Supply of NRW Equipment and Performance Based Contract ...

137
REQUEST FOR Proposal (RFP) DOCUMENT Supply of NRW Equipment and Performance Based Contract (PBC) for Leak Detection Services PROJECT CODE: AW-27/ T /2021 RFP NUMBER: 27/ T /2021 VERSION 1.0 August 2021 Aqaba – Jordan

Transcript of Supply of NRW Equipment and Performance Based Contract ...

Page 1: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal (RFP) DOCUMENT

Supply of NRW Equipment and Performance Based Contract

(PBC) for Leak Detection Services

PROJECT CODE: AW-27/ T /2021

RFP NUMBER: 27/ T /2021

VERSION 1.0

August 2021

Aqaba – Jordan

Page 2: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 2 of 137

Table of Contents

1 SECTION – 1: Instruction to Bidders and General Conditions ............................................................. 5

1.1 Introduction and key information ....................................................................................................... 7

1.2 Eligibility of Bidders ............................................................................................................................. 7

1.2.1 General Requirements for all international and regional eligible solution providers ..................... 8

1.2.2 General Requirements for all local (Jordan) eligible solution providers ......................................... 8

1.2.3 General Requirements for alliances, joint ventures, or other forms of alliances ........................... 9

1.2.4 General Requirements for alliances, joint ventures or other forms of alliances ............................ 9

1.2.5 Eligibility of Source/Origin/Nationality of Offered Products ......................................................... 10

1.3 Definitions ......................................................................................................................................... 11

1.4 Schedule of Events ............................................................................................................................ 12

1.5 Inquiries ............................................................................................................................................. 13

1.6 Preparation and Submission of Proposals ........................................................................................ 13

1.7 Proposal Clarifications Process ......................................................................................................... 15

1.8 RFP Changes, Cancelation and Addenda ........................................................................................... 15

1.9 Rejection of Proposals ....................................................................................................................... 15

1.10 Proposal Obligations ......................................................................................................................... 16

1.11 Disposition of Proposals .................................................................................................................... 16

1.12 Proposal Preparation Cost ................................................................................................................ 17

1.13 Release of Claims .............................................................................................................................. 17

1.14 Bid’s Validity ...................................................................................................................................... 17

1.15 Bid-Bond, Warranty and Performance Securities ............................................................................. 17

1.16 Bid’s Language ................................................................................................................................... 18

1.17 Examination of Bids ........................................................................................................................... 18

1.18 Evaluation and Comparison of Bids .................................................................................................. 18

1.19 Evaluation Criteria ............................................................................................................................. 19

1.20 Eligibility/Screening Requirements ................................................................................................... 21

1.21 Recommendation For Award ............................................................................................................ 22

1.22 Award Criteria ................................................................................................................................... 22

1.23 AW Right to Vary Quantity at Time of Award ................................................................................... 22

1.24 Contract Negotiations ....................................................................................................................... 23

1.25 Signing of Contract ............................................................................................................................ 23

1.26 Coming into Force ............................................................................................................................. 23

Page 3: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 3 of 137

1.27 Payment Terms ................................................................................................................................. 24

1.28 Prices Taxes, Duties and Currency .................................................................................................... 24

1.29 Bid Currency ...................................................................................................................................... 24

1.30 AW Right to Return, Reject, Replace or withhold the proposed solution in total, part and/or any

component ..................................................................................................................................................... 24

1.31 Penalties ............................................................................................................................................ 24

1.32 Insurance ........................................................................................................................................... 25

1.33 Post-Implementation Warranty Term ............................................................................................... 26

1.34 Equipment Warranty ......................................................................................................................... 27

1.35 Change Orders ................................................................................................................................... 28

1.36 Objections ......................................................................................................................................... 28

1.37 USAID Procurement Laws and Regulations ....................................................................................... 29

1.38 Documents to be provided at Time of Tender .................................................................................. 30

1.39 Document to be provided upon delivery .......................................................................................... 31

2 Section 2 - Project Key Requirements (Scope of Work) .................................................................... 33

2.1 Introduction ...................................................................................................................................... 33

2.1.1 Background .................................................................................................................................... 33

2.1.2 Aqaba Water (AW) Service Areas .................................................................................................. 33

2.1.3 Project Area ................................................................................................................................... 34

1.1.1 Water Network and Operation Characteristics ............................................................................. 36

2.1.4 Objective ........................................................................................................................................ 38

2.2 Scope of work .................................................................................................................................... 38

2.2.1 Phase I: Planning and Supply of Equipment .................................................................................. 38

2.2.2 Phase II: Leak Detection Campaign on Performance-Based and Training .................................... 41

1.1.2 Phase III: Support AW in maintaining the NRW reduced valves and handing over equipment to

AW 46

2.3 Key Milestones and Timeline ............................................................................................................ 48

2.4 AW’s Responsibilities ........................................................................................................................ 48

2.5 Termination of the Contract ............................................................................................................. 49

2.5.1 Termination by AW ........................................................................................................................ 49

2.5.2 Termination by the Contractor ...................................................................................................... 49

2.5.3 Contract Termination Exit Plan ...................................................................................................... 50

3 Section 3 –Third Party Certifications ................................................................................................. 52

4 Section 4 – Equipment Technical Specifications ............................................................................... 53

5 Section 5 - Proposal Format .............................................................................................................. 54

Page 4: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 4 of 137

5.1 Technical Proposal – Envelope 1 ....................................................................................................... 54

5.2 Commercial/Financial Proposal – envelope 2 ................................................................................... 58

5.2.1 Introduction ................................................................................................................................... 58

5.2.2 Contents of the Price Proposal ...................................................................................................... 58

5.3 Bidding forms .................................................................................................................................... 63

5.3.1 Eligible Bidder Presence ................................................................................................................ 63

5.3.2 Eligible Bidder and Contact Information ....................................................................................... 63

5.3.3 Reference Projects Form ............................................................................................................... 65

5.3.4 Resource CVs ................................................................................................................................. 66

5.3.5 Sub-Contractor Profiles ................................................................................................................. 67

5.3.6 Eligible Bidder’s Proposed Deliverables ........................................................................................ 68

5.4 Proposal Submission Checklist .......................................................................................................... 69

5.4.1 Technical Proposal Checklist ......................................................................................................... 69

5.4.2 Financial Proposal Checklist .......................................................................................................... 70

5.4.3 The Complete Proposal Checklist .................................................................................................. 70

5.5 AW Bid Receiving and Opening Important Notes ............................................................................. 71

5.6 Statement of Conformance ............................................................................................................... 72

5.7 Non-Disclosure Agreement ............................................................................................................... 74

5.8 Solution Compliance Rating Matrix ................................................................................................... 79

5.8.1 Important Note .............................................................................................................................. 79

5.9 Technical Compliance sheet .............................................................................................................. 80

5.9.1 Leak Detection Equipment ............................................................................................................ 80

5.9.2 Maintenance Equipment ............................................................................................................. 100

5.9.3 General equipment ...................................................................................................................... 111

5.9.4 Quality Assurance Work-Stream ................................................................................................. 129

A. Documentation Work-Stream ......................................................................................................... 131

B. Training Work-Stream ..................................................................................................................... 132

C. Warranty & Maintenance Work-Stream ......................................................................................... 136

Page 5: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 5 of 137

1 SECTION – 1: Instruction to Bidders and General Conditions This section provide instruction to bidders on the RFP contents, how to respond, how to raise inquiries and

general/bidding instruction with a clear schedule of events.

Key Information RFP Number 24/T/2021

RFP Purpose

Supply of NRW Equipment and

Performance Based Contract (PBC) for

Leak Detection Services

Last date to sell tender

documents

19/8/2021

Last date to receive

inquiries

26/8/2021

Date of releasing Q&As

appendix

2/9/2021

Closing Date (Submission

Deadline)

19/9/2021

Date of opening the

sealed technical offers

10 A.M, 20/9/2021

Project Name / Title

Supply of NRW Equipment and

Performance Based Contract (PBC) for

Leak Detection Services

Bid Language English

Bid-Bond Value

87500 JD valid for 90 days) Bank

guarantee or certified check from an

accredited Jordanian bank (

Applicable Code USAID Code 937 Applies to this Light RFP

Bid Currency JOD

Penalties According to Aqaba Water Company

(AWC) Laws and Regulations

Project Description & BoQ Appendix A

Special Conditions N/A

Award Criteria Most Responsive (70% Technical and 30%

Financial)

Delivery location All item, equipment, material shall be

delivered to AW warehouse in Aqaba

Page 6: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 6 of 137

Bidder Eligibility

• • Have an official established business in Jordan

• All licenses and trade certificates are renewed and up to date

• Is not banned or black-listed by any government agency or Jordanian Bank

• Has official partnership agreement with solution manufacturer

• Has well-trained and certified staff • Additional See Section 4

Income/Withholding Tax Bidder Responsibility (To be paid by the

bidder)

Sales Tax To be clearly included in the commercial

proposal

Stamp Fees

All Contracts with foreign and local firms

are subject to 0.3% non-refundable

Stamp Fee on the Grand Total Amount

that is payable by the firm (Seller) upon

signing of a contract or purchase order.

Page 7: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 7 of 137

1.1 Introduction

Aqaba Water Company (AWC) Under USAID fund FARA III Contract, needs maintenance and leak detection

equipment, and performance-based services for leak detection.

Therefore, AW is releasing this RFP to solicit proposal from local (Jordanian) companies to provide required

services as described in this RFP.

The remaining sections will provide more details about how to submit bidders’ proposal and related

information.

By submitting their proposal, eligible bidder(s) shall agree to the terms and conditions of this RFP and shall

not assume any exceptions or deviation unless AW issues an official addendum. It shall be considered that

any failure to include the required response format or fully comply to the RFP terms and conditions shall

provide sufficient ground for an immediate disqualification of the eligible bidder’s proposal, the adherence

and full conformity to the terms and conditions of this RFP shall be binding and in effect.

Words importing the singular also include the plural and vice-versa where the context requires.

1.2 Eligibility of Bidders This Request for Proposal is open to Jordanian local, regional and international solution providers with local

representation in Jordan which have qualified and certified staff to provide onsite all tools, equipment’s,

services provided that:

• Solution providers or any of its associates, service providers, partners, joint venture companies or individuals, should not have been engaged by AW to provide consulting services for the preparation of the design, specifications, and development of this RFP.

• Solution providers or any of its associates, service providers, partners, joint venture companies…etc do not engage in transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the solution provider to ensure compliance with Jordanian and Aqaba Water Company’s procurement laws.

• Solution providers or any of its associates, service providers, partners, joint venture companies…etc shall not be under a declaration of ineligibility for corrupt and fraudulent practices by either the Jordanian Government or the government where the solution provider is established, currently operating or has been operating.

• The Bid shall be submitted using the Letter of Tender included in this RFP, the Bidder shall fill in the forms, the Bill of Quantities and rates, any other schedules or addenda and shall sign the Tender Documents in the specified places.

Page 8: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 8 of 137

Aqaba Water Company fully understands that the requirements for this RFP would span multiple domains

and/or manufacturer and would be presented by multiple eligible solution providers as part of their proposed

solution therefore and in order to ensure that all eligible solution providers have been provided with equal

opportunities the following shall be provided, adhered to and met:

1.2.1 General Requirements for all international and regional eligible solution providers 1.2.1.1 Preferable: All regional and international eligible solution providers must have a local

implementation/professional services partner with qualified staff to provide on-site

installation and maintenance services.

1.2.1.2 In case the international/regional office would bid for this RFP/Project an independent firm

then the International/regional partner shall provide sufficient evidence on its business

sustainability including but not limited to detailed customer list, company detailed financials,

source of funding, business plan and any assurances of the eligible bidder capability and

financial abilities to carry the project. All information shall be subject to audit by AW.

1.2.1.3 Must own an established business for at least for 5 years during which they have

implemented similar systems, solutions and technologies worldwide and regionally.

1.2.1.4 The proposed solution must have been implemented in at least 3 successful and similar sizes

and scope; preferably in utilities sector.

1.2.1.5 Provide a qualification certificate that illustrates the capability, certification and ability of the

local partner to provide and successfully implement the required services.

1.2.1.6 Issue Aqaba Water Company with a special discount to equally apply to the retail prices

provided by local solution providers

1.2.1.7 Provide Company registration and legal certificates

1.2.1.8 Sign the attached NDA agreement by each member involved in the preparation of the solution

design, quotation and any related document or process to this RFP

1.2.1.9 Entitle Aqaba Water Company to sign the agreement directly with the solution manufacturer

1.2.2 General Requirements for all local (Jordan) eligible solution providers 1.2.2.1 Preferable: Solution providers own an established business for at least three (3) years of which

they have implemented similar solutions and possess relevant qualified and certified staff. In

case the business is newly established, solution providers are required to provide details on

current staff, business plan, Company financing model and any related information that will

guarantee the business continuity and sustainability of the eligible solution provider’s

company.

1.2.2.2 In case established for 3 years or more, audited financial statements for the past three years

are required to be submitted along with the technical qualification documents.

1.2.2.3 Have strong technical and functional skills (i.e. resources), experience in the implementation

of the proposed solution and integration with any third party solution proposed by the solution

provider.

1.2.2.4 An official letter from the mother Company (i.e. hardware/software manufacturer) of the

proposed hardware, software or other services or solution component indicating that the local

partner is authorized to perform the services assigned to it by the mother Company along with

Page 9: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 9 of 137

any certification, training or other certificates that supports the partner profile as an authorized

partner with skilled resources.

1.2.2.5 Provide Company registration certificate and related legal and government document that

illustrate the Company legal form and situation.

1.2.2.6 Sign the attached NDA agreement by each member involved in the preparation of the solution

design, quotation and any related document or process to this RFP

1.2.2.7 Entitle Aqaba Water Company to sign the agreement directly with the mother company for all

hardware, software and services provided by the mother company

1.2.2.8 Local eligible solution providers shall ensure that the discount certificate is obtained from the

software or hardware manufacturers and attached to the technical and financial qualification

documents.

1.2.2.9 Local eligible solution providers shall advise their international partners and ensure the

international/regional partner compliance to the requirements set for them in this RFP

1.2.3 General Requirements for alliances, joint ventures, or other forms of alliances 1.2.3.1 Partners in any alliance whether it is joint-venture, prime/sub relation, consortium or any

other form(s) of alliances, it is the responsibility of the eligible solution provider(s) (i.e. the

alliance) to provide all necessary documentation that

A- Illustrates the type of relation among the partner(s) or member(s) of the alliance

B- NDA is signed by all involved party each on an individual copy

C- All proposed staff that will or have been involved in the preparation, submission and later

execution of the project shall sign the attached NDA

D- All presented papers need to be endorsed by a neutral legal entity and preferably

endorsed by the relative government bodies in Jordan

E- A clear and specific description of every member role in the project, qualification

documents preparation, project management, execution and any other element that

related to the solution design, qualification documents or implementation of the project.

1.2.3.2 Partners in any alliance whether it is joint-venture, prime/sub relation, consortium or any

other form(s) of alliances, shall be dealt with and legally considered as one mutual and

solidarity entity.

1.2.4 General Requirements for alliances, joint ventures, or other forms of alliances 1.2.4.1 Partners in any alliance whether it is joint-venture, prime/sub relation, consortium or any other

form(s) of alliances, it is the responsibility of the eligible bidder(s) (i.e. the alliance) to provide all

necessary documentation that

A- Illustrates the type of relation among the partner(s) or member(s) of the alliance

B- NDA is signed by all involved party each on an individual copy

C- All proposed staff that will or have been involved in the preparation, submission and later execution

of the project shall sign the attached NDA

D- All presented papers need to be endorsed by a neutral legal entity and preferably endorsed by the

relative government bodies in Jordan

Page 10: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 10 of 137

E- A clear and specific description of every member role in the project, proposal preparation, project

management, execution and any other element that related to the solution design, proposal or

implementation of the project.

1.2.4.2 Partners in any alliance whether it is joint-venture, prime/sub relation, consortium or any other

form(s) of alliances, shall be dealt with and legally considered as one mutual and solidarity

entity.

1.2.5 Eligibility of Source/Origin/Nationality of Offered Products 1.2.5.1 Aqaba Water Company’s policy emphasizes on procuring products of quality and reputable

origins; Therefore, All Eligible Solution providers must submit country of origin certificates for all

delivered items. In case otherwise, all Eligible Solution providers shall clearly describe the origin,

country of assembly and all related information related to all solution components in addition to

all quality and recognition certificates. Lack of clarity on the source and origin of any component

shall constitute as sufficient ground for disqualifying any eligible solution provider.

1.2.5.2 All eligible bidders shall provide compliance to international certificate for all proposed solution

components. Lack of such certificates shall constitute sufficient ground for disqualification of the

bidder’s proposal(s).

Eligible solution providers are requested to comply with the enclosed RFP and Aqaba Water’s regulations,

supply all necessary catalogues, and any other additional information that may help in the evaluation

process

Page 11: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 11 of 137

1.3 Definitions For the purposes of this RFP, the following terms shall mean

Acronym Description

AW or AWC Aqaba Water Company

BEC Bid Evaluation Committee

Bid or offer Eligible Bidder(s) complete proposal or any part of it

Bidding Documents The bidding documents include:

• This RFP

• Technical specifications and BOQs

• Instruction to Bidders

• Any issued addenda or official communication made by AW

• Bidder’s responses to questions and inquiries

Clarification Process The clarification process starts from the time of receiving the eligible

bidder(s) bid until the contract is dually signed by AW

Coverage Period Sun to Thu from 8:00 am to 6:00 pm

EB Eligible Bidder

Key/End User Solution Users

PBC Performance-Based Contract

WB Winning Bidder

Winning Bidder

(Contractor)

The winning bidder (Contractor) is a bidder who/whose:

• Bid has been accepted and evaluated

• Bid was responsive and complete

• Technically qualified bidder

• Scored the highest total score (technical + financial)

• Received Award and Notice and Successfully sign the contract

Page 12: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 12 of 137

1.4 Schedule of Events Schedule of events is based on Jordan local time zone (currently GMT+3)

Event Party in Charge

1. Issue RFP by Aqaba Water Company (AW) AW

2. Last Date to Purchase this RFP AW

3. Last date to submit Inquiries EB

4. BEC send replies to inquiries BEC

5. Submit Bid / Bid Opening EB

6. Start the preliminary examination of bids and Technical Evaluation of proposals BEC

7. Announce List of Technically Qualified Bidder – Initial Qualification BEC

8. Discharge non-qualified Bidders and return financial offer BEC

9. Call for presentation BEC

10. Technically Qualified bidders to present their solution to BEC EB

11. Review Technical Evaluation based on presentation and answers to questions BEC

12. Short-list Technical Qualified Eligible Bidders BEC

13. Open and Evaluate Financial Bids BEC

14. Final Offer Evaluation BEC

15. Contract and Financial Offer Negotiation BEC

16. Send Notification of Award Letter BEC

17. Submit Performance Security WB

18. Contract Signature WB

19. Discharge of Bidders Securities AW

• All bidders shall clearly note that and upon the termination of event “Last date to submit inquiries”

they can NOT make any requests for additional information, more inquiries, site visit(s), meetings,

etc.

Page 13: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 13 of 137

1.5 Inquiries 1.5.1 All inquiries concerning the contents of this RFP document must be addressed in writing via email to:

Bid Evaluation Committee

Supply of NRW equipment and PBC for leak detection

Tender no. 27/B/2021

Aqaba Water Company

Al-Sharif Al-Hussein Ben Ali Street

Aqaba 77110 Jordan

E-mail: [email protected]

Email’s Subject Line: Supply of NRW equipment and PBC for leak detection -

Inquiries

1.5.2 All inquiries are to be submitted in writing and in English. No verbal queries shall be permitted.

1.5.3 All procedural, preparation or submission of proposals shall be addressed to the address shown in the

box above. Technical and financial proposals shall be submitted in separate, sealed envelopes. Financial proposals shall be submitted separately from technical proposals, as per the instructions in preparation and submission of proposals.

1.5.4 During the procurement, including any period of evaluation, Bidders shall contact only Bid Evaluation Committee. Unauthorized contact with other parties whether an employee of Aqaba Water or other resources involved in the preparation, evaluation of the RFP shall result in immediate bidder disqualification.

1.5.5 Only written communications issued by Bid Evaluation Committee are binding.

1.5.6 With the exception of the written proposal that must be submitted by bidders in accordance with Proposal Format herein, communications between the Bid Evaluation Committee and bidders may be conducted by e-mail.

1.6 Preparation and Submission of Proposals 1.6.1 Pursuant to Schedule of Events (Clause 1.4) and Inquiries clause 1.5, all bids must be submitted to the

address mentioned in Inquiries clause 1.5.1 of this document no later than the date specified in the schedule of events. All responses received after the assigned date and time shall be disqualified.

Page 14: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 14 of 137

1.6.2 All answers that are given to the requirements/questions asked in this RFP are subject to verification. Misleading and/or inaccurate answers shall form sufficient grounds for eligible, technically qualified, qualified or winning bidder disqualification at any stage in the procurement process.

1.6.3 Bids must be submitted in a packaged and sealed envelope and stamped with the Company official stamp as follows:

One (1) sealed envelope clearly marked as follows:

“Supply of NRW equipment and PBC for leak detection Proposal”,

All envelops shall be marked as follow:

Aqaba Water Company

Al-Sharif Al-Hussein Ben Ali Street

Aqaba 77110 Jordan

Bid Evaluation Committee

Supply of NRW equipment and PBC for leak detection

Envelop Title: Supply of NRW equipment and PBC for leak detection Proposal

Tender no. 27/B/2021

E-mail: [email protected]

1.6.4 Eligible Bidders shall submit one (1) original and three (3) copies, clearly marking each as “Original Bid” or “Copy of Bid, Copy Number x” as appropriate. In the event of any discrepancy between them, the original shall govern. Copies numbers shall be in sequence (i.e. 1, 2, 3). One electronic copy on CD-ROM, read only, must be submitted along with hardcopies. The technical CD-ROM shall only contain the technical proposal documents without any reference to the financial offer, so as the financial CD-ROM which shall be enclosed in the financial envelope.

1.6.5 If the envelopes submitted by bidder are not sealed and marked as required by Preparation and Submission of bids (Clause 1.), then such bid may be disqualified.

1.6.6 All financial information that relates to all costs referenced in the bidder’s proposal should be bounded separately and located in the financial proposal envelope. The technical envelope should only contain technical material and other related proposal sections as required in the proposal format.

Page 15: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 15 of 137

1.6.7 The inclusion of any financial data or value in the technical proposal shall result in the bidder’s proposal being disqualified as irresponsive.

1.7 Proposal Clarifications Process 1.7.1 During evaluation of bids, Bid Evaluation Committee may, at its own discretion, ask the Bidder for any

clarification of its bid. The request for clarification and the response shall be in writing and no change in the prices or substance of the bid shall be sought, offered, or permitted.

1.7.2 All clarifications, answers, discussions, documentation, presentation, etc. shall be considered as part

of the eligible bidder proposal and any agreement made during any clarification process shall also be binding and considered part of the eligible bidder proposal.

1.8 RFP Changes, Cancelation and Addenda 1.8.1 Bid Evaluation Committee reserves the right to amend, retract or cancel the RFP at any point in time

without giving any reason(s).

1.8.2 If the amendment occurs after the closing date for receipt of proposals, Bid Evaluation Committee may, in its sole discretion, allow bidders to amend their proposals in response to the amendment if the bid evaluation committee deems it necessary.

1.8.3 Bid Evaluation Committee shall prepare a written addendum in response to all pertinent questions and requests for interpretation submitted by writing.

1.8.4 In the event it becomes necessary to revise any part of the RFP prior to or during the scheduled submittal date, an addendum shall be issued to all qualified bidders in relative stages.

1.9 Rejection of Proposals 1.9.1 Bid Evaluation Committee reserves the right to accept or reject any part of any proposal, and to accept

or reject any or all proposals without penalty or the obligation to give any explanation.

1.9.2 Any proposal may be rejected immediately and not evaluated for any one of the following reasons:

• Failure to include the required Response Form(s) signed by an authorized officer of the entity submitting the proposal.

• Failure to follow the proposal format instructions.

• Failure to comply with the RFP requirements and statements.

• Late delivery of bids

1.9.3 Bid Evaluation Committee may elect, in its sole authority and discretion, to implement in phases, by component, split the award among multiple bidder(s) or to cancel the RFP and the implementation of the project without the obligation to give any explanation.

Page 16: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 16 of 137

1.10 Proposal Obligations 1.10.1 The contents of the proposal and any clarifications, answers, discussions, documentation,

presentation, etc. thereto submitted by the bidder shall become part of the contractual obligation and incorporated by reference into the contract.

1.10.2 All proposals must describe in detail, and include all integral elements necessary for the successful implementation and operation of the required services, including labor, equipment sizing and services offered, and must be of such form that, upon approval, shall be contractually binding.

1.10.3 Any missing or assumed item(s), component(s), service(s) or related commodity to completely fulfil the successful implementation of the RFP requirements shall be assumed at Zero cost by the bid evaluation committee and shall be the complete responsibility of the eligible bidder to provide it and implement.

1.10.4 The proposal is requesting a comprehensive solution, therefore it is the complete responsibility of all eligible bidders to ensure that their proposals are comprehensive, complete, address all the RFP requirements and provide all necessary item for successful implementation of the RFP requirements.

1.11 Disposition of Proposals 1.11.1 Proposals become the property of the Bid Evaluation Committee and shall not be returned to the

Bidder. Only unopened financial proposals will be returned to bidders.

1.11.2 AW reserves and in its sole discretion may, but shall not be required to, exercise the following rights and options with respect to the proposal submission, evaluation and selection process under this RFP. 1.11.2.1 To reject any proposals if, in AW’s sole discretion, the proposal is incomplete, the proposal

is not responsive to the requirements of this RFP, eligible bidder/bidder(s) does not meet the qualifications set forth in the RFP, or it is otherwise in the AW’s best interest to do so

1.11.2.2 To supplement, amend, substitute or otherwise modify this RFP at any time prior to the selection of one or more Eligible bidder/bidder(s)s for negotiation and to cancel this RFP with or without issuing another RFP

1.11.2.3 To accept or reject any or all of the items in any proposal and award the contract(s) in whole or in part if it is deemed in AW’s best interest to do so

1.11.2.4 To reject the proposal of any Eligible bidder/bidder(s) that, in the AW’s sole judgment, has been delinquent or unfaithful in the performance of any contract with AW or with others, is financially or technically incapable or is otherwise not a responsible Eligible bidder/bidder(s)

1.11.2.5 To reject as information, non-responsive or otherwise noncompliant with the requirements of this RFP and any Proposal which, in AW’s judgment, is incomplete, is not in conformity with applicable law, is conditioned in any way that is unacceptable to AW, deviates from this RFP and its requirements, contains erasures, ambiguities, or alterations, or proposes or requires items of work not called for in this RFP.

1.11.2.6 To waive any informality, defect, non-responsive and/or deviation from RFP and its requirements that is not, in the AW’s sole judgment, material to the proposal.

1.11.2.7 To permit or reject at AW’s sole discretion, amendments (including information inadvertently omitted), modifications, alterations and/or corrections of proposals by some or all of eligible bidder/bidder(s)s following proposal submission.

1.11.2.8 To request that some or all of eligible bidder/bidder(s) modify proposals based upon AW’s review and evaluation.

1.11.2.9 To request additional or clarifying information or more detailed information from any Eligible bidder/bidder(s) at any time; before or after proposal submission, including information inadvertently omitted by eligible bidder/bidder(s).

Page 17: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 17 of 137

1.11.2.10 To inspect and otherwise investigate projects performed by the eligible bidder/bidder(s), whether or not referenced in the proposal, with or without the consent of or notice to the Eligible bidder/bidder(s).

1.11.2.11 To conduct such investigation with respect to the financial, technical, and other qualifications of each eligible bidder/bidder(s) and AW, in its sole discretion, deems necessary or appropriate.

1.11.2.12 To waive and/or amend any of the factors identified in this RFP. 1.11.2.13 To reject Eligible bidder/bidder(s)s who engage in collusion, conflict of interest or any other

factor that may negatively impact AW best interest or does not conform with this RFP.

1.12 Proposal Preparation Cost 1.12.1 The Bidder shall bear all costs associated with the preparation and submission of its bids. In no case

Aqaba Water Company will be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

1.13 Release of Claims 1.13.1 Eligible Bidder(s) agrees that it will not bring claims or have cause of action against Aqaba Water

Company based on any misunderstanding concerning the information provided herein or concerning AW’s or AW TEAM’s failure, negligence, or otherwise, to provide the Bidder with pertinent information as intended by this RFP.

1.13.2 Eligible/Winning bidder(s) agrees to defend, indemnify and hold harmless AW, its officers and

employees, from any liabilities, claims, damages, costs, judgments, and expenses, including attorney’s fees, resulting directly or indirectly from any negligent act or omission of the eligible/winning bidder(s), its employees, its agents or employees of subcontractors, in the performance of the work or services provided by or through this RFP and future contract or by reason of the failure of the eligible/winning bidder to fully perform, in any respect, any of its obligations under this RFP and its contract.

1.13.3 The Eligible bidder(s) also agrees and acknowledges that AW’s determinations shall all be final and there are no appeals to any other authority of any nature or type.

1.14 Bid’s Validity 1.14.1 Bids shall remain valid for 180 days (One Hundred and Eighty Days) from the bid submission date

specified in the Schedule of Events. All Bidders will be notified in writing of any extension if necessary. A bid valid for a shorter period shall be considered as non-responsive and will be rejected by the Bid Evaluation Committee.

1.15 Bid-Bond, Warranty and Performance Securities

1.15.1 All Eligible bidders shall submit a bid security of (87,500) JOD in its proposal and shall be packed in a separate envelop along with the technical proposal. The validity for the bid-bond should be similar to the bid validity duration.

1.15.2 Upon signing the contract, the Winning bidder shall furnish the performance security in accordance with the conditions of contract, using the Performance Security form provided in Appendix C or another form acceptable by AW.

Page 18: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 18 of 137

1.15.3 The performance security shall be denominated in the currency of the bid (JOD), and shall be in the

following form.

• A bank guarantee issued by a reputable bank operating in Jordan.

1.15.4 Failure of the successful Bidder to comply with the requirements of the RFQ, Contract requirement and clauses shall constitute sufficient grounds for the annulment of the award, in which event AW Bid Evaluation Committee may make the award to the next highest evaluated Bidder or call for new bids.

1.15.5 The performance security value equals to 10% of the total contract value after checking and making any correction for errors.

1.15.6 Upon the final acceptance of the project, the winning bidder shall provide AW with a warranty certificate that equals 10% of the contract value for the period of warranty referenced in this RFQ.

1.16 Bid’s Language

1.16.1 Bids and all correspondence and documents relating to the bids exchanged by bidders and Bid

Evaluation Committee shall be written in English.

1.17 Examination of Bids 1.17.1 The Bid Evaluation Committee will examine the bids to determine whether:

• They are complete and required securities have been furnished.

• The documents have been properly signed, and whether the bids are generally in order.

• A bid that is not substantially responsive will be rejected by the Bid Evaluation Committee and may not subsequently be made responsive by the Bidder by correction of the nonconformity.

1.18 Evaluation and Comparison of Bids 1.18.1 The Bid Evaluation Committee’s evaluation of bids will take into account both cost and technical

factors. Bids will be evaluated according to the evaluation criteria specified in Evaluation Criteria.

1.18.2 The technical offer(s) will be opened first and evaluated against the requirements.

1.18.3 Equipment specifications, technology, features and technology roadmap will be evaluated first.

1.18.4 The noise loggers’ software/solution will be evaluated next and only after qualifying the equipment technology and features.

1.18.5 The technical score will be calculated after completing the evaluation of the equipment technology and proposed solution.

1.18.6 Equipment specification and technology will be allocated 45% of the overall technical scores. A technically qualified equipment shall score 80% of the 45%. Failure to achieve the 80% out of 45% will result in the immediate disqualification of the proposal.

Page 19: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 19 of 137

1.18.7 The financial offers will be opened after the proper technical evaluation is completed for only technically qualified bidder(s). Total Cost of Ownership (TCO) calculation shall be performed for the equipment, communication, software technology and leak detection services each separately for each component.

1.18.8 Technical proposals that satisfy the technical requirements but for which the cost proposal exceeds the project’s budget ceiling will be eliminated from further consideration.

1.19 Evaluation Criteria

1.19.1 The technical offers will be opened first and evaluated against the technical requirements as outlined in this RFP.

1.19.2 Eligibility of bidders will be assessed as part of the technical evaluation. Bidders who do not meet eligibility criteria will lose points in the technical evaluation and can be automatically disqualified.

1.19.3 AW may use sources of information not supplied by the eligible bidder(s) concerning the abilities to perform this work and any proposed component.

1.19.4 Technical Proposal will be allocated 70% of the total score

1.19.5 AW Bid Evaluation Committee will structure the technical evaluation into:

No Criteria Sub-criteria Maximum score

(points)

Analysis of Financial Statements Pass/fail

1 Equipment’s Noise Loggers 20

45 Leak Detection Equipment 25

2 Bidder profile and

experience

Overall profile 4

20 Previous similar experience in using leak detection 8

Previous similar experience in using noise loggers 8

3 Technical approach

Understanding of scope and objectives and risk

management 5

15 Methodology of work 5

Timeline plan 5

4 Staffing and project

management

Key staff profile 10 15

Organization and project management 5

5 Maintenance and support services 5 5

Total 100

The sub-criteria in the table above are explained as following:

1. Equipment: Each equipment will be evaluated per the technical compliance sheet as detailed in section

5.9.

Page 20: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 20 of 137

2. Bidder profile and experience:

2.1. Overall profile: This section will be evaluated based on the respondent’s profile and field of

experience.

2.2. Previous similar experience in using leak detection: This is to evaluate how well the bidder

demonstrates relevant and quality previous experience in using leak detection equipment. The

experience should demonstrate quality of work, timeliness of performance, and cost control. The

bidder should provide evidence of delivering and implementing successfully similar projects (at least

one project) that could include completion certificates or letters and fill the summary of the

relevant experience table in section 5.3.2.

2.3. Previous similar experience in using noise loggers: Like the above but with the respect to the

experience in using noise loggers.

3. Technical approach

3.1. Understanding of scope and objectives and risk management: The Bidder’s to demonstrate its

understanding of the scope and the ultimate objectives of the project and its ability to understand

and address the project risks and proposing a risk mitigation plan.

3.2. Methodology of work: The adequacy of the proposed implementation approach of the service

provided, how the Bidder will structure, develop and manage the project and how to address the

field challenges and support AW to achieve the anticipated results.

3.3. Timeline plan: A Clear and concise project implementation plan with logical sequence of tasks and

milestones with meeting the targeted due dates for the anticipated deliverables. This also includes

the training and knowledge transfer plan to AW.

4. Staffing and project management

4.1. Key staff profile: This section is to evaluate the composition, and the ability of the proposed staff to

carry out the scope of work successfully. The CVs of the key staff should at least provide the

information stated in the proposed CV template in 5.3.4.

4.2. Organization and project management: Project organization chart with clear roles, responsibilities,

and reporting lines. The availability of a sufficient staff either on-site and off-site, their proposed

level of effort, and full-time vs part-time staff to successfully execute this project. This also includes

the proposed project management and communication planning for the team and with AW’s

teams.

5. Maintenance and support services: As detailed in the section 1.33: Post-Implementation Warranty

Term.

1.19.6 The financial offers will be opened following completion of the technical evaluation. Only financial

offers associated with technically qualified proposals will be opened. Financial offers associated with technically unqualified technical proposals will be returned to Bidders unopened.

1.19.7 Financial Proposal will be allocated 30% of the total score. However, financial proposals with a value of more than the ceiling of allocated to this RFP will be eliminated from further consideration, regardless of the technical score.

Page 21: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 21 of 137

1.19.8 A Technically qualified bid/bidder must have scored at least 65% out of 70% in order for the bid to be

technically qualified.

1.19.9 Financial Proposal weighting criteria will be distributed as follow

1.19.10 Proposal Cost percentage is calculated as follows

1.19.10.1 C1 = (Minimal Proposal Cost / Evaluated Proposal Cost) * 90%

1.19.10.2 C2 = (Minimal Recurring Cost / Evaluated Recurring Cost) * 10% The recuring cost includes: - Maintenance contract cost post warranty period for 5 years - Any other running cost (like software maintenance and upgrade)

1.19.10.3 Financial Proposal Score = (C1 + C2) * 30%

1.19.11 The proposed recurring maintenance cost should take into consideration the period of warranty

specified in this RFP

1.19.12 Overall bid score will be equal to the sum of technical and financial score. The contract will be award to the highest bid score.

1.19.13 In case where the highest bid score for two or more proposals have been equal, preference and award will be made to the bid with the highest technical score.

1.19.14 In case where highest bid score for two or more proposals have been equal and their technical bid score has also been equal, the bid evaluation committee will require a discount from the two eligible bidders and will award the contract to the bidder with the least cost.

1.19.15 If case where the highest bid score for two or more proposals have been equal and their technical bid score has also been equal, the bid evaluation committee will require a discount from the two eligible bidders and in case the new discounted prices are found to be similar, the bid evaluation committee has the right to award the contract to eligible bidder that it desires without any reason disposition

1.20 Eligibility/Screening Requirements 1.20.1. Prior to the detailed evaluation of each proposal, The Bid Evaluation Committee will undertake a

preliminary examination to identify any non-responsive proposals which shall not be considered for

further evaluation. The Bidder is required to comply with the following checklist to ensure eligibility

and provide it with their response. Missing information in any of the following areas will constitute a

proposal that is nonresponsive.

1.20.2 The Bidder must provide a formal statement confirming that they do not have any pending disputes

or litigation.

1.20.3 Bidder(s) own an established business as per the eligible bidder(s) clause during which they have

implemented similar project(s) and possess relevant qualified and certified staff during the previous

years.

Page 22: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 22 of 137

1.20.4. International bidders must have local representation in Jordan if awarded the contract.

1.20.5. Part of the equipment supplied in this project should have a local agent in Jordan per the

requirements stated in the section 1.38

1.20.6. Technical and Financial Responses must be in separate envelopes with the required number of

copies.

1.20.7 The validity of the proposal is in accordance with the requirements of the bid.

1.20.8 The Bidder must nominate one person (Contract Manager) in writing who shall act as a single point-

of-contact during the bidding process and, in the event a contract is awarded, during contract

execution.

1.20.9 Bids have been prepared and submitted in accordance with the terms and conditions of this RFP

1.21 Recommendation For Award 1.21.1 Prior to the expiration of the period of bid validity, The Bid Evaluation Committee will notify the

Winning Bid in writing by registered letter, or fax to be subsequently confirmed in writing by registered letter, that its bid has been accepted.

1.21.2 Later, The Bid Evaluation Committee will promptly notify each unsuccessful Bidder of the evaluation

result and return un-opened financial proposals.

1.22 Award Criteria 1.22.1 The Bid Evaluation committee will award the contract to the Bidder whose bid has been determined

to be substantially responsive and has been determined to have the highest bid score, provided that the Bidder is determined to be qualified to perform the contract satisfactorily.

1.22.2 In Case the total financial bid of the winning or any eligible bidders exceeds Aqaba Water Company

budget for this project, the Bid Evaluation Committee reserves the right to award selected items of the winning bidder’s proposal and will only select those items that it see necessary for the company business.

1.22.3 All eligible bidders shall not make any assumption that the bid evaluation committee or Aqaba Water Company will decide to acquire all offered/proposed items.

1.22.4 In addition, the bid evaluation committee reserves the right to split the contract among multiple winning bidders to ensure maximization of the allocated project budget.

1.23 AW Right to Vary Quantity at Time of Award 1.23.1 The Bid Evaluation Committee reserves the right at the time of contract award to increase or decrease,

in a matter that is for AW best business interest, the quantities of products and/or services originally specified in this RFP and its Appendixes without any change in unit prices or other terms and conditions. The term applies for those items selected for the award by the bid evaluation committee and does not imply that Aqaba Water Company intends to procure all requested items.

Page 23: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 23 of 137

1.24 Contract Negotiations 1.24.1 Contract negotiations between parties will take place between the technically qualified bidder(s) and

AW.

1.24.2 AW reserves the right and in its sole discretion to enter into post-submission negotiations and discussions with any one or more technically qualified bidder(s) regarding price, scope of services and/or any other term of their proposals, and such other contractual terms as AW may require, at any time prior to execution of a final contract.

1.24.3 AW may reserves the right and in its sole election, to enter into simultaneous, competitive negotiations with multiple technically qualified bidder(s) or negotiate with an individual technically qualified bidder(s).

1.24.4 Negotiations with technically qualified bidder(s) may result in the enlargement or reduction of the scope of services, or changes in other terms that are material to the RFP and the submitted proposals. In such event, AW shall not be obligated to inform other technically qualified bidder(s) of the changes, or to permit them to revise their proposals in light thereof, unless AW, in its sole discretion, determines that doing so is in AW’s best interest.

1.24.5 In the event negotiations with any technically qualified bidder(s) are not satisfactory to AW, AW reserves the right to discontinue such negotiations at any time; or to enter into or continue negotiations with other technically qualified bidder(s) or to disqualify unsuccessful eligible bidder(s).

1.24.6 AW reserves the right not to enter into any contract with any technically qualified bidder(s), with or without re-issue of the RFP, if AW determines that such is in AW’s best interest.

1.24.7 The Bid Evaluation Committee may decide to negotiate the technical and/or financial proposal with those bidders and modify the requirements from those stated in the RFP or included in the Bidder's proposal.

1.25 Signing of Contract 1.25.1 Prior to signing Contract, The Bid Evaluation Committee will seek approval from, Aqaba Water

Company Executive Management. After receipt of approval The Bid Evaluation Committee will issue the contract unless the Bidder has provided their standard purchase and the terms and conditions that are accepted by Aqaba Water.

1.25.2 The contract signature ceremony will be held and take place at Aqaba Water premises in Aqaba.

1.26 Coming into Force 1.26.1 The contract comes into force and takes effect on the date of Aqaba Water Company or their

designee’s counter signature.

1.26.2 The governing law of this RFP and subsequent contract will be the Hashemite Kingdom of Jordan.

Page 24: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 24 of 137

1.27 Payment Terms 1.27.1 Request(s) for payment shall be made to Aqaba Water Company in writing, accompanied by an

invoice describing, the modules/hardware delivered, services performed, and any related deliverables.

1.27.2 Payments shall be made promptly by Aqaba Water Company within Sixty (60) days of the acceptance of an invoice, if accompanied with certifications and/or approval of assigned committee.

1.27.3 Payment Terms to discuss during negotiation phase.

1.28 Prices Taxes, Duties and Currency 1.28.1 Prices for products and services offered shall be quoted in JOD excluded from any Sales Tax Value

Added Tax, and Government Taxes, custom tax or any other levy taxes

1.28.2 All additional taxes shall be quoted as separate and clear line items.

1.28.3 Bidders shall be entirely responsible for all duties, license fees, etc., incurred until delivery of the Products and Services to Aqaba Water.

1.29 Bid Currency 1.29.1 Prices shall be quoted in Jordanian Dinars (JOD).

1.30 AW Right to Return, Reject, Replace or withhold the proposed solution in total, part and/or any component

1.30.1 AW reserves the right to return, reject, replace or withhold any or all of the proposed solution component(s) in case the solution or any of its component have been found; by AW; of no value to the total solution, is not functioning as it has been designed by the manufacturer, provides an extra complexity, malfunctioning, has high error ratio, requires high maintenance or for any other unforeseen reason.

1.30.2 In such case(s), AW will issue a written notice to the winning bidder and any related party informing

of the issue.

1.31 Penalties 1.31.1 Penalty for delay(s) shall be imposed on the winning bidder in case of failure of work completion in

the specified period of time. The penalty will be imposed for every day of delay immediately and automatically after the expiry of the completion period without prior notice or any legal action.

1.31.2 Aqaba Water Company has the right to deduct these penalty charges plus the supervision dues from the amounts entitled to the Winning Bidder. The deduction of such amounts does not exempt the Winning Bidder from his responsibilities to and obligations towards the contract.

1.31.3 If the Winning Bidder or any of its affiliates, sub-contractor fails to meet the agreed upon

Implementation plan of the project and misses one or more of milestones, ignoring written warnings

Page 25: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 25 of 137

submitted to the Winning Bidder; Aqaba Water Company has the right to appoint a third-party on the expense of the Winning Bidder to complete the work on the delayed portions of the project.

1.31.4 The imposed penalty will be imposed on each working day of delay where the penalty equals 300JOD/Day and not exceeding the total amount of the signed contract.

1.31.5 AW will impose a penalty on reporting wrong location of invisible leak, double connection, connection

point between two DMAs or illegal connection exceeding 10% of reported cases for each DMA that is equivalent to the cost of action acquired on AW.

1.31.6 In case of any damage made by the winning bidder on the water and other utility services infrastructure, the contractor shall be responsible for all the costs to fix the damage and any other associate cost such as fines and penalties.

1.32 Insurance 1.32.1 Insurance secured by the eligible/winning bidder(s) shall be issued by insurance companies acceptable

to AW. 1.32.2 The insurance specified may be in a policy or policies of insurance, primary or excess

1.32.3 Such insurance shall be in force on the date of execution of the Contract and shall remain continuously

in force for the duration of the RFP and/or Contract.

1.32.4 The winning bidder(s) and its sub-contractors shall secure and maintain the following insurance :

1.32.5 Commercial General Liability insurance with limit equal or exceeds to the contract value.

1.32.6 The policy shall be on an "occurrence" basis, shall include contractual liability coverage and AW shall be named an additional insured.

1.32.7 Professional Liability Insurance or Errors and Omissions insurance providing coverage for 1) the claims that arise from the errors and omissions of the winning bidder(s) or its sub-contractors and 2) the negligence or failure to render a professional service by the winning bidder(s) or its subcontractors.

1.32.8 Acceptance of the insurance by AW shall not relieve, limit or decrease the liability of the Winning Bidder(s).

1.32.9 Any deductibles or retention shall be the responsibility of the winning bidder(s)

1.32.10 The winning bidder(s) shall control any special or unusual hazards and be responsible for any damages that result from those hazards, installation accidents, car accidents…etc.

1.32.11 AW does not represent that the insurance requirements are sufficient to protect the winning bidder(s) interest or provide adequate coverage.

Page 26: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 26 of 137

1.33 Post-Implementation Warranty Term 1.33.1 The Term Post-Implementation Warranty shall refer to the cost-free warranty period that starts one-

day after the issuance of the Final Acceptance Certificate by AW.

1.33.2 The term cost-free shall refer to replacing any component of the proposed solution in case of defect or malfunction or any unforeseen reason. The winning bidder shall bare all cost(s) associated with the replacement of the defected component.

1.33.3 The warranty period shall be at Zero-Cost to AW. No additions or mark-ups shall be applied to any component(s) of solution to cover such expense. Eligible Bidder(s) shall provide a certificate issued by the solution manufacturer clearly stating that the solution is provided with 5 years warranty at zero-cost to AW and complies to the requirements of this RFP.

1.33.4 If and at any point in time, AW realizes that price addition or mark-ups have been applied to cover the warranty fees, AW reserves the right to reject the solution and request the refund of all payments made to the winning bidder in addition to any other fees that AW see of relevance.

1.33.5 The term for the Post-Implementation Warranty shall be for 5 calendar years starting from one-day after issuing the Final Acceptance Certificate by AW.

1.33.6 The period for correction of defects is 60 months (5 calendar years). A defect is defined as any malfunction, error, and software bug or hardware mal-function. During this period, the winning bidder is required to supply the product maintenance and support services which are initially proposed in his Bid and subsequently agreed under the contract.

1.33.7 Eligible Bidder(s) warrants that there is no intention of discontinuing production of any of the offered Products or any solution component(s) to be supplied under the Contract within 60 months following Contract signature. In the event that the Bidder intends to discontinue production of any component listed in the proposed solution after this period, the Bidder shall notify AW one year in advance of such discontinuance to permit AW, at its option, to replace the product with another one. Nothing in the prevailing clauses shall in any way release the winning and eligible Bidder(s) from any warranty, maintenance or support obligations under this Contract or limit AW’s ability to seek other remedies as specified in the Contract.

1.33.8 Without limitations, the eligible and/or winning Bidder(s) warrants that it shall secure all necessary written agreements, consents and transfers of rights from its employees and other persons or entities whose services are used for the development of custom-made Software, including a written agreement with employees that all custom-made Software created under the Contract fall within the scope of their employment duties, and that all Intellectual Property Rights in such custom-made Software are fully transferable to AW.

1.33.9 All hardware, software and solution components proposed to be provided by the bidders shall be of the latest available from the manufacturer.

1.33.10 Evidence of the solution manufacturer company viability and sustainability and to provide continuous support and development for the coming 5 years after the warranty period.

1.33.11 Availability of international worldwide support on 24x7 basis and availability of Internet and hot-line support services.

Page 27: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 27 of 137

1.33.12 All the material used in carrying civil work like chambers etc. should be certified for satisfactory

performance for a period of 10 years from the date of acceptance or 11 years from date of commissioning whichever is earlier.

1.33.13 Bidder shall include a detailed Maintenance and Support plan in its bid (as part of the Project Plan). The bidder shall provide technical support Services for all solution components during the warranty period including but not limited the following:

1. Support availability (at least 5 days a week, from Sunday to Thu)

2. Support response times (less than 3 hours), according to the following sample table:

Priority Description Response Time

1 Critical (core system component failure) Max. 8 hours

2 Operational Fault (errors causing malfunction of non-

critical functions)

1 working day

3 Minor impact (options do not function exactly as stated or

could be obviously improved)

No later than the

next system

update

3. Telephone hot-line support in English and Arabic for the Coverage Period with a 24 hours maximum response time.

4. The Bidder shall provide the following information: 1. Problem reporting, escalation and resolution procedures 2. Describe the support organization, including the number of staff and representative

CV's of maintenance staff and especially those who will be working on this project. 3. How fixes and/or upgrades and changes will be introduced into the AW

environment (e.g. testing, migration among environments, approvals) 4. Development of procedures for automatic upgrades and verification 5. Service Level Agreement (SLA).

1.33.14 The Maintenance and support services will start after the expiry date of warranty.

1.33.15 The winning bidder shall install current software patches and service packs for all software applications and maintain them during system lifetime.

1.34 Equipment Warranty 1.34.1 Latent warranty term shall be for 5 calendar years starting from the date of issuing the Final

Acceptance Certificate by AW for the equipment.

Page 28: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 28 of 137

1.34.2 During the latent warranty period, AW reserves the right to replace any component of the proposed

solution in case of malfunction, manufacture defect or in case of any unforeseen error at no-cost and the winning bidder shall bare all cost related to the replacement of the defected component.

1.34.3 The latent warranty period shall be at Zero-Cost to AW. No additions or mark-ups shall be applied to any component(s) of solution to cover such expense. Eligible Bidder(s) shall provide a certificate issued by the solution manufacturer clearly stating that the solution is provided with 5 years warranty at zero-cost to AW and fully complies with the requirements of this RFP.

1.34.4 If and at any point in time, AW realizes that price addition or mark-ups have been applied to cover the latent warranty fees, AW reserves the right to reject the solution and request the refund of all payments made to the winning bidder in addition to any other fees that AW see of relevance.

1.35 Change Orders By the winning bidder to AW

1.35.1 As indicated by AW law, change orders issued by the winning bidder can’t exceed 25% of the total contract value to be signed between AW and the winning bidder.

By AW to the winning bidder

1.35.2 AW may, at its own discretion, issue written directions to acquire, re-order, modify or replace a certain product or service. Such changes (the "Change Order") will be submitted by AW in writing and the winning bidder will need to promptly address the change within no more than five (5) working days from date or receiving the change order, advise AW on time and budget required and request the consent of AW to proceed with the “Change Order”.

1.35.3 All Change Order or Orders will become an integral part of this RFP and later the agreement and the scope of work.

1.35.4 It is to emphasize and supersede any implied or written clause with respect to change in quantities. AW reserves the right and at any point in time to change the quantities in a manner that suites its business requirements and objectives without the need of the winning bidder consent. Such changes will be communicated through a Change Order.

1.36 Objections 1.36.1 Prior to AW awarding the contract, AW will inform all unsuccessful bidders that the of its decision and

allow unsuccessful bidders to raise their objections within a timeframe not to exceed three (3) working days from the date of AW message. Unsuccessful Bidders have the right to provide their objections using the designed AW form but are not allowed to change their bids or proposals.

1.36.2 All objections will be examined and looked into carefully by AW bid evaluation committee prior to

signing any contract.

1.36.3 Unsuccessful bidders will be informed on the objection status and may be called for an official meeting

Page 29: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 29 of 137

1.37 USAID Procurement Laws and Regulations 1.37.1 As this procurement is funded by USAID through the FARA agreement signed between AW and USAID,

it shall be clear that the bidder comply with USAID Source and Nationality Code – 937. It is mandatory to comply with USAID procurement and comply with Code 937 and the followings

a. Source and Nationality of Procurements

o Except as specified in this contract or as USAID may otherwise agree in writing, all goods financed under this contract shall have their “source,” and the winning bidders of all goods and services financed under this contract shall have their “nationality,” in countries included in Geographic Code 937. Goods and services financed under this contract must be available for purchase in the applicable Geographic Code at the time of purchase. Geographic Code 937 includes: Jordan, the United States or a developing country (for a list of eligible developing countries, please see: https://www.usaid.gov/sites/default/files/documents/1876/310maa.pdf.

o “Source” means the country from which a commodity is shipped to Jordan, or Jordan itself if the commodity is located in Jordan at the time of the purchase. Where, however, a commodity is shipped from a free port or bonded warehouse in the form in which received therein, ‘‘source’’ means the country from which the commodity was shipped to the free port or bonded warehouse. (see, 22 CFR 228.01).

o “Nationality” refers to the place of legal organization, ownership, citizenship, or lawful permanent residence (or equivalent immigration status to live and work on a continuing basis) of winning bidders of commodities and services.

o "Code 937" is defined as the United States, the cooperating/recipient country, and developing countries other than advanced developing countries, and excluding prohibited sources. USAID maintains a list of developing countries, advanced developing countries, and prohibited sources, which will be available in USAID’s Automated Directives System, ADS 310 (see, 22 CFR 228.03(a)).

o China is an advanced developing country, per ADS 310.3.1.3, which references World Bank definitions {https://datahelpdesk.worldbank.org/knowledgebase/articles/906519-world-bank-country-and-lending-groups}, and is therefore excluded from Geographic Code 937.

o Any individual transaction not exceeding $25,000, excluding those specifically requiring USAID approval, may be procured from any non-prohibited source or nationality, Geographic Code 935. Geographic Code 935 includes any country is not a prohibited source. For a list of prohibited sources, please see: https://www.usaid.gov/sites/default/files/documents/1864/310mac.pdf.

b. Shipping of any and all solution components have to be done by a USA company and an evidence shall be provided to AW

Page 30: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 30 of 137

c. Procuring any solution component from the United Arab Emirates is rejected and will not be accepted by AW nor reimbursed to bidder.

1.37.2 Complying with USAID procurement laws and regulation for this RFP is mandatory. Failure to comply with USAID laws and regulations will result in contract defaulting, disqualification of the bidder and AW will not be held liable to reimburse the contractor for any costs or fees.

1.37.3 It is the bidder complete and total responsibility to educate himself of the related USAID regulations and can communicate with AW for any clarification if required.

1.37.4 As this is a USAID financed procurement, AW will reimburse the winning bidder upon receiving the official acceptance by USAID and upon transferring the money from USAID to AW.

1.38 Documents to be provided at Time of Tender 1.38.1. The bidder is requested to provide in his technical offer the following certifications and

documentations per each item as listed in the table below and explained in the following:

- Quality assurance certificate (ISO 9001): This is to be provided by the manufacturer of the

equipment to show that their production process is quality assured by the ISO 9001.

- Local agent: This is to be provided by the manufacturer of the equipment that they have a local

agent for their equipment provided in the bidder proposal.

- Third party certification: This is to be provided by the manufacturer from an independent entity to

confirm the product technical specification, its quality and performance.

- Three references or recommendations: This is to be provided by the manufacturer that the

provided equipment has been used by three utilities with their contract details for verifications.

- Technical data sheet and catalogue: The detailed technical data sheets and catalogue and operation

for the equipment.

1.38.2 All required documents shall be placed in a separate appendix in the proposal and clearly referenced.

Table 1: Certifications/documentations requirements for each equipment

No. Item

Quality

assurance

certificate

(ISO 9001)

Local

agent

Third party

certification

Three

references

Technical

data sheet

&

catalogue

Leak Detection Equipment

1 Noise Loggers X X X X X

2 Diaphragm Listening Stick X X X X X

3 Mini acoustic leak locator - Listening

Stick

X X X X X

Page 31: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 31 of 137

No. Item

Quality

assurance

certificate

(ISO 9001)

Local

agent

Third party

certification

Three

references

Technical

data sheet

&

catalogue

4 Ground Microphone Leak Locator X X X X X

5 Digital Acoustic Correlator for Leak

Location

X X X X X

6 Ultrasonic Flowmeter, Portable

clamp-on type

X X X X X

7 Valve Spindle and Metal Cover

Locator

X X X X X

8 Metal Pipes and Cable Locator X X X X X

9 Non-Metallic Pipe Locator. X X X X X

10 Data Logger with GSM Module X X X X X

Maintenance Equipment

1 Electro-Fusion Machine X X X X X

2 Tapping and Threading Machine X X X X X

3 Pneumatic Pipe Cutter X

4 Polyethylene pipes cutter X X X

5 Polyethylene pipes sharpener X

6 Ring hummer wrench 6-55mm X

7 Manual three jaws puller X

8 Manual two jaws puller X

9 Electrical Cable cutter X X X

10 Lighting Stand Lamp 220 V With 30 M

Cable

X

11 Threading Machine for Pipes Up To 2”

Diameter.

X X X

General equipment

1 Pressure Transient Loggers X X X X X

2 Electrical generator X X X X

3 Site and Personal Safety Set. X

4 Submersible Water Pump X X X X

5 Electrical Drilling machine X X X

6 Set of Standard Hand Plumbing Tools X

7 First Aid Kit X

8 Pressure gauge X X X

9 Tablet and printer X X X

1.39 Document to be provided upon delivery The winning bidder shall provide all the following technical documents and certificates if applicable as

minimum:

Page 32: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 32 of 137

• Certificate of origin

• Packing list

• Factory inspection certificates.

• Equipment installation and operation manuals.

• Precise rules for the replacement of the battery locally.

• Equipment user manual

• GPRS installation and configuration manual.

• Software user manual.

• Traceable calibration certificate for each leak detection equipment.

• Potable Water Certificate if applicable.

• Warranty certificate.

Page 33: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 33 of 137

2 Section 2 - Project Key Requirements (Scope of Work) 2.1 Introduction 2.1.1 Background Aqaba Water Company (AW) is established in 2004 with the purpose of increasing the operational efficiency

of the water and wastewater sectors in the Aqaba Special Economic Zone in particular and the Governorate

of Aqaba in general, in order to cope with the increasing demand for water and sewerage services and

improving the services provided to the public, which reflects positively on the investment climate and

provides the suitable environment for all investment sectors. AW is a national limited liability company

wholly owned by the Government of the Hashemite Kingdom of Jordan.

With the support of the United States Agency for International Development (USAID) through using the

Fixed Amount Reimbursement Agreement (FARA) fund, AW developed a program to reduce water losses,

improve data collection, and increase revenues, as well as reduce the level of Non-Revenue Water (NRW) by

at least 50 percent from NRW baseline or to NRW level of 25%, whichever is less in selected areas, and

maintain the same for several years thereafter.

As part of this program, AW aims to reduce its NRW level through outsourcing survey activities for leak

detection, cross connections, illegal connections, and redundant pipes, where AW will support the purchase

of the leak detection equipment, handover them to the Contractor and handle the actions needed to correct

any discovered invisible leak, redundant pipes, cross connections, and illegal use. The contractor will be paid

for the cost of equipment provision and installation per unit cost plus a performance payment for the results

of the survey and detection activities. AW aims to achieve the targeted reduction on the NRW level in the

selected areas by the end of 2021.

2.1.2 Aqaba Water (AW) Service Areas AW serves the Governorate of Aqaba in the south of Jordan by water and wastewater services. Currently,

AW provides its services to about 40 thousand customers. A coverage map of the served areas is illustrated

in Figure 1Error! Reference source not found..

Page 34: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 34 of 137

Figure 1: Map for areas served by AW

2.1.3 Project Area The project area is located within Aqaba City and consists of eight Regions including two optional areas as

illustrated in Figure 2 below. These areas are listed in Table 2. Additional, the table summaries the number

of customers, number of house connections and the network length. It is to be noted that the fourth

Page 35: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 35 of 137

residential, upper third and Mahdood areas are under network restructuring, where its boundary and DMAs

will be refined and isolated.

Figure 2: Location map for the project area

Page 36: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 36 of 137

Table 2: Summary of the No of customers and house connections and network length

Region DMA No of

customers

No of house

connections

Network

length (m)

Note

1. Al-Alamiya SL9 1950 348 18,564 Bulk meter to installed

2. Fourth resident area

– Hai Almanara

SL1 1,273 841 26,070

Under restructuring,

bulk meter to installed

3. Upper third area NL4 (East) 2,143 449 20,097 Under restructuring,

Has bulk meter1 SL13 without

6th area (West) 1,393 285 14,229

4. Lower third area SL17 1319 285 14229 Has bulk meter1

5. Eight area NL2 2862 584 28,438 Has bulk meter1

6. Mahdood SL12 3854 1,005 34,233 Under restructuring,

bulk meters to be

installed

SL14 1874 489 17,339

Sub-Total 16,668 4,266 173,826

Optional areas

7. Al-Shamiyah SHM4 324 20 11,826 Has one bulk meter

connected to SCADA SHM5 384 32 10,857

SHM6 192 20 7,512

8. Al-Remal SL15 746 236 8,513 Bulk meters to be

installed SL16 715 236 10,514

Sub-total 2,361 544 49,222

Total 9,120 4,545 208,192

1: The third and eight areas have one PRV and main bulk meter connected to SCADA

1.1.1 Water Network and Operation Characteristics The pipe material of the water network in the project area is mainly from two types: 1) a Ductile Iron pipe

(DIP) for whole pipes with a dimeter of 100 mm or above, and 2) Polyethylene (PE) for the pipes with a

diameter of 63 mm or less. Table 3 summaries the length of the pipes per their material and diameters in the

project.

Table 3: Summary of material and diameters for project’s DMAs

DMA Material Diameter (mm)

25 32 50 63 75 100 150 200 250 300 350 400 600

SL9 DIP 4,614 2,115 769 1,520

PE 71 634 454 8,387

SL1

DIP 3,556 3,404 2,108 9 888 20 63 2,539

GP 2,006 1,109 1,005 578

PE 2 211 3,364 8,363

ST 62 242 320

NL 4 DIP 2,525 1,358 3,883

Page 37: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 37 of 137

PE 50 16,164 16,214

SL13 & SL17

DIP 3,808 3,499 645 738 1,282

PE 75 3,790 16,419

ST 163

NL2 DIP 1,687 5,415 366

PE 10 306 20,655

SL12 DIP 756 285 3,136

PE 3,334

SL14

DIP 3,808 3,499 645 738 1,282

PE 75 3,790 16,419

ST 163

Subtotal 72 1,769 12,101 93,717 1,005 23,879 19,789 6,399 3,698 4,056 20 63 2,539

SHM4 DIP 3,222 2,369

PE 6,235

SHM5 DIP 3,177 135 1,972

PE 5,572

SHM6 DIP 756 285 3,136

PE 3,334

SL15 DIP 1,779 1,154 68 365

PE 178 4,970

SL16 DIP 1,676 1,130 63 402 2,156

PE 237 4,850

Subtotal - 415 - 24,962 - 10,610 2,704 7,608 767 2,156 - - -

Grand Total 72 2,183 12,101 118,679 1,005 34,488 22,493 14,007 4,465 6,212 20 63 2,539

The operational conditions in the project areas are summarized as following:

- Water supply is continuous.

- The pressure level in the project areas ranged from 3 to 5 bars.

- There are Pressure Reducing Valves (PRVs), but without pressure management system. However,

there is an ongoing project to install a pressure management system with remote controller

expected to be completed during the first quarter of 2022.

- AW is working on installing new smart meters for all DMAs with remote reading during the second

quarter of 2022.

- All customers in the project areas have brand new smart ultrasonic meters that have high level of

accuracy.

- Meters’ readings are close to 100%.

Page 38: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 38 of 137

2.1.4 Objective The main objectives of this contract are:

1- Supply and installation of noise loggers to be used for leak detection activities.

2- Supply of maintenance and leak detection equipment.

3- Implement a performance-based activity for leak detection and cross connections survey, illegal

connections survey, redundant pipes survey to support AW in reducing NRW levels in selected areas

to 20%, whichever is less.

4- Support AW to maintain the achieved NRW target in the selected areas for one years.

5- Train AW staff in using noise loggers and leak detection equipment.

2.2 Scope of work The scope of work required by the Contractor is divided into three phases. The rationale behind dividing it

into these phases is to:

• Smoothen the handover and familiarization of the Project Area for the contractor.

• Assure progress towards the achievement of targeted improvements.

• Give the contractor better orientation to design his plan and allocate budgets.

• Enable AW to better manage the cash flow of compensation payments.

Following is an elaboration on the activities, expectations, indicators’ targets and time plan for the three

phases of the contract.

2.2.1 Phase I: Planning and Supply of Equipment In this phase, the following tasks are expected to be carried out by the contractor.

Task 1.1: Approach and work plan

a) The contractor is requested to be familiarized with the project area and conduct further consultation

with AW to ensure mutual understating of the scope of work and the expected results.

b) Based on the submitted technical proposal and the consultation with AW, the contractor should

present the approach for executing the projects activities and submit the method statement. The

contractor must clearly state in the provided methodology the required pressure level in the DMA

for an effective leak detection. AW will try its best to have the required pressure as it is technical

possible using the existing infrastructure.

c) Prepare and submit a work plan to AW that includes specific milestones and timeline for each

activity and expected outcomes. The plan should clearly state the final and agreed responsibilities of

each party and the leak detection equipment that will be used by the contractor from the list of

equipment up to the maximum number allowed by AW as detailed in Table 4.

d) The contractor shall be responsible for providing the required transportation modes and any other

equipment not listed in Table 4.

Page 39: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 39 of 137

e) The contractor has the right to use any additional leak detection equipment not listed in the BoQ

Table 4 on its own cost if deemed needed to achieve the targeted results and performance by the

contractor.

f) The Contractor must develop the working protocol for the leak detection activities that are carried

out by the Contractor and maintenance, operation and illegal use activities that will be carried out

by AW or any other party assigned by AW to do so.

Task 1.2: Supply of NRW reduction related equipment to AW

a) The contractor should procure the items listed in the BoQ Table 4 and Table 5 below and shall

provide the third-party certifications as requested in Section 3: Third Party Certifications. The leak

detection equipment is considered as a one lot as detailed in Table 4, which will be evaluated as a

one lot in addition to the performance-based services requested in this RFP. The maintenance and

general equipment listed in Table 5.

b) Supply the equipment to AW’s stores per its regulation, where all the equipment will be inspected

and verified by AW according to the technical specifications of the contract before issuing the

acceptance letter of the provided equipment.

c) In case that any equipment did not meet the contract’s requirements, AW will reject it and retain it

back to the contractor and the contractor should do the needed actions to ensure delivering the

right equipment.

Table 4: Lot 1 – Bill of Quantity (BoQ) for the Leak Detection Equipment

No Item and description

Unit Quantity

Quantity can

be assigned to

the contractor

1 Noise Loggers

1.1 Supply of Nosie Loggers in full compliance with the

Technical Specifications (See 5.9: Technical Compliance

sheet), local inspection at AW premises in Aqaba, Jordan.

Number 500

500

1.2 Provide training as specified in the Technical Specifications,

(See 5.9: Technical Compliance sheet).

Lum

Sum 1

NA

2 Leak Detection Equipment in full compliance with the

Technical Specifications (See 5.9: Technical Compliance

sheet) and quantities listed below , and delivery to AW

warehouse in Aqaba- Jordan.

2.1 Diaphragm Listening Stick Number 8 2

2.2 Mini acoustic leak locator - Listening Stick Number 8 2

2.3 Ground Microphone Leak Locator Number 8 2

2.4 Digital Acoustic Correlator for Leak Location Number 6 2

Page 40: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 40 of 137

2.5 Ultrasonic Flowmeter, Portable clamp-on type Number 4 2

2.6 Valve Spindle and Metal Cover Locator Number 8 2

2.7 Metal Pipes and Cable Locator Number 8 2

2.8 Non-Metallic Pipe Locator. Number 11 2

2.9 Data Logger with GSM Module Number 17 6

2.10 Provide training as specified in the Technical Specifications,

(See 5.9: Technical Compliance sheet).

Lum

Sum 1

NA

Table 5: Lot 2 – Bill of Quantity (BoQ) for the Maintenance and General Equipment

No Item and description Unit

Quanti

ty

1 Maintenance Equipment

1.1 Electro-Fusion Machine Number 2

1.2 Tapping and Threading Machine Number 5

1.3 Pneumatic Pipe Cutter Number 2

1.4 Polyethylene pipes cutter Number 11

1.5 Polyethylene pipes sharpener Number 11

1.6 Ring hummer wrench 6-55mm Number 11

1.7 Manual three jaws puller Number 1

1.8 Manual two jaws puller Number 1

1.9 Electrical Cable cutter Number 2

1.10 Lighting Stand Lamp 220 V With 30 M Cable Number 5

1.11 Threading Machine for Pipes Up To 2” Diameter. Number 1

2 General equipment

2.1

Pressure Transient Loggers: Supply of Pressure Transient loggers in full

compliance with the Technical Specifications (See 5.9: Technical Compliance

sheet) and delivery to AW warehouse in Aqaba- Jordan.

Number 15

2.2 Electrical generator Number 5

2.3 Site and Personal Safety Set. Number 11

2.4 Submersible Water Pump Number 2

Page 41: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 41 of 137

2.5 Electrical Drilling machine Number 11

2.6 Set of Standard Hand Plumbing Tools Number 9

2.7 First Aid Kit Number 11

2.8 Pressure gauge Number 12

2.9 Tablet and printer Number 11

2.10 Provide training on the transient loggers as specified in the Technical

Specifications, (See 5.9: Technical Compliance sheet). Lum Sum 1

Task 1.3: Assign the leak detection equipment to the contractor

a) The contractor must determine in its technical approach the leak detection equipment that will be

used out of the equipment list in Table 4.

b) AW will assign the requested equipment to the contract following its lending regulation.

c) The contractor will be responsible to maintain the equipment in a good and working conditions

during the project execution period.

d) The contractor shall provide a notarized commitment letter.

2.2.2 Phase II: Leak Detection Campaign on Performance-Based and Training

Task 2.1: Determination of the installation points for the noise loggers

a) The contractor should present and explain to AW the installation approach and guidance to where

noise logger should be installed.

b) Conduct any additional field survey to accurately determine the locations for installing the noise

loggers in the project area.

c) The contractor should design and determine the locations for installing the noise loggers utilizing the

existing valves and hydrants with the aim to minimize their numbers yet ensuring achieving

optimized solution for detecting and locating leaks, illegal connections, and redundant pipes.

Task 2.2: Construction of the civil works required for installing the noise loggers

a) As needed construct the chambers required to install and protect the noise loggers. These chambers

are permanent and should allow for de-installing and re-installing the noise logger easily as needed.

b) The contractor should provide all fittings as needed for noise logger installation that should be

permanent.

Page 42: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 42 of 137

c) The chamber cover should indicate that this is chamber for noise logger use.

d) The contractor should make the necessary mitigations to ensure not affecting the water supply to

the customers. In case of any expected interruption of water supply, the contractor should seek

AW’s approval, provide justified reasons and should be at the minimum duration and frequency and

made during low water demand period.

e) The chamber specifications and its cover should ensure its long-term durability for at least of 10

years and it is the contractor’s responsibility to ensure meeting the requirements of Aqaba Special

Economic Zone Authority (ASEZA) and AW for constructing infrastructure in the roads. The chamber

shall ensure the security of the noise loggers and allowing the remote communication network to

pass through the cover to enable the noise logger connection with the serve.

Task 2.3: Installation of the noise logger

a) The contractor should install the noise logger per the approved design, so they are not permanent

and allowing for moving the noise logger to another DMA and use them (shift and left approach).

Deployment methodology is expected be lift and shift, where noise logger can be moved when

needed to another place on the frequency needed.

b) The Contactor shall provide all the necessary accessories and communication channels to install and

operate the noise loggers over the contract period.

c) The contractor will be paid for installation of the noise loggers based on either utilizing the existing

chambers used for valves, underground hydrants, etc. or building new ones as described in the

following table. The Bidder shall determine in its offer the number of new chambers to be

constructed and noise loggers to be installed in the project area and cost them. The minimum total

noise logger installation should be 500. If the Bidder believes that the project areas do need to install

the 500 noise loggers, the bidder should state, where the remaining noise loggers not installed in the

project areas will be then used in other DMA within Aqaba city to be determined later during Phase

I.

Item Unit Quantity

Installation of noise loggers using existing chambers No 20

Installation of noise loggers with constructing new chambers including providing

any required fittings

No 480 or

more*

* If the Bidder’s approach needs more noise loggers to be installed in the project areas, this quantity can be

increased by the contractor, but the minimum total noise loggers to be installed is 500.

Task 2.4: Conduct leak detection and cross connections survey, illegal connections survey, redundant pipes

survey using the noise loggers and the assigned leak detection equipment

a) Through utilizing the installed noise loggers and the provided leak detection equipment that will be

assigned to the contractor, the contractor should conduct the leak detection activity and the cross

connection, illegal connection, redundant pipes surveys per the approved approach and workplan.

Page 43: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 43 of 137

b) The Contractor is expected to locate accurately all issues stated above and provide the needed

support to the maintenance team assigned by AW to correct them.

c) AW will pay the contractor a fixed fee for conducting the survey services plus a payment based on

the performance for finding and locating the invisible leaks, redundant pips, illegal connections, and

connection points between DMAs per the Table 6. It is to be noted that same illegal case that are

closed by AW cannot be reported more than one per month.

d) The fixed fee shall be requested by the contractor for performing the survey services to compete all

the survey activities in the project area. Additionally, the Contractor must detail the cost per unit

based on the number of house connections and the network length surveyed and moving and

operating the noise loggers as detailed in Table 7.

e) The contractor may propose using any other equipment and devices than those listed in the RFP to

complete the works on its own cost.

Table 6: Performance based incentives for survey results

Performance indicator Unit Incentive

rate (JD)

1. Invisible Leak (IL) detected on

1.1. House Connection (HC) of 1” or less No of IL 25

1.2. HC of higher than 1” No of IL 35

1.3. Distribution pipes of 63 mm or less No of IL 75

1.4. Distribution pipes between 100-150 mm No of IL 100

1.5. Distribution pipes of higher than 150mm No of IL 125

2. Redundant pipes (Old pipe network not disconnected) detected

No of connections to old

pipes with water flow 500

3. Illegal Connection (IC) detected on

3.1. HC No of IC 25

3.2. Distribution network No of IC 40

4. Discovering connection point between two DMAs No of connection points 250

Table 7: BOQ of the leak detection and illegal connection survey activity

Item Description Unit Quantity Unit

rate (JD)

Cost

(JD)

Survey of house

connections

Survey the house connection pipes from the

meter to connection point on the distribution

pipe with the aim to detected invisible leak and

illegal connection

No 9,120

Survey of water

network within

the DMA

Survey the distribution pipes within a DMA to

detect invisible leaks, illegal connections, and

redundant pipes

km 208

Move and

operate noise

loggers

Move and operate the noise logger from chamber

to another one. This includes only the cost of de-

installation, re-installation, re-configuration of

the noise logger and operate it to extract results.

No civil work to be considered.

No 500

Page 44: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 44 of 137

Total fixed cost

Task 2.5: Documentation of detected leaks, illegal connections, redundant pipes, and cross-connections

and progress reports

a) An information sheet for survey results should be filled by the Leak Detection Contractor (LDC),

Maintenance Contractor (MC) (which could be another contractor procured by AW or a maintenance

team from AW) and AW teams as per the following information and associated responsible party

summarized in Table 8 to Table 10.

b) The contactor should propose a platform system to fill, update and track information sheets online.

c) The contractors should submit a monthly progress report within first week of next month with all

supporting documentations for the last month accomplishments, activities, works and results of the

contractor work.

Table 8: Information sheet to be filled for each invisible leak detected

Date field Filled

by

Confirmed

by

I. Leak conditions and characteristics

1. Identification number LDC AW

2. Date of detection LDC AW

3. DMA and street location LDC AW

4. Coordinates as measured by GPS with at least 1 meter accuracy X,Y LDC AW

5. Class of leak (as defined below) LDC AW

6. Estimated leakage (l/s) MC AW

7. Type of leak: sharp break, longitudinal break, Hole, Joint, crack, others MC AW

8. Assumed origin of the leak: unknown, damage by third person, internal

corrosion, external corrosion, ground instability, pressure, others MC AW

II. Repair related information

9. Date of repair MC AW

10. Picture of the excavated leak prior to repair MC AW

11. Picture of the leak after repair MC AW

12. Type of repair: length of pipe, repair kit, change of joint, adjustment of joint,

others MC AW

III. Pipe related information

13. Pipe characteristics: diameter, material LDC AW

14. Type of asset: valve, air valve, pipeline, customer connection MC AW

15. Internal protection of the pipe: none, cement, epoxy, others MC AW

16. External protection of the pipe: none, polyethylene, Polypropylene, cathodic,

others MC AW

17. Type of joints: lead, rubber, mechanic, welded, others MC AW

18. Depth of pipe LDC AW

19. Cover type: sidewalk, road, others LDC AW

Page 45: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 45 of 137

Date field Filled

by

Confirmed

by

20. Bed of the pipe: sand, earth, stones, gravel, others MC AW

21. Nature of the ground around the pipeline: rocks, sand, gravel, clay, others MC AW

22. Traffic above pipe: heavy, moderate, small, none LDC AW

The Contractor will classify the leaks as follows: • Class 1. Any leak which is hazardous in terms of potential undermining, possibly resulting in surface

collapse, encroachment and/or damage to nearby utilities, commercial or private properties or leaks

severe enough to Water Distribution Systems Leak Detection Services warrant immediate repair.

• Class 2. Any leak that displays water loss significant enough to be monitored on a regular repair schedule.

• Class 3. Small leaks which should be repaired upon availability.

Table 9: Information sheet to be filled for each redundant pipes and cross-connections

Date field Filled

by

Confirmed

by

I. Redundant pipe or cross-connection conditions and characteristics

1. Identification number LDC AW

2. Date of detection LDC AW

3. DMA and street location LDC AW

4. Coordinates as measured by GPS with at least 1 meter accuracy X,Y LDC AW

5. Type: redundant pipe or cross-connection LDC AW

6. Estimated flow (l/s) MC AW

7. Assumed origin: unknown, improper disconnection, added connection MC AW

II. Repair related information

8. Date of repair MC AW

9. Picture of the excavated site prior to repair MC AW

10. Picture of the pipe after repair MC AW

11. Type of repair: length of pipe, repair kit, change of joint, adjustment of joint,

others MC AW

III. Pipe related information

12. Pipe characteristics: diameter, material LDC AW

13. Type of asset: valve, air valve, pipeline, customer connection MC AW

14. Internal protection of the pipe: none, cement, epoxy, others MC AW

15. External protection of the pipe: none, polyethylene, Polypropylene, cathodic,

others MC AW

16. Type of joints: lead, rubber, mechanic, welded, others MC AW

17. Depth of pipe LDC AW

18. Cover type: sidewalk, road, others LDC AW

19. Bed of the pipe: sand, earth, stones, gravel, others MC AW

20. Nature of the ground around the pipeline: rocks, sand, gravel, clay, others MC AW

21. Traffic above pipe: heavy, moderate, small, none LDC AW

Page 46: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 46 of 137

Table 10: Information sheet to be filled for each illegal use discovered

Date field Filled

by

Confirmed

by

I. Illegal use conditions and characteristics

1. Identification number LDC AW

2. Date of discovering LDC AW

3. DMA and street location LDC AW

4. Coordinates as measured by GPS with at least 1 meter accuracy X,Y LDC AW

5. Source of illegal use: from house connection of distribution network LDC AW

6. Estimated used quantity (m3/quarter) AW

7. Duration of illegal use (months) AW

II. Action related information

8. Date of action AW

9. Picture of the excavated site prior to action AW

10. Picture of the pipe after action AW

III. Pipe related information

11. Pipe characteristics: diameter, material LDC AW

12. Type of asset: valve, air valve, pipeline, customer connection AW

13. Internal protection of the pipe: none, cement, epoxy, others AW

14. External protection of the pipe: none, polyethylene, Polypropylene,

cathodic, others AW

15. Type of joints: lead, rubber, mechanic, welded, others AW

16. Depth of pipe LDC AW

17. Cover type: sidewalk, road, others LDC AW

18. Bed of the pipe: sand, earth, stones, gravel, others AW

19. Nature of the ground around the pipeline: rocks, sand, gravel, clay, others AW

20. Traffic above pipe: heavy, moderate, small, none LDC AW

Task 2.6: Train AW staff on using the NRW reduction related equipment

a) The Contractor should train at least 6 staff from AW that will be assigned for knowledge transfer and

capacity building per the detailed required described in section 5.9: Technical Compliance sheet

b) The Contractor training plan shall consider mixing the training session and on-job training.

c) Following the completion of the training and knowledge transfer, the Contractor shall support AW

trained staff in conducting leak detection survey utilizing all the supplied equipment for a selected

DMA in Aqaba city that will be determined later during the project implementation.

1.1.2 Phase III: Support AW in maintaining the NRW reduced valves and handing over equipment to AW

Task 3.1: Support AW to maintain the NRW reduced values in the project areas for Year 1 under a

Performance Based Contract

Page 47: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 47 of 137

a) After achieving the targeted NRW result, the Contractor shall support AW to maintain the NRW

reduced values in the project areas for 1 year through conducting detection survey upon the request

of AW where the contractor must submit a statement of work on the most cost-effective approach.

b) The statement of work shall be based on the BOQ items listed in Table 11, which is equal to 50% of

the BOQ items in Table 7. The proposed quantities in the Table 11 will only be used For the financial

evaluation purpose.

Table 11: BOQ of the leak detection and illegal connection survey activity – During Phase III

Item Description Unit Quantity Unit

rate (JD)

Cost

(JD)

Survey of house

connections

Survey the house connection pipes from the

meter to connection point on the distribution

pipe with the aim to detected invisible leak and

illegal connection

No To be

added

from

Table 2

Survey of water

network within

the DMA

Survey the distribution pipes within a DMA to

detect invisible leaks, illegal connections, and

redundant pipes

km 33.9

Move and

operate noise

loggers

Move and operate the noise logger from chamber

to another one. This includes only the cost of de-

installation, re-installation, re-configuration of

the noise logger and operate it to extract results.

No civil work to be considered.

No 250

Total cost

Task 3.2: Conduct the required maintenance on the assigned equipment

a) The contractor should perform and record the regular maintenance for assigned equipment and

which should be maintained and submitted to AW in a monthly basis.

b) The Contractor must inform AW in case of having any equipment not functioning and record this

period till the equipment is fixed.

c) AW has the right to inspect the assigned equipment at any time to verify the maintenance and the

not functioning records. In case of any incompliance between the records and reports provided to

AW, a penalty of 20% of that equipment value will be imposed on the contractor.

d) The contractor should perform a final and comprehensive maintenance for the assigned equipment.

Task 3.3: Transfer the assigned equipment to AW

a) The contractor should submit the final and comprehensive maintenance report for the assigned

equipment that should be testified by the vender and guaranteed their functionality over the

warranty period.

b) The contractor should submit all the regular maintenance record to AW as part of the handing over

package.

Page 48: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 48 of 137

c) The contractor should transfer the assigned equipment by AW during this project to the warehouse

of AW.

d) In case of any equipment was not functioning for a certain period during its assigning duration, the

warranty period should be expended with the same period and the contractor must provide the

needed documentation stating warranty extension..

2.3 Key Milestones and Timeline

Table 12: Timeline and key milestones

Phase Milestone/Task

Duration of

completion

from

commencement

date (months)

Phase I Task 1.1: Approach and work plan 1

Task 1.2: Supply of NRW reduction related equipment to AW 4

Task 1.3: Assign the leak detection equipment to the contractor 5

Phase II Task 2.1: Determination of the installation points for the noise loggers 2

Task 2.2: Construction of the civil works required for installing the noise

loggers

3

Task 2.3: Installation of the noise logger 7

Task 2.4: Conduct leak detection and cross connections survey, illegal

connections survey, redundant pipes survey using the noise loggers and the

assigned leak detection equipment

8

Task 2.5: Documentation of detected leaks, illegal connections, redundant

pipes, and cross-connections and progress reports

Monthly

Task 2.6: Train AW staff on using the NRW reduction related equipment 8

Phase III Task 3.1: Support AW to maintain the NRW reduced values in the project

areas for Year 1 under a Performance Based Contract

20

Task 3.2: Conduct the required maintenance for the assigned equipment 21

Task 3.3: Transfer the assigned equipment to AW 21

2.4 AW’s Responsibilities a) Provide all available GIS and AuoCAD maps for the existing and old pipe network and shop drawings

for not mapped network.

b) Control pressure according to the requirement of the contractor for an effective leak detection

survey if technical possible and without affecting the minimum service level to the customers.

c) Make the necessary fixing of detected leaks, illegal connections, and redundant pipes.

d) Request the Contractor to conduct the detection survey activities in a selected DMA so as the

Contractor to start executing it within two weeks.

Page 49: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 49 of 137

2.5 Termination of the Contract 2.5.1 Termination by AW AW has the right to terminate the contract, totally or for a specific phase/task, at any time of any phase in

case one or more of the events listed in Table 13 below proven happened. In this case, the contractor is

obliged to execute the Exit Plan and compensate for the implications at once without objection or delay.

Table 13: Termination events and implications

Event Termination

for

Exit

Plan Implications

The contractor failed to meet the commencement

Date, one month after the date set in the contract

Whole

contract A

Liquidize performance security

guarantee

The contractor failed to meet the starting date of

phase II in one of the selected DMAs, one month

after the date set in the contract

Phase II and

III A

Liquidize 40% performance

security guarantee

Not achieving NRW reduction target in one of the

selected DMAs at end of phase II

The selected

Area B

Liquidize performance security

guarantee partially by the

selected DMA customer number

ratio to the total

The contractor received five (5) warnings from AW

along the contract lifetime

Whole

contract B

1. Liquidize performance

security guarantee

2. Compensate AW for all

kinds of damages and losses

incurred at the value(s)

claimed by AW

The contractor breached a Jordanian law and/or

any legislation related to contract scope

Whole

contract C

The contractor or his employees or subcontractors

did involve in corruption, or any unethical

behaviour with the residents of the service area of

the contract or any other person or entity in

relation to the contract scope

Whole

contract

C

Note: The customer number ratio used to determine value to partially liquidize performance security, is the

customer number in the selected DMA at end of phase I divided by the total customer number in all DMAs at

end of phase I.

2.5.2 Termination by the Contractor a) The Contractor shall be entitled to terminate the Contract if:

1. The Contractor does not receive the reasonable evidence within 60 days after giving notice in

respect of a failure to comply with AW’s Financial Arrangements;

2. AW fails, within 120 days after receiving a Statement and supporting documents, to issue the

relevant Payment Certificate;

3. AW substantially fails to perform its obligations under the Contract in such manner as to

materially and adversely affect the economic balance of the Contract and/or the ability of the

Contractor to perform the Contract;

Page 50: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 50 of 137

4. AW becomes bankrupt or insolvent, goes into liquidation, has a receiving or administration order

made against him, compounds with his creditors, or carries on business under a receiver, trustee

or manager for the benefit of his creditors, or if any act is done or event occurs which (under

applicable Laws) has a similar effect to any of these acts or events;

b) In any of these events or circumstances, the Contractor may, upon giving 30 days’ notice to AW,

terminate the Contract.

c) The Contractor’s election to terminate the Contract shall not prejudice any other rights of the

Contractor, under the Contract or otherwise.

2.5.3 Contract Termination Exit Plan This plan describes the guidelines of the Exit Plan in the cases of contract termination. The contractor to

submit a detailed plan during first quarter of phase II and keep it updated annually. The Exit Plan described

in Table 14 is to be considered as a minimum.

Table 14: Exit Plan

Name Timing Action Responsibility

Exist

Plan A

One week after

event

Issue termination letter AW

Liquidize performance security guarantee AW

Exit

Plan B

One week after

event Issue termination letter specifying date of termination AW

One week after

termination Submit updated detailed list of asset variations and additions Contractor

Two weeks after

termination

Submit SOPs of any newly installed systems, devices,

facilities or technologies Contractor

Within one month

after termination

Conduct training for AW staff on any newly implemented

procedures, systems, devices or technologies Contractor

Within one month

after termination

Handover warranties, user manuals, agreement copies,

catalogues, software, databases, applications, passwords,

security codes, and/or any other documents needed to

continue operation by AW.

Contractor

Within one month

after termination

Transfer ownership of service agreements, maintenance

agreements, subscription agreements to be owned by AW

Contractor and

AW

Within one month

after termination

Submit List of jurisdictional application cases opened in

relation to project scope and the updated status of each Contractor

Within one month

after termination

Smoothly transfer the equipment and operation of any

system to be handled by AW

Contractor and

AW

Liquidize performance security guarantee AW

Exit

Plan C

Immediate

Issue termination letter specifying reason and date of

termination AW

Liquidize performance security guarantee AW

One week after

termination Submit updated detailed list of asset variations and additions Contractor

Page 51: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 51 of 137

Name Timing Action Responsibility

Two weeks after

termination

Submit SOPs of any newly installed systems, devices,

facilities or technologies Contractor

Within one month

after termination

Conduct training for AW staff on any newly implemented

procedures, systems, devices or technologies Contractor

Within one month

after termination

Handover warranties, user manuals, agreement copies,

catalogues, software, databases, applications, passwords,

security codes, and/or any other documents needed to

continue operation by AW.

Contractor

Within one month

after termination

Transfer ownership of service agreements, maintenance

agreements, subscription agreements to be owned by AW

Contractor and

AW

Within one month

after termination

Submit List of jurisdictional application cases opened in

relation to project scope and the updated status of each Contractor

At date of

termination

Transfer the equipment and operation of any system to be

handled by AW spontaneously

Contractor and

AW

Page 52: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 52 of 137

3 Section 3 –Third Party Certifications Third party certifications requested are listed and explained in section1.38: Documents to be provided at

Time of Tender.

Page 53: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 53 of 137

4 Section 4 – Equipment Technical Specifications Go to section 5.9: Technical Compliance sheet

Page 54: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 54 of 137

5 Section 5 - Proposal Format

The Bidder shall present a written technical proposal to address the functional, technical and other

requirements listed herein, and explain how the Bidder plans to approach each requirement. Bidders are

given wide latitude in the degree of detail they offer or the extent to which they reveal plans, designs,

examples, processes, and procedures. Proposals must be fully responsive to the requirements. Proposals must

identify any deviations from the requirements. Enough detail should be included to demonstrate the Bidder’s

knowledge of the project and their ability to satisfy each requirement. Bidders are also required to present a

written financial proposal bounded separately.

To accelerate execution and simplify proposal evaluation and to assure that each proposal receives the same

orderly review; all proposals shall adhere to the format described in this section.

Proposals should comply with the following:

• Sections and pages should be numbered sequentially

• Clearly specify any and all variances from specifications specified by the RFP

• Include a table of contents listing all sections, figures, and tables

• Include an acronym list

• Separate major sections and appendices by labelled ring binder index tabs

• Font type is Arial size is 10pt

• Address the requirements completely and accurately using the required format

• Any additional pages exceeding the maximum number of pages indicated in the following section will not be reviewed or considered as part of the evaluation and may result in proposal technical disqualification.

• Failure to provide a clear and concise information will negatively impact eligible bidder(s)

technical evaluation and may result in his disqualification.

Proposals should be bound separately and organized in sections as follow:

5.1 Technical Proposal – Envelope 1 The Technical proposal shall have the layout and content as described in the following table:

Section

No.

Title Max Pages Contents

1 Introduction Limited to

the listed

content.

1. Signed Statement of Conformance Sheet

2. Signed NDA

3. Bid Bond

Page 55: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 55 of 137

Section

No.

Title Max Pages Contents

No Text,

illustrations

or write-ups

4. Company Registration certificate and company contact

coordinates

5. Year established (include former firm names and years

established, if applicable)

6. Type of ownership and parent company (if any)

7. Bidder's contact name, address, and phone number (if

different from Item no.1)

8. Audited Financial Statements for the last 3 years

9. Any certificates, agreement(s) between multiple partners or

certificates to illustrate the authorization of the solution

manufacturers for the local partner(s) to provide the required

services or deploy hardware or implement the proposed

software.

2 Executive

Summary

Two (2)

Pages

Include a brief executive summary of the major facts, solution

benefit and features of the proposal including any conclusions,

important assumptions, and recommendations.

The executive summary should be specifically designed for review

by a non-technical audience and senior management.

3 Understanding

of the Project

Requirements

Three (3)

Pages

This section should describe the eligible bidder understanding of

the project nature, objectives, requirements and business impact.

The write-up should be focused on analyzing RFP requirements,

business challenge and how the solution is addressing such

challenges.

4 Profile and

Capabilities

Three (3)

Pages

Provide a brief description of their corporate and other

organizational history and experience in performing similar

implementation service. The description should include details

about the technical organization of the Bidder including the

number, qualifications and experience of the professional staff.

Include information that highlights their particular abilities to

successfully complete the RFP requirements and how the Bidder

will structure, develop and manage the project. Such information

has to include but not limited to the following:

• In the case of a Bidder offering to supply products under

the contract that it did not produce, the Bidder has been

duly authorized by the subcontracted producer to supply

and implement the products in Jordan and to act on

Page 56: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 56 of 137

Section

No.

Title Max Pages Contents

behalf of the producer, corroborated by a completed

Producer’s Authorization Form;

• That the Bidder and any subcontractors have the

financial, technical and staff capabilities to support the

system and have a successful performance history

appropriate for their role in fulfilling the contract.

5 Solution

Overview

Twenty (20)

Pages

This section shall provide Bid Evaluation Committee (BEC) with a

comprehensive, straight to the point of the solution and how it

will operate/run when installed, features shall focus on features

or benefits.

This section shall serve as a self-explanatory technical

presentation of the solution equipped with use-cases that

illustrates how the solution is addressing the business

requirements and will achieve the RFP objectives.

Eligible bidders shall avoid inserting marketing information,

product literature and similar sales slides.

6 Project

Implementation

Approach and

Methodology

Ten (10)

Pages

This section should describe the approach, techniques and

methodology by which the Bidder plans to accomplish all the

work discussed in this RFP. This section should start with a brief

statement that demonstrates the Bidder's understanding of the

nature and desired outcomes of the project.

The Bidder is requested, where appropriate, to make reference to

supporting literature describing the details of proposed

application and implementation services and techniques to be

used, or other supporting material that he feels is relevant. If

included, this supporting literature must be referenced in the

response to the specification and included in an appendix to the

Eligible Bidder’s proposal. The inclusion of supporting literature or

standard descriptions of the Bidder's approach, methodologies,

software development tools and their features and benefits will

be considered as supporting documentation only, and is not

sufficient to satisfy the terms of this RFP

7 Training

Approach and

Methodology

Five (5)

Pages

The proposal should include a training program for AW Project

Team that includes the training necessary to design, construct,

operate, test, and support technical architecture and functional

capabilities of the system

8 Quality

Assurance

Five (5)

Pages

This section will define the quality assurance, quality control, and

quality audit procedures that will be used in the project as required

Page 57: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 57 of 137

Section

No.

Title Max Pages Contents

in the quality assurance stream. In addition, All eligible Bidders

shall use this section to describe the quality assurance criteria and

quality control measures that will be followed in the project and

implemented by the solution manufacturer

9 Reference to

Similar

Implementation

Two (2)

Pages

Reference about already implemented similar projects in Jordan

or other cities/regions especially in Arabic spoken cities or regions

and specifically in utilities.

10 Project

Deliverables

Two (2)

Pages

This section shall present a summary of key dates, milestones and

associated deliverables found in the work plan. A description of

what AW shall expect to see and/or receive on the associated

date should be described and/or presented as examples

11 Requirements

from AW

One (1) Page Eligible Bidder(s) shall use this section to indicate any

requirements that AW is to provide for the execution of the

project. The requirements can be logistic, human resources,

infrastructure, existing data (in digital form or hard copy) or other

resources

12 Exceptions to

Specifications

One (1) Page The section shall make very clear where an exception is taken to

the specifications and how alternatives will be provided.

Therefore, exceptions, conditions, or qualifications to the

provisions of AW’s specifications must be clearly identified as

such, together with the reasons, and inserted in this section of

the proposal.

13 Solution

Compliance

Matrix

Not Specified The section shall hold the bidder compliance response to the

technical specification listed in this RFP

13 Appendix – A

Forms and

Certificates

Forms, Certificates and proposal supporting documents.

No Sales and Marketing Material are to be inserted in this

appending

14 Appendix – B

CVs and Gantt

Chart

• CV of Proposed Staff

• Project Gantt Chart

15 Appendix – C

Methodologies

Please Insert all related methodology including but not limited to

risk management, incident management, change management,

etc.

16 Appendix – D

Other Material

Any other related material including marketing information,

reviews, customer testimonies, etc.

Page 58: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 58 of 137

5.2 Commercial/Financial Proposal – envelope 2

All Commercial/ financial proposal shall use the following table to provide their quotations

5.2.1 Introduction Bidders are required to submit their financial proposal in a separately bound envelope (sealed envelope).

The Bidder will be responsible for delivering the required outputs for the cost quoted. Aqaba Water will not

be responsible for any additional cost due to missing Items from the quote but essential to fulfilling the

project requirements. This would result in proposal disqualification and rejection or assumed as Zero cost.

5.2.2 Contents of the Price Proposal This section outlines required contents of the price proposal of the project. The Bidder may provide a more

detailed cost structure than that required below, if they believe that it can clarify their case or justify additional

costs, as long as the main required information is provided. The price proposal shall consist of the following:

Cost Summary

This section must provide a comprehensive cost summary including:

Table 15: Summary of Financial Proposal

Item Cost (JD) Details Note

Supply of Leak Detection Equipment Table 16

Noise logger installation Table 17

Maintenance and General Equipment Table 18 These items will be evaluated

separately

Phase II- Detection survey fixed cost Table 19

Phase III- On request detection survey cost Table 20 The final cost of this item will be

agreed per the need that will be

determined by AW

Recurring cost post warranty period Table 21

Total cost Sum of the above

Table 16: Lot 1 – Bill of Quantity (BoQ) for the Leak Detection Equipment pricing table

No Item and description Unit

Quantit

y

Unit

rate (JD)

Cost (JD)

1 Noise Loggers

Page 59: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 59 of 137

1.1 Supply of Nosie Loggers in full compliance with the

Technical Specifications (See 5.9: Technical

Compliance sheet), local inspection at AW premises

in Aqaba, Jordan.

Number 500

1.2 Provide training as specified in the Technical

Specifications, (See 5.9: Technical Compliance

sheet).

Lum Sum 1

2 Leak Detection Equipment in full compliance with

the Technical Specifications (See 5.9: Technical

Compliance sheet) and quantities listed below , and

delivery to AW warehouse in Aqaba- Jordan.

2.1 Diaphragm Listening Stick Number 8

2.2 Mini acoustic leak locator - Listening Stick Number 8

2.3 Ground Microphone Leak Locator Number 8

2.4 Digital Acoustic Correlator for Leak Location Number 6

2.5 Ultrasonic Flowmeter, Portable clamp-on type Number 4

2.6 Valve Spindle and Metal Cover Locator Number 8

2.7 Metal Pipes and Cable Locator Number 8

2.8 Non-Metallic Pipe Locator. Number 11

2.9 Data Logger with GSM Module Number 17

2.10

Provide training as specified in the Technical

Specifications, (See 5.9: Technical Compliance

sheet).

Lum Sum 1

Table 17: Noise loggers installation cost

Item Unit Quantity Unit

rate

(JD)

Cost

(JD)

Installation of noise loggers using existing chambers No 20

Installation of noise loggers with constructing new chambers

including providing any required fittings

No 480 or

more *

* If the Bidder’s approach needs more noise loggers to be installed in the project areas, this quantity can be

increased by the contractor, but the minimum total noise loggers to be installed is 500.

Table 18: Lot 2 – Bill of Quantity (BoQ) for the Maintenance and General Equipment pricing table

Page 60: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 60 of 137

No Item and description Unit Quantity

Unit rate

(JD)

Cost

(JD)

1 Maintenance Equipment

1.1 Electro-Fusion Machine Number 2

1.2 Tapping and Threading Machine Number 5

1.3 Pneumatic Pipe Cutter Number 2

1.4 Polyethylene pipes cutter Number 11

1.5 Polyethylene pipes sharpener Number 11

1.6 Ring hummer wrench 6-55mm Number 11

1.7 Manual three jaws puller Number 1

1.8 Manual two jaws puller Number 1

1.9 Electrical Cable cutter Number 2

1.10 Lighting Stand Lamp 220 V With 30 M Cable Number 5

1.11 Threading Machine for Pipes Up To 2” Diameter. Number 1

2 General equipment

2.1

Pressure Transient Loggers: Supply of Pressure

Transient loggers in full compliance with the Technical

Specifications (See 5.9: Technical Compliance sheet)

and delivery to AW warehouse in Aqaba- Jordan.

Number 15

2.2 Electrical generator Number 5

2.3 Site and Personal Safety Set. Number 11

2.4 Submersible Water Pump Number 2

2.5 Electrical Drilling machine Number 11

2.6 Set of Standard Hand Plumbing Tools Number 9

2.7 First Aid Kit Number 11

2.8 Pressure gauge Number 12

2.9 Tablet and printer Number 11

2.10

Provide training on the transient loggers as specified in

the Technical Specifications, (See 5.9: Technical

Compliance sheet).

Lum

Sum 1

Table 19: Pricing details for Phase II- Detection survey fixed cost

Page 61: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 61 of 137

Item Description Unit Quantity Unit

rate (JD)

Cost

(JD)

Survey of house

connections

Survey the house connection pipes from the

meter to connection point on the distribution

pipe with the aim to detected invisible leak and

illegal connection

No To be

added

from

Table 2

Survey of water

network within

the DMA

Survey the distribution pipes within a DMA to

detect invisible leaks, illegal connections, and

redundant pipes

km 67.8

Move and

operate noise

loggers

Move and operate the noise logger from chamber

to another one. This includes only the cost of de-

installation, re-installation, re-configuration of

the noise logger and operate it to extract results.

No civil work to be considered.

No 500

Total fixed cost

Table 20: Phase III- On request detection survey cost

Item Description Unit Quantity Unit

rate (JD)

Cost

(JD)

Survey of house

connections

Survey the house connection pipes from the

meter to connection point on the distribution

pipe with the aim to detected invisible leak and

illegal connection

No 9,120

Survey of water

network within

the DMA

Survey the distribution pipes within a DMA to

detect invisible leaks, illegal connections, and

redundant pipes

km 208

Move and

operate noise

loggers

Move and operate the noise logger from chamber

to another one. This includes only the cost of de-

installation, re-installation, re-configuration of

the noise logger and operate it to extract results.

No civil work to be considered.

No 500

Total cost

Table 21: Recuring cost post warranty period for 5 years

Item Annual cost

(JD)

Total cost for

5 years (JD)

Note

Maintenance contract cost post warranty

period for 5 years

Any other running cost Bidder to list all items. This

could include Software

maintenance and upgrade

Page 62: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 62 of 137

Payment for the supplied noise loggers and leak detection equipment will be as following:

a) 60% on supplying them to AW

b) 30% on installation noise loggers and evidence of equipment performance

c) 10% at the completion of the contract

Page 63: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 63 of 137

5.3 Bidding forms 5.3.1 Eligible Bidder Presence Please provide the following profile information. To be provided to all parties in the joint venture,

agreement, collaboration or any sort of business relationship.

Regional Presence

Number of Offices in Jordan

Number of Offices in Region

Number of Offices Globally

Number of Employees in Jordan

Number of Employees in Region

Number of Employees Globally

Key Jordan/Region Clients (list up to 5) 1

2.

3.

4.

5.

Key Jordan/Regional Clients (list up to 5) 1.

2.

3.

4.

5.

5.3.2 Eligible Bidder and Contact Information Please provide the following Eligible Bidder and contact information. To be provided to all parties in the joint

venture, agreement, collaboration or any sort of business relationship.

Company Information

Registered Name

Jurisdiction of Incorporation

Place of Registration

(registration body, city, country)

Page 64: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 64 of 137

Legal Form

Date of Incorporation

Company / License Number

Attach financial results for the past 3 years. Name of the file attachment:

Parent Company Information (if applicable)

Registered Name

Jurisdiction of Incorporation

Place of Registration

(registration body, city, country)

Legal Form

Date of Incorporation

Company / License Number

Attach financial results for the past 3 years. Name of the file attachment:

Contact Details

Please the provide name and contact details of the assigned Account Representative:

First Name, Last Name:

Title:

Address:

City:

Country:

Postal Code:

Telephone Number:

Mobile Number:

Fax Number:

Email Address:

Page 65: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 65 of 137

5.3.3 Reference Projects Form Provide below a list of all similar projects conducted in the past 3 years. Please use the following template

for your response and place a letter “X” in the managed services columns to illustrate that the project is

indeed of a similar scope. To be provided to all parties in the joint venture, agreement, collaboration or any

sort of business relationship.

Client Name Country Similar Project Name

Start Date End Date

Effort (man-months)

Referee Details (name, position, telephone, email)

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

mm/yy mm/yy months

• In addition to the list of all projects, provide detailed reference information for 4 relevant client projects conducted within the past 3 to 5 years.

Reference Project #n

Year Country Company Duration Project Size

[Enter starting

year of project

as YYYY]

[Enter country name

where project was

implemented]

[Enter company

name for which the

[Enter

project

[Enter project budget

in Thousands of $,

JOD]

Page 66: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 66 of 137

YYYY

project was

implemented]

duration in

months]

$ Thousands

Contact Person Project Title and Relevant Scope

[Enter the name, title,

telephone number, and e-mail

of an employee of the client

company, whom AW may

contact for reference

information]

[Enter the project title]

[Indicate the relevant scope involved, classify work as structured in

the workstreams]

Project Description

[Enter a short narrative of the project scope, methodologies used and results achieved, max 200 words]

5.3.4 Resource CVs

Resource CV Format

First name, last name Years with company

Title / seniority level Years of experience

Base location Education qualifications

Nationality Professional

qualifications

Languages

Reference project summary Project 1

Client Name:

Date: to

Project 2

Client Name:

Date: to

Project 3

Client Name:

Date: to

Page 67: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 67 of 137

Reference projects narrative

(max 300 characters per

data field)

Project 1

Situation:

Contribution:

Results achieved:

Project 2

Situation:

Contribution:

Results achieved:

Project 1

Situation:

Contribution:

Results achieved:

Referee [Insert contact details of a client from one of the above projects who can

attest to the consultant’s capabilities and performance]

We, the undersigned, certify that to the information, details and any academic, technical or vocal credential

provided in the CV above, correctly describe the employee qualifications, his experience and academic

achievements and certification. We also are aware that any false information shall result in either

disqualification of the proposal and if later was part of the implementation project shall constitute sufficient

ground for contract cancellation and penalties.

Employee Signature

Authorized

Representative

Name:

Signature

5.3.5 Sub-Contractor Profiles

Provide below, where applicable, the profiles of the proposed sub-contractors.

Proposed Sub-Contractor Number n

Company Name

Office Location(s)

Number of Employees

Page 68: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 68 of 137

Describe the proposed role of the sub-contractor,

making an estimate of staff numbers and stating which

program/project phase(s) they will be involved in.

Describe whether the sub-contractor would be

operating from on-shore or off-shore, as well as the

mix of on-site and off-site activities.

Is the Eligible Bidder currently engaged in any

contractual relationships with the sub-contractor?

Please describe.

Describe any relevant project experience with the sub-

contractor.

5.3.6 Eligible Bidder’s Proposed Deliverables

Eligible Bidders should fully populate the following table;

Eligible Bidder Deliverables

ID #

Project and Phase

Eligible Bidder Deliverables

Brief Description Eligible Bidder Responsibility

AW Responsibility

1

2

3

4

5

6

7

8

9

10

Page 69: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 69 of 137

5.4 Proposal Submission Checklist 5.4.1 Technical Proposal Checklist Before Submitting the bid to AW, each eligible bidder shall review, sign and stamp the following checklist

with its official stamp.

Check item (Yes/No) Notes

Two envelopes sealed and stamped with company official stamp

Each page of the technical proposal is signed by bidder’s authorized

representative and stamped with the company’s official stamp

Section are labelled as per the RFP Requirements

Font Type is as per the RFP requirement

Number of sections’ pages comply to the RFP requirements

NDA is signed by authorized company representative and stamped

with company official stamp

Conformance sheet is signed by authorized company representative

and stamped with company official stamp

Company official certificates and licenses are included – Authentic

Photo Copy is accepted

Bid Bond is included in the technical proposal

No reference to pricing is made in the technical proposal

CV are provided in the format required by the RFP

All other RFP requirements, forms and sheets have been correctly

provided

All required certificates have been provided

Name: Signature: Date:

Page 70: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 70 of 137

5.4.2 Financial Proposal Checklist Check item (Yes/No) Notes

All financial forms and pricing schedules have been provided

ROI and TCO have been provided

Spare parts pricing have been provided

Additional training costs have been provided

All pages are signed and stamped with company official stamp

Financial proposal is sealed and stamped in separate envelop

Name: Signature: Date:

5.4.3 The Complete Proposal Checklist Before Submitting the bid to AW, each eligible bidder shall review, sign and stamp the following checklist

with its official stamp.

Check item (Yes/No) Notes

Two envelopes sealed and stamped with company

official stamp

Each page of the commercial proposal is signed by

bidder’s authorized representative and stamped

with the company’s official stamp

Section are labelled as per the RFP Requirements

Font Type is as per the RFP requirement

All pricing templates have been provided

Name: Signature: Date:

Page 71: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 71 of 137

5.5 AW Bid Receiving and Opening Important Notes AW will perform the following check upon receiving each bid:

1- Check that the eligible bidder’s representative has an authorization letter signed by company’s

authorized representative and stamped with company stamp entitling the delegate to deliver the

bid, collect opening notes and be able to answer format and checklist related questions.

2- The eligible bidder’s representative/delegate shall be in possession of the company’s official stamp.

3- Jointly with eligible bidder’s representative, the BEC will ONLY open the technical proposal, and

review the Technical Proposal Checklist on the spot. If the bidder can’t be present then an official

letter shall be send from the bidder to AW authorizing AW BEC to open the bid without holding AW

the responsibilities or liabilities of any type or nature.

4- If any deviation in the eligible bidder’s technical proposal is noted, the BEC will notify the eligible

bidder’s representative, take note and inform the representative for any corrective action.

5- BEC will resolve minor issues on spot. Minor issues include missing stamp, misplaced sections, and

wrong section titles only.

6- Eligible Bidder’s representative will attest that the technical bid has been opened properly, take note

of any variation and advise the BEC on the eligible bidder’s corrective action.

7- Commercial proposals will be securely stored until the time specified in the Schedule of Events.

8- Same steps will be repeated when opening Commercial bids for technically qualified bid and

according to the schedule of events.

9- In case the Eligible bidder would like to send its bid through courier services then the Eligible bidder

shall officially authorize the courier services to deliver the bid and collect any notes provided by the

BEC.

10- Proposal delivery by Email will not be accepted.

Page 72: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 72 of 137

5.6 Statement of Conformance Eligible bidders shall fill in the Statement of Conformance provided below, sign it by an authorized

representative of the company and stamp it with the company official stamp. Enter “Yes” or “No” in the left

column to indicate your conformance level (without any additional words or qualifying statements like

“Agree in Principle”, “Agree with conservation” ...etc)

Mandatory Requirements Checklist (Statement Of Conformance)

Agree & Confirm Requirement

1. We have read the RFP and we hereby agree and confirm with all the terms,

conditions and project scope of the RFP

2. We fully understand that the project will be managed and awarded as a turnkey

manner as described in the RFP and we take fully responsibility for the

successfully delivery and completion of all project and RFP requirements, tasks

and as per the directions of AW.

3. We confirm that the prices provided in our commercial proposal are

comprehensive, conform with the RFP requirement

4. We have structured our technical and commercial proposals based on the RFP

requirements

5. We have included in our technical and commercial proposals all tools, processes

and resources required to successfully complete the project on time, quality,

turn-key and as requested by the RFP.

6. We conform that any missing item will be assumed at zero cost and AW can’t be

held liable for any reimbursement or payment to be made.

7. We have no hidden or un-declared cost items

8. We confirm that the proposal has been prepared internally without the

assistance of any external party or any previously or currently associated

eligible/winning bidder(s) with Aqaba Water Company.

9. We confirm that our company is an independent company that is not or nor has

been associated directly or indirectly with any existing or previous

eligible/winning bidder(s) who has or in a legal, business, commercial or

contractual dispute with Aqaba Water Company

10. We confirm and agree that our company will sign the contract directly with

Aqaba Water Company without any third-party or middleman

11. We confirm that we have developed, provided information and presented all

the information required by the RFP and any additional information that will

help Aqaba Water Company to select the winning bidder.

12. Non-disclosure Agreement. We hereby confirm that our company agrees to the

AW NDA agreement and that all employees involved in the preparation of the

Page 73: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 73 of 137

Mandatory Requirements Checklist (Statement Of Conformance)

Agree & Confirm Requirement

proposal and proposed for project implementation have signed a similar NDA

with our company

13. We confirm that we have read and fully understood the USAID Procurement

laws and regulations and shall comply with in full.

14. We confirm that we will submit the proposal according to this RFP format and

outline.

15. We confirm that we have read and understood all findings/notes reported by

AW evaluation committee and shall address it in full in the revised proposal.

Authorized Representative Name, Official Company Stamp & Authorized Signature:

Page 74: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 74 of 137

5.7 Non-Disclosure Agreement

By

Company Name

Company Address

Company P.O. Box

Company City and Zip code

Company Country

Company Tel:

Company Fax:

Company Commercial Register

RECITALS

a) This Agreement discusses certain matters in connection with the RFP Requirements, referred to in this Agreement as the “Business Purpose”, which requires Aqaba Water Company to disclose certain information to Company Name; and

b) In this Agreement, Company Name shall also be referred to as the “Eligible Bidder”. THE ELIGIBLE BIDDER HEREBY AGREES THE FOLLOWING: 1. Confidential Information

All information, whether commercial, financial, technical or otherwise, including without limitation all secret

or confidential information of Aqaba Water Company in whatever form, together with all analyses,

compilations, data, studies or other documents prepared by the Eligible Bidder which are derived from or in

connection with such information or which contain or are based in whole or in part upon such information,

shall be referred to in this Agreement as “Confidential Information”.

2. Disclosure of Confidential Information

Aqaba Water Company hereto agrees to disclose and provide to the Eligible Bidder such Confidential

Information as is necessary for the Business Purpose. The Eligible Bidder acknowledges that Confidential

Information is a valuable, special and unique asset belonging to Aqaba Water Company. The Eligible Bidder

agrees that they shall not disclose the Confidential Information of Aqaba Water Company to any person, firm,

corporation, association or any other entity for any reason or purpose whatsoever. However, the Eligible

Bidder shall be permitted to disclose Confidential Information on a need-to-know basis to all staff, both

support and management, employed by it or any of its subsidiary, affiliated or associated companies, provided

that the terms of this Agreement are made known to such staff,

who will be bound by the terms of this Agreement.

Page 75: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 75 of 137

Aqaba Water Company further agrees that Confidential Information may be disclosed to the Eligible Bidder's

professional advisers, agents and consultants provided that such professional advisers, agents and consultants

sign an undertaking relating to confidentiality on the same terms and conditions as contained herein.

The Eligible Bidder agrees that they shall not utilize, employ, exploit or in any other manner whatsoever use

Confidential Information disclosed by Aqaba Water Company other than for the Business Purpose without the

express written consent of Aqaba Water Company.

The Eligible Bidder shall restrict Confidential Information received from Aqaba Water Company to the officers

and employees of the Eligible Bidder on a need to know basis and will not, save as expressly provided in this

Agreement, disclose Confidential Information to any other persons.

3. Title

All Confidential Information of Aqaba Water Company is acknowledged by the Eligible Bidder to be the

property of Aqaba Water Company and the disclosure of Confidential Information shall not be deemed to

confer on the Eligible Bidder any rights to such Confidential Information.

4. Standard of Care

The Eligible Bidder agrees that they shall protect the Confidential Information of Aqaba Water Company using

not less than the same standard of care that the Eligible Bidder applies to its own Confidential Information

and that Confidential Information shall be stored and handled in such a way as to prevent unauthorized

disclosure.

5. Return of Confidential Information

Aqaba Water Company may request in writing at any time that any written Confidential Information disclosed

pursuant to the terms of this Agreement and any copies thereof be returned with a written statement to the

effect that upon such return the Eligible Bidder has not knowingly retained in its possession or under its

control, either directly or indirectly,

any Confidential Information or copies thereof, and the Eligible Bidder shall comply with any such request

within seven (7) days of receipt of such request.

Any part of Confidential Information which consists solely of analyses, compilations, studies or other

documents prepared for Aqaba Water Company and which the Eligible Bidder by agreement with Aqaba Water

Company does not return to Aqaba Water Company will be destroyed by request of Aqaba Water Company,

and such destruction will be confirmed by the Eligible Bidder in

writing.

Should Aqaba Water Company make such a request to return or destroy Confidential Information and the

Eligible Bidder has acted in accordance with the request, then the Eligible Bidder will have no further

responsibility for the Confidential Information and any work products developed based upon such Confidential

Information referred to in the request.

6. Excluded Information

Page 76: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 76 of 137

The obligations pursuant to this Agreement shall not apply to any Confidential Information that:

a) is or becomes publicly known, otherwise than as a consequence of a breach of this Agreement;

b) is developed independently by the Eligible Bidder without access to the Confidential Information;

c) is disclosed by the Eligible Bidder to satisfy the legal demand by a competent Court of Law or government body, provided however that in these circumstances the Eligible Bidder shall advise Aqaba Water Company prior to disclosure so that Aqaba Water Company has an opportunity to defend, limit or protect against such production or disclosure, and

a) provided further that the Eligible Bidder will disclose only that portion of Confidential Information which is legally required to be disclosed and the Eligible Bidder will exercise its reasonable efforts to obtain a protective order or other reliable assurance that confidential treatment will be accorded to any Confidential Information so required to be disclosed;

d) is disclosed to a third party pursuant to written authorization from Aqaba Water Company;

e) consists solely of generalized ideas, concepts, know-how or techniques relating to computer hardware or software; or

f) is received from a third party without similar restrictions and without breach of this Agreement.

Except as provided above, the obligations of paragraphs 2, 3, 4 and 5 of this Agreement shall survive the

completion of the Business Purpose or the termination for whatever reason of this Agreement.

8. Entire Agreement and Severability

This Agreement contains the entire agreement with respect to the subject matter of this Agreement and

supersedes all prior agreements by the Eligible Bidder pertaining to Confidential Information, whether written

or oral, with respect to the subject matter of this Agreement.

In the event that any one or more of the provisions contained in this Agreement shall for any reason be held

to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability shall not

affect any other provision of this Agreement, which shall be construed as if such invalid, illegal or

unenforceable provision had never been set forth herein, and the Agreement shall be carried out as nearly as

possible according to its original terms and intent.

9. Notices

All notices, demands or other communications under this Agreement shall be given or made in writing, and

shall be delivered personally, or sent by certified or registered mail, with return receipt requested, addressed

to the Eligible Bidder at the address set out at the head of this Agreement or at such other addresses as may

be designated by notice from the Eligible Bidder, with a copy sent by Fax at such number as the Eligible Bidder

hereto shall designate from time to time. Any notice, demand or other communication given or made by mail

in the manner prescribed in this paragraph shall be deemed to have been received seven (7) days after the

date of mailing.

Page 77: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 77 of 137

10. Additional Provisions

The Eligible Bidder acknowledges that a breach of this Agreement and unauthorized disclosure of Confidential

Information is likely to cause substantial and irreparable damages to Aqaba Water Company and therefore, in

the event of any such breach, in addition to other available remedies, Aqaba Water Company shall have the

right to seek specific performance and/or other injunctive and equitable relief.

The Eligible Bidder shall execute and deliver such other documents and do such other acts and things as may

be necessary or desirable to carry out the terms, provisions and purposes of this Agreement. No amendment,

interpretation or waiver of any provisions of this Agreement shall be effective unless made in writing and

signed by Aqaba Water Company and the duly authorized representative of the Eligible Bidder.

The failure to enforce or to require the performance at any time of any one of the provisions of this Agreement

shall not be construed to be a waiver of such provision, and shall not affect either the validity of this Agreement

or any part hereof or the right of Aqaba Water Company thereafter to enforce each and every provision in

accordance with the terms of this Agreement.

The headings of paragraphs are used for convenience only and shall not affect the meaning or construction of

the contents of this Agreement.

This Agreement may be executed in counterparts, all of which shall constitute one Agreement, and each such

counterpart shall be deemed to have been made, executed and delivered on the date set out at the head of

this Agreement, without regard to the dates of times when such counterparts may actually have been made,

executed or delivered.

11. Governing Law

This Agreement and the relationships of the Eligible Bidder in connection with the subject matter of this

Agreement shall be governed by and determined in accordance with the laws of the Hashemite Kingdom of

Jordan and the Eligible Bidder submits to the non-exclusive jurisdiction in relation to any legal actions or

proceedings arising out of or in connection with this Agreement.

12. Representations and Warranties

The Eligible Bidder represents and warrants to Aqaba Water Company that it is a corporation duly organized

and validly existing in the jurisdiction of its incorporation. The Eligible Bidder represents that they have full

corporate power and authority to enter into this Agreement and to do all things necessary for the performance

of this Agreement.

13. Validity

This Agreement shall become effective from the date indicated at the head of this document.

The termination or the completion of the Business Purpose for any reason, shall not affect the obligations

set out in this Agreement for a period of 5 years from the date of termination or completion of the Business

Purpose.

Page 78: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 78 of 137

The undersigned being the duly authorized representative of Company Name do hereby agree to abide by the

provisions of this agreement.

On behalf of Company Name

_____________________________________________

Signed

_____________________________________________

Printed

_____________________________________________

Title

_____________________________________________

Date

Page 79: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR Proposal

Bid no. 27/T/2021

27/T/2021 Business Confidential Document Page 79 of 137

5.8 Solution Compliance Rating Matrix

The following are response codes to be used in responding to each requirement. Bidders must describe how

the requirement is met in each case, with references to support documents, relevant proposal sections as

appropriate.

Response

Code

Description

7 Provided Option exceed the required configuration and provides a value-add, adheres to the

requirements of the RFP and provides a longer service life and performance enhancements

6 Fully Compliant and exactly meets the indicated requirement

5

The requirement is not part of the provided solution or technology and requires a third-part

tools, additional configuration, additional hardware and/or human interference. Additional

products, services and/or tools are provided at no extra cost to AW

4

The requirement is not part of the provided solution or technology and requires a third-part

tools, additional configuration, additional hardware and/or human interference. Additional

products, services and/or tools are provided at no additional cost to AW

3

The requirement is not part of the provided solution or technology and requires a third-part

tools, additional configuration, additional hardware and/or human interference. Additional

products, services and/or tools are provided at no extra cost to AW. Yet the additional

component imposes either a security risk, decrease in performance, has certain limitation

and/or does not address the requirements specified in this RFP in a fully compliant mode.

2

The requirement is not part of the provided solution or technology and requires a third-part

tools, additional configuration, additional hardware and/or human interference. Additional

products, services and/or tools are provided at additional cost to AW

1 The requirement is not currently available or under development with an expected release

date of no more than 3 months

0 Not Compliant

5.8.1 Important Note The following solution requirements represents the minimum accepted configuration for any proposed

solution, yet and in case eligible bidders believe they can offer an enhanced, more advanced and an value-

add solution they are welcomed to present their solution and note any differences from the existing

requirements in addition to the benefits, savings, enhancement or gaps if any. The specifications shall act as

a source of assistance and help to eligible bidders in their solution design.

Page 80: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

5.9 Technical Compliance sheet 5.9.1 Leak Detection Equipment 5.9.1.1 Permanent Noise Loggers Minimum Technical Specifications

Noise loggers for locating leaks in the water network, are deployed in areas of the distribution system to provide continuous monitoring of leakage. These loggers shall be installed on pipe fittings and retained in place by a strong magnet, power for these loggers shall be provided by replaceable batteries for not less than 5 years continuous operation under the specified conditions, complete with low battery alarm.

As soon as a potential leak is detected, the noise logger unit enters an alarm state and transmits a signal to indicate a "LEAK" condition.

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Operating temperature -15oC to +60oC

2. Ingress protection rating IP68 and shall continue to operate even in flooded chambers

3. Communication battery Replaceable batteries for not less than 5 years continuous operation

under the specified conditions, complete with low battery alarm

4. Noise loggers casing Shall be made of aluminum or stainless steel

5. GPS Each logger shall contain an integrated GPS receiver, which records

the units fixed position

6. Extended logging

functionality

Noise loggers shall include extended logging functionality, where

noise is recorded at pre-set intervals over an extended period

7. Memory The logger shall store not less than twenty-five days of level and

spread history and the noise trends identified can then be presented

in graph format, enabling the user to distinguish clearly between leak

and non-leak noise

Page 81: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 81 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

8. Accessibility and

communication

Allows data to be accessed via: - Lift and Shift - Drive By

- Remote access – data shall be transmitted directly to an office computer hourly via Bi-directional that is authorized by the Telecommunication Regulatory Commission (TRC) in Jordan. The module network which allows remote listening and even correlating if a leak is suspected. This feature for secondary validation to be sure that there is a leak present, as with being able to hear the leak and extended logging. This means that as much diagnostics as possible done remotely before site teams are deployed.

- The Contractor should provide the certificates from all authorizing entities in Jordan that the proposed communication way can be used.

9. Host Software Suite The Host Software Suite can be integrated with AW AMI, GIS and

SCADA system.

10. Component The noise logger system shall contain all required component to operate the system in Lift and shift mode, drive-by mode, and remote access mode

11. Accessories Robust carrying cases for min. ten noise loggers each

12. Documentation and certificates

• Installation and operation manuals.

• Precise rules for the replacement of the battery locally.

• Software user manual.

• Warranty certificate.

Page 82: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 82 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

13. Installation and commissioning

Train and supervise the Utility stuff to implement the system to ensure correct installation, operation, data logging, transfer data to Utility server

14. Software functionalities The software platform should provide the following functionalities:

• Two-way communication: allows for local and remote logger parameter settings

• Auto processing: perform auto filtering interference and external noise

• Time synchronization: Allow for automated synchronization from remote data server and network

• Data Security: Have a firewall - locked down to used ports only. Allow for creating separate logins and locational access for users. Allow for regular updates and penetration testing

• Compatible: software platform should be supported by all major web browsers mainly Windows Explorer and Chrome

• Noise Filtering: allow for auto-processing for equalization, frequency correlation and coherence

• Alarm Profiles: Allow for setting up various alarm forms including e-mail and SMS message.

• Audio Data Recording: Allow for audio data sending to the server if a leak is present

• Pipe condition assessment: Ability to provide pipe condition assessment optimizing the best pipe section to be replaced.

• Dashboard: Producing graphic dashboards integrated with the GIS maps. The possibility to customize the dashboards are preferred.

Page 83: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 83 of 137

5.9.1.2 Training on Noise Loggers

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

General: The Supplier shall provide relevant Training course to the Purchaser's staff in

the following fields related to the leak detection equipment:

1. Assembly, testing and start-up of the Goods purchased under this Contract.

2. Recommendations for organizing maintenance and repair of each item of the Goods.

3. Practical exercises with the supplied Goods after the final acceptance on site.

4. Recommendations for operation of each delivered Goods item, recommendations for

organization and planning of leak detection/location campaigns.

5. Training Courses duration: The training course shall be implemented for a duration of 3

weeks; and a training plan shall be submitted within the offer, but the start date will be

determined later on by the Purchaser with 10 – 15 trainees according to AW request.

6. Training organization: The training will be based on theoretical courses (using video or

PowerPoint presentations) and practical courses performed on site.

Training Courses contents:

7. Technology and working principles of the delivered equipment.

8. Usage and limitations of:

- Metal and pipe/cable detection tools, - Leak detection with Noise loggers,

Page 84: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 84 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

- Leak location with correlators, - Leak location with ground microphone and electronic listening stick, - Installation, Operation, programming and maintaining of portable flow meters

(Ultrasonic, Electromagnetic)

9. Procedures of acceptance, assembly, start-up, testing, operation, maintenance and

repair.

10. Practical exercises in the field.

11. Recommendations for organization the Purchaser's staff for leak detection and leak

location management

12. Data collection and analysis for supervisors and engineers

Training Courses Plan: The Supplier shall include in its tender a detailed Training Courses

Plan Providing, at least, the following information:

13. A detailed and scheduled list of training activities, in accordance, at least, with the above

requirements.

14. Recommendations for organization of the Purchaser's staff for leak detection and leak

location management: field staff (number of teams, and number of persons per team)

and office staff (management and technical support staff) and the required qualifications

of such staff.

15. Number of training courses is 5 in minimum cases where the duration of each course &

the number of trainees will be according to AW request.

Page 85: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 85 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

Others:

16. Training Course has to be performed in English with translation in Arabic language.

17. All Suppliers’ costs connected with the accommodation, transportation of its personnel

in Jordan shall be paid at the Supplier’s expense.

18. The theoretical lectures will be performed in a room provided free of charge by the

purchaser.

19. Video appliances, computers for lecturers and other equipment for presentation and

dissemination materials will be provided by the Supplier at its own expense.

20. Transport from the base to the training sites and back shall be provided by the

Purchaser’s at its own expense.

21. Training handbook in English (one on CD and 2 copies on paper) containing copies of all

slides and other training and dissemination material distributed to trainees.

22. Noise logger system training and implementation: the supplier should train AW staff (at

least 3 staff) on the implementation of the noise loggers, using software options, noise

logger system reports, and implement leak detection using noise loggers at a district or

districts that AW selected for 3 months. This training should be on job training.

23. Trainer qualification: The trainer who will conduct the training should have at least 5

years of experience in using the noise loggers and demonstrated excellent knowledge on

how to deliver similar trainings

Page 86: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 86 of 137

5.9.1.3 Diaphragm Listening Stick

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. The manual Listening Stick shall be designed for portable use to listen to possible

2. leakage noises from water networks.

3. The equipment shall be robust, light weight, easy to operate and made of Chromium

plated mild steel.

4. The manual Listening stick should consist of probe bars, a diaphragm and earpiece.

5.9.1.4 Mini acoustic leak locator - Listening Stick

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. The listening stick shall be designed for portable use to listen to possible leakage noises

from water networks.

2. The equipment shall be robust, battery operated with rechargeable battery and

indication of battery condition, light weight and easy to operate.

3. The equipment shall strengthen the leak noise and the volume shall be adjusted either

with the amplifier or with headphones.

Page 87: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 87 of 137

4. The equipment shall consist as a minimum of amplifier, headphones, charger and 0.75-

meter-long two-part rod extension for easy access to listening point. The equipment and

the accessories shall be delivered in one carrying case or bag.

5. Cast metal tripod Foot Attachment for ground contact, high sensitivity piezo-electric

sensor mounted in rubber housing with integral strain relief, 4-pin Amphenol connection

to control unit

6. Microphone, Universal 110-240V AC charger with 12V DC output.

7. Car cigarette lighter adapter with 12V DC output.

5.9.1.5 Ground Microphone Leak Locator

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Identification of the leak noise through microprocessor with computerized filtering of the

leak noise.

2. Minimum indication: either as a numerical value or as a graphical indication.

3. Separate amplifications for display and volume with “mute button”

4. Versatile filter setting with 9 fixed or 9 freely selectable filter curves.

5. Histogram recording with freeze and scroll function.

6. Acoustic indication of low battery and microphone mismatch, Automatic or manual

filtering to suppress background noise and target leak noise.

Page 88: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 88 of 137

7. Large backlit multi-function display showing digital and graphical noise level and

dynamical sensitivity (signal strength) to pinpoint leak.

8. Recording of Levels of leak noise in a histogram profile.

9. IP65 enclosure with mil-spec connectors.

10. Hand probe with magnetic contact to provide better coupling to fittings, which in turn

provides clearer, louder and audible leak noise.

5.9.1.6 Digital Acoustic Correlator for Leak Location

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Simple operation with touch screen.

2. Add in case charging.

3. Rugged and compact.

4. Large, high-contrast high-visibility color VGA touch screen.

5. 500 mW radio power for great range, even out of line of sight.

6. Transmitter with headphone connection to listen to the leak noise. Graphic and numeric

level display for faster pre-location.

7. Possibility to charge the entire system within the transport case via mains adaptor or car

adaptor. Direct charging or operation via headphone socket.

Page 89: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 89 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

8. Optimized antenna and sensor connection no disassembly necessary for transport.

9. Insensitive to ambient interference.

10. The working method shall be time delay correlator with possibility of FFT correlation.

There shall as be minimum two transmitters (outstations) as separate units (usually red

and blue) and radio integrated to the main control unit. Possibility to use additional

transmitters is an advantage.

11. All units shall be battery operated for minimum 7 hours continuous use. Batteries shall

be in common use and easily recharged and replaced. Control unit and transmitters shall

meet IP65 protection, and the sensors have to meet IP68.

12. The main control unit shall have backlit color VGA-display and keypad for easy working.

Frequency responses shall meet 0.1 Hz—5,0 kHz with automatic filtering selection and

possibility for manual filtering selection.

13. There shall be possibility for mixed materials correlation at least for four different pipe

materials with one correlation.

14. Resolution of the system shall be +/-0.5m or less.

15. The software and operation language shall be English.

16. There shall be RS232 or UBS output for printer and PC download with windows

compatible software.

Page 90: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 90 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

17. The transmitters shall have on/off function with LED indication.

18. The microphones shall be high quality digital sensors with protective shrouds and

integrated magnetic attachments. The frequency range shall meet 0,1 Hz—5,0 kHz.

19. All needed interconnecting leads as well as battery charger from 220/240 V for all units

shall be included to the delivery. Connections shall be military specification connectors.

20. High quality headphones able to connect to the control unit and to the transmitters.

21. Operating manuals (2 sets) in English shall be included in the delivery.

22. All items shall be located into a robust carrying case made especially for the set.

23. The acoustic correlator has to be designed for portable use in leakage detection.

24. The control unit shall include an integrated computer together with needed software.

25. The instruments have to be robust standing 1 m dropping test and holdout against heavy

rains as well as temperatures from –20° C up to +50° C and high humidity.

26. Automated Filter Intelligence (AFIS), Combined correlation/survey mode

27. Add in case charging

28. Type of keypad Touch Screen interface Housing High-impact PC/ABS plastic.

29. Battery life 7 hours (Rechargeable)

Page 91: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 91 of 137

5.9.1.7 Ultrasonic Flowmeter, Portable clamp-on type

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. The portable ultrasonic flow meter has to be designed for flow measurement from water

pipes with min. two input channels.

2. 400 hours (LCD off, backlight off, all I/O OFF).

3. Integral data logger.

4. The batteries shall be rechargeable with 220V, 50 Hz charger and with 12V charger from

vehicle plug or/and from accumulator, all included to the delivery.

5. The meter shall be designed for metering flows in the field in various even difficult

conditions with time-of-flight principal using clamps on probes.

6. There shall be built in logger for minimum 50,000 readings of measurements with date,

time, flow, velocity, Qmin, Qmax, Qmean, etc.

7. The software and needed cables for RS 232 and/or UBS serial output shall be included to

the delivery.

8. The meter shall meet the following typical accuracy and specifications: Accuracy better

than 2% of reading if velocity is > 0.1 m/s and +/- 1 cm/s if velocity is < 0.5 m/s.

9. Resolution of measurement time < 0.1 ns.

10. Linearity and repeatability better than 0.2 %.

11. Bi-directional measurement with indication of flow direction (+/-).

Page 92: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 92 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

12. Correction for viscosity and hydraulic coefficient.

13. Operating and operators’ manuals language in English.

14. Size for easy use at sites.

15. 2 set Probes to cover pipes from 15—1.000 mm OD.

16. Cable probes minimum length 5 meters.

17. Suitable for pipe materials as steel, cast iron, asbestos cement, polyethylene, PVC,

copper etc.

18. The meter and accessories shall be delivered in one compact carrying case.

19. Advanced DSP coded signal correlation to provide stable transit timing measurements,

even in difficult conditions.

20. Real time directly measured speed of sound compensation to reduce flow error from

fluid variations with temperature and pressure.

21. Built in wall thickness facility standard, Internal logging, External inputs for thermal

energy and external flow meter logging.

22. External outputs for process control.

Page 93: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 93 of 137

5.9.1.8 Valve Spindle and Metal Cover Locator

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. For comfortably pinpointing magnetic buried valves, spindles etc. by rejecting of

nonferrous metals, up to 1.5m depth depending on size and position of object.

2. Acoustic and visible signals are essential.

3. Weight is limited not to be more than 1.5kg. The instrument should be resistant to

vibration,

4. Shock and moisture influence. The probe end of the instrument shall be waterproof for

probing in mud or snow.

5. Insensitive to depth and high temperatures is an important feature.

6. Visible indication of battery level is advantageous.

7. The instrument should be equipped with batteries for operation time of 50 hours.

8. A carrying bag and manual in English is obligatory.

9. Locate small to medium sized buried metallic objects at depth to 1m depending on size

and position of object.

Page 94: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 94 of 137

5.9.1.9 Metal Pipes and Cable Locator

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. The pipe and cable locator shall be designed to pinpoint metallic pipes and cables

underground as well as to give the depth of the objective.

2. It shall be robust and stand difficult conditions as temperatures –10°C +40°C and high

humidity.

3. The units shall be battery (preferably rechargeable) operated meeting typically 30 hours

operation with battery set.

4. There shall be both inductive and conductive operating modes.

5. The transmitter shall have nominal output power of 3 Watt.

6. The receiver shall have as minimum three sensitivity levels as well as visual and audible

location method.

7. The delivery shall consist of transmitter, receiver, conductive attachment, ground rod,

clamp over 100 mm diameter pipe and operating manuals in English.

Page 95: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 95 of 137

5.9.1.10 Non-Metallic Pipe Locator.

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Frequency: Operates at 33kHz.

2. Tip/ End detection depth: 4m for MXL Locator.

3. Diameter: 6mm.

4. Length: 50m.

5. IP Rating: For actual Tracer Rod & Tip: 68.

6. IP Rating: For Plastic Pipe Tracer Casing: 54.

7. Connecting cable.

8. Receiver consists of:

9. Amplifier.

10. Sensor (Pick up microphone).

11. Power supply.

12. Batteries.

13. Battery Charger.

14. Specification and Operation Manual.

Page 96: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 96 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

15. 5 meters depth.

16. M10 threaded stud.

17. Supplied with Rod Connector.

18. Up to 15 hours battery life.

19. Transmits 33kHz and 8kHz respectively.

20. Carrying Case.

5.9.1.11 Data Logger with GSM Module The GSM and GPRS networks will be used to transfer recorded data, meter readings and alarm messages to a host computer or to the Internet, housed in a

rugged, waterproof enclosure, suitable for installation in underground chambers.

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

General

1. Fully integrated SMS/GPRS /3G/4G Data Logger fit to local frequency.

2. Each channel independently selected for digital or analogue inputs.

Page 97: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 97 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

3. Two channels may be dedicated for high resolution 4-20mA inputs / flash powering

external.

4. Self-powered battery for > 5 years.

5. Nationwide wireless coverage.

6. On-demand data retrieval option.

7. 15-minute, 30-minute, 60-minute, daily data transmission using frequent data mode.

8. "Data on the web" option.

9. Threshold and profile alarms.

10. Light, handy, and programming unit specially designed for work in the field.

11. Advanced technology for safe, efficient, and economical monitoring of piping networks.

12. Universally usable.

13. Professional software solutions.

14. Universal data communication –GSM 3G or 4G/ Radio communication.

15. User specific customized software.

Technical Data

Page 98: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 98 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

16. Measurements and registrations

17. Parameters of water network:

- Pressure 0-16 bar. - Temperature -20 ˚C - +70 ˚C ±2 digital inputs. - Capacity of own battery.

18. Transmission measured data by GPRS 3G / 4G network (optional)

19. Process of transmission, registration, display made online measurement process is not

stopped

20. Internal RTC.

21. Time of sampling: 1 sec to 31 days, with accuracy 1 sec

22. Data storage - 15360 records organized in circle buffer in Memory

23. Intelligent controller software can make tasks programmed by user PC software for

presentation of data

24. Power:

- Work - 5 years with measures 4 times by hour - With GPRS – NO added external battery Processor unit

25. Processor unit

Page 99: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 99 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

26. Hardware:

- RS232 / Adapter fit. - socket for analog and digital inputs - socket for external power - GPRS antenna (option) - All accessories such as cables from data loggers to flow meters

27. Mode of work RS232: Transmission: 57600 bps, 8n1

28. Configuration capabilities:

- Remote change of parameters: calibration, timing of sampling - Secondary channel

29. Automatically communicates with Data Gate or existing FTP site to receive data. Supports

all Data Logger second driven communications Enables easy data storage on the host PC

Multiple graphical view options for advanced data analysis. Data export feature, Easy to

use and highly convenient.

30. Cost effective – can be used to identify exceptional water usage in targeted areas quickly

and efficiently.

31. Alarms enable prompt action to be taken to resolve problems.

32. Secure - password protected access to read only data ensures that data remains secure

and protected.

Page 100: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 100 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

33. CSV download option enables data to be easily exported into a spreadsheet or other

document for analysis.

34. Meter reading statistics displayed as Mean, Min, Max, and Volume etc…

35. Mouse over functionality enables graph data to be clearly pinpointed.

36. Google Map function pinpoints logger position to enable easy identification and location.

37. Fleet reporting option enables loggers requiring investigation to be identified quickly.

38. User Manual: Together with the set of the delivered Goods the Supplier shall furnish

1paper copy of the User Manual in English and 1 electronic copy of the same Manual on

CD.

5.9.2 Maintenance Equipment 5.9.2.1 Electro-Fusion Machine

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Designed for use with water distribution systems.

2. Supplied from manufacturers complying with the requirements of ISO 9001.

Page 101: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 101 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

3. The control units are to operate automatically with magnetic card and/or barcode data

transfer method transmitted via a reader pen or scanner.

4. Universal fusion unit for the processing of all dimensions from d 20 to d 800. Graphical

maxi display for very easy operator guidance.

5. Modern interfaces: - USB interface (A+B) for data transfer via memory stick (included)

and for the connection of printers. Data output also as pdf. Document.

6. Parallel interface for the connection of printer and PC

7. Supervisors pass for the individual setting of unit functions (e.g. locking of functions,

defaults for forced processes etc.). With reader for barcode reading, entry of GPS

coordinates, entry of info texts via barcode , construction site-appropriate cable

storage, large storage space for accessories,

8. Language selection, adjustable buzzer volume, manual emergency entry.

9. The unit shall be delivered in a handy aluminum transport box.

10. The unit is to be designed with an automatic compensator so that it can fully operate

within input tolerances of between 180 and 264 Volt, respectively 45 and 65 Hz.

11. A galvanic separation must exist between the primary and secondary circuits by means

of a high frequency transformer.

12. A temperature sensor is to be provided.

Page 102: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 102 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

13. All present units can in addition be used in the working temperature range of -20°C to

+50°C.

14. The unit must be capable of recognizing and processing different manufacturers’

products.

15. Adapter clips are to be available.

16. The supplier must be able to provide a full range of system software and data

transmission accessories as applicable for data processing.

17. The ability to download fusion records from all memory systems via an RS 232 interface

is to be provided.

18. A back-up internal reserve memory with override must be provided.

19. A blocking system to prevent unauthorized use shall be incorporated into the design.

20. Peripheral information such as operator and job number must be able to be coded-in for

fusion record purposes.

21. The protection class of the unit shall be at least IP 65.

22. A lightweight transport box with an internal document pocket is to be provided.

23. All control units must fulfill the Electro-Magnetic Compatibility regulations in accordance

with the latest US standards.

Page 103: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 103 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

24. All fusion Units have a super long fusion cable (4m) and a super long mains cable (5m)

and thus exceed the standard specifications of 2.5m for fusion cables and 3m for mains

cables.

25. (ISO 12176-2) or equivalent. The user is thus provided with the required mobility at the

construction site.

26. All present units offer the safety class II.

27. The robust housing of the units is made of weatherproof and wear-resistant plastic. It

also prevents the user from getting into contact with heat-conducting metal parts.

5.9.2.2 Tapping and Threading Machine

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Application: To Drill a hole, tap threads and insert a Corporation Stop into a main under

pressure. Insert or extract corporation stops from 1" to 2"

2. Pipe Material:

- Use on cast iron or ductile iron pipe - Cement lined cast iron or ductile iron pipe - Cast iron O.D. PVC - Steel pipe

Page 104: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 104 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

Specifications:

3. Motorized Drilling Machine One Powered Drilling Machine with Three Options - hand

ratchet-- petrol engine – pneumatic also for under pressure drilling.

4. For quick and simple drilling of CI, steel, AC , DI and plastic pipes.

5. Motorized power and continuous feed are necessary for driving the special carbide drills

which are needed for cement lined cast iron pipes.

6. Pneumatic including Adaptor (air consumption: 540 l/min) for drilling machine.

7. Cup drill or twist drill, Hexagonal socket, Adaptor or reducer, Knurled nut, Gear

transmission, Shaft, Shaft locking bolt, Ball valve (washout), Carrier, Oring, Red marking,

Body, Cup drill for PVC pipes, Cup drill for steel and CI pipes, Carbide drill.

Special equipment:

8. For cast iron, cement, lined cast iron, and AC pipes, twist drill with carbide

9. Twist drill for steel, CI and AC pipes,

10. Twist drill 1" - 24 Ø,

11. Twist drill 1¼" - 29 Ø,

12. Twist drill 1½" - 35 Ø,

13. Twist drill 2" - 40 Ø,

Page 105: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 105 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

14. Cup drill for PVC pipes

15. Cup drill 1" - 24 Ø,

16. Cup drill 1¼" - 29 Ø,

17. Cup drill 1½" - 35 Ø,

18. Cup drill 2" - 40 Ø

19. Reducing adaptor with rubber seals

20. 2" - 1"

21. 2" - 1¼"

22. 2" - 1½"

23. 2" - 2½"

24. Equal adaptor with rubber seals

25. 2" - 2"

26. Saddle blade for shut-off

27. 1" - 1¼"

28. 1½" - 2"

Page 106: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 106 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

29. Cup drill for steel and CI pipes

30. Cup drill 1" - 24 Ø

31. Cup drill 1¼" - 29 Ø

32. Cup drill 1½" - 35 Ø

33. Cup drill 2" - 40 Ø

Equipment Furnished with Each Machine:

34. Heavy duty Case.

35. Ratchet handle.

36. Ratchet handle extension.

37. Small saddle gasket (fits between machine and saddle).

38. Large saddle gasket (fits between saddle and pipe).

39. Chain hook, nut and washer.

40. Box end wrench for chain hook nut.

41. Allen wrench.

42. Open end corporation stop wrench.

Page 107: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 107 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

43. Body cleaning chisel (for cleaning debris from inside of machine body).

44. Cutting grease.

45. Instruction manual.

Equipment to be selected:

46. Combined drills and taps.

47. Inserting tools (used to insert corporation stops or pipe plugs.

48. Machine saddles (adapts machine to specific type and size of main.

49. Extracting tools (used to remove stops or plugs from mains).

5.9.2.3 Pneumatic Pipe Cutter

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Disc grinders: angle head

2. Safety Lever throttle

3. Disc Size :180 mm

Page 108: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 108 of 137

4. Free speed: 7500 per min.

5. Air consumption :17.5 liter /second

6. Overall length: 320 mm

7. Net weight: about 3.5 kg

8. Air inlet: 3/8 "

5.9.2.4 Polyethylene pipes cutter

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. For HDPE up to 250 mm O.D size.

2. Electrically operated with power not more than 5 Kw.

3. Manual option available when electrical shutdown

5.9.2.5 Polyethylene pipes sharpener

5.9.2.6 Ring hummer wrench 6-55mm

Page 109: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 109 of 137

5.9.2.7 Manual three jaws puller

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Capacity: 10 Tons

2. Weight: Not more than 5 Kg

5.9.2.8 Manual two jaws puller

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Capacity: 5 Tons

2. Weight: Not more than 3 Kg

5.9.2.9 Electrical Cable cutter Cordless Electrical tool, for crimping, cutting and punching with following specification:

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Crimping range: 50 - 300 mm2 ( copper, and Al cable).

2. Cutting range: up to 600 mm2 ( copper, Al and armored cable).

Page 110: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 110 of 137

3. Punching: up to 50 mm round.

4. Automatic retraction when crimping complete.

5. Manual retraction in case of need.

6. (2) 18V Advanced Lithium 2 batteries,

7. charger and blow-molded case,

8. multiple head.

9. Carrying case.

5.9.2.10 Lighting Stand Lamp 220 V With 30 M Cable The stand lamp will be used to light the location of work (site) at night and will be powered by the mobile workshop generators.

5.9.2.11 Threading Machine for Pipes Up To 2” Diameter.

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Motorized Drilling Machine One Powered Drilling Machine with.

2. Three Options - hand ratchet-- petrol engine – pneumatic also for under pressure drilling.

3. For quick and simple drilling of CI, steel, AC, DI and plastic pipes.

Page 111: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 111 of 137

4. Motorized power and continuous feed are necessary for driving the special carbide drills

which are needed for cement lined cast iron pipes.

5. Pneumatic including Adaptor (air consumption: 540 l/min) for drilling machine.

6. Cup drill or twist drill, Hexagonal socket, Adaptor or reducer, Knurled nut, Gear

transmission, Shaft, Shaft locking bolt, Ball valve (washout), Carrier, Oaring, Remarking,

Body, Cup drill for PVC pipes, Cup drill for steel and CI pipes, Carbide drill.

7. Special equipment:

o for cast iron, cement o lined cast iron, and AC pipes twist drill with carbide

5.9.3 General equipment

5.9.3.1 Pressure Transient Logger Minimum Technical Specifications Transient events are inconsistent and can be extremely short in duration requiring the data logger to sample exceptionally quickly in which conventional

data loggers cannot do.

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Ingress protection rating IP 68

2. Pressure level 0-35 bars

Accuracy: ± 0.25%

3. Sampling Up to 100 sample per second

Page 112: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 112 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

4. memory Each logger shall feature an internal memory card enables up to store

not less than 1 million readings

5. Power supply Internal replaceable batteries not less than 5 years life under

continues operation, complete with low battery alarm.

6. frequency 1 sample per second to one sample per day, fast logging from one 1

to 100 sample per second

7. Logging modes Intelligent logging modes including event recognition in order to

‘capture’ data around the event for Telemetry transmission.

8. Data transfer Pressure Transient Data shall be transmitted to secure web-based

portal via bi-directional 3G/GPRS from which it can be viewed on any

internet enabled device via the online website and data can also be

downloaded locally to a laptop via the units USB port.

GPRS communications can be configured to send data down to every

15 minutes.

9. Operating temperature -10oC to +60oC

10. integrated GPS receiver Each transient logger shall contain an integrated GPS receiver

providing accurate location and time stamping of recorded pressure

and transient events.

11. Component Each transient logger shall contain an integrated GPS receiver

providing accurate location and time stamping of recorded pressure

and transient events

Page 113: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 113 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

12. Accessories Robust carrying cases

13. Documentation and

certificates

• Installation and operation manuals.

• Precise rules for the replacement of the battery locally.

• Software user manual.

• Warranty certificate.

14. Installation and

commissioning

Train and supervise the Utility stuff to implement the Pressure

Transient Analysis System to ensure correct installation, operation,

data logging, transfer data to Utility server.

5.9.3.2 Electrical generator The generated power is used to operate various tools & equipment used by our maintenance crews like plasma cutters, lights, pumps and tools. A robust

heavy-duty design is required.

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

GENERAL

1. Brand new equipment.

2. The equipment shall be complete with all standard accessories, attachments and

features.

Page 114: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 114 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

3. These specifications call attention to certain features, but do not purport to cover all

details of construction of the units.

4. The equipment must be from a company having an authorized representative for after

sales services established in Amman – Jordan for not less than three years.

Electrical Generator Function and Specifications

Description Technical Specification

General

5. Voltage 3-phase (400 V / 230 V)

6. Frequency 50 Hz

7. Prime Power (KVA) 10 KVA

8. Generating Type Prime

9. Base plate Material Steel

10. Generator Tank location Below or above Generator: Capacity minimum 10 litters

11. Mounting Mounted on a portable steel base (stationary)

12. Technical Documentation Operation Manual, Workshop Manual, Spare Parts Manual

13. Vibration and Noise No vibration, Silent

Page 115: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 115 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

Engine

14. Fuel Type Diesel

15. Number of Strokes 4

16. Cooling Type Water

17. Injection Type Direct

18. Air Charging Type Preferred Turbocharged

19. Batteries Rating 12 - 24 V DC

20. Speed 1500 RPM

21. Fuel Consumption < 3.5 Liter/Hour

22. Engine idling Automatic

23. Engine safety shutdown At high coolant temperature & low oil pressure.

24. Fuel filtration With separator fuel pre filter

25. Exhaust With silencer & exhaust flexible joint

26. Starting Aid Quick starting aid in cold weather

27. Operator’s safety Metal protection for rotating elements

Page 116: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 116 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

Generator

28. Power Factor > 0.8

29. Number of Poles 4

30. Number of Phases 3/4 Wires

31. Cooling Type Self-Ventilation

32. Insulation Class F

Engine Control Panel

33. Speed Control Type Manual and Automatic

34.

All switches and push

buttons in panel

Man./ Auto. Switch

35. Start / Stop Switch

36. Emergency P.B.

37. Meter in panel Hour Meter

38.

All Gauges in panel

Water Temperature Gauge

39. Oil Pressure Gauge

40. Fuel Gauge

Page 117: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 117 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

41. Oil Temperature Gauge

42.

All Lamps in panel

Low Water Level

43. Oil Pressure lamp

44. Fuel Filter lamp

45. Start / Stop lamp

Generator Control Panel

46. All switches and push

buttons in panel

Ammeter and change over SW.

47. Voltmeter and change over SW.

48.

All Meters in panel

Amp Meter

49. Voltmeter

50. Frequency Meter

51. Voltage Regulating Type Voltage Adjusting Rheostat or Automatic Voltage Regulator

52. Frequency Regulator

Button Manual

53. No. of Poles for Circuit

Breaker 3 or 4 – Poles

Page 118: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 118 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

54. Isolation Protection (IP) 54 – 68

55.

Electric Output Panel

1 X 3 Phase (380V) socket,

3 X Single Phase (220V) socket

All sockets with breakers

Dimensions

56. Available space in cm

(maximum) (L x W x H) 120 x 60 x 95

Note: All brochures, technical specification catalogues and leaflets; must be supplied with the offer in English or Arabic.

5.9.3.3 Site and Personal Safety Set. Each set shall contain at least the following items:

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

A. Safety shoes, Quantity = 5 pairs

1. Made of leather or rubber

Page 119: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 119 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

2. Waterproof and resistant

3. Sweating absorbent lining

4. Anti-bacterial treatment

5. High resistant to abrasion and cuts

6. Heat resistance up to 70˚c

7. Toe protection cap made of steel, impact resistant toe cap

8. Penetration resistant

9. Nonslip sole

10. Quick release

11. Inner sole made of pierce resistance steel

12. Chock absorbing heel

13. Manufacturing date shall be specified and shall not exceed one year from date of

purchase

14. Height of the shoes about 6"

B. Safety boot knee length (Wellington boot), Quantity = 5 pairs

Page 120: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 120 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Made of PVC of excellent flexibility material

2. Fat, oil, waterproof and resistant

3. Nonslip sole

4. Sweeping absorbent lining

5. Anti-bacterial treatment

6. High resistant to abrasion and cuts

7. Toe protection cap

8. Manufacturing date shall be specified and shall not exceed one year from date of

purchase

9. Height about 35-40 cm

10. Range of sizes 41- 46

C. Gloves, Quantity = 5 pairs

1. Made of PVC or leather Non slippery surface

2. Cotton coated from inside

3. Waterproof

Page 121: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 121 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

4. Anti-scratch, tear and cutting

5. Acid, oil, chemical protection

6. Long sleeves

7. Manufacturing date shall be specified and shall not exceed one year from date of

purchase

8. Range of sizes (small, med., large and x large)

D. Helmet, Quantity = 5

1. Made of hard plastic or PVC to insure head protection

2. Light weight

3. Easy to be used and adjusted to head

4. At least 4 points of suspension for the head harness

5. Replaceable sweat band

6. Adjustable head band to fit different sizes

7. Manufacturing date shall be specified and shall not exceed one year from date of

purchase.

E. Overall suite, Quantity = 5

Page 122: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 122 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Made of plastic or PVC elastic material (Waterproof)

2. Covers the whole-body including head cap

3. Waterproof

4. Anti-tear, scratch and rupture

5. Strong and waterproof knitting

6. Inside lining to absorb moisture

7. The zipper and knobs of high quality with special cover to ensure waterproof

8. Manufacturing date shall be specified and shall not exceed one year from date of

purchase

F. Reflected Vest, Quantity = 5

1. Made of cotton or polyester or mix of both

2. High fluorescence visibility

3. At least two high reflective bands around the waistline of silver color

4. Orange or yellow color

5. Minimum weight (150-200 gm)

Page 123: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 123 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

6. Range of sizes (small-med.-large and x large)

G. Traffic Cones, Quantity = 10

1. The cone shall be rotational molded made of high-quality PVC or polyethylene with

pigmented fluorescence for the highest visibility

2. The cone shall be equipped with reflective straps to be easily noticed in roads and

highways

3. Easy to stack, transport and handle

4. Special base to insure stability

5. Can bear different weather conditions

6. Has space to fix entity logo

5.9.3.4 Submersible Water Pump

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Range of Performance:

o Rated flow = 20 m3/hour o Rated Head = 10 m

Page 124: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 124 of 137

2. Limits of use:

o Depth up to 5 m o Liquid temperature up to + 40°C o Passage of solid bodies max ø 45 mm. o For continuous duty: minimum immersion 290 mm from the pump base.

3. Installation and Use: Used for drainage water and wastewater containing suspended

solid bodies, sewage and water mixed with mud.

4. Construction Characteristics:

o Pump body: Cast iron with threaded port ISO 228/1 or equivalent or stainless steel o Motor casing and base: Cast iron or stainless steel o Impeller: Stainless steel AISI 304. o Motor shaft: Stainless steel EN 10088-3-1.4104 o Double seal: Mechanical seal silicon carbide – NBR, with oil barrier chamber and inner

lip seal to protect the seal in the event of dry running.

5. Motor:

o Submersible asynchronous for continuous duty. o Single phase 220-240 V – 50 Hz with thermal overload protector.

6. Insulation: Class F

7. Protection: IP 68

8. Accessories:

o Neoprene power cable of length 20 m with schuko plug. o Linen drainpipe of length 30 m with reasonable plugs.

9. All brochures, technical specification catalogues and leaflets; must be supplied with the

offer.

Page 125: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 125 of 137

5.9.3.5 Electrical Drilling machine

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Voltage = 230 v

2. Power not less than 700w

3. Chuck keyed

4. Chuck size 1.5- 13mm

5. Hammer

6. Lock on button

5.9.3.6 Set of Standard Hand Plumbing Tools The standard plumping hand from durable good quality tools such as (and not limited to):

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Mini pipe cutter, medium pipe cutter

2. PEX Crimpers

Page 126: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 126 of 137

3. Spud wrench

4. Pipe wrenches 6"/10"/14"/18"/24"

5. Adjustable wrenches

6. Offset pipe wrench 14"

7. Offset hex wrench

8. Hammers, spanners, pliers, and chisels

9. Set of standard screwdrivers

5.9.3.7 First Aid Kit

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1.

5.9.3.8 Pressure gauge

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Body Material: Standard Stainless-Steel Casing, with diameter 63 mm.

Page 127: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 127 of 137

2. Connection: Bottom connection 1/2”

3. Windows material: Safety Glass, Plastic

4. Pressure Ranges: (0 – 30) Bar

5. Movement: Zero adjustment.

6. Dial: Aluminum.

7. Socket: Brass.

8. Pointer: Adjusted Slotted

9. Accuracy: 2%.

10. Working Pressure: Full Scale Value.

11. Temperature Limitations: (-40 C – 60 C)

5.9.3.9 Tablet and printer

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Processor: 3rd Generation Intel ®Core i7-3667U (4M Cache, up to 3.1 GHz.)

2. Operating System: Windows® 7 Professional or Ultimate (64 bit)

3. Display: 15.6’’ FHD LED Display

Page 128: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 128 of 137

No Minimum requirements Alternative

Configuration

Specifications

Response

Code

Comments

4. Memory: 8GB DDR3 SDRAM at 1333MHz or more.

5. Hard Drive: 1000 GB or more.

6. Video Card: Dedicate 1GB or more.

7. Optical Drive: 8X DVD+/-RW

8. Power: External AC adapter, Lithium-ion 9 Cells battery or more.

9. Keyboard: Full Keyboard.

10. WEB-CAM: HD-Cam

11. I/O (input/output) ports USB 2.0, serial RS232 or separate RS232 to USB 2.0 adapter,

VGA, Audio in/out Communications 10/100/1000 NIC integrated, WLAN, Bluetooth

12. Keyboard 101/102-key compatible keyboard also with Cyrillic characters

13. Mouse / pointing device Pointing device (Stick or/and Touchpad)

14. Printer:

o Technology: inkjet o Speed: min. 22/18 ppm o Print resolution: min. 1200 x 600 dpi or more o Paper format: A4

Page 129: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 129 of 137

5.9.4 Quality Assurance Work-Stream No General Quality Control Minimum Requirements Alternative

Configuration

Specifications

Response

Code

Comments

1. Equipment (Leak

detection, noise loggers

and pressure transient

logger) Test Certificate

Each equipment shall be submitted to a vigorous quality control and

testing procedure before shipping.

2. Latest Model

Equipment and all its components shall be new, of the latest production

model, with the latest standard equipment, including items specified

3. Unproven Design

Parts or components not proven in service for a period of one (1) year,

experimental or untried equipment will NOT be acceptable.

4.

Tools

Equipment manufacturer shall furnish at no cost, within ninety (90) days

from the date of Notice to Proceed, all specialty tools required for

maintenance and service and initial installation, in reasonable quantities to

be negotiated with AW

5.

Spare Parts

A complete parts catalogue, and pricing sheets showing list prices and

discounts from list, must be supplied with the proposal for all equipment

models incorporated in the proposal. The model number of each item

being proposed must be indicated and the appropriate literature, data

sheets, and specifications must be attached to the proposal. The proposed

equipment manufacturer must ensure that it will stock a sufficient supply

of repair parts to fulfil the warranty requirements for the entire warranty

period. All parts or interchangeable equivalent parts shall be available

Page 130: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 130 of 137

No General Quality Control Minimum Requirements Alternative

Configuration

Specifications

Response

Code

Comments

from the equipment manufacturer for a period of twenty (20) years from

the date of purchase

6.

Technical Data

Eligible bidder and later the winning bidder shall provide all manuals,

diagrams, tolerance charts, exploded views, parts numbers, pricing,

electronic diagrams, and any Materials Safety Data Sheets (MSDS) within

thirty (30) days of the Notice to Proceed

7. Updates

Manufacturer shall provide technical updates to AW and changes of

technical information within thirty (30) days of publication

8.

Rejection

Equipment that do not meet the requirements of this specification shall be

rejected by AW, removed by the manufacturer and the winning bidder at

its own expense and replaced within the delivery date specified.

Page 131: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 131 of 137

A. Documentation Work-Stream

No Documentation Minimum Requirements Alternative

Configuration

Specifications

Response

Code

Comments

1 Development and

Delivery

Eligible/Winning bidder shall develop and deliver all training, technical,

operations, maintenance and all related design and documentation

required by AW and as indicated in this RFP

2

Language

All delivered documentation shall be English both in soft and hard copies

format, with the exception of technical, installation and maintenance

manuals which shall be in English and Arabic

Page 132: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 132 of 137

B. Training Work-Stream

No Training Work-Stream Alternative

Configuration

Specifications

Response

Code

Comments

1 Pre-requisite to

installation

AW staff must be trained properly prior to the commencement of

installations on all the solution components

2 On-the-job Training

Eligible bidder shall provide full description on how on-the-job training

will be performed

3 Training Location All training shall be conducted at AW’s office and facilities or in the field

4

Curriculum

The winning bidder shall train on all aspects of the leak detection

equipment, including installation, configuration, obtaining reads,

transferring reads and other information, creating performance reports,

diagnosing potential problems with system components, and analyzing

results

The winning bidder shall train on installation management and project

control, for a minimum of 6 AW employees

The winning bidder shall train on Field diagnostics and maintenance, for

a minimum of 6 AW employees

The winning bidder shall train on Field installation, for a minimum of 6

AW employees

Page 133: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 133 of 137

No Training Work-Stream Alternative

Configuration

Specifications

Response

Code

Comments

The winning bidder shall train on System software, hardware

configuration and all technical equipment maintenance, for a minimum

of 6 AW employees

Each training class shall be a minimum of 5 hours for 4 days in duration

and shall cover, as a minimum, operational theory, maintenance,

operation and troubleshooting/repair of the equipment.

Copy of training curriculum shall be provided in soft and hardcopies and

be in English and Arabic

5

Testing

Eligible/winning bidder training shall include evaluation of trainees to

ensure that they have learned the course content and can perform all

necessary functions on the system

Eligible/winning bidder shall notify AW of any employees that fail this

evaluation, and provide them additional training as required

Eligible/winning bidder shall repeat a training session at no additional

cost to AW if a majority of the trainees have not attained the skills from

the training session or fail the evaluation at the end of the training

6 Training Objectives and

Outline

Eligible/winning bidder shall provide a detailed outline of each training

session’s objectives and content at least 2 weeks prior to the training

session to AW for review and approval

Page 134: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 134 of 137

No Training Work-Stream Alternative

Configuration

Specifications

Response

Code

Comments

7

Training Aids

Eligible/winning bidder shall provide trainees’ workbooks, training aids

(including software and videotapes), and system technical manuals prior

to or during the training session at no additional cost and in English and

Arabic

8 Supplemental Training

Eligible/winning bidder shall provide a schedule of costs for additional

training beyond the initial training proposed.

9

Restore Equipment

Eligible/winning bidder shall restore, repair or replace any AW

equipment damaged in training, and restore any hardware or software

modified in training

10

Instructors

Eligible/winning bidder shall provide trained and experienced

instructor(s), and ensure that they do not perform other duties during

the training period that will interrupt instruction

Instructor shall provide a checklist to trainees to evaluate presentation

of course materials for effective feedback to AW

Instructors shall speak Arabic and English. In case instructors are non-

Arabic speakers, the winning bidder shall provide Arabic translating

service or translators.

The trainer who will conduct the training should have at least 5 years of

experience in using the leak detection and noise loggers, and

demonstrated excellent knowledge on how to deliver similar trainings.

Page 135: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 135 of 137

Page 136: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 136 of 137

C. Warranty & Maintenance Work-Stream

No Warranty and Maintenance Minimum Requirements Alternative

Configuration

Specifications

Response

Code

Comments

1 Warranty Clause 1.34

Specifically, all eligible bidders shall agree and adhere to warranty

clause 1.33

2 Latent Warranty Clause

1.33

Specifically, all eligible bidders shall agree and adhere to latent warranty

clause 1.33

3 Warranty and

Maintenance

Requirements

Eligible bidder(s) agree and adhere to terms of warranty and

maintenance wherever have been listed in this RFP

4

Specific Equipment

Warranty

Requirements

All equipment and its components supplied in connection with this RFP

shall be guaranteed to be free from defects in workmanship, has an

expected life of not less than 10 Years, and to meet or exceed

international standards for leak detection accuracy standards, for a

period of at least 5 years from the date of final acceptance by AW. Any

equipment that fails to meet these warranty provisions shall be

replaced at manufacturer’s sole cost

Page 137: Supply of NRW Equipment and Performance Based Contract ...

REQUEST FOR PROPOSALS (RFP) DOCUMENT

RFP NUMBER:

RFP Document Version 1.0

Business Confidential Document Page 137 of 137

Last Page of the RFP