hanaa al-jeddah technical & engineering board … · dinar نﻼﻋﻻا تارﻣ ددﻋ...

70
MINISTRY OF OIL MIDLAND REFINERIES CO. (G.CO.) (DAURA REFINERY) ADVERTISMENT MIDLAND REFINERIES CO. ANNOUNCES FOR PURCHASING THE MATERIALS AS STATED BELLOW:- REQ.NO. DESCRIPTION QTY. PRICE/ ID DINAR اﻻﻋﻼن ﻣرات ﻋدد3639/2012 Project of (200 l)steel drums making and filling plant 1 no 1 500 000 اوﻟﻰ ﻣرةNOTE: 1.THE REQ. TO BE SOLD IN IRAQI DINAR, UNRETURNABLE. 2.WE PREFER PRICE IN US DOLLAR CIP BAGHDAD (DAURA REFINERY ) AND NOT ACCEPTABLE BY LOCAL CURRENCY FOR FOREIGN REQ. 3.CLOSED (TECHNICAL & COMMERCIAL ) OFFERS TO BE SUBMITTED SEPARATELY BY (DHL) & ALL OFFERS THAT SEND BY E-MAIL WILL BE REFUSED. * ALL PAGES OF TECHNICAL & COMMERCIAL OFFER SHOULD NUMBERED WITH ATTACHMENT 4. ALL DOCUMENTS (PROFILE) AND SIMILAR CONTRACTS WHICH THEY ACHIEVED ISSUED BY GOVERNMENTAL CONTRACTS MUST BE SUBMITTED BEFORE PURCHASING THE REQ. FOR YEAR 2012 OR ENCLOSE WITH THE TECHNICAL OFFER OTHERWISE THE OFFERS WILL BE REFUSED 5. TERMS OF PAYMENT IS BY IRREVOCABLE & UN CONFIRMED LETTER OF CREDIT TO BE PAID 100% AFTER THE RECEIPT OF GOODS IN BAGHDAD COMPLETE AND AS ORDER. 6. AN UNCONDITIONAL PERFORMANCE BOND OF 5% OF TOTAL AMOUNT OF THE L/C TO BE SUBMITTED WITHIN TWO WEEKS FROM THE DATE OF THIS ORDER IN FAVOUR OF (MIDLAND REFINERIES CO.) TO BE RELEASED AFTER THE RECEIPT OF GOODS COMPLETE AND AS ORDERED. 7. THE TOTAL VALUE DELAY PENALTY SHOULD BE APPLIED AND NOT EXCEED 10% 8. THE BID BOND SHOULD BE SUBMITTED 1% FROM THE TOTAL VALUE OF YOUR OFFER (COMMERCIAL OFFER) AS ( LETTER OF GUARANTEE OR CERTIFIED CHEQUE OR BANK GUARANTEE) ORIGINAL COPY ISSUED FROM( TRADE BANK OF IRAQ, DAR ESSALAAM INVESTMENT , ALA ATIMAN , BYBLOS, MIDDLE EAST ASHUR INTERNATIONAL BANK FOR INVESTMENT, ECONOMY BANK FOR INVESTMENT & FINANCE ) AND RELEASED IMMEDIATELY IN CASE THE REQUEST IS NOT AWARDED TO THE COMPANY. THE CHEQUE & THE BANK GUARANTEE THAT ISSUED FROM AL WARKA BANK, ISLAMIC BILAD , BASRAH INTERNATIONAL BANK ARE NOT ACCEPTABLE 9. THE COMPANY MUST SUBMIT ACOVENANT ENCLOSED WITH THE TECHNICAL OFFER THAT THEY HAVE SUBMITTED ABID BOND (ORIGINAL COPY) WITH COMMERCIAL OFFER AND (WITHOUT STATING THE AMOUNT OF THE BID BOND ) OTHERWISE THE OFFER SHOULD BE NEGLECTED 10. 3% OF TOTAL VALUE OF THE PURCHASE ORDER FOR IRAQI COMPANIES ALSO IN CASE THE PAYMENT PAYABLE IN IRAQI DINAR TO BE DEDUCTED AS TAXES AND RETURN THROUGH TAXES OFFICE 11. 0.002 STAMP DUTY SHOULD BE DEDUCTED. 12. ORIGIN CERTIFICATE & COMMERCIAL INVOICES SHOULD BE APPROVED BY IRAQI EMBASSY/ COMMERCIAL ATTACHED IN COUNTRY OF ORIGIN IN CASE OF PRESENTING FROM THE FIRST DIDE . 13.IT IS NECESSARY TO PRESENT AUTHORIZATION LETTER FROM THE MANUFACTURER COMPANIES CERTIFIED FROM MINISTRY OF FOREING AFFAIRS OR EMBASSY OR CONSULATE OR THE COMMERCIAL ATTACHED IN COUNTRY OF ORIGINE ( ACCORDING TO THE INSTRUCTIONS OF REQUISITION OF SUPPLYING THE ESPECIAL MATERIALS ). 14. THIRD PARTY INSPCTION SHOULD BE PROVIDED FROM (B.V) COMPANY . 15. ALL OFFERS AND CORRESPONDENCES SHOULD BE CLEARLY SIGNED BY GENERAL MANAGER OR HOME ARE OFFICIALLY EMPOWERED VIA POWER OF ATTORNEY OTHERWISE THE OFFERS SHOULD BE NEGLECTED 16. IN CASE THE SUPPLIER FAIL TO SUPPLY THE REQUESTED MATERIAL AS ORDERED AND ACCORDING TO TECHNICAL SPECIFICATION STATED IN THE PURCHASE ORDER OUR COMPANY HAS THE RIGHT TO DEDUCT ITS COST AT HIGHEST OFFERED PRICE SUBMITTED BY COMPETITOR IN THE TABLE OF PRICE ANALYSIS FOR SUCH ITEMS 17. CLOSING DATE IS- 5/11/2012 TILL (2) O, CLOCK (AFTER NOON) NOTE: - YOU CANFIND THE CONDITIONS OF SUBMITTING OFFER ON WEBSITE: www.oil.gov.iq or www.dauramrc.com HANAA AL-JEDDAH TECHNICAL & ENGINEERING BOARD MANAGER PDF created with pdfFactory trial version www.pdffactory.com

Upload: others

Post on 29-May-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

MINISTRY OF OIL MIDLAND REFINERIES CO. (G.CO.) (DAURA REFINERY)

ADVERTISMENT

MIDLAND REFINERIES CO. ANNOUNCES FOR PURCHASING THE MATERIALS AS STATED BELLOW:-

REQ.NO. DESCRIPTION

QTY. PRICE/ ID DINAR

عدد مرات االعالن

3639/2012 Project of (200 l)steel drums making and filling plant 1 no 1 500 000 مرة اولى

NOTE: 1.THE REQ. TO BE SOLD IN IRAQI DINAR, UNRETURNABLE. 2.WE PREFER PRICE IN US DOLLAR CIP BAGHDAD (DAURA REFINERY ) AND NOT ACCEPTABLE BY LOCAL CURRENCY FOR FOREIGN REQ. 3.CLOSED (TECHNICAL & COMMERCIAL ) OFFERS TO BE SUBMITTED SEPARATELY BY (DHL) & ALL OFFERS THAT SEND BY E-MAIL WILL BE REFUSED. * ALL PAGES OF TECHNICAL & COMMERCIAL OFFER SHOULD NUMBERED WITH ATTACHMENT 4. ALL DOCUMENTS (PROFILE) AND SIMILAR CONTRACTS WHICH THEY ACHIEVED ISSUED BY GOVERNMENTAL CONTRACTS MUST BE SUBMITTED BEFORE PURCHASING THE REQ. FOR YEAR 2012 OR ENCLOSE WITH THE TECHNICAL OFFER OTHERWISE THE OFFERS WILL BE REFUSED 5. TERMS OF PAYMENT IS BY IRREVOCABLE & UN CONFIRMED LETTER OF CREDIT TO BE PAID 100% AFTER THE RECEIPT OF GOODS IN BAGHDAD COMPLETE AND AS ORDER. 6. AN UNCONDITIONAL PERFORMANCE BOND OF 5% OF TOTAL AMOUNT OF THE L/C TO BE SUBMITTED WITHIN TWO WEEKS FROM THE DATE OF THIS ORDER IN FAVOUR OF (MIDLAND REFINERIES CO.) TO BE RELEASED AFTER THE RECEIPT OF GOODS COMPLETE AND AS ORDERED. 7. THE TOTAL VALUE DELAY PENALTY SHOULD BE APPLIED AND NOT EXCEED 10% 8. THE BID BOND SHOULD BE SUBMITTED 1% FROM THE TOTAL VALUE OF YOUR OFFER (COMMERCIAL OFFER) AS ( LETTER OF GUARANTEE OR CERTIFIED CHEQUE OR BANK GUARANTEE) ORIGINAL COPY ISSUED FROM( TRADE BANK OF IRAQ, DAR ESSALAAM INVESTMENT , ALA ATIMAN , BYBLOS, MIDDLE EAST ASHUR INTERNATIONAL BANK FOR INVESTMENT, ECONOMY BANK FOR INVESTMENT & FINANCE ) AND RELEASED IMMEDIATELY IN CASE THE REQUEST IS NOT AWARDED TO THE COMPANY. THE CHEQUE & THE BANK GUARANTEE THAT ISSUED FROM AL WARKA BANK, ISLAMIC BILAD , BASRAH INTERNATIONAL BANK ARE NOT ACCEPTABLE 9. THE COMPANY MUST SUBMIT ACOVENANT ENCLOSED WITH THE TECHNICAL OFFER THAT THEY HAVE SUBMITTED ABID BOND (ORIGINAL COPY) WITH COMMERCIAL OFFER AND (WITHOUT STATING THE AMOUNT OF THE BID BOND ) OTHERWISE THE OFFER SHOULD BE NEGLECTED 10. 3% OF TOTAL VALUE OF THE PURCHASE ORDER FOR IRAQI COMPANIES ALSO IN CASE THE PAYMENT PAYABLE IN IRAQI DINAR TO BE DEDUCTED AS TAXES AND RETURN THROUGH TAXES OFFICE 11. 0.002 STAMP DUTY SHOULD BE DEDUCTED. 12. ORIGIN CERTIFICATE & COMMERCIAL INVOICES SHOULD BE APPROVED BY IRAQI EMBASSY/ COMMERCIAL ATTACHED IN COUNTRY OF ORIGIN IN CASE OF PRESENTING FROM THE FIRST DIDE . 13.IT IS NECESSARY TO PRESENT AUTHORIZATION LETTER FROM THE MANUFACTURER COMPANIES CERTIFIED FROM MINISTRY OF FOREING AFFAIRS OR EMBASSY OR CONSULATE OR THE COMMERCIAL ATTACHED IN COUNTRY OF ORIGINE ( ACCORDING TO THE INSTRUCTIONS OF REQUISITION OF SUPPLYING THE ESPECIAL MATERIALS ). 14. THIRD PARTY INSPCTION SHOULD BE PROVIDED FROM (B.V) COMPANY . 15. ALL OFFERS AND CORRESPONDENCES SHOULD BE CLEARLY SIGNED BY GENERAL MANAGER OR HOME ARE OFFICIALLY EMPOWERED VIA POWER OF ATTORNEY OTHERWISE THE OFFERS SHOULD BE NEGLECTED 16. IN CASE THE SUPPLIER FAIL TO SUPPLY THE REQUESTED MATERIAL AS ORDERED AND ACCORDING TO TECHNICAL SPECIFICATION STATED IN THE PURCHASE ORDER OUR COMPANY HAS THE RIGHT TO DEDUCT ITS COST AT HIGHEST OFFERED PRICE SUBMITTED BY COMPETITOR IN THE TABLE OF PRICE ANALYSIS FOR SUCH ITEMS 17. CLOSING DATE IS- 5/11/2012 TILL (2) O, CLOCK (AFTER NOON)

NOTE: - YOU CANFIND THE CONDITIONS OF SUBMITTING OFFER ON

WEBSITE: www.oil.gov.iq or www.dauramrc.com

HANAA AL-JEDDAH TECHNICAL & ENGINEERING

BOARD MANAGER

PDF created with pdfFactory trial version www.pdffactory.com

1 - 65

MMIIDDLLAANNDD RREEFFIINNEERRIIEESS CCOOMMPPAANNYY

TTEENNDDEERR DDOOCCUUMMEENNTTSS FFOORR

(200 L) STEEL DRUMS MAKING AND FILLING PLANT

IN DAURA REFINERY

BAGHDAD

IRAQ

PDF created with pdfFactory trial version www.pdffactory.com

2 - 65

Contains: - item description Page no.

1. Bidding conditions 5

2. introduction 7

3. Article 1 Basic design of the process

8

4. 1.1 Main drum cylinder body 8

5. 1-2 Drum ends production line 11

6. 1-3 Drum printing and filling stage 13

7. 1-4 Important accessories 14

8. 1-5 Utilities information 16

9. 1-6 Site condition information 16

10. 1-7 Sheet material 16

11. 1-8 Technical flow chart 19

12. Article 2 Instruction for tendering 22

13. Article 3 Scope of supply 24

14. 3-1 Codes and standards

24

15. 3-2 Engineering 25

16. 3-3 Training 28

17. 3-4 Mechanical guarantees 28

18. 3-5 Process equipment performance 28

19. 3-6 supervision 28

20. Article 4 Procurement & expediting 29

21. 4-1 procurement 29

22. 4-2 expediting 30

23. 4-3 Packing 30

24. Article 5 Document 33

25. 5-1 Scope 33

PDF created with pdfFactory trial version www.pdffactory.com

3 - 65

26. Article 6 Electrical requirement 35

27. 6-1 General 35

28. 6-2 Codes and Standards 35

29. 6-3 document 35

30. 6-4 Electrical power of the project 36

31. 6-5 Low Voltage Main Distribution Power Center (L.V.M.D.P.C)

36

32. 6-6 Electrical board for machines 37

33. 6-7 motors 37

34. 6-8 Lighting system 38

35. 6-9 Cable 38

36. 6-10 earthing 39

37. 6-11 220 V outlet 40

38. 6-12 380 v welding outlet 40

39. 6-13 Chiller system 40

40. 6-14 Equipment test 41

41. 6-15 General requirement 41

42. 6-16 Electrical spare parts 42

43. Article 7 Mechanical requirement 43

44. 7-1 compressor 43

45. 7-2 pumps 44

46. Article 8 instrument 46

47. 8-1 Standard and code 46

48. 8-2 control 46

49. 8-3 Transmission system 47

50. 8-4 Control panel 48

51. 8-5 Pressure and temperature gauge 49

52. 8-6 Alarm and inter lock 49

PDF created with pdfFactory trial version www.pdffactory.com

4 - 65

53. 8-7 Temperature measurement 49

54. 8-8 System data base 49

55. 8-9 System available 49

56. 8-10 System documentation 50

57. 8-11 engineering 50

58. Article 9 Civil requirement 52

59. 9-1 Standard and code 52

60. 9-2 Drawing and document required 52

61. 9-3 Soil Condition 53

62. 9-4 Water level 53

63. 9-5 Material for constriction 53

64. 9-6 General notes 53

65. 9-7 Painting 54

66. 9-8 Anchor Bolts and Bolts and nuts 54

67. 9-9 Sewer and Drainage System 54

68. 9-10 Cable trench 54

69. 9-11 Steel structure 54

70. Article 10 Inspection requirement 60

71. Article 11 Vendor list 63

PDF created with pdfFactory trial version www.pdffactory.com

5 - 65

BIDDING CONDITIONS * The closing date of this tender shall be the at end of the working

day / / proposals received later than CD shall be neglected. * The bidder is requested to submit :-

One copy of the commercial offer Three copies of the technical offer

* Bidder shall present a bid bond amounting to 1% of total value of bid, the said bid bond shall accompany the commercial, and failure to achieve that shall subject the offer to refusal in accordance with the ordinance mandated by MOO.

* The book entitled general conditions of contract for PROCESS, ELECT. And mechanical works, issued by ministry of planning, shall be a reference for all points concerning this contract.

* Quoted prices are anticipated to be final and require no further amendments once submitted.

* Participating company pre-equalizations and bank surety are mandatory and should be include at least the following information :-

a- company profile B-reference list of works performed with the relevant dates and

places. c- Annual report or financial statement of the company. d- Bank surety * Taxes, insurance and levies outside Iraq are borne by contractor. * The bidder shall present all the company's registration papers from

the relevant authorizing bodies besides the authentications and registrations mandated by Iraqi law from the Iraqi embassy in the country of origin foreign ministry, and ministry of commerce inside Iraq.

* All correspondence shall be directed to :- Midland refineries CO.(G.CO) P.O BOX 2075 BAGHDAD-IRAQ TEL 009641 7750300 FAX 009641 7751096 E-MAIL : [email protected] ATT: General Manager Engineering Dept. Manager * Offers shall be handed over to the general manager secretary office

against a written confirmation of submission by authorized couriers

PDF created with pdfFactory trial version www.pdffactory.com

6 - 65

only. * Bidding prices shall be in US dollars only. * All material and equipment delivery shall be CIP DAURA (M.R.C.) * Applicants for this project are anticipated to be versatile companies of

firm standing with an EPC capabilities and having a previous direct experience.

*Offers lacking the named bid bond shall be neglected

PDF created with pdfFactory trial version www.pdffactory.com

7 - 65

INTRODUCTION

it is required to install a complete new drum making and filling unit, the full capacity drum of (200L) production line of 300 barrel per hour for barrel manufacturing unit and 150 barrel per hour for the filling unit and these two units should be separated from each other according to the technical flow chart no (1-1), (2-1) and (3-1) all these unit should be work fully automatic with (PLC) control system and according to the following specification.

Bidders are requested to offer break down prices for the scope of:

1- Basic & Detail Engineering Design. 2- Procurement and supply of equipment and material CIP/

DAURA Refinery / Baghdad. 3- All engineering work (Construction, Erection and installation

Works) 4- Supervision of civil works 5- Pre-commissioning and commissioning and start up activities 6- Specific training of DAURA refinery personnel

7- Third party inspection (shop & field). Equipment included in the scope of supply is quoted on the basis of unit price for main equipment. It is expected that the bidder shall include new commercially proven technological advances in the engineering and design of the project and related ancillaries aiming at an optimized design incorporating optimum energy integration, flexibility and trouble free operation, coupled with high reliability.

PDF created with pdfFactory trial version www.pdffactory.com

8 - 65

ARTICLE (1)

Basic design of the process

General

It is required to design, supply, install and execute a turn-key

complete project of new 200L drum production line and filling system

in Daura Refinery.

1-1 Main drum cylinder body The first unit should be the drum making unit and according to the technical process diagram no (1-1) starting from the uncoiling supporting unit to the final product after painting and drying the drum and as followed:

1. Un-coiler supporter unit:- This unit will be able to support the main shaft holder and help the de-coiler working stably from any miss-aliment the dimension and maximum loading capacity should be according to the maximum given weight and dimension of the coil.

2. De-coiler unit: - Electrical motor power supporting the steel coil equipped with pneumatic disc-brake system to control the feeding rate. The dimension and the maximum capacity should be according to the given weight and dimension of the coil.

3. Flattening machine: - Electrical motor power reduced the front and back deviation devices help the sheet convey straightly, lengthways shear cut the redundant sheets. Worm and gear adjust the leveled plate thickness the dimension of the machine should be according to the given coil dimension.

PDF created with pdfFactory trial version www.pdffactory.com

9 - 65

4. Cut to length machine: - This machine should be able to cut the sheet to a fixed length with a suitable finished end according to the barrel standard dimension by using a cutting machine of maximum pressure (50-65) ton, the dimension of the machine should be according to the given coil dimension.

5. Sheet roll feeder and take by conveyor: - Electrical motor power, this unit will carry the sheet to the next stage of the operating unit (the conveyor unit could be used between any units to control the process speed and to avoid any choke in the production line).

6. Circle rolling machine: - Electrical motor power should be provided with not less than three working roller machine to circulate the sheet to the drum cylindrical shape and should be with suitable arms to forward the cylinder to the next stage. The dimension of the machine should be according to the given coil dimension.

7. Automatic seam welding machine: - Automatic and continues seam welding machine (100% duty cycle) with suitable operating programming system, should be able to weld sheet (0.6-1.5) mm and drum height (≤1000)mm (should give the inspection method for the seam welding testing before it will going to the next stage of production line) with safety device to shutdown all the unite in the critical situation (you can use the spot welding before the seam welding machine if necessary) the dimension of the machine should be according to the given coil dimension the machine should contain guide rollers to form the drum sheet to the final cylindrical shape before start seam welding.

8. Double end flanging machine: - Electrical motor power should be capable to make double flange for both ends of the cylinder to fit the end cover of the drum with arms to forward the cylinder for the next stage.

9. Double bead head expander and corrugation machine: - Electrical motor power the bead head should separate the drum to three equal part and make corrugation to the upper and the lower part only, this two activity should be done respectively.

PDF created with pdfFactory trial version www.pdffactory.com

10 - 65

10. End cap machine: - The end cap will be put on both side of the seaming machine manually then it will be installed in the both ends automatically and inject the sealing polymer or spray glue before starting seaming operation (the operator should put at least 50 piece for the both ends while the machine is still working this point should be furnished very carefully and should give full details about the safety conditions to avoid any harm to the operator) the machine shall be able to install both ends including oil or the grease drum as we will going to explain latter.

11. Seaming machine: - Triple seaming machine for perfect sealing to the both ends of the drum.

12. Testing machine: - Pneumatic testing machine with testing pressure of (5-30) PSI should be able to reject the failed drum to another conveyor without stopping the system.

13. Washing machine: - Automatic washing machine this unit should be able to wash the drum either spray system or by to submerge the drum in pool full with aqueous solution or solvent (the solvent should be common and/or commercial type special or monopolistic type will not be accepted), easy to dry to improve the adhesion of the paint to the drum (drying system should be used if necessary).

14. Painting machine: - the painting machine should be work in closed system (safety devised should be take in consideration to avoid any pollution in the surrounding area) all the drum should be painted including both ends (either vertical or horizontal process could be used according to the design condition) because this system should be able to use more than one color the system should equipped with at least two spray nozzle system with its internal cleaning devise to avoid any contaminate between the colors while changing it (four type of color will be used so it is possible to use four nozzle system with its internal cleaning system to prevent block in the painting pipe while it's out of duty). The type and property of the painting will be according to the table (1-1) the thickness of the paint should be according to table(1-1), so the

PDF created with pdfFactory trial version www.pdffactory.com

11 - 65

nozzle should be designed according to the paint property to avoid any lose and work economically.

15. Drying unit: - electrical oven only, this unit should be designed to fit the painting property given in table (1-1) so the drum should be exit completely dry in the final process.

16. Roller conveyer should be installed to lead the drum to the temporary storage area before it will going to the filling unit.

1-2 Drum ends covers production line

This unit should be according to the technical flow chart (2-1) and should be able to make end cover, oil top cover and grease top covers and as flows: 1-2-1 End cover machine

1. Un-coiler supporter machine: - this machine will be able to support the main shaft and help the de-coiler working stably this unit dimension and maximum loading capacity should be according to the maximum given weight and dimension of the coil.

2. De-coiler machine: - Electrical motor power supporting the steel coil equipped with pneumatic disc-brake system to help to feeding process the dimension and the maximum capacity should be according to the given weight and dimension of the coil.

3. Flattening machine: - Electrical motor power reduced the front and back deviation devices help the sheet convey straightly, lengthways shear cut the redundant sheets. Worm gear and gear to adjust the leveled plate thickness the dimension of the machine should be according to the given coil dimension.

4. Drum ends production mould machine: - this machine will product both ends of the drum of operating pressure (160-200) ton, die

PDF created with pdfFactory trial version www.pdffactory.com

12 - 65

mould pressing machine with finished ends ready to the next stage of the production line.

1-2-2 Perforating oil filler stage

1. Perforating machine: - this machine will be double punch both the oil filler and breathable mouth of the upper cover of the drum in the same time using operating pressure (55-65) ton, holes diameter for both oil filler and breathable mouth should be (2&3/4) inch respectively.

2. Stabilizing flanging unit: lock both oil filler and breathable mouth of the upper cover of the drum in the same time using operating pressure (55-65) ton automatically (note: point (1&2) could be merged if the machine designed to do all the work in the same time).

1-2-3 Perforating grease hole unit

1. Perforating grease hole unit: this unit should be able to make the hole for the grease drum of diameter 11 inch in the center of the upper cover of the drum, the unit will going to work parallel with production line of the ends cover and according to the technical flow chart (2-1).

2. End cover for the grease end cover machine: - the machine should be equipped with cover making machine for the grease end cover of diameter 11 inch and this cover should be sealed cover with finished ends and ready to the next stage of the production line, this seal cover should be covered on the grease cover automatically (the dimension of machine and the maximum capacity should be according to the given weight and dimension of the coil) this stage should include un-coiler and de-coiler units.

PDF created with pdfFactory trial version www.pdffactory.com

13 - 65

1-3 Printing and filling stage Automatic printing and filling for 200L barrel system of maximum capacity 150 barrel per hour all unit should be (PLC) controlled and split by conveyors and according to the technical flow chart (3-1) and as follow:

1-3-1. Main conveyor: - The unit will start from the temporary storage stage of the barrel product line with a suitable electrical motor driven conveyor ( not less than 8 m length) to transport the barrel to the printing stage ( loading the barrel to the conveyor will be manually from the storage area).

1-3-2. Printing machine: - automatic screen printer machine (vertical or horizontal) type (if the printer is from the horizontal type oriental devise should be used before and after the printing stage to prepare the barrel to the filling stage) this type of printer should use the seam welding line as a guiding line to avoid print corrupting. The print should be doubled in the middle of the barrel on the smooth area on both opposite side. The printer should be able to print both litter and number not less than four rows and from (3 to 16) digit this printer should be equipped with a heavy duty(industrial type) keyboard and screen to be able to change the label according to the operating required. The machine should be fully controlled to the size of the characters and the number of the row according to the operating required (it's preferred to have one color printing machine of white color only) (should provide color enough to print at least 50000 barrels).

1-3-3. filling and capping stage: -This entire unit should work on one line sequentially and as follow:

1-3-3-1. Filling stage: - in this stage the empty barrel should be first

oriented to be ready to inter the filling nozzle from the 2 inch hole. Auto drum hole tracking and positioning to the Machine is operated by highly sophisticated PLC weight controller, Pneumatics and fully imported or equivalent electronics. And safety Interlock for nozzle fully close before lance can withdraw from drum. The machine should be equipped with control device for no drum no fill to avoid any loss on contaminate the area. The lance should be able to

PDF created with pdfFactory trial version www.pdffactory.com

14 - 65

lower and rise to avoid any dribble flow and spring assists to close filling nozzle even of power failure. The filling operation should be fully controlled by the weight adjusting system from (0-250) Kg on the screen. And automatically controls filling at (double speeds filling fast in the beginning and slow when close to the target filling), with high filling accuracy to prevent flooding of the oil and prevent foam. This machine should be design according to the given detail of the oil in article (1-7-4).

1-3-3-2. Automatic capping machine: - in this stage the barrel will be capped automatically for 2 inch hole (Bung Tightener) (the machine could be work manually as alternative).

1-3-3-3. Automatic cap-sealing machine: - In this stage the machine should cap-seal both ends (2 and 3/4) inch (the machine could be work manually as alternative).

1-3-4. Roller conveyor to the final storage area: - in this roller conveyor the

entire barrel should be arranged in pair so the squeezer lift could handle it to the final storage area this conveyor should be handle at least twelve pair barrel in the same time or could be according to the design condition to prevent any choke in the system.

1-4 Important accessories: 1-4-1. Chiller system: suitable chiller system with standby unit and

according to the plant need and according to the detail given in article (1-6).

1-4-2. Air compressor: a suitable air compressor with dryer with standby unit and according to the plant need and according to the given detail in article 7.

1-4-3. Machine for sharpening the cutters: this machine will be responsible to sharp the cutter ends for the cut to length machine and drum ends cover machine.

1-4-4. Any special tools for the all the unit if necessary. 1-4-5. Compact cooling tower should be included for the chiller

unit and any other utilities with according to the supplying dime water given in article (1-5-2) with maximum out

PDF created with pdfFactory trial version www.pdffactory.com

15 - 65

temperature 30 Co, the lower and upper section should be made from material of Z-275 mill hot-dip galvanized steel with suitable coating of epoxy for the basin (if required), an efficient drift eliminator system to removes entrained water droplets from the air stream to limit the drift to less than (0.001-0.01)%. It shall equipped with clean pan basin with sloped basin from the upper to lower pan to allows the water to be drained from the basin. Stainless steel strainer subjected to excessive wear and corrosion with stainless steel construction to last the life of the cooling water. An electrical water level control and It shall equipped with fan discharge sound attenuation to reduce the overall discharged sound level at full fan speed (5-10)db(A) and it should be the same of the cooling tower material.

1-4-6. Spare parts list recommendation shall be included for two years work and it should not be less than 15% of the contract price.

1-4-7. Manufacturer shall be submit writing guarantee on spare parts availability not less than 10(Ten) years.

1-4-8. notes: 1. Plane no (1 and 2) will be the guide for the technical

flow chart for the all the drum production and filling line. 2. All the area has been divided to sections from (A to O)

to make it easy to allocate the technical path for each stage of the production line as shown in plane no 2.

3. Section A will be for the service work only. 4. Path from (A to K) except section (F and G) will locate

for the main drum manufacturing and painting production line (the bidder will be free to install the drum production line either in straight and/or zigzag line the reach the final destination to area K for the drying painting oven).

PDF created with pdfFactory trial version www.pdffactory.com

16 - 65

5. Section (A and G) will locate for the drum ends production line and storage area for the drum ands.

6. Section L will be located for the temporary storage area for the drums.

7. Section (M to O) will be located for the drum printing and filling stage respectively.

8. All the equipment should be design to fit the size the located area as shown in plane (1 & 2) in article 9.

1-5 Utilities information: 1-5-1. Electricity

Available utilities have the following operating conditions &

characteristics: AC 380 V, 3 Phase, 50 Hz AC 220 V, 1 Phase, 50 Hz Voltage and frequency regulation shall not exceed + 5 % 1-5-2 dime Water

Press. 3.2 kg/cm2 Temp. (26-30) Co

1-6 Site Condition information :

a) Relative humidity 12%RH to 90%RH b) Rain fall (mm/hr) 150 max

c) Rain fall (mm/24 hr) 62.5 max d) Snow fall none e) Ambient temperature Co -8 Co to 55 Co 1-7 Sheet materials

1-7-1. Specification of steel sheet for the drum:

-

PDF created with pdfFactory trial version www.pdffactory.com

17 - 65

Cold rolled carbon steel coil, commercial quality skin-rolled, dull finished oiled per mills standards according to the ASTM A366-72 or equivalent standard. Width = according to the design specification in mm. Thickness = 0.8-1.4 mm. Weight of the coil = 12 ± 1 ton.

1-7-2. Specification of steel sheet for the ends:

Cold rolled carbon steel coil, commercial quality skin-rolled, dull finished oiled per mills standards according to the ASTM A366-72 or equivalent standard. Width = according to the design specification in mm. Thickness = 0.8 – 1.4 mm. Weight of the coil = 12 ± 1 ton.

1-7-3. Specification of steel sheet for the grease drums end cover:

Cold rolled carbon steel coil, commercial quality skin-rolled, dull finished oiled per mills standards according to the ASTM A366-72 or equivalent standard. Width = according to the design specification in mm. Thickness = 0.8 – 1.4 mm. Weight of the coil = 2 ± 0.5 ton

1-7-4. Specification of oil used for the process of filling is as follows:

A. Viscosity range (3-30) centistokes at (100) C. B. Temperature range (5-60) C. C. Flow rate range (17-45) cubic meter /Hr. D. Specific gravity range (0.8-1) at (15.6) C.

PDF created with pdfFactory trial version www.pdffactory.com

18 - 65

1-7-5. Painting type and specification

Final painting type(D-1245) for the industrial use. Weather, mechanical and thermal resistant suitable for the sheet plait and industrial equipment and as follow:

Item no

description Note

1 Color All type

2 Painting type Spray nozzle only

3 viscous 80-100 at 25 Co DIN4

4 Specific gravity 0.95-1.25 GR/CM3

5 Covering area 6 M2/L

6 Surface Drying time

(30-60) MIN at 25 Co

7 Total drying time

8 hour

8 Thermal drying time

30 MIN At temperature not more than 100 Co

9 Layer thickness (30-40) micron max

10 Surface preparation

By removing all the dust and any other defect on the sheet

Table (1-1) general detail for the painting specification

PDF created with pdfFactory trial version www.pdffactory.com

19 - 65

1-8 Technical flow charts

Flattening stage

Cutting stage

Double bead head expander and corrugating

stage

End capping stage

Triple seaming stage

Testing stage

Washing stage

Painting stage

Drying stage

Technical flow chart number (1-1)

Upper end cover Bottom

end cover

To the storage temporary storage area

Rejecter failed drum

Rejected failed drum Circle rolling

stage

Seam welding stage

Welding testing stage

Double end flange stage

Un-coiler and de-coiler

stage

PDF created with pdfFactory trial version www.pdffactory.com

20 - 65

Flattening unit

Drum ends production mould

Perforating oil unit

Perforating grease unit

End cap for grease end cover unit

Stabilizing unit

Capping

Bottom cover to the temporary storage area

Oil upper cover to the temporary storage area

Grease upper cover to the temporary storage area

Technical flow chart for ends cover for the drum number (2-1)

Un-coiler and de-coiler stage

Un-coiler and de-coiler stage

PDF created with pdfFactory trial version www.pdffactory.com

21 - 65

Filling Machine

Capping and sealing machine

Printing Machine

From Temporary

Storage Area

Storage Powered Rollers

Technical flow chart for printing and filling stage (3-1)

PDF created with pdfFactory trial version www.pdffactory.com

22 - 65

ARTICLE (2) INSTRUCTIONS FOR TENDERING

2-1 Bidders are advised to visit the site to obtain are advises to and ascertain for themselves all the technical and non-technical information which may be necessary for the purpose of entering the venture.

2-2 The proposal and all documents accompanying it shall be written in English language.

2-3 The bidders must have previously executed work of similar character and magnitude; A comprehensive reference list shall be disclosed for that purpose in the submitted documents.

2-4 The bidders shall submit in separate memorandum attached to his proposal a clear time schedule showing the commencement and completion date of all stages and for related activities.

2-5 Bidders are requested to offer a break down price for the followings ;

1- Basic And Detail Engineering design. 2- Procurement, And Supply Of Equipment And Material

(CIP) DAURA (M.R.C) 3- Supervision of Civil Works 4- All engineering works(construction, Erection and

installation) 5- Supervision of Pre-commissioning, Commissioning And

Start-Up 6- Training of DAURA Personnel 7- Inspection authority (third party inspection certificates),

(shop & site). 2-6 Date of delivery of the bidders proposal for this tender shall

be at the end of the working day / / . Proposals received after this date shall be neglected.

2-7 Daura refinery shall conduct negotiation with the successful bidder this negotiation shall be documented and become part

PDF created with pdfFactory trial version www.pdffactory.com

23 - 65

of contract. 2-8 The contract shall be effective from the date of its signature

however; the countdown of the project duration shall begin from the date of down payment.

2-9 All banking charges except those associated with L/C issuance shall be paid by contractor.

2-10 All taxes, duties, levis outside Iraq shall be paid by the contractor.

2-11 Bidders shall respond to all MRC,S correspondences failing to observe that shall subject the offer to refusal.

PDF created with pdfFactory trial version www.pdffactory.com

24 - 65

ARTICLE (3) SCOPE OF SUPPLY

3-1 Codes and standards: The following codes and standards shall be applicable for all project units.

AC1 American Concrete Institute AGA American Gas Association AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute ASME American Society of Mechanical Engineers ASHRAE American Society of Heating Refrigerating Air-

conditioning Engineers ASTM American Society for Testing and Materials AWS American Welding Society AWWA American Water Works Association HEI Heat Exchanger Institute HI Hydraulic Institute ISA Instrument Society of American ISO International Organization for Standardization NEC National Electrical Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association TEMA Tubular Exchanger Manufacturers Association BS British Standers IEC International Electro Technical Commission IRAQI NATIONAL CODE FOR MEASUREMENT

OF HYDROCARBON FLUIDS

Fire Fighting Codes

BS5839pt1:2002. All normative references of this document shall be considered. EN54- 13:2005. All fire detection & control equipment shall be approved to the relevant parts of EN54. Declaration of conformity according to the relevant EU directives shall be provided.

PDF created with pdfFactory trial version www.pdffactory.com

25 - 65

3-1-2 Piping : - ASME / ANSI B 31-3.

- Fitting (ANSI B-16.5 for flanges & fittings).

3-1-3 Electrical : - IEC , CEI - API RP 500 A, VDE

3-1-4 Instrument : - API RP 550

3-1-5 Safety : - API RP 520 - RP 521 - ANSI B 2.1 3-2 Engineering : -

Detailed engineering and detailed drawing and specification

shall be in accordance to standard with process requirements and M.R. requirement. The engineering work and the documents to be prepared by the contractor shall include but not limited to the following.

3-2-1 Process flow diagram with heat material balance. 3-2-2 Utility flow diagram with control and heat material balance 3-2-3 Piping and instrument flow diagram (P&I) for both process and

utilities. 3-2-4 Project specification : Which are the compile documents and drawings of all

basically required condition from design to commissioning including design basis, design condition , engineering standards, recommended practices local data, codes standards and regulation .

3-2-5 Plot plan and layout : The plot plan shall show the location of equipment's and

machinery, tie in at BL, supporting structure and pipe racks, access and paving requirements, main dimensions.

3-2-6 Equipment design : The contractor shall design the equipment to be capable of

meeting the specified process performance, as well as providing for safe, economical and continuo's operation and ease of maintenance. The contractor shall be responsible for reviewing and approving

PDF created with pdfFactory trial version www.pdffactory.com

26 - 65

manufacturer's details or fabrication drawings as required assuming conformance to process and mechanical design-shop test and inspection schedule, summary sheets and design and test features shall also be prepared by the contractor (should put in mind that all the equipment dimensions should be according to the main building and inlet door dimension shown in plan No.(1&2) to avoid any problem wall installing the equipment full documentation of this issue should be provide and furnished very clearly).

3-2-7 Piping design :

The contractor shall draw up the complete piping system required for process and utilities. Piping assembly and isometric drawings to be made on a graphical basis with any attendant details required to clarify assembly drawings. The fabrications drawings to be made for the pipelines which are prefabricated are the site and /or shop. It shall be based on standard for process specification and M.R.'s requirements Piping classes and pipeline list to be prepared by the contractor with appropriate break down.

3-2-8 The contractors shall prepare complete specifications and requisition for all instruments and make drawings at least to the following extent.

a) schedules of design data and installation details for all control valves, indicating recording or controlling instruments and auxiliary facilities

b) Assembly and installation drawings for instrument panel boards, including list of materials.

c) Location drawings for all instrument points (which may be on piping drawings).

d) List of all materials required for installation of equipment. e) Installation drawing for instrumentation full work. f) Summary and calculation sheets for flow meters.

3-2-9 Electrical design

The contractor shall design , specify and prepare inquiry requisition and complete installations drawings show diagrammatic layout , cable and conduit size and locations, starter location and mounting , typical connection and

PDF created with pdfFactory trial version www.pdffactory.com

27 - 65

installation details, lighting system layout and details, earthing details.

3-2-10 Painting Painting design includes the following :

- Specification of paint. - Instruction of repair work. - Color code. - Bill of materials.

3-2-11 Civil building and structure design :

The design includes the preparation of the following :-

a) General arrangement drawing. b) Equipment foundation drawing. c) Grading and piles drawing where necessary. d) Structure drawing. e) Pipe rack drawing. f) Building drawing.

g) Construction work drawing. h) Bill of materials. i) Base plates, anchor bolts for equipment and structure. j) Coating: all areas in contact with chemicals shall be coated

by suitable epoxy.

3-2-12 Welding & welding examination on-site.

1- All the welding processes shall be indicated according to AWS demonstration.

2- detailed engineering of the welding procedure shall be given by the contractor which shall include the following :- - Edge preparation. - No. of passes gap limitation. - Electrode No. (AWS). - Heat treatment. - Examination and test.

PDF created with pdfFactory trial version www.pdffactory.com

28 - 65

3-3 Training

The contractor shall specify the period and number of MRC personnel required for training on the operation and maintenance of the unit (the period of training should not be less than one month). All related expenses shall be quoted as separate issue.

3-4 Mechanical Guarantees The contractor shall take the responsibility for the performance of the equipment and the material supplied for a period of one year from the date of issuance the provisional acceptance certificate.

3-5 Process. Equipment performance and utilities Guarantees. The contractor shall be responsible for meeting process and equipment performance guarantee and the utilities guarantees figure stated in the contract.

3-6 Supervision The contractor shall specify the number of personal

delegated for supervision of (construction work, pre-commissioning and commissioning of the unit. All related expenses shall be quoted on period basis and it should not be less than one month.

3-7 Test run Test run for the entire unit to be carried successfully

at least for one month.

PDF created with pdfFactory trial version www.pdffactory.com

29 - 65

ARTICLE (4) PROCUREMENT & EXPEDITING 4-1 Procurement: - 4-1-1 General

The contractor shall perform all procurement activities necessary for the equipment and materials supplying. The basic function of procurement services is to ensure that the required equipment and materials shall meet the appropriate specifications and reach the specified field construction work schedule and in good conditions. In general procurement services shall include the following: placing orders, checking vendor drawings, expediting shop inspection including packing inspection, transportation up to (CIP) BAGHDAD including necessary insurance custom clearance service.

4-1-2 Procurement main objectives : -

1) Procurement shall be from the most capable sources of supply in due consideration of good quality of products and delivery.

2) Preparation of delivery schedule of equipment and material to meet field construction programs.

3) Co-operation inspection and expediting activities. 4) Preparation of tabulated technical reports related to

equipment and materials to be supplied for the works. 5) Prevision of information and statistics regarding purchase

and transportation to M.R.C representative.

PDF created with pdfFactory trial version www.pdffactory.com

30 - 65

4-2 Expediting: - The contractors supervisory regarding expediting shall involve the following activities:

1) On-site expediting of equipment material and services to

ensure that the promised (appointed delivery dates) are maintained.

2) Expecting the movement of equipment and materials from concerned suppliers work-shop or store to the shipping points (CIP).

3) Preparation, maintenance and publication of periodic reports regarding equipment and materials status.

4) Taking care to ensure that equipment and materials are properly packed, loaded on board and securely stowed in order to minimize the possibility of damage in transportation.

5) Carrying out periodic evaluations of supplier’s workshops, facilities and quality control system to ensure that they maintain the capacity to supply products of good quality on schedule. 6) A sequence depiction-diagram of expediting work flow shall be given monthly to M.R monthly.

4-3 Packing: -

4-3-1 General: -

The contractor is fully responsible to ensure suitable packing. The packing must be suitable for protecting materials against weathering land and marine agents in order to prevent corrosion or rust of those parts which are most subject to damages and needing special care. In addition, packing shall be suitable for various loading and unloading operations to which the material shall be subjected from the point of shipment to the place of installation, and must guarantee protection of its content, not only during expected time of content, not only during expected time of transport but also for any outdoor storage over a period of at least (six) months. All packed material inside cases must be suitably secured to avoid movement during transport. In case of materials treated

PDF created with pdfFactory trial version www.pdffactory.com

31 - 65

with protective compound, the contractor and/or supplier must state the expiry date of protection and shall furnish all necessary instructions for correct presentation of the material for the materials which are particularly subject to deterioration due to the humidity, such as switching boards, various electrical instrument, welding electrode, …etc, special care shall be taken to protect those materials.

4-3-2 Marking: - Each case must be marked on three sides, that is to say on

two side faces and on the cover. Depending on the material characteristics, packages must be marked in indelible paint, any indications necessary for correct handling such as the center of gravity and lifting point. Marking for transport overseas shall be carried out in the English language (“top”, triangle, handle with care –etc). For packing where marking is not possible, at least two metallic name-plates must be fitted. Marking on these plates shall be by means of engraving on indelible paint. For both marking on case or nameplate it shall include the following:

* Name and address of destination. * Project or plant (name). * Package number. * Gross weight (Kg). * Net weight (Kg). * Dimension …. x…..x …...m+

The contractor and/or the supplier shall be responsible for all damage resulting from incorrect or insufficient marking.

PDF created with pdfFactory trial version www.pdffactory.com

32 - 65

4-3-3 Packing list: -

The contractor or supplier shall insert in each package a list of load contents (Packing list) which must always show:

* Purchase order number. * Number of packages. * Type of material, quantities and order item number. * Gross and net weight. * Dimensions. * Any other markings as specified on the order.

The packing list and any other documents shall be put in closed polyethylene envelope and included in each package. A second copy of the packing list shall be placed in a polyethylene envelop by means of a metallic plate bearing the inscription "DOCUMENTS" for columns, exchanger, drums and tanks, the envelop shall be placed in a nozzle identified by any arrow in indelible paint followed by the word “DOCUMENTS”. Shipping documentation must always be presented in the number of copies as shown on the order.

PDF created with pdfFactory trial version www.pdffactory.com

33 - 65

ARTICLE (5) DOCUMENT: - 5-1 Scope The contractor shall provide the following Manuals &

Catalogs in twenty copies and in both forms (paper and electronic DVD).

5-1-1 Operating Manual Which shall contain all requested instructions and attachment

in order to permit a safe and correct start-up, Shutdown, emergency shutdown, analyses, lubrication and maintenance schedules?

5-1-2 Mechanical Manual Which shall contain the information for all mechanical and

electrical equipment included in the supply?

5-1-3 Equipment Manual Which shall contain process and engineering drawing together

with the technical information relevant to all equipment & Materials included in the supply such as foundation, sewer system, structure drawing … etc?

5-1-4 Inspection Book Which shall contain all related inspections and tests for all

equipment and materials included in scope of supply?

5-1-5 Bidding Details -All pages shall be standard 210x297 mm size multiples

thereof. Drawings larger than 297x420 mm shall folded and inserted

Individual (210x297) manila pockets. b) T -The document relevant to each of the following manuals

a- Operating Manual. b- Equipment Manual. c- Inspection Book.

PDF created with pdfFactory trial version www.pdffactory.com

34 - 65

5-1-6

Sh All be bound in several volumes numbers sequentially and

arranged in clear sequence.

All final drawings to be presented in electronic format (CD and DVD) as well as paper form.

PDF created with pdfFactory trial version www.pdffactory.com

35 - 65

ARTICLE (6) ELECTRICAL REQUIRMENTS

6-1 General: - The contractor shall design and supply the electrical equipment to meet the following ;

1- Safety to personnel. 2- Reliability, efficiency and smooth performance. 3- Easy maintenance and Replacement. 4- Performed according to the specification, codes and standards.

6-2 Codes and Standards: - The equipment materials and design conforming the following

codes and standards. a) Recommendation and standard issued by the I.E.C

regulation. b) Standards of the country of origin when no. I.E.C standards exists and in This case vendor shall state that in English in order to compare it with I.E.C.

6-3 Document: - Documents to be prepared for approval shall include the following at least

a) Single line diagram (s) for power circuit. b) Single line diagram (s) with metering, Relays, interlocks and indications. c) Earthing layouts and earthing system calculations. d) Cable schedules and Layouts. e) Short circuit calculations. f) Lighting Layouts and illumination level calculations.

PDF created with pdfFactory trial version www.pdffactory.com

36 - 65

6-4 Electrical power of the project: - the project (drum making and filling plant) should be containing new electrical low voltage main distribution power centre (L.V.M.D.P.C) and the power of the new electrical low voltage main distribution power centre (L.V.M.D.P.C)of the project feed (NO.1 feeder low voltage 0.4KV) from our existing electrical power supply.

6-5 Low Voltage Main Distribution Power Center(L.V.M.D.P.C): -

a- The Low Voltage Main Distribution Power Center(L.V.M.D.P.C) should be

supplied by one incoming feeder low voltage 0.4KV

b- The Low Voltage Main Distribution Power Center(L.V.M.D.P.C) should be Consist of air Break circuit Breaker with fixed type and should be used for all the incoming and outgoing feeders.

c- The incoming feeder Breaker are with Manual electrical closing mechanism and should contain their Ammeters, voltmeters, selector switch external emergency trip, and over current, short circuit tripping devices.

d- Each outgoing feeder breakers should be supply the electrical board for each machine that use in the plant separately, and the outgoing feeder breakers should be contain thermal and magnetic over current protection.

e- The Low Voltage Main Distribution Power Center(L.V.M.D.P.C) should be contain (20%)outgoing feeders as spare of variable rating with the same specification given above for requirements.

The Low Voltage Main Distribution Power Center(L.V.M.D.P.C) should be supplied with the following specifications:

PDF created with pdfFactory trial version www.pdffactory.com

37 - 65

1- Free standing ,floor mounting, metal clad , IP44 2- The equipment in the low voltage main distribution power center

rating at 55C° ambient temperature. 3- Rated voltage 1000 volt. 4- Operating voltage 400 volt. 5- Bus bar to be insulated and silver plated for all contact area. 6- Rated short circuit level 80KA (minimum) for (1sec).

6-6 Electrical board for machines: -

a- the electrical board for each machine that use in the plant should be fed the power supply from the outgoing feeder breaker at the low voltage main distribution power center separately and should be wired completely for power and control with interlock, and the electrical board for each machine should be separate with a suitable distance from the rotating parts to avoid vibration in the electrical component of the board.

b- All electrical equipment in the painting and drying machines including (Electrical board, motors, lights fitting, cable gland…..etc.) should be Flame proof protection.

c- For automatic welding machine the cooling system for the transformer Should be external as possible for easy future maintenance.

6-7 Motors: -

a-TEFC, SQUIRREL cage induction motors, with degree of protection IP55 weather protected , class (F) insulation class (B) temperature rise

b- Power should be supplied to the Motors as follows:- up to 90 KW 380v -3 phase 50 Hz

c- Motor rated power shall be 120 % of absorbed load rated. d- All motors shall be designed for 55 ْ◌C ambient temperature

PDF created with pdfFactory trial version www.pdffactory.com

38 - 65

IC 411 cooling type,0.9 power factor, metallic cooling fan 6-8 Lighting System: -

a- Lighting fitting shall be of the induction lamp type for the Battery

limit where weather proof lighting fittings should be used. d- Average illumination measured at 0.75 meters above floor shall

be as

follows: 1. Machine area 300 LUX.

2. General Lighting to be 150 LUX. c- Lighting circuits shall be controlled by switches inside unit. d- Lighting supply shall be 220v/50 Hz single phase. e- Max voltage drop between the main lighting switch board and

the terminals of any light fitting shall not be more than 2.5% of the nominal voltage.

6-9 Cables: - 1. Minimum cross section area for cables shall be 2.5 Sq mm for

power and control cables. 2. Cable shall never be loaded to more than 75% of their

nominal rating. 3. XLPE multi-conductor 660v grade shall be used with copper

conductor. 4. All L.V Power cables shall be multi-conductor XLPE insulated,

P.V.C. over sheath steel wire armored. 5. Low voltage motor cable shall be sized such that the voltage

drop does not exceed 2% between transformer terminals & Motor terminals under normal motor Running.

6. Cables in the plant shall be laid in suitable overhead cable trays from low voltage main distribution power center to each machine that used in plant. Cable trays shall be covered by cover of adequate thickness.

PDF created with pdfFactory trial version www.pdffactory.com

39 - 65

7. Cables outside operating area(outside plant) shall be laid directly in the ground and protected by concrete cover tiles with route markers.

6-10 Earthing: -

1- Suitable earthing shall be installed for:- a- Safety to personnel.

b- Limit the voltage when an earth fault occurs. c- Protection against lightning. d- Protection against static electricity.

2- Earthing network shall be installed around the project(plant), process unit by means of copper rods of sufficient length.

3- At least one point of earthing system shall be connected to each of following: low voltage main distribution power center, Motor frame, electrical board, steel structure of the machines … etc.

4- The resistance of the earthing when measured individually shall be less than:- - Static earthing system (7) ohm. - Power earthing system (2.5) ohm. - Lightning protection system (5) ohm.

5- All earthing under Ground joints shall be of thermoweld type or equivalent and the earthing network shall be of standards copper wire hard drawn 70 mm or 25 mm sq. as appropriate

6- Any structure column or equipment shall be shield against if it is within a 90 cone of highest point of earthed steel structure connected at two side with sufficient copper conductor to the earthing system Metal frame structure or equipment not shielded as above shall be earthed on at least two side to the earthing network

7- 8-

Connection of earthing system to the earth electrodes shall be accessible for testing & inspection. All tools and accessories for earthing system including the standard copper wire hard drawn 70 and 25 Sq.mm, earthing rods should be supplied.

PDF created with pdfFactory trial version www.pdffactory.com

40 - 65

6-11 220v outlets: - 220v outlets for various purposes shall be considered.

6-12 380 V welding outlets: - 3 ph, 380 V, 60A welding socket outlets shall be controlled by an inter locked isolating switch * 25 Nos plug should be supplied for each type of outlets

6-13 chiller system unit: - The chiller system unit should be supply with the following specification: (water cooled condenser)

a- Construction data: 1- Type of refrigerant (R407C or R134A). 2- Ambient temperature 55C . º 3- Operation environment/hydrocarbon area. 4- New Cooling tower 5- Water temperature from new cooling tower 30 Cº 6- Condenser type (shell and tube). 7- Evaporator type(shell and tube). 8- Compressor vibration mounting with rubber. 9- Evaporator insulation material with foam. 10- Condenser tube material with copper. 11- Condenser fin material with aluminum.

b- Safety controls: 1- High and low safety pressure switches. 2- Compressor motor protector. 3- Phase failure relay. 4- Anti-freeze protection.

PDF created with pdfFactory trial version www.pdffactory.com

41 - 65

c- Electrical power and control panel data: 1- 3-phase, 380 VAC , 50HZ 2- Control and circuit breaker. 3- Compressor contactor. 4- Chiller operation is controlled by advanced

microprocessor controller. * Accessories All accessories for installation the electrical equipment's in the project should be supplied such as (cable glands , junction boxes, cable trays, conduit.. .etc).

6-14 Equipment Tests: -

1- All electrical equipment shall be tested by the contractor in

accordance with reference standards before they are placed in operation. All test equipment shall be supplied by the contractor witnessing and certification shall be at the description of the customer who shall be notified one week before.

2- Certified tests must be carried out in manufactures works. 3- Acceptance of the complete electrical installation shall be

contingent upon inspection and test result. 6-15 General Requirements: - Equipment Identification

The service of equipment such as transformers, motor, circuit Breaker, Motor starters, lighting switches and P.B. station remote from their controlled motors shall be properly identified on the apparatus

PDF created with pdfFactory trial version www.pdffactory.com

42 - 65

6-16 ELECTRICAL SPARE PART: - Recommended electrical spare part should be supply for two years and should be include such as following:

a- Major electrical component such as (Circuit breakers,

contactors thermal overload, .etc) b- 20 % of all lamps used with accessories.

PDF created with pdfFactory trial version www.pdffactory.com

43 - 65

ARTICLE (7)

MECHANICAL REQUIREMENTS 7-1 compressor

7-1-1. The compressor shall be air screw dry type so oil injection type

not accepted 7-1-2. The screw compressor shall be single stage and shall be

complete with all accessories and auxiliaries necessary for satisfactory

7-1-3- Screw compressor shall be manufacture according to API 619 last edition

7-1-4- Safety relief valve mounted on discharge line 7-1-5- Screw compressor shall be water cooled 7-1-6- Discharge line shall be furnished with check valve, separator and

dryer 7-1-07- First filling oil shall be in scope of supply 7-1-8- Inlet air filter shall be high efficiency panel type complete with inlet

moisture separator, bird wire, rain hood; etc .the filter shall be in stainless material

7-1-9- Twin filter with change over valve shall be supplied for compressor with filtration range 10micron

7-1-10- Main &auxiliary oil pump electrical with complete safety control system

7-1-11- Double oil cooler 7-1-12- Double oil filter with differential indicator (auto clean) 7-1-13- Electrical oil heater with temperature limitation if required 7-1-14- Complete anti surge system if required 7-1-15- Compressor unit shall have an auto start system and the

emergency stop automatically 7-1-16- capacity and pressure shall be decided by vender according to

process required.

PDF created with pdfFactory trial version www.pdffactory.com

44 - 65

7-2 Pumps: - Detail for pumps if required: - 7-2-1. Centrifugal pump manufactured according 610: -

1. Pump shall be manufactured according to (API 610). 2. bearing should be antifriction ball bearing, ring lubricated

type, water cooled with water specification 3 bar 35 C⁰ 3. Flange pump drains. 4. Flexible metastream coupling dynamically balanced between pump

and turbine. 5. Non-sparking coupling guard. 6. Single mechanical seal according to (API 682). 7. Fabricated steel base plate. 8. Centerline case-mounting. 9. Standard documentation including operation and Maintenance

manuals in English.

7-2-2.Rotary type positive displacement manufactured according 676 7-2-2-1. For Screw pump: -

1. Pump manufacturing according to API 676. 2. Single mechanical seal according to API 682 should be fitted. 3. Pump should be equipped with safety valve, fitted on the pump. 4. Flexible spacer coupling between pump and motor dynamically

balanced. 5. Non-sparking coupling plate. 6. Fabricated steel base plate. 7. Standard documents including operating and maintenance manuals

in English. 8. Pumps origin shall be (USA, west Europe or Japan) only. 9. Pump shall be manufacture with replicable internal liner. 10. Pump manufacture shall provide flange type suitable strainer

with drain valve and stainless steel screen (mesh) shall be provided

PDF created with pdfFactory trial version www.pdffactory.com

45 - 65

Note:

• All rotary machines manufactured according API. • Any deviation in API not acceptance. • All rotary machines will be electrical motor driven. • Standby machine shall be supply for each the rotary machine.

PDF created with pdfFactory trial version www.pdffactory.com

46 - 65

ARTICLE (8) Instrument 8-1 Standard codes: -

The bidder shall design the control system required for this project in accordance with the following codes:- The Instrument Society of America (ISA).

American Petroleum Institute (API). American National Standard Institute (ANSI). British Standard Institution (BSI) International Electrotechnical Commission(IEC)

8-2-1. The whole equipments is automatic controlled by programmable logic controller (PLC) preferable SEIMENS, ALLEN BRADLEY or YOKOGAWA manufacturer.

8-2-2. The programmable logic controller shall transmit signals to the motors, solenoid valves, status indicators, annunciators and other electro-mechanical system.

8-2-3. Programming of the processor shall utilize a basic ladder diagram format.

8-2-4. The power supply is (110 VAC ± 10%, single phase, 50 Hz). 8-2-5. Manufacturer will provide PLC with redundancy of power supply

and CPU, which will be fed from UPS system given by the contractor.

8-2-6. PVC insulated control wire size 1.5 (30/0.25) Sqmm stranded with suitable lugs should be used.

8-2-7. Contractor will provide installation detail drawings, data sheets and any other documents and drawings.

8-2-8. The contractor services shall include designing, installation and commissioning.

PDF created with pdfFactory trial version www.pdffactory.com

47 - 65

8-2-9. Contractor shall provide all software documented by functional logic diagrams and ladder logic diagrams, and that all logic designs conform to the logic requirement.

8-2-10. The contractor is responsible to provide instrument data sheets. 8-2-11. The contractor shall be install galvanized conduit for all wiring

connection between the PLC ( input modules &output modules ) and final control elements ( motors , solenoid valves -------etc.).

8-2-12. A recommendation of the temperature and humidity range is also required.

8-2-13. Ensuring all documentation is current (as-built). 8-2-14. All hardware shall be located in freestanding IP65. 8-2-15. Contractor shall be submitting spare parts list recommendation.

8-3. Transmission system: - Instrument and associated equipment shall be designed and installed to meet the following requirement a)Maximum accuracy of measurement and control b) Full safety c) Efficient protection against chemical or physical effects and

weather conditions d) All instrument devices shall be identified by means of metallic

tag ( plastic or paper tag shall not be used) e) All process variables effecting operation of the plant are

automatic control through instruments in the main control room. f) Alarm signal shall be considered that audible and visible need to

take corrective process action to be advise on condition g) Instrument shall be protected from adverse condition by

protective sunshade, sealing, housing, installation or purging if necessary.

h) At an emergency failure of the instrumentation air or power, the plant shall be automatically shifted in a safe condition.

8-3-1 Electronic 2-wire transmitter shall be used with a signal (4-20) mA

dc, with local indicator (linear scale), with remote diaphragm seals for corrosive, viscous or condensing services& equipped with sun-shade for protection against direct sunlight and rain.

PDF created with pdfFactory trial version www.pdffactory.com

48 - 65

8-3-2 Copper tubing of 1/4" O.D for instrument air signal with PVC

covering to be used only (i.e. no PVC tubing shall be used).

8-3-3 Armored and shielded signal cables shall be used for electronic transmitters, thermocouples and RTD,s extension cables and lay on galvanized covered trays.

8-3-4 Junction boxes, weather proof / explosion proof shall be used for the field instruments.

8-3-5 Instrument circuits shall be grounded to reduce the effect of the electrical interference.

8-3-6 Uninterruptible power supply (UPS) 115 VAC, 50Hz shall be provided for all requirements during interruption of main power.

8-4 Control Panel: -

8-4-1 The loading area shall be monitored and controlled using control

system with redundant and both of them shall provide the same control and supervisory control functions. Control system shall contain all controllers, indicators, recorders, alarm and shutdown system that is necessary to start up and operation of the unit.

8-4-2 Totalizing shall be provided for feed and product lines and all utilities.

8-4-3 Recording (continuous) shall be provided for all process variables.

8-4-4 High/Low alarms are provided for all variables.

PDF created with pdfFactory trial version www.pdffactory.com

49 - 65

8-5 Pressure and temperature gauges: -

8-5-1 Local pressure shall be with all st.steel gauges (filled with glycerin for pump discharge and where vibration is envisaged) dial size must not be less than (6) inches.

8-5-2 Bimetal dial thermometers shall be st.steel and weather proof.

8-5-3 Differential pressure gauges to be used across reactors dryers & filters.

8-6 Alarm and interlock: -

8-6-1 Power supply for the Interlock system of the conventional

electronic 110 VAC, 50 Hz with battery backup.

8-7 Temperature measurement: -

8-7-1 Thermocouples or RTD,s for temperature control shall be placed in a separate well from those used for temperature indication.

8-8 System data base: - System shall have distributed data base.

The data base is the configuration information stored In the devices microprocessor driven memory, which is part of interface and control selects a particular control strategy including the following parameters:-

- Signal conditioning. - Operational mode status. - Algorithms. - Control constant. 8-9 System available: - System shall be designed so that control functions are distributed

on modular basis to distribute risk. Control functionality shall not depend on a control based device or communication system. Control device shall be to minimize the consequence of failure.

PDF created with pdfFactory trial version www.pdffactory.com

50 - 65

The control system shall be redundant except for the I/O’s in case of a fault with the main controller. The redundant unit shall take over control within one second without disrupting system operation.

8.10 System Documentation : - a- In addition to standard hardware and software documentation

vendor shall supply four (4) sets of the following:- System cabling schedule.

- Field I/O wire lists in point ID Order. - Loop wiring diagrams generated by loop ordering computer

software. - Application and custom program descriptions and source

listings. - Memory maps. b- Documentation shall be up dated to the level at time of

shipment, free of errors 8.11 Engineering: - a- Process control Strategy shall be defined the contractor

Who shall assume functional responsibility? b- Block Data forms, supplies by venders shall be complete be

reviewed by vendor. c- Entry and generation shall be done by vendor with 100%

verification of data. d- Checkout shall consist of point by point input/output checks

of 100% of all blocks by vendor. The remote devices must be staged at vendor with shipping and repackaging expenses not included in this proposal. Maintenance of the remote equipment during system checkout shall be the customer's responsibility.

PDF created with pdfFactory trial version www.pdffactory.com

51 - 65

e- Management Information Logs and Reports are included upon definition.

f- Engineering for design and implementation of system interface with other controls or devices shall be included pending detailed definition by the contractor.

PDF created with pdfFactory trial version www.pdffactory.com

52 - 65

ARTICLE (9) Civil requirement 9-1 Standards and codes: - The following standards or the equivalents shall constitute as a

guide for design. a- A.C.I American Concert Institute. b- ANSI American National Standards Institute. c- AISC American Institute of Steel Construction. d- All materials imported must conform to ASTM (American

Society for testing material) local material shall conform to the local IRAQI Codes.

9-2 Drawing and document required: - The following document shall be submitted to MRC for approval

putting in respect all the drawing given bellow for plane NO. (1and 2)

9-2-1 Detailed civil Engineering design 9-2-2 Building plan, elevation and section including all installation

and service. 9-2-3 Layout drawing and underground piping and drainage. 9-2-4 Drawings of cross-section of road. 9-2-5 Grading plan (if applicable). 9-2-6 Pilling plan and specification, if needed. 9-2-7 Typical standard drawing. 9-2-8 General plat plan. 9-2-9 Static and dynamic calculation. 9-2-10 Drawing shall completely show construction works, all

dimensions of the shape, sections, relative location, floor levels, column centers, connection members and concrete reinforcement, Bar Bending and anchor Bolts position and level, and any other details required to complete the construction of civil work. The drawing shall be to a scale large enough to convey adequately the required information.

PDF created with pdfFactory trial version www.pdffactory.com

53 - 65

9-3 Soil Condition: - a- All information about soil layer shall be given in soil

investigation report. b- The load bearing of soil in general is 5 ton/m2at one meter

depth.

9-4 Water level: -

The height of ground water level shall be 1.5 meter at April, 4 meter in November. Area elevation above sea level is approximately 30 meter.

9-5 Material for construction: - The following material shall be supplied by MRC a- Cement. b- Sand and gravel. c- Reinforcement bars. d- Terrazzo tiles - plastic tiles. e- Asbestos cement sheet. f- Sheet for roofs (galvanized and metal types). g- Brick (23.5 x 11.5 x 7.5 cm thick).

h- False ceiling materials. i- Doors and windows. (Except class shall be supplied by

bidder and it shall be reinforce glass type of 6mm thick) as sheet.

Any other material required for the plant construction shall be supplied by contractor.

9-6 General Notes: - a- All the foundation shall be at according to the design

requirement. b- The sulfate resistant cement shall be used; the minimum

weight of cement shall be 380 kg/m3 of concrete. c- Concrete in contact with soil shall be coated by 3-layers of

bitumen coat (flunkout or similar) as approved by MRC

PDF created with pdfFactory trial version www.pdffactory.com

54 - 65

office. 9-7 Painting: - a- All the equipment, piping and steel structure shall be primary

coated, all painting material required for (three final) coating at site. Shall be supplied by Bidder.

b- Any concrete area in contact with chemical material shall be coated with proper type of Epoxy.

9-8 Anchor Bolts and Bolts and nuts: - All anchor Bolts and bolts and nuts required for the project shall

be supplied by Bidder. Every type shall be packed and numbered according to the places where it is used.

9-9 Sewer and Drainage System: - a- Soil, water waste from closed and urinals washroom, etc.

Shall be connected to aseptic tank and over flow shall be connected to the sewer pit.

b- Process drains shall be separately connected and fed to the waste water collection basin.

c- Rain water drains shall be separated and it is connected to the waste water

d- The waste water from the collection pit shall be pumped to the waste water treatment unit or API, Basin

e- All pipes and accessories for sewer drainage system shall be supplied by contractor.

9-10 Cable trench: -

All cables shall be laid in a concrete trench with proper width and depth covered with concrete slabs.

9-11 Steel structure: - The steel structure for the pipe and equipment supports shall be

prefabricated steel shops. The scope of supply shall include :

a- Complete design. b- Complete supply of materials.

PDF created with pdfFactory trial version www.pdffactory.com

55 - 65

Canceled production line

PDF created with pdfFactory trial version www.pdffactory.com

56 - 65

PDF created with pdfFactory trial version www.pdffactory.com

57 - 65

PDF created with pdfFactory trial version www.pdffactory.com

58 - 65

F

PDF created with pdfFactory trial version www.pdffactory.com

59 - 65

F(2)

PDF created with pdfFactory trial version www.pdffactory.com

60 - 65

ARTICLE (10) INSPECTION REQUIREMENTS

10.1 Because of difficulty in making rectification and replacement in IRAQ, a high standard of inspection is required. 10.2 DAURA’S inspection department (here in referred to as the inspection authority) shall (for the purposes of the contract) be deemed to act on behalf of the M.R (General Manager of M.R). 10.3 All inspection and tests carried out by the inspection authority and/or the contractor’s inspection agents shall be performed in accordance with the standards mentioned in the contract, which is briefly mentioned below, to ensure complete adherence to the contract requirements.

. standards Item ASTM standard Materials 1 ASME code section VIII division 1 requirements for pressure vessel.

Pressure vessels

2

TEMA class R

Heat exchangers

3

ASME/ANSI B-31.3 requirements/ seamless

Piping 4

ASME/ANSI B-16.5 requirements Flange and fittings

5

API 576 Safety valve 6 10-4 The contractor should be responsible for supplying the inspection authority as soon as possible after signing regarded certificated inspection for all material and equipment, specifications and design documents. The method and procedure of the inspection that are required for each step of the processes and equipment during manufacturing should be approved from MRC department.

PDF created with pdfFactory trial version www.pdffactory.com

61 - 65

10-5 The successful compliance according the required specifications that recommended in the contract documents shall be from the responsibilities of the contractor in accordance with the terms of the contract and in case of conflict between the contract specifications with code requirements (referred to in the contract) the most stringent requirement should be apply. 10-6 The contractor’s inspectors should be responsible for material test report (mechanical and chemical), dimensional checking with acceptable tolerance of each item and for seeing that all points mentioned in the inspection activities are observed and agreed with subjected to the requirement. The contractor with the manufacturer shall have own routine inspection activities for ensuring quality control, which can be preceded on their own free independent schedules regardless of the presence of the inspection authority. It is to be understood that inspection authority activities (in shops or at site plane) do not relieve the contractor from contractual obligations. 10-7 The inspection agent of the contactor are responsible to provide the general inspection certificates, shop test certificates, fabrication certificates, performance test certificates and all other certificates and reports should be issued in English written language at the completion of inspection and tests of equipment and all these certificate should be approved by M.R.C for the purpose of acceptance .For the equipment which does not require to be inspection by contractor inspector. The contractor should provide certificate of quality issued by the manufactures works. 10-8 The inspection certificates and all other relevant certificates mentioned in clause (7) shall be issued in (4) copies and shall be handed over to the M.R. 10-9 The contractor shall be responsible for the supply, inspection completion and expediting of materials and equipment required to complete the work and arrange for the safe transportation of the same to the job site. 10-10 The inspection authority shall delegate to the site such number of inspection technicians and engineers as the work requires. The

PDF created with pdfFactory trial version www.pdffactory.com

62 - 65

decisions of the inspection authority for accepting or rejecting the workmanship during construction shall be considered as final and the contractor shall accept such decision. It is to be understood that the inspection authority certificates do not relieve the contractor from his contractual obligations. Contractor must provide the inspection authority with a minimum of two full sets of project documentation for construction at site.

PDF created with pdfFactory trial version www.pdffactory.com

63 - 65

ARTICLE (11) Vendor list

Only vendors from USA, Western Europe and Japan will be accepted.

1. mechanics: -

A- pumps: -

DAVID BROWN UNION .0PUMPS EBARA GOULDS PUMPS RUH RPUMPEN RUH PRUMPEN SULZER PUMPS K.S.B Union cerplli spp Flowserve allweiler leistrits bornemann

B- compressors: -

Ingersoll -land Atlas copco LMF

PDF created with pdfFactory trial version www.pdffactory.com

64 - 65

2. Electrical Equipment: - A- Low voltage main distribution power center (L.V.M.D.P.C) and

circuit breaker should be:. SIEMENS/GERMANY ABB/ITALY Schneider Electric/France B- Lighting Fixture, push Button distribution material should be

west European. C- Cables should be west European. D - Motors Schorch/Germany ABB/Finland Brook/Germany, England

WEG/Germany

3. Instrumentation:

Foxboro Honeywell Endress + Hauser Fisher

PLC Allen Bradley Siemens Yokogawa

PDF created with pdfFactory trial version www.pdffactory.com

65 - 65

4. Pipes and Fittings

TPS TECHNITUBE (DE) OGTG (DE) TC (FR) PIETRA (IT) SHAW GROUP (UK) KAWASAKI (JP) THYSSEN MANNESMANN US STEEL VALLOURERC (FR) SUMITOMO TUBOS REUNIDOS ERNE (GB)\ BSL (FR) NIPPON BENKAN KOGYOCO (JP) BRUCK (DE) IML (IT) DELCORTE (FR) SIDDRO (DE)

5. Valves

TROUVAY&CAUVIN BABCOCK BORSIC CRANE ECONOSTO ORION VELAN VITAS ALCO VOGT KEYSTONE Auma

PDF created with pdfFactory trial version www.pdffactory.com

شركة مصافي الوسط M.R.C

شروط تقديم عروض الطلبيات االستيراديةCONDITIONS FOR PRESENT IMPORT REQUISITIONS TENDERS

1. PAYMENT : BY IRREVOCABLE UNCONFIRMED AND

UNTRANSFERABLE LETTER OF CREDIT (L/C) TO BE PAID

100% AFTER RECEIPT OF MATERIAL COMPLETE AND

AS ORDERED , THE ABOVE PERCENTAGE CAN BE

CHANGED AGAINST BANK GUARANTEE ,

CONFIRMATION CHARGES TO BE BORNE BY SUPPLIER

(SECOND PARTY ) IF REQUESTED OR BY WIRE

TRANSFER

- WE CAN PAY IN IRAQI DINAR AND EQUAL THE VALUE

OF THE PURCHASE ORDER FOR IRAQI COMPANIES ALSO IN

CASE OF THE COMPANY ( SECOND PARTY )

REQUEST THAT INSTEAD OF L/C AND HAS ( ACCOUNT

NUMBER ) INSIDE IRAQ.

ش روط ال دفع المعتم دة ل دینا / اعتم اد مس تندي غی ر قاب ل لل نقض او التحوی ل -١

% بعد استالم المواد كاملة ومطابقة ویمك ن ١٠٠وغیر مثبت وتطلق المستحقات

االتف اق عل ى نس ب اخ رى مقاب ل ض مانات ویتحم ل المجھ ز مص اریف تثبی ت

ة مصرفیةاالعتماد في حالة طلبھ ان یكون االعتماد مثبت او حوال

یمكن دفع المبالغ بما یعادل مبلغ امر الشراء بالدینار العراقي للشركات العراقی ة -

او الشركات التي ترغب بذلك وبدون فتح اعتماد في حالة توفر حس اب مص رفي ٠داخل العراق

2. SUPPLIER (SECOND PARTY ) MUST SUBMIT A BID BOND

1% OF TOTAL VALUE OF HIS OFFER (BANK GUARANTEE

, LETTER OF GUARANTEE OR APPROVED CHECK)

(ORIGINAL COPY) WITH THE COMMERCIAL

OFFER THE BID BOND SHOULD BE RELEASED IN CASE

OF NOT AWARDING THE REQUISITION AND TO BE

CONFISCATED IF SUPPLIER

( SECOND PARTY ) NOT BE BOND REGARDING HIS

OFFER AFTER INFORMING THE AWARDING

AND TO BE NEGLECT THE OFFER IF SUPPLIER NOT BE

SUBIMITTED THE BID BAND

3. DELIVERY PERIOD SHOULD BE EXACTLY SHOWN.

% ) م ن قیم ة العط اء ١یق دم المجھ ز تامین ات اولی ة مق دارھا ( -٢

( خطاب ضمان او صك مصدق او كفالة مصرفیة )

ویوضع في العرض التجاري ویتم اطالق ھذه التامینات في حال ة (نسخة اصلیة)

عرض بع د تبلیغ ھ باالحال ة عدم االحال ة علی ھ وتص ا در ف ي حال ة ع دم التزام ة ب ال

ویھمل العرض في حالة عدم تقدیم التأمینات االولیة

الى) –یتم تحدید فترة التجھیز والتقبل عبارة (من -٣

4. WE PREFER PRICES IN US DOLLAR AND CIP BAGHDAD

( MIDLAND REFINERY COMPANY )

واص ل بغ داد یفض ل تق دیم الع روض بعمل ة ال دوالر -٤

( شركة مصافي الوسط )

5. IN CASE OF PARTIAL SHIPMENT , NUMBER OF

SHIPMENTS AND QTY TO BE MENTIONED IN THE OFFER

AND TO BE SUPPLIED WITHIN DELIVERY PERIOD ,

PAYMENT WILL BE EFFECTED AFTER RECEIPT OF EACH

SHIPMENT COMPLETE AND AS ORDERED .

ف ي حال ة تجزئ ة الش حن یثب ت ذل ك ف ي الع رض م ع تحدی د ع دد الش حنات -٥

وكمیاتھا ضمن فترة التجھیز وتدفع قیمة كل شحنة بعد استالمھا كاملة ومطابقة

6. SUPPLIER ( SECOND PARTY ) BEAR THE

RESPONSIBILITY OF THE INSURANCE OF THE MATERIAL

TILL RECEIPT AT BUYER S SITE (FIRST

PARTY) . UNLESS THERE IS ANOTHER AGREEMENT

MENTIONED IN THE CONTRACT

یتحمل البائع مسؤولیة التامین على البض اعة لح ین وص ولھا ال ى المش تري اال -٦

اذا كان ھناك اتفاق اخر یثبت في العقد

7. TWO OFFERS TECHNICAL & COMMERCIAL IN

SEPARATED ENVELOPES SHOULD BE SUBMITED, - REQ

NO. , NAME OF SUPPLIER, CLOSING DATE SHOULD BE

STATED, - IF THE TWO OFFERS ABOVE PUT IN ONE

ENVELOPE BOTH OF THEM WILL BE REJECTED. ALSO

OPEN OFFERS ARE REJECTED, TECHNICAL -

SPECIFICATIONS SHOULD BE STATED CLEARLY.

یق دم عرض ان منفص الن / تج اري وفن ي یثب ت عل ى غ الف كالمنھم ا رق م -٧

الطلبیة / اسم المجھز/ تاریخ الغلق وتكون المواصفات الفنیة مفصلة وموقعة م ن

قب ل المجھ ز ویھم ل الع رض ف ي حال ة وض ع التج اري والفن ي ف ي ظ رف واح د

والتقبل العروض المكشوفة

PDF created with pdfFactory trial version www.pdffactory.com

8. THE NOT AS ORDERED OFFERS SHOULD BE

DISREGARDED

تھمل العروض الغیر مطابقة للمواصفات -٨

9. TECHNICAL INQUIRIES SHOULD BE EXECUTED BEFORE

THE CLOSING DATE

یمكن للمجھزین ان یرسلو استفساراتھم الفنیة قبل تاریخ الغلق -٩

10. OFFERS CANNOT BE ACCEPTED AFTER THE CLOSING

DATE, CLOSED OFFERS TO SENT BY POST OR BY D.H.L

ARE ACCEPTED AND SHOULD BE PUT TOGETHER WITH

THOSE WHICH WERE BROUGHT BY HAND IN THE

FOREIGN OFFERS BOX IN RECEPTION SECTION WITHIN

THE CLOSING DATE PERIOD.

تھمل العروض التي ترد بعد تاریخ الغلق وتقبل العروض التي ترس ل مغلق ة -١٠

وتوضع مع العروض التي ترد بالید في صندوق استعالمات D.H.Lبرید او بال

الشركة

11. OFFERS FOR MORE THAN ONE REQ. IN ONE ENVELOPE

WILL BE REJECTED

الیجوز وضع عروض الكثر من طلبیة في ظرف واحد حیث سیتم اھمالھا -١١

12. PRICES TO BE FINAL NOT NEGOTIABLE AND OUR

COMPANY IS NOT OBLIGED TO ACCEPT THE LOWEST

PRICES .

االس عار نھائی ة وغی ر قابل ة للتف اوض وش ركتنا غی ر ملزم ة بقب ول اوط أ -١٢

العروض

13. THE AWARD SHOULD BE IN FAVOR OF THE COMPANY

WHICH SENT THE OFFER . BENEFICIARIES NAME

CANNOT BE CHANGED

كة التي قدمت العرض والیجوز تغییر اسم المستفید االحالة تكون باسم الشر -١٣

14. SAMPLES IF REQUESTED SHOULD BE SENT AND

RECEIVED WITHIN THE CLOSING DATE PERIOD

في حالة طلب النماذج فتقدم خالل فترة الغلق -١٤

15. OUR COMPANY HAS THE RIGHT OF ASSIGNING WHOLE

OR PARTIAL TO MORE THAN ONE SUPPLIER

یمكن لشركتنا االحالة على اكثر من مجھز -١٥

16. REQUISITION SHOULD BE BOUGHT WITHIN CLOSING

DATE PERIOD . THE RECEIPT SHOULD BE PUT IN THE

TECHNICAL OFFER . COMPANIES WHICH ARE

REQUESTED DIRECTLY BY US ARE EXEMPTED BUYING

THE REQUISITION

لطلبیة خالل فترة الغلق ویوضع وصل الشراء مع الع رض الفن ي یتم شراء ا -١٦

/ وتعفى الشركات التي تتم مفاتحتھا من قبلنا من ھذا الشرط

17. THE COMPANY MUST PRESENT AUTHORIZATION FROM

THE MANUFACTURER AND TO BE APPROVED BY THE

IRAQ EMBASSY IN THE MANUFACTURER COUNTRY TO

SUPPLY THE REQUESTED MATERIAL

تقدم الش ركة م ا یؤی د بانھ ا مخول ة م ن قب ل المص نع بتجھی ز الم واد ویك ون -١٧

التخویل مصدقا من السفارة العراقیة في بلد المصنع

18. ALL OFFERS AND CORRESPONDENCES SHOULD BE

CLEARLY SIGNED BY GENERAL MANAGER OR WHOM

ARE OFFICIALLY EMPOWERED VIA A POWER OF

ATTORNEY

یقوم المجھز بتثبیت اس م الم دیر الع ام للش ركة او م ن یخ ولھم ف ي الع روض -١٨

والمراسالت وبشكل واضح ورسمي

19. OFFERS AND OTHERS CORRESPONDENCES TO BE IN

OFFICIAL PAPERS OF THE MANUFACTURER COMPANYS

ى اوراق الشركات المصنعةتقدم العروض والمراسالت عل -١٩

20 .OMPANIES WHICH ARE NOT REGISTERED IN OUR

VENDERS LISTS MUST SEND ALL THE NECESSARY

DOCUMENTS FOR REGISTRATION PURPOSES BEFORE

PURCHASING THE REQUISITION WITH ANEW QUITTANCE

ISSUED FROM GENERAL ASSEMBLY OF TAXES OR

ENCLOSE WITH THE TECHNICAL OFFER OTHERWISE

THE OFFER WILL BE REFUSED

ترس ل الش ركات الغی ر مس جلة ل دینا / كاف ة المستمس كات المطلوب ة لغ رض -٢٠

تدقیقھا واعتمادھا قبل شراء الطلبیة مع براءة ذمة حدیثة صادرة من الھیئة العامة

للضرائب قسم الشركات

لفن ي المق دم ف ي حال ة ع دم تق دیمھا س ابقا او ترف ق المستمس كات م ع الع رض ا

٠وبخالفھ تھمل العروض

PDF created with pdfFactory trial version www.pdffactory.com

21 SUPPLIER ( SECOND PARTY ) SUBMIT A PERFORMANCE

BOND 5% OF TOTAL VALUE OF THE CONTRACT AS

SOON AS THE ACCEPTED COPY OF THE CONTRACT IS

SIGNED TO MAKE THE L/C OPERATIVE VALID ONE

MONTH AFTER THE DELIVERY PERIOD AND NOT

RETURN UNLESS ACCEPTANCE FROM BUYER S (

FIRST PARTY)

- THE PERFORMANCE BOND SHOULD BE CONFISCATED

IN CASE OF NOT SUPPLING THE ORDER .

% من الكلفة الكلیة للعق د ح ال ٥یقدم المجھز كفالة حسن اداء بنسبة -٢١

لتفعیل االعتماد وتبقى الكفالة نافذة لمدة شھر بعد توقیع امر الشراء كشرط

فترة التجھیز والیجوز سحبھا االبموافقة المشتري ویتم مصادرتھا في حالة

عدم االلتزام بتنفیذ العقد

22 . HE COMPANY'S ADDRESS (COUNTRY, CITY, STREET,

NO. E-MAIL, TEL-NO.) SHOULD BE CLEARLY SHOWN.

ALSO NAME AND ADDRESS OF THE BANK WHICH

SUPPLIERS DEALING WITH (CORRESPONDENCE BANK )

SWIFT CODE, ACCOUNT NO. AND E-MAIL. NO.

على مقدم الع رض بی ان عنوان ة الكام ل ( الدول ة ، المدین ة، الش ارع، -٢٢

البنایة ، العنوان البریدي ، الھاتف ) وك ذلك اس م وعن وان المص رف ال ذي

ورقم الحساب SWIFT CODEل معھ ( المصرف المراسل) مع یتعام

وعنوانة البریدي

23 COUNTRY OF ORIGIN SHOULD BE ACCURATELY

MENTIONED . STATING COUNTRY OF ORIGIN SUCH AS

( ASIAN OR EUROPEAN) IS NOT ACCEPTABLE,

- AFTER CONTRACTING ANY CHANGE OF

COUNTRY OF ORIGIN ARE NOT ALLOWED

- THE ROUTE OF SHIPMENT, PORT OF SHIPMENT , ENTRY

POINT SHOULD BE MENTIONED , IN ORDER TO GET

CUSTOMS EXEMPTION LETTER

تحدی د بل د منش أ البض اعة بش كل مح دد -٢٣

الیج وز ذك ر المنش أ اورب ي او اس یوي فق ط ) وعن د اص دار العق د الیج وز (

التغیی ر عل ى منش أ البض اعة وی تم االلت زام بالمنش أ والمص نع عن د التجھی ز م ع

تحدید طریقة ومیناء الشحن ونقطة الدخول لغرض الحص ول عل ى كت اب االعف اء

الكمركي

24 OFFERS SHOULD BE VALID 120 DAYS FROM THE

CLOSING DATE AND CAN BE EXTENDED BY THE

ACCEPTANCE OF BOTH PARTIES.

ی وم م ن ت اریخ غل ق المناقص ة / ١٢٠یفضل ان تكون العروض ناف ذة لم دة -٢٤

ویمكن تمدیدھا باتفاق المشتري والبائع

25 A FINE ( DELAY PENALTY ) SHOULD APPLIED AGAINST

THE SUPPLIER

( SECOND PARTY ) NOT MORE THAN 10% OF TOTAL VALUE

IN CASE OF NOT SUPPLYING THE REQUESTED MATERIAL

WITHIN DELIVERY DATE STATED IN THE CONTRACT .

ACCORDING TO THE FACTOR BELLOW

PEMALTY PER DAY = TOTAL VALUE OF THE PURCHASE ORDER

DELIVERY PERIOD ( DAYS)

% ١٠تفرض غرام ة تاخیری ة عل ى المجھ ز الیتج اوز ح دھا االعل ى نس بة -٢٥

من مبلغ عقد في حالة عدم تجھی ز الم واد بفت رة التجھی ز المثبت ة ف ي العق د ووفق ا"

للمعادلة االتیة

% ١٠× مبلغ العقدالغرامات للیوم الواحد =

مدة العقد( یوم )

26 SUPPLIER ( SECOND PARTY ) BEAR ADMINISTRATIVE

CHARGES OF 20% OF TOTAL VALUE OF THE CONTRACT

OR FROM THE UN EXECUTED PART VALUE IF HE FAILS

TO FULFILL HIS CONTRACTUAL OBLIGATION FULLY OR

PARTIALLY

ئع ( المجھز ) التحم یالت االداری ة ف ي حال ة قی ام المش تري بتنفی ذ یتحمل البا -٢٦

العق د بس بب ع دم الت زام الب ائع بتنفی ذه

% من قیمة العقد او قیمة الجزء الغیر منفذ٢٠(او جزء منھ ) وبنسبة

27 IRAQI LAWS SHOULD BE APPLIED IF THERE WILL BE A

DISPUTE BETWEEN THE BOTH PARTIES AND THE

DISPUT TO BE UNDER THE IRAQI JUDGEEMENT

تطبق القوانین والتعلیمات المعمول بھا في العراق في حالة وقوع منازعات -٢٧

او في كل مالم یرد بھ نص ویكون النزاع خاضعا" لوالیة القضاء العراقي

28 3% FROM TOTAL VALUE OF L/C TO BE DEDUCTED AS

TAXES AND RETURN THROUGH TAXES OFFICE FOR

IRAQI COMPANIES OR IN CASE THE PAYMENT PAYABLE

BY IRAQI DINAR ALSO FOR FOREIGN COMPANIES THAT

YOU HAVE REGISTERED IN IRAQ OR HAVE BUREAU FOR

FOLLOW UP

كامانات ضریبیة وتعاد من خالل الھیئة العامة % ٣تستقطع نسبة -٢٨

للضرائب بعد تقدیم مایثبت سالمة موقفھم بالنسبة للشركات العراقیة او في حالة

الدفع بالدینار العراقي كذلك بالنسبة للشركات االجنبیة المسجلة في العراق او

وجود مكتب لمتابعة االعمال

PDF created with pdfFactory trial version www.pdffactory.com

29 0.002 FROM TOTAL VALUE TO BE DEDUCTED AS

STAMPS CHARGES

من الكلفة الكلیة تستقطع كرسم طابع ٠،٠٠٢ -٢٩

30 THE ACT 56 .1977 ( DEBTS COLLECTION

GOVERNMENTAL ) SHOULD BE APPLIED REGARDING

THE FINANCAIL DESERING SECOND PARTY .

ات بأن المستحق ١٩٧٧لسنة ٥٦یطبق قانون تحصیل الدیون الحكومیة رقم -٣٠

المالیة تترتب لشركتنا بذمة الطرف االخر

31 THE ORIGIN CERTIFICATE TO BE SUBMITTED FROM THE

MANUFACTURER AND APPROVED BY ( IRAQI EMBASSY

IN THE COUNTRY OF ORIGIN ) IN CASE OF REQUESTED

BY US

بل تقدم شھادة منشأ من الشركة المصنعة للمواد وتكون مصدقة من ق – ٣١

السفارة العراقیة في بلد المنشأ في حالة طلب تقدیمھا من قبلنا

32 THE PAGES OF THE TECHNICAL AND COMMERCIAL

OFFERS SHOULD BE NUMBERED WITH ATTACHMENT

یتم ترقیم صفحات العطاء ( الفني والتجاري ) وكذلك المرفقات ان وجدت -٣٢

PDF created with pdfFactory trial version www.pdffactory.com