envelope 2 (marked ‘Price Proposal’) must contain all pricing information as clause 2.6.2below

Both Envelopes should then be submitted inside a third outer envelope clearly marked

Tender # WAF 19/10/20/PMU/SUWRSCADA Upgrade for Western Region (Phase 2)

2.6.2 The contents of each envelope shall be:

Technical SubmissionEnvelope 1

Form of Technical Proposal

Technical Proposal (in accordance with 2.5.4) including:

Relevant Experience and Track Record Personnel / Technical Skills Methodology Management

Schedule 1 - List of Key Personnel including brief CV´s

Schedule 2A - Schedule of Compliance and departures – non-price

Price SubmissionEnvelope 2

Form of Price Proposal

Schedules of Rates and Prices

Schedule 2B - Schedule of Compliance and Departures – Price

Failure to comply with this Section 2.6.2 and where it is considered that an unfair advantagewould be gained through any non-compliance, may lead to rejection of the proposal.

Decisions on this matter will be at the sole discretion of the Employer.

2.6.3 Address for Submissions

Chief Executive OfficerManohan Building,Cnr Kings Road & Wainivula Road.

Page 10: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 10WAF 19/10/20/PMU/SUWR

Water Authority of FijiNasinuSuvaFiji Islands

The Proposal shall be delivered to the Tender Box at the above address, or uploaded toTenderlink in accordance with the relevant instructions, before the closing time, and at theProposer’s risk

Overseas submissions may also be emailed to [email protected] with the non-price andprice information submitted under separated email

The Tenderlink website for instructions and uploading proposals is https://www.tenderlink.com

2.6.4 Closing time and date for Submissions shall be 2:00pm Friday 18th November 2016

2.6.5 Late proposals will not be considered. After the proposal closing deadline, no proposer shallbe permitted to alter its proposal. Exceptions to these rules will only be permitted at the solediscretion of the Employer.

2.6.6 Unless submitting via Tenderlink or email, proposals shall be submitted as one signed andbound original paper copy and one further loose leaf paper copy, plus separate electroniccopies of the price and non-price content (as single .doc documents on CD, DVD or USBmemory stick). In the event of any discrepancy, the original paper copies shall prevail.

2.6.7 Alternative Proposals will not be considered.

2.6.8 If a Proposal is misplaced or opened prematurely because an envelope was notsealed and marked as instructed above, the Employer shall not be responsible and theProposal may be rejected.

2.6.9 The Proposer may modify or withdraw its Proposal after submitting it, provided themodification or notice of withdrawal is received in writing before the closing time forProposals. The Proposer’s modification or notice of withdrawal shall be prepared, sealed,marked and delivered in accordance with the provisions of this Clause 2.6, with the inner andouter envelopes additionally marked “MODIFICATION” or “WITHDRAWAL”, as appropriate.The modification or notice of withdrawal shall be signed by a person or persons dulyauthorized to bind the Proposer, and proof of authorization shall be annexed.

2.6.10 A Proposal submitted other than as described in this Clause 2.6 may be rejected by theEmployer and returned to the Proposer.

2.6.11 The Proposer shall notify the Employer, as soon as practicable, of any change in theinformation submitted, including changes in the composition of the Proposer or the legalstatus and place of establishment, potential conflicts of interest, economic and financialsituation, and technical capability/capacity of the Proposer or its members. Any change inthe composition & key personnel of the Proposer may, at the discretion of the Employer, leadto disqualification of the Proposer from participation in the Proposal and award of contract.

2.6.12 The validity period of all Proposals shall be 150 days or Five (5) Months from the closingdate of the Proposal.

Page 11: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 11WAF 19/10/20/PMU/SUWR

If an agreement has not been executed within this validity period and the Employer stillwishes to continue with the proposal process, each proposer will be contacted thereafter inorder to ascertain their intention to remain under consideration for a further defined period orto withdraw from the proposal process.

2.6.13 The lowest or any Proposal may not be necessarily accepted

2.7 Opening of Proposals2.7.1 Proposals s u b m i t t e d in accordance with Clause 2 . 6 above, will be opened by the

Tender Committee or nominated person immediately after the Proposal Closing time anddate. The Proposers’ representatives may be present at the opening.

2.7.2 The envelopes with the price proposals shall not be opened until the evaluation of thetechnical proposals has been completed.

2.7.3 First, Tenders for which the Employer has received a valid notice of withdrawal inaccordance with Clause 2.6.9 of these Instructions shall be returned unopened.

2.7.4 Second, outer envelopes marked ‘Substitution’ shall be opened next with the inner envelopesbeing exchanged for the corresponding envelopes being substituted, provided theappropriate notice (clause 2.6.9) is included. The substituted envelopes shall be returnedunopened.

2.7.5 Next, outer envelopes marked ‘Modification’ shall be opened next with the inner envelopesbeing exchanged for the corresponding envelopes being modified, provided theappropriate notice (clause 2.6.9) is included. The substituted envelopes shall be returnedunopened.

2.7.6 All other Tenders shall then be opened

Page 12: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 12WAF 19/10/20/PMU/SUWR

3 EVALUATION OF PROPOSALS AND AWARD

3.1 General3.1.1 All Proposals will be evaluated in accordance with Section 3.2 below.

3.1.2 The technical evaluation will be undertaken prior to opening the Pricing Envelope.

3.1.3 To assist in the examination, evaluation and comparison of Proposals, the Employer may askany Proposer for clarification of its Proposal, including breakdowns of unit rates and sums. Therequest for clarification and the response shall be in writing. No change in the submitted priceor substance of the Proposal shall be sought, offered or permitted except as required toconfirm the correction of arithmetic errors discovered by the Employer during theevaluation of the Proposals.

3.2 Proposal Evaluation3.2.1 The Proposal Evaluation Team (PET) appointed by the Employer will consider technical (non-

price) and price information submitted by each Proposer in order to identify the mostadvantageous proposal. The Employer may supplement this with any additional informationabout any proposer which the evaluators deem fit to obtain

3.2.2 Proposals shall be evaluated using the principle of:

Quality Cost Based Selection with a weight of 80% given to the technical part and a weight of20% given to the financial part.

3.2.3 The method of evaluation is detailed below:

Step 1: Completeness & Suitability

Open Envelope 1 (Technical Proposal)

Proposals will be screened on an initial eligibility and competence screening, based on:

a. completeness of each proposal (non-price information) to ensure that all documentationrequested in the RFP has been correctly submitted

b. appropriateness of the material submitted – is it within scope

c. the organisation is eligible to submit a proposal

d. no conflict of interest exists.

Should the proposal be incomplete or deemed inappropriate, the PET may exclude it fromfurther evaluation or, if the omission is relatively minor or clarification is required, request themissing information or clarification from the proposer

Step 2: Technical Evaluation (Non-Price Information)

Grade each attribute of the non-price information for each proposal against the ScoringSheets provided below in Section 3.3.

Exclude from further consideration any proposal that fails against an attribute (scores of 4or less).

The weighting to be applied to the technical attributes is as follows:

Page 13: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 13WAF 19/10/20/PMU/SUWR

Attribute Attribute Weighting

Relevant Experience & Track Record 25

Technical /Personnel Skills 20

Methodology 20

Management Skills 15

Total 80%

Scoring of these criteria will use a scale of 1 to 10, as per the following definitions:

Rating Description ScoreExcellent Exceeds requirements in all ways, with very little, or no risk. 10

Excellent /Very Good

Exceeds requirements in most ways, with very little, or norisk.

9

Very Good Meets requirements in all ways, exceeds it in some, little riskinvolved.

8

Very Good /Good

Meets the requirement, little risk involved. 7

Good Meets the requirement and is workable, acceptable risk 6

Good /Marginal

Meets the requirement, may require work in some areas,some element of risk.

5

Marginal Nearly meets the requirement, deficient or limited in someareas, element of risk.

4 (Fail)

Marginal /Poor

Deficient or limited in most areas, high element of risk. 3 (Fail)

Poor Information provided does not meet the requirement, isnot workable and is deficient, high element of risk.

2 (Fail)

Poor / Non-compliant

Information provided does not meet the requirement, isnot workable and is deficient, high element of risk.

1 (Fail)

The remaining proposals will be evaluated to determine their total weighted scores, being thesum of the products of each proposal’s individual attribute score multiplied by the attributeweighting

Step 3 : Financial Evaluation (Price Information)

Proposals that pass the technical evaluation will have their financial proposal opened andpoints awarded in accordance with Clause 3.4 below and the following formula:

Sf = (Fm/F) x 100

Where Sf = points to be awarded

Fm = lowest financial proposal

F = amount proposed by individual firm

Page 14: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 14WAF 19/10/20/PMU/SUWR

Step 4: Final Evaluation

Proposals will be ranked according to their combined technical and financial scores using thefollowing weights

Technical 80%Financial 20%

TOTAL SCORE 100%

3.3 Technical Evaluation3.3.1 The evaluation criteria that will be applied for the Technical Proposal are as identified in the

Scoring Sheets below:

RELEVANT EXPERIENCE / TRACK RECORD

Relevant Experience & Track Record (Weighting = 25%)

Evaluation Criteria Weighting

Experience in Projects to similar scale, specification and complexity insimilar environment

7.5

Electrical + SCADA installation experience 7.5

SCADA design of similar scale under taken locally or aboard 5

Contract management and supervision of similar works 5

Information should be limited to projects undertaken / completed within the last five (5)years.

Similar information shall be provided for any proposed sub-consultant / Sub-Contractor.

Proposers shall nominate three (3) referees to verify experience and performance andshall provide their contact details – name, company, phone and email as this will berequired for verification purpose if needed

Total 25%

Page 15: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 15WAF 19/10/20/PMU/SUWR

TECHNICAL / PERSONNEL SKILLS

Technical / Personnel Skills (Weighting = 25%)

Evaluation Criteria Weighting

Project Manager 5%

Design Engineer (Communication/IT) 7%

SCADA Engineer 7%

Electrical Engineer 6%

It is accepted that one individual may fulfil one or more nominated roles

Total 25%

METHODOLOGY

MANAGEMENT

Management (Weighting = 15%)

Evaluation Criteria Weighting

Management Skills of Key Personnel 5%

Organisation structure (include organisation chart showing internal andexternal relationships)

1%

Contract Management / construction supervision under FIDIC YellowBook

5%

Organisation’s Internal Management Systems including programming,reporting, invoicing, QA and Health & Safety

2%

Employer / Stakeholder liaison / communication 2%

Total 15%

Condition Assessment Methodology (Weighting = 15%)

Evaluation Criteria Weighting

Understanding of the Objectives and constraints of this Project 5%

Complete Methodology of the Western Project together with design 10%

Total 15%

Page 16: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 16WAF 19/10/20/PMU/SUWR

3.4 Price Evaluation3.4.1 The Price Evaluation will be undertaken after completion of the technical evaluation

3.4.2 Errors and Omissions in Price Proposals

After opening of Envelope 2 (Price Information), the pricing information will be checked bythe Employer for any omissions or arithmetic errors in computation and summation. Any errorswill be corrected as follows:

i. If there is any discrepancy between amount in figures and in words, the amount inwords will take precedence

ii. If there is a discrepancy between the Total Price entered and the equivalent sumcomputed on the basis of the breakdowns, the Total Price shall be adjusted to thesum computed on the basis of the breakdowns.

iii. If there is a discrepancy between a stated amount and the correct amount calculatedby multiplying the stated unit rate by the quantity, the stated amount shall beadjusted to the correct amount and the Total Price adjusted correspondingly.

The Proposer may be notified of these corrections and if the Proposer does not accept theseadjustments as notified, its Proposal may be rejected.

For the purpose of evaluating Proposals, the Employer will determine for each Proposal theevaluated price by making any correction for errors as described above.

3.4.3 To permit a fair comparison, proposal prices may also be adjusted to take account of theeffect on the Employer of a proposer’s exceptions to the risks and responsibilities defined inthese Instructions to Proposers.

3.5 Award of Contract3.5.1 The preferred Proposer may be invited to participate in meeting(s) with the Employer to

clarify outstanding issues and finalize an Agreement, and the Employer will arrange for minutesof such meetings to be prepared and agreed with the Proposer. The minutes of the meetingwill be part of the basis upon which the agreement is to be concluded.

3.5.2 The agreed minutes shall be binding on the successful Proposer as an acceptable clarificationof its Proposal until its validity expires, and shall be wholly subject to the formal Agreement,and shall not bind the Employer nor commit him to entering into any agreement under anyterms.

3.5.3 Subject to approval of the funding by the relevant authority, the Employer and theConsultant shall sign the formal Agreement.

Page 17: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 17WAF 19/10/20/PMU/SUWR

3.5.4 Prior to the expiration of the period of proposal validity, the Employer shall notify the successfulProposer, in writing, that its proposal has been accepted and require that a contractAgreement be signed by both parties. Following the signing of the Agreement, the Bid Bond ofthe successful proposer shall be released upon the submission of the following documents:

Performance Bonds;

Insurance Documents

Revised Work Program including procurement timeline by the proposer

3.5.5 In the event the above documents is not submitted, the Employer shall reserve the right tohold the bid bond and any progress payment until such time the successful proper complieswith the requirement.

3.5.6 Unsuccessful proposers will be notified, in writing, by the Employer of its decision within seven(7) days from the date of the letter of acceptance to the successful proposal

Page 18: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 18WAF 19/10/20/PMU/SUWR

4 PROPOSAL FORMS AND SCHEDULES

The following forms are included for submission with the proposal:

Envelope 1 (Technical Proposal)

Form of Technical Proposal Proposal Schedule 1 - Key Personnel Proposal Schedule 2A - Compliance and Departures – Non-Price / Technical

Envelope 2 (Price Proposal)

Form of Price Proposal Proposal Schedule 2B - Compliance and Departures –Price

Page 19: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 19WAF 19/10/20/PMU/SUWR

FORM OF TECHNICAL PROPOSAL

Date:

Invitation for Proposal No.:

To: CEO, Water Authority of Fiji

We, the undersigned, declare that:

a. We have examined and have no reservations to the Proposal Document, including

Addenda No.: issued in accordance with Instructions to Proposers Clause 2.4.6 of theInstructions to Proposers (ITP)

b. We offer to execute in conformity with the Proposal Document the following Works:

Tender # WAF 19/10/20/PMU/SUWR

SCADA Upgrade for Western Region (Phase 2)

c. Our Proposal consisting of the Technical Proposal and the Price Proposal shall be valid for a periodof one hundred and fifty (150) days from the Proposal submission deadline in accordance withthe Proposal Documents, and it shall remain binding upon us and may be accepted at anytime before the expiration of that period;

d. We, including any subcontractors for any part of the contract, have eligibility to submit thisProposal, in accordance with Clause 2.3 of the ITP;

e. We, including any subcontractors for any part of the contract, do not have any conflict ofinterest in accordance with Clause 2.6.12 of the ITP;

f. We are not participating, as a Proposer or as a subcontractor, in more than one Proposal inthis Proposal process in accordance with Clause 2.3 of the ITP.

Name In the capacity of

Signed

Duly authorised to sign the Proposal for and on behalf of

Dated

Page 20: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 20WAF 19/10/20/PMU/SUWR

FORM OF PRICE PROPOSAL

Date:

Invitation for Proposal No.:

To: CEO, Water Authority of Fiji

We, the undersigned, declare that:

a. We have examined and have no reservations to the Proposal Document, including

Addenda No.: issued in accordance with Instructions to Proposers (ITP) Clause 2.4.6

b. We offer to execute in conformity with the Proposal Document the following Works:

Tender # WAF 19/10/20/PMU/SUWRSCADA Upgrade for Western Region (Phase 2)

c. The total price of our bid is:

(VEP) (words)

(VEP) (numbers)

d. Our Proposal shall be valid for a period of one hundred and fifty (150) days from the date fixed forthe Proposal submission deadline in accordance with the Proposal Document, and it shall remainbinding upon us and may be accepted at any time before the expiration of that period

e. We understand that this Proposal, together with your written acceptance thereof included in yournotification of award, shall not constitute a binding contract between us, until a formal contract isprepared and executed; and;

f. We understand that you are not bound to accept the lowest evaluated Proposal or any otherProposal that you may receive;

Name In the capacity of

Signed

Duly authorised to sign the bid for and on behalf of

Dated

Page 21: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 21WAF 19/10/20/PMU/SUWR

PROPOSAL SCHEDULE 1

KEY PERSONNEL

Schedule of Key Personnel

Position / Role Name Current Position

Project Manager / Team Leader

SCADA Engineer

Electrical Engineer

Contract Management Personnel

Communication/IT Engineer

It is accepted that one individual may fulfil one or more nominated roles

Others (to be listed by Proposer)

Name Position

Signed

Dated

Page 22: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 22WAF 19/10/20/PMU/SUWR

PROPOSAL SCHEDULE 2A

SCHEDULE OF COMPLIANCE AND DEPARTURES – NON-PRICE

This criterion will not be scored but may affect the evaluation of proposal conformance and thescoring of other non-price attributes.

(to be included in Non-Price / Technical Envelope)

Using the schedule below, proposers shall provide details of any non-compliances or departures fromthe requirements of this Request for Proposals and any Addenda / Notices to Proposers. TheEmployer reserves the right to reject any proposal that contains non-compliances or departureswhich it deems unacceptable and which the proposer declines to remove or amend. Departuresacceptable to the Employer may result in adjustment to the proposal price for the purposes ofcomparison of proposals.

Price information must not be included on this form.

Any price adjustments that the Proposer may wish to offer to remove a non-compliance must beshown in the Schedule of Compliance and Departures - Price and be included in the Price Envelope.

Schedule of Compliance and Departures-NON-PRICE

We, the Proposer, confirm that our proposal is fully compliant with the requirements of the Requestfor Proposal and Draft Agreement, together with all Notices to Proposers, except in the followingrespects:

Item Clause referencein RFP

Detailed description of thedeparture or non-compliance

Perceived benefit to Employer(if any)

1

2

3

4

5

6

Name Position

Signed

Dated

Page 23: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 23WAF 19/10/20/PMU/SUWR

PROPOSAL SCHEDULE 2B

SCHEDULE OF COMPLIANCE AND DEPARTURES – PRICE

With reference to any non-compliance items the proposer may have included in Schedule 2A, andusing the format below, proposers shall provide details of the adjustment to their proposed price (ifany) that they would require order to remove a non-compliance which the Employer deems to beunacceptable.

Prices to remove departures must be included in the price envelope.

Schedule of Compliance and Departures – PRICE

We, the Proposer, confirm that we are willing to remove the non-compliances listed in Schedule 2Aof our proposal (technical / non-price envelope) in return for adjustment to our proposed price bythe amount(s) below:

We accept that failure by us to provide a price for removal of any departure will entitle theEmployer to make its own assessment of the diminished value to it of our proposal and compareour proposal price with those of other proposers accordingly.

Item No. in Schedule 2A Price to remove non-compliance (FJ$) VEP

1

2

3

4

5

6

Name Position

Signed

Dated

Page 24: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 24WAF 19/10/20/PMU/SUWR

5 CONDITIONS OF CONTRACT

The General Conditions of Contract applicable to the Agreement shall be the FIDIC“Conditions of Contract for Plant and Design-Build for electrical and mechanical plant andfor building works, designed by the contractor” published by the International Federation ofConsulting Employer’s Representatives (FIDIC), also known as the “FIDIC Yellow Book”, whichshall be subject to the following Particular Conditions.

Electronic and hard copies of this document can be purchased on the following website,www.fidic.org

5.1 Particular Conditions - Reference to Clauses in General ConditionsThe numbering of the Clauses and Sub-Clauses of the Particular Conditions follows thenumbering of the Clauses and Sub-Clauses of the General Conditions

GENERAL PROVISIONS

Clause 1.1: Definition

Sub Clause 1.1.1 -The Contract

In this contract, the following terms shall be interpreted as indicated:

1.1.1.1 "Contract" means the agreement entered between the Employer andthe Contractor as recorded in the Contract Form signed by the parties,including all attachments and appendices thereto and all documentsincorporated by reference therein.

Sub Clause 1.1.2 -Parties andPersons

In this contract, the following terms shall be interpreted as indicated:

1.1.2.3 "Contractor" means the individual or firm carrying out works as definedunder Scope of Works.

Sub Clause 1.1.3 -Dates, Tests,Periods adCompletion

In this contract, the following terms shall be interpreted as indicated:

1.1.3.7 "Defects Notification Period" means the period for notifying defects inthe Works or a Section (as the case may be) under Sub-Clause 11.1[Completion of Outstanding Work and Remedying Defects], calculatedfrom the date on which the Works or Section is completed as certifiedunder Sub-Clause 10.1 [Taking Over of the Works and Sections] andexpired for the expiration of period (with any extension under Sub-Clause 11.3 [Extension of Defects Notification Period]) calculated fromthe date of Total work is taken over.

Page 25: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 25WAF 19/10/20/PMU/SUWR

Defects Notification Period shall be 12 months after successfulcompletion of the project.

The percentage of retention shall be 10% of the Contract Price. 5% willbe released at the date of completion of the project and Issuance ofthe taking over certificate and 5% upon the expiry of the DefectsNotification Period and rectification of any defects subject to Clause11.9 of the GCC.

1.1.3.9 "day" means Calendar Day

Sub Clause 1.1.4 -Money andPayment

In this contract, the following terms shall be interpreted as indicated:

1.1.4.2 "Contract Price" means the price payable to the Contractor under theContract for the full and proper performance of its contractualobligations.

1.1.4.8 "Local Currency" means the Currency of the Country (Fiji).

Sub Clause 1.1.5 -Works and Goods

In this contract, the following terms shall be interpreted as indicated:

1.1.5.2 "Goods" means Contractor's Equipment, Materials, Plant andTemporary Works, and all the equipment, which the Contractor isrequired to supply to the Authority under the Contract.

Clause 1.4: Law and Language

Add the following:

Sub Clause 1.4.1 Law shall be the Laws of Fiji

Sub Clause 1.4.2 Language Shall be ENGLISH

Clause 1.5: Priority of Documents

Delete the priority order given and substitute the following.

The Order of priority of contracts documents is as follows:

1. The Contract Agreement.

2. The Letter of Acceptance.

3. Addendum 1.

4. The General Conditions.

5. The Particular Conditions.

6. The Employer’s Requirements.

Page 26: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 26WAF 19/10/20/PMU/SUWR

7. Specifications.

8. Drawings.

9. Schedules.

10. The Contractor’s Proposal. (Technical/ Financial)

Clause 1.9: Errors in the Employer's Requirement

Delete the entire clause in replace with the following:

Before submission of Bid by the Bidders the bidder, at their own cost shall conduct a thoroughsite inspection and measurement. In the event that there is an error or defect of a technicalnature in the Employers Requirement as per the Bidders site inspection and measurement,subject to clause 5.1 of the General Conditions, the Bidder shall promptly give notice to theEmployer of such error or defect.

Subject to the above clause, the Contract Price shall be taken as final and inclusive of all theabove necessary due diligence by the Bidder. Should the Bidder be awarded the contract,WAF will not revise any costs or increase price or consider any increase in price or timeextension because the contractor was not in a position to ascertain all proper investigationsbefore quoting for the price.

THE EMPLOYER

Clause 2.1: Right of Access to the Site

Replace Paragraph 3 with the following:

Contractor shall provide in written two (2) weeks prior notice for access to site. In order for theEmployer to make arrangements for the Contractor to access site. If no written notice is givenby the Contractor to the Employer within the time frame mentioned above Employer shall nottake any responsibilities in the delay of works.

Clause 2.2: Permits, Licences or Approvals

Delete Entirely and Replace with the following:

The Employer shall provide assistance to the Contractor at the request of the Contractor in thefollowing ways:

(a) Directing the Contractor to relevant Authorities(b) Providing Support letters if needed

THE ENGINEER

Clause 3.1: Engineer's Duties and Authorities

Add the following after the Clause

Notwithstanding the provisions stated above if, in the opinion of the Engineer, an emergencyoccurs affecting the safety of life or of the Works or of third party’s property, he may instruct the

Page 27: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 27WAF 19/10/20/PMU/SUWR

Contractor to execute all such work or to do all such things necessary to mitigate the damage.

The Contractor shall forthwith comply, despite the absence of approval of the Employer, withany such instructions of the Engineer at the Contractors Cost.

The Engineer to the Works shall be Mr Marau Vuli, Senior Project Engineer, Level 5 ManohanBuilding, Water Authority of Fiji.

Clause 3.4: Replacement of the Engineer

Delete Entirely and Replace with the following:

If the Employer intends to replace the Engineer, the Employer shall, not less than 15 days beforethe intended date of replacement, give notice to the Contractor of the name and address ofthe replacement Engineer.

THE CONTRACTOR

Clause 4.2: Performance Security

Delete Entirely the First Paragraph and replace with the following:

Replace the text of 1st paragraph of Sub-Clause 4.2 with the following:

The Contractor shall provide security for its proper performance of the Contract to the Employerwithin 21 days after the receipt of the Letter of Acceptance. The performance security shall bevalued at 10% of the Contract Price covering the duration of the contract until successfulcompletion provided in the form of a bank guarantee and in the form included in the Biddingdocument, issued either

(a) by a bank located in Fiji Islands approved by the Reserve Bank of Fiji or a foreignbank through a correspondent bank approved by the Reserve Bank of Fiji locatedin Fiji Islands.

(b) Directly by a foreign bank but security shall be confirmed by a bank operating in FijiIslands; approved by the Reserve Bank of Fiji acceptable to the Employer.

Add the following after the last paragraph;

Without limitation to the provisions of this Sub-Clause, whenever the Engineer determines anaddition or a reduction to the Contract Price as a result of a change in cost or legislativechanges affecting the cost or as a result of a Variation amounting to more than 25 percent ofthe Contract Price payable in a specific currency, the Contractor shall at the Engineer's requestpromptly increase, or may decrease, as the case may be, the value of the PerformanceSecurity in that currency by an equal percentage.

Clause 4.3: Contractor's Representative

Add the following after the last paragraph

The Contractors representative shall be the only person responsible for chairing the meetingswith the Employer.

Page 28: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 28WAF 19/10/20/PMU/SUWR

Any change to the Contractors Representative shall be notified to the Employer 28 days prior tothe intended date of replacement and shall be signed off by the Employer as approved andreceived by the contractor.

Clause 4.4: Subcontractor's

Add the following after the last paragraph

If the Contractor proposes to sub contract a part of the works, he shall give reasonableopportunity for qualified contractors from the Fiji Islands to be appointed as sub contractors. Inany event the contractor shall not subcontract more than 50% of the work.

The Employer shall not make payment directly to any sub contractor for sub contracted works.

Clause 4.21: Progress Report

Add the following after the first paragraph

Contractor shall provide weekly and monthly reports to Employer.

Clause 4.22: Security of the Site

Add item (c)

The Contractor shall take additional security precautions when working in designated “highsecurity” areas. Work sites for pumping stations and trenching shall be secured at night and ifnecessary a security guard shall be posted on such stations.

Clause 4.24: Fossils

Add the following:

Excavation in areas designated as archeologically sensitive will be carried out following thearchaeological guidelines given by the Relevant Government Authorities and the Contractorsare to obtain these guidelines by themselves and consult the Employer.

DESIGN

Clause 5.5: Training

Add the following after the last paragraph

All training costs shall be at contractors cost and the number of people to be trained shall beagreed by both Employer and Contractor.

STAFF AND LABOUR

Clause 6.4: Labour Laws

At the end of the second paragraph insert the following:

The Contractor shall indemnify and keep indemnified the Employer against all claims madeunder all labour laws of the Republic of Fiji Islands and any statutory amendments thereto or

Page 29: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 29WAF 19/10/20/PMU/SUWR

modification thereof.

The Contractor shall comply with local labour laws and any amendments in force at the time ofexecution including the following, but not limited to:

i. Wages Board Ordinanceii. Shop and Office Act as may be relevant

Clause 6.5: Working Hours

Delete Entirely and replace with the following:

Normal working hours shall be 8.00am - 5.00pm from Monday to Friday excluding PublicHolidays. Works outside these hours shall be carried out following the following procedure:

1. Written request from the Contractor to the Engineer explaining the reason for therequest and importance.

2. Written approval by the Engineer given.

Clause 6.6: Facilities for Staff and Labour

Replace the first paragraph with the following:

The Contractor shall provide and maintain such accommodation and amenities as he mayconsider necessary for all his staff and labour, employed for the purposes of or in connectionwith the Contract, including all fencing around working site, water supply (both for drinking andother purposes), electricity supply, sanitation, cookhouses, fire prevention and fire-fighting. Oncompletion of the Contract, unless otherwise agreed with the Employer, the temporarycamps/housing provided by the Contractor shall be removed and the site reinstated to itsoriginal condition on the contractors own responsibility all to the approval of the Engineer.

Clause 6.7: Health and Safety

Add the end of third paragraph insert the following:

In the event of any outbreak of illness of an epidemic nature, the Contractor shall comply withand carry out such regulations, orders and requirements as may be made by the Governmentor local health authorities, for the purpose of dealing with, and overcoming the same.

The Contractor shall be conversant with the requirements of the Medical Officer of Health(MOH) office requirements on health and the requirement of the Labour Ministry on safety, andcomply with all such requirements and regulations and procedures.

The Contractor has to provide training on safety to the Employer's and on site have all safetysigns installed that is needed for construction works. Contractor shall have a site register.

Clause 6.9: Contractor's Personnel

Add the following paragraph at the end

The Contractor shall cooperate with security operations by providing bio data of all Contractor

Page 30: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 30WAF 19/10/20/PMU/SUWR

personnel including his subcontractors and other personal information if and when requestedby police, military and other relevant security authorities.

PLANT, MATERIALS AND WORKMANSHIP

Clause 7.3: Inspection

Add the following after the last paragraph

The Employer requires the Plant and Materials to be supplied under this contract shall conformto the requirements of the Relevant Government Authorities. The Contractor shall obtain theapproval upon Inspection for the specific requirement of this contract document carried out byEmployer. All cost of such inspection should be included in the total contract price.

The Contractor shall obtain the approval of the Employer to ship the Plant and Materials to beimported for the Works or to deliver such materials and plant to the site. Applications for suchapproval to ship shall be accompanied by manufacturer’s test certificates and certificates ofinspection prescribed in the Contract or agreed with the Employer. Application shall be madeso as to give the Employer a reasonable time to deal with such applications.

Clause 7.4: Testing

Add the following after the last paragraph

The Employer’s right to inspect, test and, where necessary, reject the Plant and Materials afterthe arrival in the Employer’s country shall in no way be limited or waived by reason of the Plantand Materials having previously been inspected, tested and passed prior to the shipment fromthe country of origin.

In the case of the imported Plant and Materials, the tests should be carried out by aninspection agency approved by the Employer and the copy of the certificate issued by theinspection agency with respect to quantity, quality and loading including all items given in theTOR for the pre-shipment inspection for the Approved Inspection Agency should be forwardedto the Employer. The cost of inspection will be borne by the Contractor.

COMMENCEMENT, DELAYS AND SUSPENSION

Clause 8.1: Commencement of Works

Delete Entirely and replace with the following

The commencement date shall be that of the signing date of the contract.

Clause 8.3: Programme

Add the following after the last paragraph

The Contractor to provide the Work Programme for the Works highlighting milestoneachievement dates. A revised work schedule highlighting timelines and deliverables shall besubmitted within 21 Days from the submission of the Letter of Award

Clause 8.5: Delays Caused by Authorities

Page 31: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 31WAF 19/10/20/PMU/SUWR

Add the following after the last paragraph

The Contractor should carefully study the procedures for which sufficient allowance should bekept in the time programmes for obtaining permit from local power supply authority if needed.

Clause 8.7: Delay Damages

Add the following after the last paragraph

The contractor shall finish all works including testing and hand-over to Employer within the datesprovided in the work schedule. If there is a delay in the completion than the Employer willcharge the contractor FJD 1000 per day.

TESTS ON COMPLETION

Clause 9.1: Contractor's Obligation

Add the following after the last paragraph

All materials, labour, electricity, water, chemicals, fuel, Testing equipment and any otherrequired materials, skilled and other labourer and etc. for the proper completion of tests shallbe provided by the contractor at Contractor’s cost and shall be included in the lump sumcontract price.

Clause 9.2: Delayed Tests

Delete Entirely the first paragraph and replace with the following:

If the Tests on Completion are being delayed by the Employer due to works that are WAF'sresponsibility, the Contractor will be required to complete these tests once WAF works arecompleted at no additional cost to WAF.

VARIATIONS AND ADJUSTMENTS

Clause 13.3: Variation Procedure

Add the following after the last paragraph

Variations during the contract that involve a reduction in the CONTRACTOR’s scope of work ora reduction in the cost shall result in a reduction to the Contract Price.

Clause 13.8: Adjustments for Changes in Cost

Delete Entirely and replace with the following

The amount available for variations (as per clauses 13.1 to 13.7) and adjustments for changes incost (clause 13.8) is limited to the contingencies which is 15% of the Contract value. Hence upto a maximum of 5% of the Contract value from the contingencies can be used for theadjustments for changes in computing value for total work done as per the additional costinvolved due to increase of unit items mentioned in “Schedule for unit price for Variation” andthe remaining amount available in the contingencies shall be used for other variations. In theevent of adjustments for changes in cost lesser than 5%, the balance amount shall be utilized

Page 32: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 32WAF 19/10/20/PMU/SUWR

for the other.

The claim for the adjustment for changes in cost shall be submitted periodically. However, thisshall be reconciled and certified in the final payment certificate subject to above.

CONTRACT PRICE AND PAYMENT

Clause 14.2: Advance Payment

Delete Entirely the fifth paragraph ad replace with the following:

If required advance payment will be 10% of the contract sum which will be paid uponsuccessful submission of an Advance payment guarantee , issued either:

(a) by a bank located in Fiji Islands approved by the Reserve Bank of Fiji or a foreignbank through a correspondent bank approved by the Reserve Bank of Fiji locatedin Fiji Islands.

(b) Directly by a foreign bank but security shall be confirmed by a bank operating in FijiIslands; approved by the Reserve Bank of Fiji acceptable to the Employer.

Recovery of the Advance Payment shall be through percentage deducted in paymentcertificates as mentioned below:

(a) Deductions shall commence in the Payment Certificate in which the total of all certifiedinterim payments (excluding the advance payment and deductions and repaymentsof retention) exceeds thirty per cent (10%) of the Accepted Contract Amount

(b) Deductions shall be made at the amortization rate of forty per cent (20%) of theamount of each Payment Certificate (excluding the advance payment anddeductions and repayments of retention) in the currencies and proportions of theadvance payment, until such time as the advance payment has been repaid.

Clause 14.3: Application of Interim Payment Certificate

In the second paragraph (a) after the words “the Contractor’s Document produced” insert thefollowing:

‘based on the Price Schedules and respective price breakdowns Agreed

Clause 14.4: Schedule of Payments

Delete Entirely and replace with the following:

The payment will be made as per the Schedules of Payment based on the achievement ofmilestone as mentioned in Schedule of Payments. The Contractor shall submit detailed formulafor each milestone achieved with weight age for different major project deliverables which willbe agreed by the Employer before awarding of the Contract. However Contractor is notentitled for any interim payment until successful completion of the first milestone to the entiresatisfaction of the Engineer. Accordingly monthly interim payments will be paid to theContractor based on percentage achievements of deliverables under each milestone.Schedule of payments would be as follows:

Page 33: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 33WAF 19/10/20/PMU/SUWR

Employer to progressively release payments in the following manner after delivery ofequipment to site:

Successful Installation of SCADA Server Software and Hardware 10% Factory Acceptance testing and Shipment of full Hardware and Software licences

Delivery Duty Paid as per (Incoterms 2010) 55% Installation, Testing and Commissioning of Phase 2 Scope 25% Successful completion of training and handing over of proper technical documentation

and release of Taking Over Certificate from the Employer 5% Retention to be released after 1 year for defect Liability period 5%

Note: 5% Provisional Tax for service work to be deducted which will be paid directly to FRCA.

Clause 14.5: Plant and Materials intended for the Works

Delete Entirely and replace with the following:

If this Sub-Clause applies, Interim Payment Certificates shall include, under sub-paragraph (e) ofSub-Clause 14.3, (i) an amount for Plant and Materials which have been sent to the Site forincorporation in the Permanent Works, and (ii) a reduction when the contract value of suchPlant and Materials is included as part of the Permanent Works under sub-paragraph (a) of Sub-Clause 14.3 [Application for Interim Payment Certificates].

If the lists referred to in sub-paragraphs (a)(i) below are not included in the Appendix to Tender,this Sub-Clause shall not apply.

The Engineer shall determine and certify each addition if the following conditions are satisfied:

(a) the Contractor has: kept satisfactory records (including the orders, receipts, Costs and use of Plant and

Materials) which are available for inspection, and submitted a statement of the Cost of acquiring and delivering the Plant and Materials

to the Site, supported by satisfactory evidence; and

(b) the relevant Plant and Materials: are those listed in the Appendix to Tender for payment when delivered to the Site, and have been delivered to and are properly stored on the Site, are protected against loss,

damage or deterioration, and appear to be in accordance with the Contract.

The additional amount to be certified shall be the equivalent of seventy percent of theEngineer's determination of the cost of the Plant and Materials (including delivery to Site),taking account of the documents mentioned in this Sub-Clause and of the contract value ofthe Plant and Materials.

The currencies for this additional amount shall be the same as those in which payment willbecome due when the contract value is included under subparagraph (a) of Sub-Clause 14.3[Application for Interim Payment Certificates]. At that time, the Payment Certificate shallinclude the applicable reduction which shall be equivalent to, and in the same currencies andproportions as, this additional amount for the relevant Plant and Materials.

Page 34: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 34WAF 19/10/20/PMU/SUWR

Clause 14.7: Payment

Add the following after the last paragraph

Method of payment will be as follows:

Payments due to the CONTRACTOR in FJ Dollars (FJD) will be made to the CONTRACTOR inaccordance with the Schedule of Payments attached and shall apply in cases ofdisbursements for the payments made with respect to the portion of the contract stated in thecurrency of the Republic of Fiji Islands .

Clause 14.9: Payment of Retention Money

Delete Entirely and refer to Clause 1.1.3.7 above

RISK AND RESPONSIBILITIES

Clause 17.6: Limitation of Liability

Add the following after the last paragraph

Neither any member of the EMPLOYER's staff, nor the ENGINEER nor any member of his staff, norany member or officer of the Government of the Republic of Fiji Islands shall in any way bepersonally liable for the acts or obligations under the Contract, or answerable for any default oromission on the part of the EMPLOYER in the observance of the Contract Clauses orperformance of any of the acts, matters or things which are herein contained.

Clause 18. Insurance

Clause 18 is amended as follows.

The Contractor shall as required under the Agreement take out a Public Liability Insurance (PIL)and appropriate Workman’s Compensation Cover valid for the duration of the Agreement orfor any extended period thereof. The Contractor shall submit this Insurance certificates within 21days from the date of Letter of Acceptance.

CLAIMS, DISPUTES AND ARBITRATION

Clause 20.2: Appointment of the Dispute Adjudication Board

Delete Entirely and replace with the following:

Disputes shall be adjudicated by a DAB in accordance with Sub-Clause 20.4 [ObtainingDispute Adjudication Board's Decision]. The Parties shall jointly appoint a DAB by the datestated in the Appendix to Tender.

The DAB shall comprise, as stated in the Appendix to Tender, either one or three suitablyqualified persons ("the members"). If the number is not so stated and the Parties do not agreeotherwise, the DAB shall comprise three persons.

If the DAB is to comprise three persons, each Party shall nominate one member for theapproval of the other Party. The Parties shall consult both these members and shall agree upon

Page 35: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 35WAF 19/10/20/PMU/SUWR

the third member, who shall be appointed to act as chairman.

However, if a list of potential members is included in the Contract, the members shall beselected from those on the list, other than anyone who is unable or unwilling to acceptappointment to the DAB.

The agreement between the Parties and either the sole member ("adjudicator") or each of thethree members shall incorporate by reference the General Conditions of Dispute AdjudicationAgreement contained in the Appendix to these General Conditions, with such amendments asare agreed between them.

The terms of the remuneration of either the sole member or each of the three members,including the remuneration of any expert whom the DAB consults, shall be mutually agreedupon by the Parties when agreeing the terms of appointment. Each Party shall be responsiblefor paying one-half of this remuneration.

If at any time the Parties so agree, they may jointly refer a matter to the DAB for it to give itsopinion. Neither Party shall consult the DAB on any matter without the agreement of the otherParty.

If at any time the Parties so agree, they may appoint a suitably qualified person or persons toreplace (or to be available to replace) any one or more members of the DAB. Unless the Partiesagree otherwise, the appointment will come into effect if a member declines to act or isunable to act as a result of death, disability, resignation or termination of appointment.

If any of these circumstances occurs and no such replacement is available, a replacementshall be appointed in the same manner as the replaced person was required to have beennominated or agreed upon, as described in this Sub-Clause.

The appointment of any member may be terminated by mutual agreement of both Parties, butnot by the Employer or the Contractor acting alone. Unless otherwise agreed by both Parties,the appointment of the DAB (including each member) s the Contractor's requirements foraccess, accommodation, facilities, personnel, power, transport, water and other services shallexpire when the discharge referred to in Sub-Clause 14.12 [Discharge] shall have becomeeffective.

Clause 20.6 Arbitration

Delete the text of the clause and substitute the following.

i. The Employer and the contractor shall make every effort to resolve amicably by direct,informal, negotiation, any disagreement or dispute arising between them under or inconnection with the contract. If amicable settlement cannot be reached then alldisputed issues shall be settled by Arbitration as per the Arbitration Act No. 11 of 1995.

The arbitration shall be conducted in accordance with the local Arbitration Proceduresand shall be held at such place and time in Fiji Islands as the arbitrators may determine.The decision of the majority of arbitrators shall be final and binding upon the partieshereto and the expenses of the arbitration shall be paid as may be determined by thearbitrators.

Page 36: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 36WAF 19/10/20/PMU/SUWR

ii. Pending the award in any arbitration proceedings hereunder,a) this Contract and the rights and obligations of the Parties shall remain in full force and

effect andb) Each of the Parties shall continue to perform their respective obligations under this

Contract. The termination of this Contract shall not result in the termination of anyarbitration proceedings pending at the time of such termination nor otherwise affectthe rights and obligations of the Parties under or with respect to such pendingarbitration.

iii. Any award rendered by the arbitral tribunal shall determine the extent to which the costof arbitration is to be borne by each Party. The arbitration centre charges and thecompensation to the arbitrators shall be equally shared by the Parties initially.

Composition of the Arbitral Tribunal:

The arbitral tribunal shall consist of three arbitrators who shall be appointed in the mannerprovided in the Selection Procedure as given below.

Selection Procedure:

Either Party shall nominate one arbitrator. These two arbitrators jointly select the third arbitratorwho shall act as the Chairman.

Venue & Language:

The venue of arbitration shall be in Fiji Islands.

Unless otherwise agreed to by the Parties the proceedings shall be conducted and the awardshall be rendered in the English language.

THE FOLLOWING ADDITIONAL CLAUSES ARE ADDED

Clause 21: Personal Liabilities

Add the following new Clause

Neither any member of the Employer's staff, nor the Engineer nor any member of his staff, norany member or officer of the Government of the Republic of Fiji Islands shall in any way bepersonally liable for the acts or obligations under the Contract, or answerable for any default oromission on the part of the Employer in the observance of the Contract Clauses orperformance of any of the acts, matters or things which are herein contained.

Clause 22: Properties in Excavated Materials

Add the following new Clause

Pursuant of Clause 4.24, all materials and things of any kind obtained from excavations orfound on or under the site which the Contractor may be allowed to occupy shall remain theproperty of the Employer and shall not be used in the Work or sold or otherwise disposed ofwithout the written authority of the Engineer unless otherwise expressly allowed for in theEmployer’s Requirement.

Page 37: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 37WAF 19/10/20/PMU/SUWR

No excavations are to be made upon the site or any additional sites beyond those shown onthe drawings or described in the specification and the Price Schedules without the previouswritten authority of the Engineer.

Selection of borrow pits shall be to the satisfaction of the Engineer and comply and adhere tothe rules and regulations of the respective Local Authorities of the area or any other relevantGovernment authority.

Clause 23: Taxes and Duties

Add the following new Clause

The Contractor’s price(s) shall include all taxes, duties and other charges imposed outside FijiIslands on the production, manufacture, sale and transport of all the goods.

The price quoted by the Contractor shall include business taxes income and all other taxes andcharges excluding custom duties and VAT that may be levied according to the law andregulations in being as of the base date of the Employer’s Country on goods and servicessupplied under the Contract.

Nothing in the Contract shall relieve the Contractor from his responsibility to pay any tax thatmay be levied in the Employer’s country on profits made by him in respect of the Contract.

"In submitting the rates, proposed price the Contractor must familiarise itself with all theapplicable laws and policies with relation to Taxes, duties and VAT locally and abroad and theproposal when submitted must address this. No separate submission with regards to the abovewhich may lead in the increase in proposed contract price will be considered"

The Contractor’s Staff, personnel and labour will be liable to pay personnel income taxes in theEmployer’s Country in respect of such of their salaries and wages as are chargeable under thelaw and regulations for the time being in force, the Republic of Fiji Islands and the Contractorshall perform such duties imposed on him by such laws and regulations.

Any duties, custom duty, and Port charges, levied on the Plant and Materials to beincorporated in the Permanent Works supplied under the Contract shall be paid by theContractor directory to the Department of Customs. Any VAT payable shall be charged to theEmployer as a separate item and should be supported with VAT Registration Certificate issuedby the Fiji Revenue & Customs Authority (FIRCA)

Any additional taxes due to change of government tax policy which directly affect theContract after coming into force of the Contract will be adjusted in accordance with the Sub-Clause 13.7 [Adjustment for Changes in Legislation].

If the Contract or is resident in Fiji for tax purposes, all payments made under the Agreementare subject to Value Added Tax (VAT) in accordance with the Value Added Tax (Amendment)Decree. The Contractor must be registered for Fiji VAT in accordance with the VAT Decree. Ifthe Contractor is not so registered, it shall indemnify the Employer against any ineligibility of theEmployer to reclaim VAT that results from the Contractor’s non-registration. The Contractor shallreimburse the Employer in full for all such losses incurred by the Employer, which the Employermay deduct from amounts otherwise owing to the Contractor under the Agreement from time

Page 38: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 38WAF 19/10/20/PMU/SUWR

to time.

If the Contractor or a sub-Contractor is not resident in Fiji for tax purposes, payments to theContractor or sub-Contractor may have Non-Resident Withholding Tax (NRWT) deducted at theprevailing rate by the Employer or Fiji revenue authorities.

It shall be the Contractor’s responsibility to determine its applicable tax liabilities and to complywith the law. Any withholding tax payable shall be deemed to be allowed for in the priceagreed for the Services. Costs incurred by the Contractor in determining its tax liabilities shallalso be deemed to be allowed for in the VIP price agreed for the Services.

"In submitting the rates, proposed price the Contractor must familiarise itself with all theapplicable laws and policies with relation to Taxes, duties and VAT locally and abroad and theproposal when submitted must address this. No separate submission with regards to the abovewhich may lead in the increase in proposed contract price will be considered"

Page 39: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 39WAF 19/10/20/PMU/SUWR

CONTRACT AGREEMENT

This Agreement dated this day of Insert Date

between[Name of Employer] Water Authority of Fiji

of [Address of Employer ] National Headquarters

Wainivula Road, Nasinu

GPO Box 1272

Suva

(hereinafter called “the Employer”) of the one part

and [Name of Consultant]

of [Address of Consultant]

(hereinafter called “the Consultant”) of the other part

WHEREAS, the Employer desires that certain Services should be performed by the proposer,namely:

Tender # WAF 19/10/20/PMU/SUWRSCADA Upgrade for Western Region (Phase 2)

and has accepted a proposal by the Consultant for the performance of such Services.

THE EMPLOYER AND THE PROPOSER AGREE AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as arerespectively assigned to them in Clause 1.1 of the General Conditions.

2. The following documents shall be deemed to form and be read and construed as partof the Agreement, namely:

a) The Request for Proposals prepared by Employer dated (Insert Date)

b) Consultant's Proposal dated (Insert Date);

c) Letter of acceptance by the Employer dated (Insert Date);

d) Acceptance of offer by the Consultant dated (Insert Date);

e) Consultant's Professional Indemnity Insurance;

f) The Employer/Consultant Model Services Agreement;

g) Particular Conditions;

h) Scope of Services

i) Personnel, Equipment, Facilities and Services to be Provided by Others

j) Remuneration and Payment

k) Time Schedule of Services

l) Appendices

Page 40: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 40WAF 19/10/20/PMU/SUWR

3. In consideration of the payments to be made by the Employer to the Consultant underthis Agreement, the Consultant hereby agrees with the Employer to perform theServices in conformity with the provisions of the Agreement.

4. The Employer hereby agrees to pay the Consultant in consideration of theperformance of the Services such amounts as may become payable under theprovisions of the Agreement at the times and in the manner prescribed by theAgreement.

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day andyear stated above in accordance with their respective laws.

SIGNED FOR ON BEHALF OF THE EMPLOYER AND PROPOSER

SIGNED (EMPLOYER) SIGNED (PROPOSER)

PRINT NAME PRINT NAME

DESIGNATION DESIGNATION

DATE DATE

COMPANY SEAL COMPANY SEAL

Page 41: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 41WAF 19/10/20/PMU/SUWR

6 SCOPE OF WORKS

6.1 Overview &ObjectivesWater Authority of Fiji is soliciting a fully integrated system for the western region thatneeds to be linked to the existing National Control Centre in Wailoku, Suva. In order toachieve this task the necessary hardware, software and services is required to completethe project. Proposers should in their response include the following key elements asgiven below in accordance with the instructions and requirements set out in this tender:

a. SCADA software –used in two facilities must be as per in Central Region andhave the following: Application Server Platform Operator interface-Human Machine Interface (HMI) Administration/Development/Configuration Tools Data archiving capability(Historian) Analytical reporting capability Alarm and Event Management

b. System Validation and Acceptance Testing, including a period of paralleloperation

c. RTU installation and programmingd. Network installation and configuratione. Radio installation and configurationf. Power & UPS installationg. User Training and Documentationh. System Maintenance and Supporti. Integration Servicesj. Specialized hardware necessary for the operation of the SCADA software

6.2 Scope of Works for SCADA Western RegionThe Proposer must undertake the following tasks in order to complete the WesternSCADA System project fully:

Task 1 – Setting up Western Central Control Centre with SCADA Server

The proposer must undertake the following to setup a control centre for western region:

a. Supply and Install of two (2) ClearSCADA software’s for two servers using thesame software platform as in Central region which will be on duty and standby.The ClearSCADA should have a minimum of 25,000 point count but this can beadjusted depending on the requirement for western region.

b. Supply and install of two (2) server hardware with internal and external storage(NAS Device) with complete accessories (such as mouse, keyboard, screen andetc) for the western division. (Rack mount)

c. Supply and Install one (1) server to be programmed as Demilitarized Zone Server

d. Supply and install of CISCO switches and routers as per requirement for thecompletion of the project (rack mount)

e. Supply and Install of four(4) high end desktop with complete software andaccessories for viewing of SCADA (HMI)

Page 42: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 42WAF 19/10/20/PMU/SUWR

f. Supply and install of one (1) video controller for wall split screen managementwith complete software and accessories (Rack mount)

g. Supply and install of two (2) 42R server Rackh. Supply and install of One (1) Fortinet firewall (rack mount) fully programmed with

firewall rules as per WAF requirement.i. ClearSCADA to have a total of Six (6) ViewX license for 2 at Navakai, 2 at

Lautoka and 2 license for maintenance laptop.j. ClearSCADA to have Ten (10) WebX Employer and server license to be accessed

through corporate network and internet.k. Supply and install of one (1) 8KVA UPS and one (1) 4KVA UPS with battery bank

for both SCADA servers. (Rack Mount)l. Supply and Install of two (2) surge protector for protection of servers.m. Supply and Install of four (4) PDU for both server. (Rack Mount)n. Configure and integrate the entire sites to the new SCADA platform. Configure

the primary SCADA server and the secondary server for communicationbetween each other and remote terminals units.

o. Western control centre should monitor the entire western system and controlpumps and valves as required by WAF.

p. The Western Control Centre must be configured and linked back to the NationalControl Centre in Wailoku, Suva for Monitoring of the Western Region.

q. Supply of Two (2) high end Laptops with all maintenance software installed andaccessories provided.

r. Integration of ClearSCADA with other software like GIS, modelling, vehiclemonitoring and etc which are used by WAF.

s. All desktop, laptops and server equipments must be fully equipped with relevantcables, software and accessories before begin supplied.

t. List of ClearSCADA attributes is given in Appendix 4. This must be fully compliedprogrammed in the software by the proposer.

All IT related items must be approved by WAF IT Manager before it is supplied. This toensure standardised of equipments with Central region.

As appropriate, the proposer shall recommend alternative options for consideration,addressing the above items. Full installation of ClearSCADA system and with appropriateoperation of the primary and secondary servers will be solely proposer’s responsibilitywith WAF staff to assist during installation and commissioning phase.

Note:

The proposer should ensure SCADA servers shall have open protocol of DNP3 or Modbusto communicate to all the existing devices, controllers and software. Each server shall becapable of acting as a data gateway in case data communication with third partysystems or applications is required.

Page 43: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 43WAF 19/10/20/PMU/SUWR

Task 2 – Radio Path Survey and Repeater Station

The proposer must undertake the following:

a. Survey for the best radio path analysis and design and implement the preeminentsystem for Western Radio Repeater Sites and linking to Western control centrethrough other repeater links. A total of 5 repeater sites as per given in Appendix 1 willbe required to set up the radio link but this can be varied upon radio path survey byproposer.

b. Supply and Installation of Trio Radio at all repeater sites.

c. Supply and Installation of QB450 Repeater Unit at all repeater sites.

d. Supply and Installation of Col 8 Omni directional antenna at all repeater sites.

e. Supply and Installation of all the necessary protections, repeater cables, commscable, connectors and antenna at each repeater site to ensure the correctfunctionality of the repeater. The repeater should be able to link to other repeatersites and RTU sites and relay the signal to the Western Control Centre.

f. Liaise and confirm with local companies for leasing of repeater sites and arrange aco-site agreement for the usage of repeater tower and location for installation ofSCADA repeater equipments for a period of 3 years. Employer will assist this process ifneed be.

g. The list of repeater site and items needs to be installed as given in Appendix 1

All radio and repeater items must be approved by Team Leader SCADA before it issupplied and installed to ensure standardisation in all regions.

Task 3 – Supplying and Installation of SCADA Panels to all Sites

The proposer must undertake the following:

To standardise the SCADA equipment used on all the regions the following equipmentsshould be used during installation phase:

I. Schneider SCADAPack 337E RTUII. Metashphere Point Orange Unit RTUIII. NetComm Wireless NTC-140-02-4G M2M RouterIV. Schneider TRIO QR450 RadioV. Schneider TRIO QB450 Radio Repeater

a. For all the sites given in Appendix 1, RTU’s, radio or Netcomm equipment, powersupplies together with backup battery and complete wiring as per WAFrequirements will be required to be pre-installed in a pre-fabricated cabinet andtransported to Fiji for installation.

b. Full programming of RTU, Netcomm, repeater and Radio to be done by theproposer and ensure there is no glitches in the system when linking repeater torepeater and repeater to RTU. This information should be relayed to Control Centre.

c. All pre-installed panel needs to be hardwired to all the sites given in Appendix 1 bythe proposer with WAF to assist.

d. I/O points for all sites in Appendix 1 is per given in Functional Design Specification.e. All wiring works must be completed as per requirement from WAF with proper

termination of cables and complete ducting and tagging of cables. A colour codeof standard wiring will be given by WAF during installation phase.

Page 44: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 44WAF 19/10/20/PMU/SUWR

Task 4 – Supplying and Installation of Monitoring Devices

The proposer must undertake the following as well:a. Supply & installation of monitoring instruments to all the sites where RTU

installation will be carried out and connecting to RTU and link it back to thewestern control centre.

b. All the sensors must be integrated through the RTU and information to bedisplayed on SCADA

c. Supply of two (2) programming unit for the sensors unit with completedocumentation.

d. Calibration certification issued must be valid for a period of ONE YEARindicating Validity, Traceability of firm/labs.

e. Given in the table below is the minimum sensor detail, a better option can beprovided and sensors selected should be brand like ABB, Siemens and etc.

A separate installation cost needs to be filled to separate between service andequipments cost

No Sites Unit Cost Total Cost

1 Installation of Liquid Level sensors,Turbidity

2 Installation of Power Meters with CTs

3 Installation of sensors at WastewaterPumping Station

No MonitoringItems Specifications

UnitCost

1 Liquid LevelSensors

Hydrostatic Probe 4-20mA, range 10m, accuracy+/- 5cm, connecting lead min 6m. Supplyvoltage 9.6-36VDC, IP68, Max Current 22mA

2Motor

TemperatureSensors

Motors already have PTC available than willRequire Thermistor Interface Relay. Direct output4-20mA

3 PressureSensors Pressure sensor 4-20mA + cable

4Power Meter

with CTsPM 3250 DIN Rail Unit or shark type meters

CT for above Power Meter

5 VibrationSensor GV Sensors Direct Output 4-20mA Unit + Cable

6 PulseModule

Communication interface with SCADA, twooutput, integrated forward and backflowdetection, non reactive and tamper resistance,IP68suitable to be hooked at existing Kent/Elstermeters and Siemens Magflow 8000

7 TurbiditySensor

Able to detect different NTU level and connectto SCADA

8 GasDetectors Wastewater Gas Detectors

Page 45: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 45WAF 19/10/20/PMU/SUWR

Task 5 – Supply of Equipments

The proposer must undertake the following as given below. This is just the minimumrequirements for the equipments but a better option can be provided by proposers.

The following equipment brochure and specifications must be sent for viewing beforefinal purchase is done from the proposer. Without prior approval from the Employer theequipments must not be supplied. Equipments supplied must be of renowned brand.

No Item Specification Quantity Unit Cost

1AM/FM Signal

Generator

Frequency 100kHz to 500MHz, Impedance 50ohms,Temperature 0 to 50 degrees, accuracy ±6% of fullscale range, Sine/Triangle/Square Waves, reservepower protection capability, Power 230V, Calibrationinternal dBu

2

2 Dummy LoadsTerminal termination RF coaxial dummy loads 5 wattsN male DC 3.0gHz 50ohms. Can be used to test radio.

2

3RF Wattmeter

General purpose watt meter, power range 100mW to10kW, frequency range: 450kHz-2.7GHz, insertionVSWR: 1.05max to 1000mHz, accuracy: ±5% of fullscale, connectors QC type

2

4 Oscilloscope200MHz or upper

range

Bandwidth 200 MHz to 2 GHz, sampling rate 5Gsamples/s per channel, memory 10M samples perchannel, Acquisition rate >1000000 waveforms,accurate measurements and fast in locating raresignal faults

2

5 Signal StrengthMeter

2G/3G/4G UMTS/HSDPA frequency bands, GSM/GPRSfrequency bands, rechargeable battery with 3 daysoperational in typical use, operating temperature 0-50C, USB connection for PC interface, humidity 0-95%non condensing,

2

6 SINAD/DistortionMeter

Input level 40mV to 10V rms, impedance 100kΩ with50pf, accuracy±1db, temperature 0-45C operatingand -10C to 55C, frequency signal, noise anddistortion, audio power 31W into 3.2Ω speaker, (Abetter option can be quoted)

2

7Soldering Iron

Weller soldering iron with capability of replacingmultiple tips, Variable Voltage Supply

2

8 Power SupplyVariable voltage and current source, DC/ACcapability, dual supply capability,

2

9 Multi meterFluke 787 process meter 4-20mA current sourcingmeter

2

Page 46: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 46WAF 19/10/20/PMU/SUWR

Task 6 – Training of Staff, Support and Documentation

In order to build WAF capacity and to independently manage the SCADA systemfollowing training should be carried out by the proposer as part of the scope:

a. Operators training for minimum 2 week, including use of HMI, Trending, Alarms,alarm notifications/paging, data logging, communications, andanalysis/reporting generation features.

b. SCADA System Administrators and SCADA Technicians training for minimum 2weeks, including configuration interface and troubleshooting the SCADA system.

c. IT System Administrators, responsible for the ongoing operation of computerhardware and software components

d. One (1) week overseas training for four (4) WAF Staff on ClearSCADA at anestablished Water utility.

e. One (1) week instrumentation training on installation and programming andcalibration of sensors should also be conducted locally.

f. Full documentation of all the works done, RTU and radio programmed files labelas per station, ClearSCADA details, full documentation of instrument installationand all software to be handed over to WAF.

g. After the commissioning period proposer is to provide a two (2) years supportperiod to WAF during working hours. Proposer to provide one off after hourscharge for emergency cases.

Bidders may assume that Water Authority of Fiji will provide access to a training facilitywith networked computer workstations, suitable for training up to 10 persons at a time.

6.3 General Requirements

6.3.1 Proposer’s Programme

The proposer shall submit a programme of works for approval prior to commencementof the works. This programme shall be updated monthly to reflect progress and works tocompletion for each milestone as given below.

a. Initial Site Surveyb. Purchasing of Equipmentsc. Pre testing and Installation at Proposers workshopd. Installation, Testing and commissioning on Sitee. Training of Staff

No works shall be started on site without WAF’s approval of this programme.

6.3.2 Monthly Reporting and Meetings

The proposer shall submit to the Employer during the first week of each calendar montha progress report with updated programme in support of the monthly progress claim.

From time to time, and at least monthly, the proposer shall attend progress meetingswith the Employer. Other meetings to address specific issues will be called as necessary.

The Monthly Report shall include but not be limited to the following:

Page 47: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 47WAF 19/10/20/PMU/SUWR

Outline of works completed

Updated programme

Summary of progress against planned programme

Details of any delays or potential delay to the programme

Details of all activities that require inputs from WAF

6.3.3 Liaison with Others

The proposer shall be responsible for initial liaison with the relevant agencies andauthorities to ensure access to work sites will be available for the completion of works,including but not limited to TFL, FEA, FRA and local municipalities and ministries.

The proposer shall liaise with the WAF Land’s Department with regards to privateproperty owners / occupiers consultation, if any.

6.4 Personnel QualificationIt is expected that key personnel nominated by the Consultant will have the followingattributes:

Project Manager: Engineering degree or relevant equivalent Preferably a member of a relevant Professional

Engineering Body Minimum 10 years engineering experience in a relevant

field (SCADA / Electrical) Experience with condition assessment projects Proven excellent Employer / sub-contractor

communication skillsSCADA Engineer Engineering degree or relevant equivalent

Preferably a member of a relevant ProfessionalEngineering Body

Minimum 10 years engineering experience in a relevantfield

Electrical Engineer Engineering degree or relevant equivalent Preferably a member of a relevant Professional

Engineering Body Minimum five (5) years suitable and relevant experience.

Communication/ITEngineer

Relevant qualifications Minimum five (5) years suitable and relevant experience

It is accepted that one individual may fulfil one or more nominated roles

No personnel are to be replaced without the written and prior approval of the Employeronce initial list of the above is submitted.

Page 48: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 48WAF 19/10/20/PMU/SUWR

7 PERSONNEL, EQUIPMENT, FACILITIES AND SERVICES TO BE PROVIDEDBY OTHERS

7.1 PersonnelNone

7.2 Equipment, Facilities and ServicesNone

7.3 InformationThe Employer will provide the proposer with the following information in addition to thatcontained in the Agreement:

Complete List of Sites with Sensor Requirements

Western SCADA Site Location

Western Server Setup

ClearSCADA Attributes

Page 49: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 49WAF 19/10/20/PMU/SUWR

8 REMUNERATION & PAYMENT

8.1 Basis of PaymentPrices entered by the Consultant in the Schedules of Rates and Prices shall be deemed tohave included allowances for all costs, overhead and profit for carrying out and successfullycompleting the Services in accordance with the Agreement and other documents referencedtherein incurred by the Consultant in performance of the Services.

8.1.1 Invoicing

The proposer shall submit invoices not more frequently than once per month.

8.1.2 Cost Adjustments

No allowance will be made for cost adjustments due to Inflation within the period of theAgreement. The proposer shall be deemed to have allowed in its proposed price for theeffects of inflation on the Services.

8.1.3 Payment for Normal Services

Refer to the items in the Schedule of Rates and Prices. Payments will be made on the basis ofactual quantity completed, unless otherwise agreed by both parties.

Fijian Dollars will be used as the payment currency.

8.1.4 Additional Services

Payment for additional work of similar scope to the normal services will be negotiated basedon rates in the Schedule of Rates for Additional Services where the additional services are notcomparable to those in the Schedule of Rates and Prices for Normal Services.

8.1.5 Provisional Items (indicated ‘PI’ in the Price Schedule)

Provisional Items are fixed price items at the Employer’s option and are unit rates or lump sumprices inclusive of overheads and profit. The inclusion in the Schedule of Rates and Prices of aProvisional Item does not confer on the proposer the right to perform the work to which theitem relates.

Such items shall be carried out only on the instructions of the Employer’s Representative andpaid for at the rates or lump sums entered by the proposer in the Schedule of Rates andPrices.

8.1.6 Provisional Sums (indicated ‘PS’ in the Price Schedule)

Provisional Sums may be included by the Employer in the Schedule of Prices for services to beexecuted by the proposer which is not accurately quantifiable at the time of submitting theproposal.

Provisional Sums are items to be undertaken as directed by the Employer and will be unit rateor lump sum prices inclusive of overheads and profit in general accordance with the Scheduleof Rates (Additional Services) or at negotiated prices / rates.

Page 50: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 50WAF 19/10/20/PMU/SUWR

The inclusion in the Schedule of Prices of a Provisional Sum does not confer that proposer hasthe right to perform the work to which the item relates. A provisional sum of FJ$250,000 is to beallocated for works which will be outside the proposer scope of work and will be deemednecessary for the completion of this project.

8.1.7 Contingency Items

Any contingency sum in the price schedule shall be regarded as a Provisional Sum and shallonly be used in accordance with the Employer’s instructions to pay for Additional Services, ifrequired. The inclusion in the Schedule of a Contingency does not confer on the Consultantthe right to execute such services.

Any contingency amount not so instructed by the time of completion of the Services will bededucted from the agreed sum when valuing the final payment

8.1.8 Taxes and Duties

If the proposer is resident in Fiji for tax purposes, all payments made under the Agreement aresubject to Value Added Tax (VAT) in accordance with the Value Added Tax (Amendment)Decree. The proposer must be registered for Fiji VAT in accordance with the VAT Decree. If theproposer is not so registered, it shall indemnify the Employer against any ineligibility of theEmployer to reclaim VAT that results from the proposer’s non-registration. The proposer shallreimburse the Employer in full for all such losses incurred by the Employer, which the Employermay deduct from amounts otherwise owing to the proposer under the Agreement from timeto time.

If the proposer or a sub-consultant is not resident in Fiji for tax purposes, payments to theproposer or sub-contractors may have Non-Resident Withholding Tax (NRWT) deducted at theprevailing rate by the Employer or Fiji revenue authorities.

It shall be the proposer’s responsibility to determine its applicable tax liabilities and to complywith the law. Any withholding tax payable shall be deemed to be allowed for in the VIP priceagreed for the Services. Costs incurred by the proposer in determining its tax liabilities shall alsobe deemed to be allowed for in the VIP price agreed for the Services.

Page 51: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 51WAF 19/10/20/PMU/SUWR

8.2 Schedule of Rates and Prices (Normal Services)The Proposer shall provide details of its proposal price by completing this Schedule of Rates &Prices.

Refer to Section 8.1 for Basis of Payment.

SCADA UPGRADE FOR WESTERN REGION (PHASE 2)

SCHEDULE OF RATES AND PRICES (NORMAL SERVICES)

Item Description Unit Qty Rate (F$) Amount(F$) VEP

(1) Task 1

1.1 Setting up of SCADA Server

(2) Task 2

2.1 Radio Path Analysis

2.2 Installation of Repeater Sites

2.3 Co-siting Agreement

(3) Task 3

3.1 Full Installation of SCADA Panels

3.2 Commissioning of all the Sites

(4) Task 4

4.1 Supply of Sensors and Transducers

4.2 Installation and Commission of Sensors

(5) Task 5

5.1 Supply of Equipments

(6) Task 6

6.1 Training of Staffs

Total (VEP)

Page 52: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 52WAF 19/10/20/PMU/SUWR

8.3 Schedule of Rates for Additional ServicesThe Proposer shall provide details of its rates for Additional Services by completing thisSchedule of Rates and transferring the total to Schedules 2, 3 and 4 as contingency sums.

In accordance with Clause 5.1.1 of the Conditions of Contract, any services that are instructedto be carried out as Additional Services may be valued in accordance with the followingSchedule of Rates if an applicable rate cannot be derived from the Schedule of Rates andPrices for Normal Services.

The rates inserted by the proposer shall be the cost of carrying out the work by the proposer,inclusive of overheads and profit

SCADA UPGRADE FOR WESTERN REGION (PHASE 2)

SCHEDULE OF RATES (ADDITIONAL SERVICES)

Item Description Unit Rate

1 SCADA Engineer hour

2 Electrical Engineer hour

3 Communication /IT Engineer hour

4 Project Manager hour

Proposer Nominated Personnel

Page 53: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 53WAF 19/10/20/PMU/SUWR

9 TIME SCHEDULE FOR SERVICES

Commencement and Completion of the Services shall be in accordance with Clauses 1.1.10and 1.1.11 of the Particular Conditions of Contract.

The Proposer shall prepare a programme for the Services and submit it to the Employer’sRepresentative. The programme shall demonstrate how the proposer proposes to completethe Services by the Time for Completion.

The proposer shall use the programme to track and report actual progress against planneddates and to forecast the likely dates of completion of the Services and any Works.

For the Proposers’ information, an indicative timetable for the Services and Works, includingrequired durations, is set out below.

Note: ‘days’ are calendar days and a ‘week’ is 7 days.

Task Deliverable Timeframe

1 Control Centre Setup TBC

2 Radio Repeater Installation TBC

3 Supply and Installation of Panels TBC

4 Supply and Installation of Sensors TBC

5 Supply of Equipments TBC

6 Training On the job Training

Page 54: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 54WAF 19/10/20/PMU/SUWR

10 APPENDICES

Appendix 1 - Complete List of Sites with Sensor Requirements

Appendix 2 - Western SCADA Site Location

Appendix 3 - Western Server Setup

Appendix 4- ClearSCADA Attributes

Page 55: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 55WAF 19/10/20/PMU/SUWR

Appendix 1 Complete List of Sites with Sensor Requirements

Attached in separate excel sheet.

Page 56: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 56WAF 19/10/20/PMU/SUWR

Appendix 2 Western SCADA Site Location

Page 57: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 57WAF 19/10/20/PMU/SUWR

Appendix 3 Western Server Setup

Page 58: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 58WAF 19/10/20/PMU/SUWR

Appendix 4 ClearSCADA Attributes

The given table shows the mandatory requirements of a SCADA system. This table must be fullyfilled by proposer with respective row, initial and attached during submission.

1. SCADA System Functional Requirements

1.1 Provide a suite of off-the-shelf modular components that are tightly integratedwhich include:

- Human Machine Interface (HMI) for process visualization and supervisorycontrol

- Database(s) for real-time data acquisition and historical data collection- services for alarm and event management- tools for report generation, analytics and trending- drivers for local or remote telemetry communications to Programmable- Logic Controllers (PLC) and/or Remote Terminal Units (RTU).

1.2 Provide a scalable architecture so that a small, single, standalone applicationcan easily be expanded into a large distributed control network.

1.3 Provide failover capabilities to allow redundant database servers, redundantcommunication servers and redundant application servers to continue providinginformation to multiple workstation Employers during a server failure.

1.4 Provide the ability to operate in a “Dual Master” mode such that a distributed“slave” system could assume “master” control of local devices in the event of acommunications failure between the networks supporting the normal “master”and “slave” systems.

1.5 Provide a development environment for system configuration of:- HMI screens, graphics and mimics- database objects and tags- alarms- events- reports and report templates- trends- analytics- workflows- Communication with PLCs and RTU's.

1.6 Provide tag support for up to:- 25,000I/O tags- 10,000 alarms and events- 5,000 data logging tags

1.7 Provide a “full”, “rich” or “thick” Employer component that can be installed on aMicrosoft Windows personal computer operating system and provides access toall developer, administrator and operator system functionality.

1.8 Provide a “web”, “browser-based” or “thin” Employer component that can beaccessed by any desktop or laptop computer using an Internet browser andprovides access to all administrator and operator system functionality.

1.9 Provide a “mobile application” or “app” Employer component that can beinstalled on a smartphone, table to a mobile device and provides access tosignificant portions of user system functionality

1.10 Provide support for Window Terminal Services to allow a laptop or desktop toaccess a full Employer without installing the full Employer on the laptop.

Page 59: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 59WAF 19/10/20/PMU/SUWR

1.11 Provide support for multiple displays at one time, so that an operator may viewmore than one screen or system area at a time.

1.12 Provide context sensitive help or instructions from any display at anytime duringoperation of the system with a single keystroke or mouse click.

1.13 Provide access to screens and system functions via use of a pointing device,cursor control keys, function keys, or “hotkeys” on the key board, so thatnavigation will not normally require the typing of text commands via a keyboard.

1.14 Provide “view-only” access form agers or supervisory personnel who wish to haveaccess to all displays and trends but do not have control or alarmacknowledgement responsibilities.

1.15 Provide the ability create new screens with a graphic display of all set point,instrument readings, and equipment status and control states.

1.16 Provide the ability to create pop-up screens, populated with the listedinformation, for:

MotorsManufacturerModelHorsepowerVoltsAmpsFrame size

PumpsManufacturerModelSizeGPMHead ratingDischarge pipe sizeSerial NumberControl ValvesManufacturerModelSizeFunction

Engine Pump/Generator:ManufacturerModelHorsepowerPumping capacity in LPSKVAVolts

Amps

Transfer switch model

Transfer switch size

Date of last service

APCD permit number

OWD engine number

Page 60: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 60WAF 19/10/20/PMU/SUWR

ReservoirsLow water level/high water levelTotal capacity in MGCapacity per foot in MGType of reservoirDate constructedDimensions-diameter & height or length, width & height.Type of interior coatingInterior coating date of applicationDate of last inspection

Flow MetersManufacturerModelDate of InstallationPipe sizeTransducer sizeFlow range

Dissolved Oxygen MetersManufacturerModelDate of Installation

PID ControllersManufacturer

ModelDate of InstallationChemical FeedsTank Capacity

1.17 Provide an event logging capability such that all operator actions are loggedincluding each new operator log-on, log-off, set point change, or device control.Each event log entry should record the date, time, operator logged in and thetype of action taken (set point change, state change, etc.).

1.18 Provide the ability to configure any integer, floating point, Boolean, or string tagas an event such that the event is logged any time its value changes.

1.19 Provide a service to detect and report configured alarms.

1.20 Provide support for no less than two hundred (200) simultaneous alarm Employerdisplays.

1.21 In the event of an alarms to rm(hundreds or thousands of alarms detected withinone second), the system shall report and be capable of displaying up to onethousand(1,000) new alarms within ten(10) seconds of the detection of thealarms.

1.22 Provide the ability to alarm SCADA system resources (CPU utilization, memory,etc).

Page 61: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 61WAF 19/10/20/PMU/SUWR

1.23 Provide the ability to log alarms to the database. Alarm events to be recordedshould include alarm instantiation, alarm return-of normal, and alarmacknowledgment. Items to be logged in addition to the alarm event shouldinclude:- date and time of alarm event- Alarm Group- Alarm Description- Alarm Data Type(real/integer/Boolean)- Alarm Type (Lo-Lo, Lo, Hi, Hi-Hi, ROC ,Deviation ,disc and etc)- Operator Name and Operator Node of alarm acknowledgement- Alarm Priority

1.24 Provide a service to automatically purge and optionally archive alarms that areolder than a user defined period of days online.

1.25 Provide the ability to print alarms to a locally connected or network printer. Itshould be possible to filter printed alarms to all alarms, only unacknowledgedalarms, only acknowledged alarms, alarms from a particular alarm group orgroups, alarms from a particular priority to a particular priority, or alarm frommultiple alarm providers.

1.26 Provide for the handling of alarms from standby application objects that becomeactive upon the failure of active objects or failure to communicate with theactive objects. Separate configuration of alarms for standby objects should notbe required but should be inherited by association to the primary object.

1.27 Provide the ability to view current and historical alarm information from a fullscreen alarm-summary display or in a small region of any display.

1.28 Provide the ability display alarms in chronological order with the most recentalarm at the top.

1.29 Provide the following information for each alarm displayed:- time and date,- description- tag name- alarm state- alarm type(Lo, Lo-Lo, Hi, Hi-Hi, rate-of-change and etc.)- value- acknowledging operator- acknowledging no depriority level- alarm or process area group name- class

1.30 Provide the ability for the operator to filter the alarm display based on prioritylevel, alarm groups or process area.

1.31 Provide the ability for alarms to be viewed and acknowledged from any workstation and the information distributed to all Employers.

1.32 Provide the ability for the Alarm Summary to display the name of the operatorand the node acknowledging the alarm.

1.33 Provide the ability to notify the operator of an alarm no matter which display theoperator is currently viewing.

1.34 Provide notification of an alarm using a user configurable combination of pop-upalarm display windows, flashing process symbols (such as a pump or tank), alarmtext messages on the operator display, a dedicated alarm display window on theoperator display and a configurable audible signal.

Page 62: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 62WAF 19/10/20/PMU/SUWR

1.35 Provide the ability to scroll vertically through an alarm summary display.

1.36 Provide the ability to display alarms in different colors based on the priority of thealarm and whether it is acknowledged or unacknowledged. The colors should beuser selectable.

1.37 Provide the ability to notify an operator when a new alarm has occurred.

1.38 Provide the ability retrieve alarm information by submitting an alarm queryspecifying a “priority” range, alarm acknowledge state or alarm group.

1.39 Provide the ability to create new alarm queries and save the queries for reuse.

1.40 Provide the ability to select and acknowledge alarms individually, by group orprocess area.

1.41 Provide the ability for an operator to acknowledge only those alarms visible in thedisplay, only those selected, only the most recent alarm or all alarms in thesystem. The alarm display should allow alarms to be selected by clicking on themwith the mouse.

1.42 Provide the ability to suppress alarms on the local display. Suppressing alarms onone operator interface shall not affect the display of alarms on another operatorinterface.

1.43 Provide the ability to un suppress previously suppressed alarms via a simple mouseclick.

1.44 Provide the ability to select an alarm from the alarm summary display and havethe system switch to the screen that corresponds to the section of the controlsystem where the alarm originated.

1.45 Provide the ability to inform the operator of an alarm condition via an audibletone, a pop-up display, or a combination of animation types on screen.

1.46 Provide the ability to notify an operator of an Alarm via the Win911 pagingsoftware via e-mail, SMS or voice message.

1.47 Provide the ability for an operator to define a set point as an event, or an alarmor both.

1.48 Provide a historical data collect or that should contain an event sub-system tomonitor, record, and or respond to process or system events and to trigger sometype of action when the event is detected.

1.49 Provide the ability detect an event occurrence using pre-defined andconfigurable criteria.

1.50 Provide the ability to historically log when an event occurs and trigger designatedconfigurable event actions based on the event detection.

1.51 Provide the ability to log the following event attributes to the database:- date and time that the event occurred- the event criteria that were satisfied.

1.52 Provide the ability to create/define event tag names and associate event tagnames to event detectors and the resulting actions.

1.53 Provide the ability to insert a time delay in milliseconds before the event action istriggered and establish the priority of the event as normal or critical.

Page 63: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 63WAF 19/10/20/PMU/SUWR

1.54 Provide the ability to detect an event based on:- scheduled time interval- a specific analog value crossing a threshold- discrete value going from 0 to 1 (leading edge), 1 to 0 (trailing edge), or

both.1.55 Provide an event editor to support complex SQL event detectors and event

actions.1.56 Provide the ability to determine that an event has occurred and trigger an

associated action.1.57 Provide the ability scan for events at a user-defined rate for each event.

1.58 Provide the ability to select trigger anyone of the following actions when anevent is detected:-execute a SQL statement to perform a SQL query on the data base-take a snap shot and record the time stamp and values of one or more selectedanalog or discrete tags-sending an e-mail message or text page to designated recipients-change the cyclic time and/or value delta storage rate for one or more analogtag names. The ability to modify the storage rate based on an event allows fastlogging of data to gather more valuable process data to assist in troubleshooting.

1.59 Provide a data historian component with a real-time relational database for long-term storage of process data.

1.60 Provide the ability to store real-time and historical data for each analog, discreteor string tag name.

1.61 Provide the ability to store summary, event, alarm and configuration data.

1.62 Provide the ability to acquire and store process data at full resolution.

1.63 Provide the ability to run in a stand-alone mode without connection to/orconfiguration from, the SCADA application

1.64 Provide the ability to store an unlimited amount of data given the physical limitingfactors, such as disks pace.

1.65 Provide uniform data retrieval performance regardless of the age of the data. Forexample, the retrieval of two of hours data stored two years prior shall be thesame as for two of hours of data stored one day ago.

1.66 Provide the ability to support high-speed data acquisition and efficient datacompression. The data compression for the historical data collector shall not useany algorithms that do not allow for the storage of the tag data at their scannedrate.1.67 Provide the ability to configure the data storage rate for each point based on auser-defined rate frequency (cyclic storage) or upon change (delta storage).Cyclic storage rates should be configurable per point from 1 second up to hours.

1.68 Provide the ability to store historical data at one resolution and query at another.

1.69 Provide the ability to automatically begin to acquire tag historical dataimmediately after a tag configuration has been committed to the data base.

1.70 Provide the ability to add single or multiple tags to an existing historical datacollector database without affecting the data acquisition of previously definedtag names.

1.71 Provide the ability reconfigured at a collection without dropping or affectingEmployer workstation connections to the system.

Page 64: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 64WAF 19/10/20/PMU/SUWR

1.72 Provide the ability to support Manual Data, Out-of-Sequence Data, andSuperseded Data.

1.73 Provide the ability for manually entered data, such as Lab Data, and Out-of-Sequence Data, such as batched history data from a Remote Terminal Unit (RTU),to be treated by the retrieval engine as if the data were stored automatically.

1.74 Provide the ability for any collected data to be super seded by manually insertingthe correct data value and a flag denoting that the previous data has beensuperseded.

1.75 Provide the ability to prevent original data from being modified or destroyed.

1.76 Provide the ability for any SQL Employer tool to request original data, supersededdata, or both.

1.77 Provide the ability for Manual Data, Out-of-Sequence Data, and SupersededData to be inserted into the Historian via a SQL Insert statement, or in bulk viaComma Separated Variable (CSV) file.

1.78 Provide the ability for only users with proper log incredentials to be allowed tomanually insert or modify data.

1.79 Provide the ability to store data quality attributes. The primary Data Qualityattribute shall reflect Data Quality as defined in OLE for Process Control(OPC).Additional quality attributes shall be used for initial data (start up flag) andsuperseded data.

1.80 Provide the ability create a user configurable data summary table for any analogtag name and to automate the collection of aggregate historical informationbased on a declared event. The summary system shall support minimum,maximum, average and summed calculation types for Minute, Hourly, Daily,Weekly and Monthly frequencies. The summary shall store the tag name, value,type of calculation, and frequency as defined for each tag name.

1.81 Provide the ability to transfer historical process data to other SQL Server databases like Microsoft SQL Server.

1.82 Provide the ability for any properly authenticated SQL Employer to access thereal-time or historical process data from the data historical data collector.

1.83 Provide the ability to view data on any or all of the tag names in either a trendchart or tabular format.

1.84 Provide the ability to create folders for selected groups of tag names and plotthem individually or in groups by dragging the min to the trend area.

1.85 Provide the ability to save trend files for recall at a later time.

1.86 Provide the ability to switch from viewing real time to historical data.

1.87 Provide the ability to display trends either on a single scale range based on thelargest vertical scale range in the group or where each trend has its own verticalscale range.

1.88 Provide the ability to automatically scale trend plots based on the widest verticalrange of the tag name or optimized based on the maximum and minimum rangewithin the selected time period..

1.89 Provide the ability to trend at least 10 different tag names in real time includinganalog, discrete, string or event tag names within the same trend chart.

1.90 Provide the ability to specify the time span and vertical range of the trend foreach tag name.

Page 65: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 65WAF 19/10/20/PMU/SUWR

1.91 Provide a pick list of standard time spans that can be configured, for example, toprovide data for the last 5, 10, 30 or 60 minutes or the last 2, 4, 8 or 24 hours or thelast week or month.

1.92 Provide the ability for a user to adjust the date and time ranges for trend displayto any time range.

1.93 Provide the ability to plot historical data for any tag name or groups of tag namesin the data base based any user-selected start and stop time.

1.94 Provide the ability to addhair line cursors to the trend area to provide the userwith the exact value for each trended tag name at the point of intersection.

1.95 Provide the ability to overlay data from different start/end times to compare theperformance of a single piece of equipment for different time intervals.

1.96 Provide the ability to overlay ‘live’ trends on to history traces to compareperformance.

1.97 Provide the ability to display statistical data for each trended analog tag namewithin the time period selected, including:• minimum value• maximum value• average value• standard deviation

1.98 Provide the ability to create text an notations anywhere on the trend. These annotations should be visible from other workstations on the network with the sametrend tool.

1.99 Provide the ability to export the data in the trend area in toa CSV file or MS Excelspreadsheet.

1.100 Provide the ability to print a trend chart or tabular data.1.101 Provide an integrated report capability with the ability to view, save, print and

export generated reports.1.102 Provide the ability to export at least 1year of daily data.1.103 Provide the ability to export generated reports in multiple formats, including:

• HTML for viewing with an Internet browser• PDF format• CSV format• MS Excel format• MS Word format

1.104 Provide the ability to generate reports based upon:• User request• Timed Schedules• SCADA Event

1.105 Provide the ability to e-mail a generated report to a group or individual in aspecified format.

1.106 Provide the ability to print a generated report to a local or network printed.

1.107 Provide the ability to save a generated report to a local drive or network share.

1.108 Provide the ability to create reports that link to multiple data sources, bothSCADA and non-SCADA, via ODBC and/or native drivers.

1.109 Provide the ability to create report templates so that routine reports can begenerated with current data.

1.110 Provide a tool that allows users to generate reports on any tag names.

Page 66: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 66WAF 19/10/20/PMU/SUWR

1.111 Provide a means of displaying available reports or templates for a tag.

1.112 Provide the ability to analyze pump vibration data in order to determine the needfor additional pump maintenance.

1.113 Provide the ability to analyze electrical power usage, Kilowatts per million gallonspumped and cost per million gallons pumped for each pump.

1.114 Provide the ability to analyze time of use for electrical power.

1.115 Provide the ability to analyze water losses with in an area of the water system.

1.116 Provide the ability to analyze diesel fuel consumption for generators and pumpmotors.

1.117 Provide the ability to configure a work flow such that a number of required taskscan be defined as assigned to operator roles.

1.118 Provide the ability to instantiate a workflow, which has previously been defined,so that required tasks are communicated to the intended users.

1.119 Provide the ability to automatically instantiate a work flow based upon an eventor an alarm.

1.120 Allow for future integration with any Computerized Maintenance ManagementSystem (CMMS) in order to generate work requests for maintenance based onevents or alarm conditions.

1.121 Allow for future integration with the GIS in order to provide access to operationalinformation to internal staff that are not primary users of the SCADA system.

1.122 Allow for future integration that transmits data automatically and seamlessly tofuture Water Information Management System for monitoring, reporting andimprovement of operations at the Water Treatment Plant.

1.123 Allow for future integration with the CCTV software for monitoring of critical sites

1.124 Provide support for existing Programmable Logic Controllers(PLCs) andProgrammable Automation Controllers such as:- GE PLC Series 90-30, 90-20- GE Pac Systems RX3i- Alan Bradley

1.125 For supported Programmable Logic Controllers (PLCs) and ProgrammableAutomation Controllers, provide continued support for older models and firmware versions while the equipment is supported by manufacturer.

1.126 Provide the ability to integrate with Windows Active Directory via LDAP toauthenticate users against a trusted domain.

Page 67: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 67WAF 19/10/20/PMU/SUWR

1.127 Provide an object based, hierarchical security model that allows for the creation ofSecurity Groups and the creation of Operator Roles that can be assigned toSecurity Groups. Operator Roles shall allow for the assignment of run timeoperational permissions and access to visualization of specific HMI screens. Usersassigned to Operator Roles shall inherit all parameters that were assigned to theRole and associated Security Group. Runtime operational permissions shouldinclude: Privilege to acknowledge an alarm in the run time environment. Privilegeto modify configuration attributes which allow users to configure the attribute’svalue (For example, a PLC register that defines a discrete input) Privilege to modifyoperational attributes which allow users with operational permissions to do certainnormal day-to-day tasks like changing set point, output or control mode for a PIDobject, or commanding a Device objectTo open and view a process or application windowThe modification of tuning attributes which allows users to tune the attribute in theruntime environment. Examples of tuning are attributes that adjust alarm set pointsor PID sensitivity.

1.128 Provide support for connections over:- Ethernet- Radio- Telephone Modem- Cellular Router

1.129 Provide support for OPC Server

1.130 Provide the ability to execute user defined logic scripts.

1.131 Provide the ability to monitor the status of each tag name in the system andperform specific functions based on the type and status of an alarm condition(e.g. Lo, Lo-Lo, Hi, Hi-Hi, deviation, rate of change,acknowledged/unacknowledged).

1.132 Provide the ability to execute user definable logic scripts based on systemparameters such as: On Application Startup, While Application Running and OnApplication Shutdown.

1.133 Provide the ability to perform application control based upon a user definablestate of a tag name or the result of an expression involving multiple tag names;including discrete tag name on/off state, alarm states (e.g. lo, lo-lo, hi, hi-hi) orequivalence to a specific value.

1.134 It shall be possible to define conditional logic scripts that execute when thecondition expression becomes true or false and while the condition is true or false,at a user defined rate.

1.135 Provide support for creating of logic blocks and saving the logic as a function.

1.136 Provide the ability for scripts to run on a process thread independent of the HMIProcess.

1.137 Function scripts shall run on a separate process thread and not impact theperformance of the HMI operations.

1.138 Function scripts shall be able to be called from any of the logic types defined inearlier sections including a call from a function script to another function script.

Page 68: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 68WAF 19/10/20/PMU/SUWR

1.139 Provide the following software product related documentation in both electronicand hardcopy:- Operator instructions/user guide- Administrator instructions/user guide- Developer instructions/user guide- Data base schema

1.140 Provide a software maintenance and support program to ensure that WAFreceives full benefit of the software for the duration of its life cycle.

1.141 Provide an estimated remaining support life of at least 10years.

1.142 Provide telephone support through a toll free number during normal businesshours. Telephone support should be provided by a technical support engineerwho has been certified by the software vendor based on a certified supporttesting program1.143 Provide support via fax, email or through a technical support website.

1.144 Provide software updates and upgrades as part of the support program.

1.145 Provide real-time access to current and past issues in a call tracking database, aswell as the ability to create new issues, which shall be immediately assigned to atechnical support engineer for resolution.

1.146 Provide access to a secure website for electronic file downloads. Service packs,patch fixes, updated IO Servers and other support files should be available forsupport users from the secure website.

1.147 Provide heart beat monitoring of the installed SCADA system to generate alerts inthe event of total system failure.

2. SCADA System Technical Requirements

2.1 Provide an n-tier architecture such that the application can operate withindividual components on separate servers such as the database, application,communications server.

2.2 Provide the ability Microsoft Windows Server 2008 R2 or later

2.3 Provide support for Microsoft SQL Server 2008 or later

2.4 Provide the ability to support operation in a virtualized environment such as HyperV.

2.5 Provide a data storage mechanism whereby current files on a disk drive that isnearly full will automatically be moved to a secondary device.

2.6 Provide monitoring of available space on the secondary drive such that when auser defined threshold is reached, the oldest files maybe automatically deletedto preserve the integrity of the system.

Page 69: SCADA Upgrade for Western Region (Phase 2) … · SCADA Upgrade for Western Region (P hase 2) Page 4 WAF 19/10/20/PMU/SUWR 2 INSTRUCTIONS TO PROPOSERS 2.1 Introduction 2.1.1 Water

SCADA Upgrade for Western Region (Phase 2) Page 69WAF 19/10/20/PMU/SUWR

TENDER SUBMISSION

Tender submission should be sealed in an envelope clearly marked as:

TENDER WAF 16/10/20/PMU/SUWRSCADA Upgrade for Western Region

Tenders should be hand delivered in a sealed envelope to:

Water Authority of Fiji – National OfficeLevel 2 Manohan Building,

Corner of Wainivula & Kings Road,Nasinu, Suva Fiji

Overseas suppliers can send their tender submission via Tender Link. In order to use Tender Link, youmust First be registered with Tender Link.You can register directly with Tender Link on https://www.tenderlink.com/waterauthority-fiji/.

You can also contact Fane Taina on Mobile No. 9104006 or on email [email protected] if you needassistance in registering on Tender Link. (Please Contact us One (1) week prior to closure of tender ifyou wish to register)

Submissions sent directly to staff will not be accepted

Submissions for tenders close at 2pm on 18th November 2016.

For further information on the tender process contact:

Mr. Tevita Balenivalu (Acting Procurement Manager)Mobile: 9104019Email address: [email protected]

For any other details & Technical Specification contact:

Mr. Rabinesh ChandraMobile: 9126673Email address – [email protected]