3. SPESIFIKASI TEKNIKAL - angkasa.gov.my. ii. Penjejak/Pelekap/Mounting membolehkan teleskop...
Transcript of 3. SPESIFIKASI TEKNIKAL - angkasa.gov.my. ii. Penjejak/Pelekap/Mounting membolehkan teleskop...
2
SPESIFIKASI TEKNIKAL
TENDER MEMBEKAL, MENAIKTARAF, MENGHANTAR, MEMBANGUN, MEMASANG, MENGKONFIGURASI, MENGINTEGRASI, MENGUJILARI DAN MENTAULIAH BAGI SISTEM TELESKOP NEO LENGKAP DENGAN LATIHAN,
PENGURUSAN DAN JAMINAN SECARA KOMPREHENSIF.
NO. TENDER : AAN 002/2015/T
1. LATAR BELAKANG
Dalam usaha untuk menambah baik perkhidmatan yang disediakan oleh ANGKASA melalui
fasilitinya iaitu ONL, ANGKASA merancang untuk menaiktaraf sistem pencerapan di fasiliti
berkenaan. Maka, satu teleskop dengan kemampuan untuk membuat pencerapan dengan
lebih pantas berbanding sistem sedia ada diperlukan. Ini penting terutama sekali untuk tujuan
penjejakan objek-objek yang berada berdekatan bumi (Near Earth Object).
Sistem teleskop NEO ini merangkumi semua kelengkapan hardware dan software yang
diperlukan bagi memastikan ia mampu melepasi peringkat integrasi, pengujian dan
pentauliahan. Sistem ini akan mampu menjalankan penjejakan asteroid dengan tepat selain
mampu mencerap di kawasan zenith langit tanpa perlu kepada meridian flip. Sistem baru ini
akan dipasang di dek pencerapan ONL . Kerja-kerja yang terlibat adalah:
a. Pemindahan/Pengalihan 3 instrumentasi ke lokasi berdekatan.
b. Kerja-kerja elektrikal and mekanikal
c. Mendapatkan pelepasan dan memenuhi keperluan peraturan kerajaan tempatan
dan badan penguatkuasa berkaitan
2. OBJEKTIF
Objektif bahagian ini adalah untuk menggariskan spesifikasi dan keperluan untuk sistem
teleskop NEO yang diperlukan.
3. KETERANGAN UMUM SISTEM
i. Teleskop merangkumi teleskop jenis pemantul dan focuser bermotor dan boleh dikawal oleh komputer.
ii. Penjejak/Pelekap/Mounting membolehkan teleskop diarahkan ke mana-mana bahagian langit yang diingini dan mengikut pergerakan objek tersebut. Penjejak/Pelekap/Mounting ini juga boleh dikemaskini dengan data objek baru mengikut keperluan pencerap. Sistem ini juga harus boleh dikawal oleh software planetarium secara berkomputer.
iii. Kedua sistem di atas ini perlu dilindungi oleh satu mekanisma bumbung kubah dengan kemampuan untuk membuka dan menutup sepenuhnya mengikut kehendak pengguna. Antara rekaan kubah yang terbaik yang boleh digunapakai adalah dari jenis Clamshell.
3
iv. Petender adalah bertanggungjawab untuk mendapatkan penjelasan tambahan jika keterangan yang diberikan dirasakan tidak mencukupi. Petender juga adalah bertanggungjawab untuk memastikan sistem yang dibekalkan mampu berfungsi sepenuhnya sebagai satu sistem lengkap, dan boleh dikawal sepenuhnya secara berkomputer.
v. Petender juga perlu membekalkan keperluan seperti kabel dan wayar dengan kemas dan teratur mengikut & mematuhi kod piawai. Selain itu, adapter dan connector yang perlu bagi memastikan sistem boleh beroperasi juga harus dibekalkan.
vi. Kesemua sub-sistem perlu dibekal, dihantar, dipasang, disambungkan, diuji dan ditauliah untuk beroperasi sebagai satu sistem terintegrasi.
vii. Petender juga perlu mencadangkan dan membekalkan sistem UPS (Uninterruptable Power Supply) bagi setiap komponen yang menggunakan sumber elektrik yang akan dipasang dalam tender ini bagi memastikan sistem boleh beroperasi sehingga boleh dimatikan secara teratur dan selamat.
4
4. SPESIFIKASI SISTEM
Petender adalah bertanggungjawab untuk memastikan kesemua peralatan yang dibekalkan
di lokasi kerja adalah merupakan cadangan yang terbaik yang dipilih.
4.1 TELESKOP NEO
4.1.1 Teleskop
NO PARAMETER SPESIFIKASI CATATAN
1 Aperture 500mm (20 inci) Diameter cermin utama
2 Focal Ratio F/3.8 (atau lebih rendah) Lebih rendah seperti F/3
3 PanjangFocal 1900mm
4 Back Focus 180mm (atau lebih tinggi) >180mm
5 Jenis binaan Truss tube Kalis suhu (athermic)
6 Diffraction Limit 11mm off axis Wavelength: 410-750nm
7 Corrected FOV 90mm Also Illuminated FOV
8 Focuser 1 Resolusi: 85nm
Beban: 25lb
Gerakan: 105,000 steps
Bukaan aperture: 89mm
ASCOM compatible
9 Rotator Focuser 2 Resolusi: 100nm
Beban: 25lb
Gerakan: 105,000 steps
Bukaan aperture: 75mm
Pusingan: 360 darjah penuh
ASCOM compatible
10 Perisian Kawalan Kawalan penuh teleskop menerusi
computer termasuk status
11 Kit Collimator Set collimator teleskop COLLKITDX
12 Sumber eletrik
sokongan
1,500 VA atau lebih Sokongan elektrik
kecemasan
10 Kit Collimator Set collimator teleskop COLLKITDX
11 Sumber eletrik
sokongan
1,500 VA atau lebih Sokongan elektrik
kecemasan
5
4.1.2 Penjejak/Pelekap/Mounting Robotik
NO PARAMETER SPESIFIKASI CATATAN
1 Beban/Load Kapasiti >109kg 109kg atau lebih tinggi
2 Kemampuan menjejak
sekitar Meridian
Melebihi 45 darjah atau 3 jam Menjejak melepasi garisan
meridian
3 Jenis Binaan Equatorial
4 Penyesuaian Latitud 6 darjah Latitude asjustment
setting(wedge jika perlu)
5 Pemberat Jumlah diperlukan untuk
mengimbang semua
instrumentasi dengan
tambahan 20%
120% pemberat yang
diperlukan
6 Perisian kawalan Kawalan penuh mounting
melalui komputer
Termasuk pemasangan
kabel dengan kemas
7 Shaf Pemberat tambahan Diameter: 38mm/1.5 inci
Panjang: 178mm/7 inci
8 Tapak kaki (pier
foundation /support)
Ketinggian 11-12 kaki tinggi
dari lantai
Terasing (isolated) dari
struktur bangunan
9 Sumber eletrik sokongan 1,500 VA atau lebih Sokongan elektrik
kecemasan
10 Terasing dari struktur
housing
System pencerapan (teleskop
& mounting) tidak diganggu
oleh pergerakan dari bahagian
lain balai cerap
Penjejak/pelekap/mounting
tidak bersambung dengan
struktur balai cerap yang
dibina
4.1.3 Kubah
NO PARAMETER SPESIFIKASI CATATAN
1 Diameter bukaan
dalam
12 kaki / 3.65m Jenis rekaan Clamshell
2 Material Fiberglass
3 Perisian kawalan Boleh dikawal computer dan juga melalui suis
Bermotor
4 Sumber elektrik 220V-240V
6
NO PARAMETER SPESIFIKASI CATATAN
5 Manual override Manual Crank(declutch system) Jika berlaku sebarang
masalah pada motor atau
elektrik, kubah boleh ditutup
secara manual
8 Sumber eletrik
sokongan
1,500 VA atau lebih Sokongan elektrik
kecemasan
4.1.4 Guide Scope
NO PARAMETER SPESIFIKASI CATATAN
1 Aperture 110mm atau lebih besar Apochromatic Penuh
2 Focal Ratio F/7
3 PanjangFocal 800mm atau lebih tinggi
5 Jenis binaan CNC machined aluminium penuh
6 Focuser Bermotor dan dikawal komputer Robofocus atau Moonlite
4.1.5 Kamera CCD
NO PARAMETER SPESIFIKASI CATATAN
1 Sensor Jenis CCD: E2V CCD42-40 o Back-Illuminated
Grade\Class: 1
Saiz pixel: 13.5 um
Resolusi: 2048 x 2048
Anti-Blooming: NONE
Linear Full Well: 100,000 e-
Monochrome
2 Penyejuk Thermo-Electric Cooling (TEC) Menurunkan suhu CCD
hingga ke paras 65C
dibawah suhu
persekitaran
3 Peak Signal 150,000 e-/pixel
4 Readout Frequency Max: 3MHz
7
NO PARAMETER SPESIFIKASI CATATAN
5 Spectral Range 200nm-1060nm
6 Data Interface USB 2.0 / USB 3.0
7 Perisian kawalan Kawalan penuh Kamera CCD
melalui komputer
Termasuk pemasangan
kabel dengan kemas
8 Sumber eletrik
sokongan
1,500 VA atau lebih Sokongan elektrik
kecemasan
4.1.5.1 Filter Wheel
NO PARAMETER SPESIFIKASI CATATAN
1 Bilangan slot filter 5 slot
2 Saiz slot filter Diameter: 2 inci / 50mm circular
Tebal: 3mm-5mm
SLOAN
3 Perisian kawalan Kawalan penuh Kamera CCD melalui computer
Bermotor (Stepper motor)
4 Data Interface USB
5 Body Material CNC machined Aluminum
4.1.7 Peralatan Sokongan
N
O PARAMETER SPESIFIKASI CATATAN
1 Workstation 1 Processor : 2 x 4 cores (3.3GHz each)
Storage : 3TB Fusion Drive (min)
RAM : 16GB (min)
GPU: 2.1Teraflops, 4GB GDDR5, 256bit
30” WQXGA IPS LED Monitor display (min)
OS: Windows 7 Ultimate 64-Bit
Support dual monitor output
Workstation 2 Processor : 4GHz
Storage : 4TB (min)
RAM : 16GB (min)
GPU: 3.5 Teraflops, 4GB GDDR5, 256bit
27” 5K Retina Display
8
N
O PARAMETER SPESIFIKASI CATATAN
OS X Yosemite
2 LAN switch
To be proposed by tenderer
Gigabit Ethernet Switch
3 Multiplexer For data, voice, fax and
LAN integrating
multiplexer
4 Router/Modem G.703 interface modem
5 Computer table with CPU storage Compact space saving
design (3 unit)
6 Working chair Compact space saving
design (3 unit)
7 Sumber eletrik
sokongan
1,500 VA atau lebih bagi setiap
workstation
Sokongan elektrik
kecemasan
*The specifications above are described as the minimum requirement and shall be treated as
guidelines. The tenderer shall propose any equipment which adheres to the specifications.
4.1.8 CONSUMABLE SPARE PART
4.1.8.1 The Tenderer shall provide a list, giving full particulars and available sources,
i.e., the name and address of the supplier or manufacturer of all consumables
under this Tender in JADUAL 26 SENARAI ALAT GANTI PAKAI HABIS for the
proper and continuing functioning of the NEO observatory.
4.1.8.2 The tenderer shall confirm the availability of spare parts for the equipment to be
supplied at least for a period of ten (10) years from the date of supply. If the spare
parts for this project obsolete or discontinued production, the tenderer is
responsible to ensure their replacement is compatible with existing system without
degrading the performance of the overall system.
4.1.8.3 The Government is not bound to accept the entire package deals and the right to
receive and offer some of the submitted bid packages.
4.1.9 SOFTWARE
4.1.9.1 The Tenderer shall prior to delivery, provide a comprehensive Interface
9
Control Document (ICD), which define the operational characteristics of the
software, the recommended configuration of the designated hardware and
the recommended operating environment. The tenderer shall ensure to
include function control library which enable end user to
modify/upgrade/customize default software function.
4.1.9.2 The Tenderer warrants it has the right and authority to grant the licence to
ANGKASA. Without limiting the foregoing, the Tenderer warrants that there
are no existing restrictions or constraints on its right and authority to supply,
install and licence the software or any part thereof.
4.1.9.3 The Tenderer grants to ANGKASA a non-exclusive licence to use the software
on computers with the operating systems as specified.
4.1.9.4 The Tenderer warrants that the Software shall be free from defects and errors
shall be properly installed and will perform in accordance with all relevant
standards and specifications as defined in this section.
4.1.9.5 In the event of any updates to the software, the Tenderer should provide to
ANGKASA free of charge to be replaced by the new release during the
warranty period.
4.1.10 SPECIAL TOOLS AND TEST EQUIPMENT
4.1.10.1 The Tenderer shall supply all equipments required for testing, commissioning,
verification, operation and maintenance of the NEO observatory in JADUAL
16 SENARAI ALAT-ALAT KHAS DAN PERALATAN PENGUJIAN
4.1.10.2 The Tenderer shall supply power cords, test cords, calibration kits, adaptors
and connectors as being essential accessories without no extra cost and as
part of deliverables.
4.1.11 AUXILIARY POWER SUPPLY (UPS)
4.1.11.1 The Tenderer shall supply to the ANGKASA an auxiliary power supply to
ensure that the NEO observatory and all subsystems shall be stable and
9nalyse9uptable in the event of power outage.
4.1.11.2 The Tenderer shall ensure that the auxiliary power supply is sourced locally.
10
4.1.12 ENVIRONMENTAL
4.1.12.1 The Tenderer shall take all remedial measures to ensure that outdoor
equipment can perform and function in the varying extreme outdoor
environment.
4.1.15 POWER AVAILIBILITY
The NEO observatory shall be designed for operation with the following
voltages:
i. Three phase voltage 240/415 VAC ± 10°
ii. Single phase voltage 240 VAC ± 10°
iii. Frequency 50 Hz
4.1.16 DUTY CYCLE
Except during maintenance, the new system will operate with a minimum of 6
hours a day and 6 days per week for at least 5 years.
4.2 OBSERVATORY STRUCTURE/HOUSING
4.2.1 General (Scope of Work)
4.2.1.1 To propose, design and construct a suitable structure inclusive of electrical and mechanical works to support the complete NEO observatory as defined in section 4.1.
4.2.1.2 The sketch diagram in Figure 1 & Figure 2 shows the platform design criteria and Figure 3 shows a concept of NEO Observatory for tenderer’s reference.
4.2.1.3 The tenderer shall propose a design for the NEO Observatory platform which is suitable, operational and practical (in accordance with engineering standard and best practise) with the proposed system and existing surrounding infrastructure/inveronment.
4.2.1.4 To propose, design and construct suitable cable trench for cabling from
platform/structure base to nearest riser
4.2.1.5 To relocate any overhead equipment/devices and structure that is in used and active which are in service as instructed by ANGKASA Personnel.
i. Weather Station ii. All Sky Camera
11
iii. HF Antennas iv. GISTM Receiver v. Others
4.2.1.6 To investigate and study existing utilities (current condition) specification in
order to suite, match and utilize with new NEO observatory system requirement. Which involves and not limited to:
i. True North Alignment of tracking mount and dome ii. Latitude adjustment of mount to suit Langkawi’s location
iii. T-point calibration iv. Air ventilation v. Raised floor with 600mm clearing from the slab. Vibration insulated.
vi. Mount’s pier foundation or support structure vii. Others
RUANGAN INI SENGAJA DIBIARKAN KOSONG
12
FIGURE 1 : FLOOR PLATFORM SUPPORT(BEAMS) **All beam width are 210mm
Black colored beams are 315mm thick
Grey colored beams are 270mm thick
Blue boxes are columns
11.35 m
4.25 m
5.00 m 4.80 m
15
4.2.1.7 To plan, manage and coordinate the sequence of work on site among all parties involved in this project. (ie subcontractor, supplier, consultant, local authority).
4.2.2 Preliminary works
4.2.2.1 Mobilization of the machinery and equipments
4.2.2.2 Comprehensive Site survey and structural investigation work (to include all necessary action required to perform this matter)
4.2.2.3 Obtain necessary clearance for the pre and post construction works and fulfil
the local authorities’ requirements 4.2.3 Resources/Temporary Works and Services
4.2.3.1 Location: Inform ANGKASA Personnel of the intended silting of all spoil heaps,
temporary works and services. 4.2.3.2 Maintain: Alter, adapt and move temporary works and services as necessary.
Clear away when no longer required and make good. 4.2.3.3 Attendance: Provision of temporary works and services for nominated sub-
contractors, public bodies and others will be limited to items included in general and other attendance as specified.
4.2.3.4 Inspection of Covered Work: At the request of the ANGKASA Personnel open
covered work up for inspection.
4.2.4 Temporary Works
4.2.4.1 Damage to Existing Roads And Culverts: To be kept to minimum. Contractor is responsible for damage and shall maintain, repair and reinstate to their original condition to ANGKASA’s Personnel satisfaction. Alternatively, Contractor shall bear the cost of maintenance and restoration as a deduction from money due or to become due under this Contract.
Where services are to be temporarily terminated or diverted, give the necessary notices to the appropriate Authorities. Arrange for work to be carried out and pay all costs and charges involved. Verify and obtain any necessary approval prior to the removal or any dis-used services encountered. Allow for blocking off ends, etc., as appropriate where directed.
i. Provide each cabin with Standard Fittings: electrical services complete with
circuit breakers, 13 amp and 15 amp socket outlets, air-condition points and light fittings; doors
16
ii. Provide also optional extras as follows: - sliding glazed aluminium windows, exhaust fans.
iii. Provide adequate cleaning, maintenance and security, make proper
conservancy arrangements; pay all charges in connection (including electrical supply) deodorise and keep clean; alter; adapt; and repair the accommodation from time to time as necessary.
iv. On completion of this works and within one week of the ANGKASA
Personnel so instructing, remove accommodation from site and the area where it stood reinstated to its original condition. All the furniture and fittings within this office shall become the property of the Government to whom they should be handed over.
v. Where Contractor proposes to use a transportable site office, submit
together with this tender details of manufacturer, size of proposed accommodation, electrical fittings and furniture proposed to be provided together with necessary drawings and other technical literature of the same, and stating whether the proposed site office if new or has been previously used.
vi. Clean the office properly each day including the disposal of waste from the
offices. Maintain offices in good repair for as long as they are in use.
vii. Provide and maintain all furniture, fittings, equipment and consumables for offices.
viii. Pay for all utility bills including electricity, water and telephone. Bills for
telephone and fax calls for local (within peninsular Malaysia), outside peninsular Malaysia and overseas shall be borne by the Contractor. Before the permanent utilities are connected, make provision for supplying utilities from temporary sources.
ix. Provide the necessary and sufficient furniture and fittings,
computer/laptop, pay all charges, electrical and water charges.
4.2.4.2 Safety Gears: Ensure all persons and/or workmen entering and/or working on site be
provided with safety helmets and boots on at all times failing which such persons shall risk being removed from site and suffer non-coverage by insurance. Enforce the abovesaid requirements. Prominently display adequate notices and warning signs on site.
4.2.4.3 First Aid Kit: Provide a complete first aid kit which shall be kept and properly
maintained in the Contractor’s Site Office. Assign a site representative who shall be on the Site during all working hours to ensure that first aid facilities are
17
available without delay at all times when work is in progress. Train one Contractor’s staff in simple first aid duties.
4.2.4.4 Medical Facilities: Arrange for medical attention to be available when
necessary. Provide dressing stations, complete with all adequate first aid equipment within easy access to each works area on Site. Display, in prominent positions, the identities of those employees who are available to render first aid. Provide for transportation of serious cases to nearest hospital.
4.2.4.5 Contractor’s Offices, Plant Yards, Workshops, Labour Camps, Etc.:
i. The working areas to be given to Contractor for construction of Works and
temporary facilities shall be strictly confined to the project site. Obtain prior approval from ANGKASA’s Personnel before erecting the site office, plant yards, work shop labour camps and other temporary facilities.
ii. The ANGKASA’s Personnel will furnish Contractor with land for his site
offices, temporary plant yards, workshops, etc. Within the Site.
iii. Contractor shall:- a. design, construct, maintain and on completion of the Works remove,
a Contractor Office for the Contractor’s exclusive use within the area designated the Contractor’s Offices. Erect Trans-Camp system or equally large offices shall be stacked on two (2) storeys with colour
bonded steel roof cladding on 30 pitch. b. design, construct, maintain and on completion of the Works remove,
the other site offices, plant yards, workshops, etc. on the area designated as the Service Centre or within the working areas of the Site and at locations as approved by ANGKASA Personnel.
c. submit drawings for approval of ANGKASA Personnel of his planned
site installations and working areas with the details of proposed layout for the site offices, temporary plant yards and workshops, etc. within fourteen (14) days of the date of site possession. Show all site installations at different phases during construction. Show temporary roads and hard-standings and service runs on his drawings as well as planned distribution points for water and power. Remove, relocate and amend the Contractor’s offices, plant, workshops, etc. to suit the available site working area at different times during construction.
iv. Contractor’s Labour Camp
a. ANGKASA will make available an area within the site or area marked
on drawing on which the Contractor may erect and maintain a temporary labour camp. The Contractor will be allocated a portion of this area for his labour camp. The Contractor need to prepare the
18
earthworks platform ready for construction of the camp, subject to sufficient advance notice being given by Contractor. The Contractor shall supply all service roads, lighting, sewerage, drainage, utilities, etc. for his labour camp.
b. The Contractor shall maintain the temporary accommodation
properly in a secure, clean, tidy and hygienic condition. The Contractor shall design the accommodation to match the appearance shown on the sketches. The Contractor shall design, erect and maintain a secure fence and lockable gates around the Contractor’s temporary labour camps. The sketches indicate desired sizes of room only.
c. The Contractor shall, within fourteen (14) days of the date of site
possession, give details of the Contractor proposed temporary labour camp. These details shall include the numbers of people the Contractor will accommodate, the numbers, size and layout of accommodation units and other facilities, such as WCs, wash rooms, kitchens, dining rooms, clinic, recreational facilities, etc.
d. Unless otherwise agreed with ANGKASA Personnel dismantle and
remove the Contractor’s temporary labour camps 2 weeks before completion of works and shall reinstate the sites to their original or specified condition including breaking up and removing foundations, hardstandings, fences and utilities.
4.2.4.6 Contractor’s Storage, Welfare and Office Accommodation:
i. Provide for all costs incurred by complying with all Safety Health and Welfare Regulations, appertaining to all work people (including those employed by Nominated Sub-Contractors) employed on site.
ii. Erect and maintain on site adequate, secure and watertight temporary
buildings for use during this Contract:-
a. Temporary office and canteen for the Contractor’s staff and watertight sheds for the storage of materials, plant, tools and tackle and for the use of workmen on site. Cement stores to have floors raised at 300mm (minimum) above ground level. After, shift and adapt all temporary structures from time to time as necessary and remove same on completion.
b. Accommodation for own and sub-contractor’s workmen of approved
design allowing 10 sq. meter space per man. Alter, shift and adapt all temporary structures from time to time as necessary and remove same on completion.
19
iii. Contractor shall provide accommodation for own and sub-contractor’s
workman outside the site and provide adequate transportation for all workers. Contractor shall also arrange for security passes for all workers.
4.2.4.7 Contractor shall provide a Standard Fabricated Workers Quarters and shall
comply with any local authorities requiements. 4.2.4.8 Name Board: Provide approved name board to ANGKASA Personnel design
specification, erect in approved position and displaying as per ANGKSA personnel and local authority requirements.
4.2.4.9 Safeguarding the Works:
i. Contractor is responsible for safeguarding the whole Works including those of Sub-Contractors until it is handed over to ANGKASA.
ii. Where directed by ANGKASA Personnel provide and leave in position at
completion of the Works, specific protection to staircase, handrails, floor, dados and other finishings, materials and any other completed items deemed necessary. All costs for such protection shall be deemed to have been included in the Contractor’s tender sum.
4.2.4.10 Lighting and Power: Provide electricity and all equipment for lighting and
power for the Works and make temporary arrangements for distributing about the site and pay connection, monthly and all associated cost.
4.2.4.11 Lighting: Illuminate internal surfaces during finishing work and inspection as
follows:-
i. Spaces designed to be artificially lit during daylight hours: illuminated to closely resemble that provided by the permanent installation.
4.2.4.12 The Permanent Electrical Installation:
i. ANGKASA does not undertake that it will be available. Take responsibility
for operation and maintenance and arrange supervision by and indemnification of the appropriate sub-contractor, and pay costs arising.
ii. When permanent electric power supply becomes available and have been
commissioned by Tenaga, the Contractor shall be required to pay for all monthly electricity bills incurred including minimum charges as levied by Tenaga, where electricity has been consumed from the commissioned permanent electric power supply. Continue payment for such electricity bills and/or minimum charges incurred for the duration up to and including the date of formal handing over of the works to the ANGKASA. Arrange
20
with Tenaga Authorities to have the Tenaga meters read on the day of handing over of the works to the ANGKASA failing which the Contractor shall remain fully responsible for all consequences and costs arising due to late reading of TEN meters.
4.2.4.13 Meter Readings: Where changes for service supplies need to be apportioned
ensure that meter readings are taken by relevant authority at possession and/or completion as appropriate. Ensure that copies of readings are supplied to interested parties.
4.2.4.14 Utilities and Other Services:
i. The Contractor shall be responsible for locating the position of all utilities,
including mains, overhead and underground cables, pipes, sewers and drains. Make good, own expense, any damage whatever to existing utilities and ANGKASA indemnified at all times from all claims, costs and expenses on account of any damage (whether permanent, temporary or recurring) to said utilities.
ii. Adequately support all utilities which are encountered in the course of the
Works. Sling up, strut or otherwise protect from damage to the satisfaction of ANGKASA Personnel. Ensure that such existing mains and utilities are not interrupted without the written consent of the relevant authority or the owner of the utilities concerned.
iii. If any privately owned utilities for water, electricity, telephone, drainage,
etc. passing through the Site are affected by the Works, provide an approved equivalent alternative service in full working order to the satisfaction of the owner of the utility and the ANGKASA Personnel before the cutting of the existing utility, and until the completion of the permanent replacement of the utility.
iv. The Contractor shall generally use permanent utilities for testing unless
otherwise agreed by ANGKASA Personnel.
v. Pay the costs of all temporary and permanent utilities used in carrying out testing and commissioning and until the Taking-Over of the Works.
4.2.4.15 Temporary Lightning Protection of Structures: Install effective lightning
protection system for the works during construction, and for all hoists and cranes. The lightning protection system shall convey lightning discharge safely to ground without danger to building, machinery and occupants. The system shall comply with British Standard Code of Practice – the protection of structures against lightning (CP 326) comprising air terminations, down conductors and efficient earthing system.
4.2.4.16 Fire Protection And Preventation During Construction:
21
i. Take adequate fire protection and prevention measures during
construction.
ii. Make provisional arrangements with local fire authority for fire protection, prevention and fire fighting within the Site. Consult the fire authority and implement their recommendations with regard to the required levels of fire fighting equipment for use on Site.
iii. Produce a fire protection plan and submit the plan to ANGKASA Personnel
for review and approval. Revise the plan as Work progresses and at least every six (6) months resubmit to ANGKASA Personnel for approval and implement revised plan.
iv. Provide fire training is for all his staff at regular intervals.
4.2.5 The project site
4.2.5.1 The project site is on the third floor deck of the main building (approximate 400sq ft) is located in the vicinity of Empangan Bukit Malut(approximate 0.6821 hectare) on the island of Langkawi.
4.2.5.2 Jalan 108 is the main entrance road to the site and access to the project site is through an existing private road. Tenderer is advised that these roads shall be used by the ANGKASA’s Personnel and other authorized persons throughout this project.
4.2.6 Description of the Site
4.2.6.1 Working Area Storage And Parking The tenderer shall be confined strictly to the boundaries designated for the
Project Site. The Tenderer shall NOT be given full possession of the entire lot
of facility.
4.2.6.2 Existing Services
Tenderer is required to:-
i. Ascertain the existence and types of underground services (water,
electricity etc.) that serve the existing buildings.
22
4.2.6.3 Visit the Site:-
Site visit is compulsory and failure to comply with this condition will render the
proposal invalid and be rejected. Refer to the SEKSYEN 2: ARAHAN DAN
SYARAT-SYARAT KEPADA PETENDER for more details. The Tenderer shall be
deemed complete knowledge of the site, it surroundings and have ascertained
all details pertaining to, before submitting this tender:-
i. Means of access to site and accommodation he may require;
ii. Nature, characters and conditions of site;
iii. Local conditions including climatic;
iv. Tidal, flood and local drainage problems;
v. Extent of working space available;
vi. Conditions affecting labour, materials, storage of materials, positioning of
temporary buildings and plant;
vii. Location of existing services;
viii. Nearest point from which temporary electricity and water can be connected;
ix. Restrictions likely to affect the execution of the Works;
x. Any other information as to risks, contingencies and all other circumstances,
which may affect his tender.
Any claim on grounds of lack of knowledge of site and related matters will not
be considered. And any information or document forwarded by the
Government to the Tenderer shall not relieve the Tenderer of his obligation
under the provision of this clause
4.2.6.4 Site Exploration:
4.2.6.5.1 ANGKASA gives no warranty for the information or document
provided either as to the accuracy or sufficiency or as to how the same
should be interpreted. Tenderer shall make use of and interpret the
same entirely on his own risk. Tenderer may carry out his own site
and sub-surface investigations with written permission with their own
cost. Provide ANGKASA Personnel with three (3) copies of results of
such investigation without charges.
4.2.6.5 Access:
4.2.6.6.1 Access to the project site is via an existing common access road (off
Jalan 108).
23
4.2.6.5.2 The Tenderer is hereby informed that ANGKASA, his Personnel and
authorised persons shall be using this common access road during the
Contract period including other Tenderers currently constructing
other building and civil engineering works at adjoining site. Should the
need arise, the Tenderers is to allow and provide at his cost his own
temporary access road including any temporary bridges, crossings,
etc. and to reinstate and make good all disturbed works to its original
condition or as directed by ANGKASA Personnel upon completion of
his contract. Prior to his construction the Tenderer shall give full
details of his proposed route, construction etc. and shall only proceed
to construct his alternative access after written approval by the
ANGKASA Personnel and Local Authorities. The Tenderer shall comply
to the conditions attached to such approval by the ANGKASA
Personnel and to any other future and additional conditions that may
be stipulated by ANGKASA Personnel and Local Authority.
4.2.6.5.3 Upon possession of the work site and before commencement of work,
the Tenderer shall, in the presence of ANGKASA Personnel, take
record photographs and written notes of the formation levels, the
adjoining roads, roadside drains and drain walls where applicable and
provide at no cost, one copy each of all record photographs and notes
to the ANGKASA Personnel. These documents need to be signed off by
both parties pre and post construction.
4.2.6.5.4 The Tenderer in addition to the foregoing paragraphs shall, comply to
these general provision in the execution of his works:-
i. Liaise and coordinate his works with the other Tenderers and take
all necessary precautions to reduce disturbance either from causes
arising from his own oversight or those caused by other Tenderers
in the execution of their works.
ii. Protect, uphold, maintain in good condition and make good all
disturbed work to the access roads previously or concurrently
executed by other Tenderers. Failing so, ANGKASA has the sole
right to impose reasonable penalty.
iii. The Tenderer shall observe and comply with any regulation
governing the loading/unloading of or waiting by vehicles on public
roads, highways and the like including the carriage if any materials,
protective coverings, warning displays etc., and to pay for all costs
involved.
24
4.2.7 Taking-Over Procedure:
i. Provide outline of Taking-Over procedure in the project procedures in the Contractor’s Quality Assurance Plan that the ANGKASA Personnel shall review. The Taking-Over procedures shall show in a concise and convenient form how the Contractor will present the written evidence that the Contractor has completed the Works and fulfilled all contractual and statutory obligations. At least three (3) months before the Contractor intends to give notice that he has practically completed the Works, the Contractor shall submit to ANGKASA Personnel for approval a revised Taking-Over procedure based on the outline Taking-Over procedure that shall take proper account of ANGKASA Personnel comments on the outline or previously approved Taking over procedure.
ii. The Contractor’s Taking-Over procedure shall list all the documents that
are to accompany the notice of practical completion which shall include, but not be limited to:-
a. construction and design (to the extent required by the Contract) records signed by an authorised and qualified professional.
b. As-built survey plans showing building dimensions or co-ordinates, levels, invert levels, set-backs and all built features.
c. statutory authorities’ design approvals d. records of inspections and testing of materials and workmanship e. records of factory inspections and testing of Equipment f. records of site inspections and testing of Equipment g. commissioning records of Equipment and signed test certificates h. records of statutory authorities’ checks on Equipment i. training records and copies of certificates of proficiency j. as-built information and drawings k. operation and maintenance manuals including all specified information l. the Contractor’s guarantees or warrantees on products installed m. list including name, address, telephone and telefax numbers,
department/division in charge, etc. of suppliers and manufacturers of all materials, equipment and the spare parts and consumables
n. list of local agents of the suppliers and manufacturers including address, telephone and telefax numbers, department/division in charge, etc.
o. list of any defects noted and programme for their rectification p. list of any outstanding works, outstanding defects and programme for
their finishing.
iii. Regarding the as-built information, those marked up set of drawings for works actually carried out shall be submitted to ANGKASA Personnel for the preparation of the as-built drawings.
25
4.2.8 Technical Requirement need for Design & Build
4.2.8.1 Technical Offer
i. The Technical Offer shall be comprised of the Design Proposal for the
Works and other forms requirement in engineering practice. To be
examine and 25nalyse the technical aspects on the basis of the
information supplied by Tenderers and rules of authority requirements,
taking into account the completeness, consistency and level of detail
provided. Consideration shall be given to the following:
a. Design Proposal with ANGKASA’s Requirements, as it relates to the
Works.
b. Technical Offer with Works Requirements, as it relates to the whole of
the Works.
c. Environmental of department rules/guidlines.
d. Safety & Health department rules/guidlines.
4.2.8.2 Design Proposal
4.2.8.2.1 The Tenderer shall prepare the following documents that will form the Design
Proposal:
i. Preliminary Design of all elements of the Works. The Preliminary Design
shall comprise drawings and technical specifications. Drawings scales shall
range from 1:20 to 1:50, or as otherwise specified in the Employer’s
Requirements.
ii. Commentary on the ANGKASA’s Requirements, including status of the
information available and relevant design issues for the Works, detailing
how the critical requirements will be achieved.
iii. Discussion of how the Tenderer proposes to develop the design at key
stages, including a commentary on any necessary mapping and/or survey
work and the proposed design methodology for key elements of the
Works.
iv. Name, qualifications, and particulars of the design company and designers
in charge of the design of the Works.
v. Proposed names of suppliers and details for all essential equipment items,
including but not limited to such items as M&E works, C&S works etc..
Specifications shall be accompanied by manufacturers’ brochures and
26
details of the main items and equipment, especially those listed above,
and indication of availability when needed in the general project
timeframe, respectively.
vi. Comments on any errors or defects noted in the ANGKASA’s
Requirements, along with details of any exceptions taken to the
Employer’s Requirements.
4.2.8.3 Method Statement
i. Each Tenderer shall set out details of the Method Statement for the Works
to demonstrate how it will meet the Employer’s objective and
requirements. At a minimum, the Method Statement shall address the
following:
a. Details of the arrangements and methods which the Tenderer proposes
to adopt for the design and construction of the Works, in sufficient
detail to demonstrate their adequacy to achieve the requirements of
the Contract including completion within the Time for Completion
stated in the Appendix to Bid.
b. Outline of the arrangements which the Tenderer proposes to adopt to
manage coordination of Site access.
c. Commentary on the geotechnical and subsurface aspects of the Works
including materials, material sources and any constraints.
d. Commentary on any services / existing building / utilities
e. Commentary on logistics and traffic management.
f. Outline of the arrangements which the Tenderer proposes to adopt to
ensure compliance with the Employer’s Requirements.
g. Outline of the arrangements which the Tenderer proposes for testing
upon completion as called for in the Employer’s Requirements.
h. Outline of arrangements which the Tenderer proposes for conducting
training as specified in the Employer’s Requirements.
27
i. Outline of arrangements for handover, including completion of as-built
drawings, preparation of operation and maintenance manuals, and any
additional matters.
5 GENERAL TERMS & CONDITIONS
5.1 Technical Evaluation
5.1.1 During tender evaluation period, the tenderer shall be responsible to facilitate
and coordinate with relevant parties (eg subcontractor/manufacture) for
technical evaluation by Government or the Government’s representative through
technical visit and/or presentation etc. (whenever necessary).
5.1.2 If required, the tenderer shall at its own expense carry out all activities related to
this Technical Evaluation prior to tender award.
5.1.3 The Government or its designated representatives shall be entitled to attend the
technical evaluation and the Tenderer shall provide all necessary facilities to the
Government. However, the Government shall bear all cost and expenses incurred
in connection with such attendance limited to logistics such as airfare, lodging,
transportation during the activities.
5.2 Design Review
5.2.1 The tenderer shall at its own expense, conduct Design Review sessions as specified
in JADUAL 5: JADUAL IMPLEMENTASI KESELURUHAN PROJEK.
5.2.2 The tenderer shall submit a complete set of documentation related to design
review session one (1) week before the session conducted.
5.2.3 The tenderer shall bear all cost in organizing this design review session.
5.3 Acceptance Test
5.3.1 The Tenderer shall be responsible for the preparation of suitable test plans, test
procedures and test forms to be used in the acceptance of the equipment or
system.
5.3.2 There are two (2) mandatories tests to be performed which are Factory
Acceptance Test (FAT) and On-Site Acceptance Test (OSAT).
5.3.3 As for Factory Acceptance Test (FAT):
28
5.3.3.1 The tenderer shall at its own expense carry out at the place of
manufacture all such tests and inspections of the equipment as specified
in the Project Management Plan;
5.3.3.2 The Government or its designated representatives shall be entitled to
attend the aforesaid test and inspection and the Tenderer shall provide
all necessary office facilities to the Government. The Tenderer shall bear
all cost and expenses incurred in connection with such attendance
including logistics such as airfare, lodging, transportation during the test
activities.
5.3.4 The Government may at any time at its own discretion request for
implementation of additional tests and inspection which is not described in the
contract.
5.3.5 The tenderer shall provide a certified report of the results of any such test and/or
inspection which include the detail records of test results and measurement,
testing methodology, waveform and graphical print out within two (2) weeks
after such test and inspection has been carried out.
5.3.6 If any equipment fails to pass any test and inspection, the tenderer shall either
rectify or replace such equipment and shall repeat the test and inspection upon
giving a notice.
5.3.7 The tenderer shall also perform all other tests which may be specified elsewhere
in this document. The costs of all test including the provision of necessary
equipment, tools, materials, labor and all other expenses shall be deemed to be
included in the contract sum.
5.3.8 The tenderer shall be responsible to ensure calibration certificate of equipment
are valid during the acceptance test activity. No additional cost shall be charged
in carrying out this calibration.
5.4 Supply, Delivery and Testing
5.4.1 The Tenderer shall be responsible for the supply, delivery, testing and
commissioning of the equipment.
5.4.2 Tenderers shall be responsible and borne for the cost of delivery of local materials
and non-imported equipment. This shall include proper storage, security of all
materials and equipment and for making all arrangements of delivery.
29
5.4.3 All imported equipments purchased under this tender shall be transported
aircraft or ship from the airport or port of loading of the country of origin to the
site in Malaysia and shall use the method of delivery Cost, Insurance and Freight
(CIF). Tenderer is required to submit a proposal in the CIF prices.
5.4.4 All the equipments supplied must be in the good condition (physical and
performances), newly produced (up to date) and have not been used.
5.4.5 ANGKASA has full capacity to assign an officer to inspect all the materials received
upon delivery. ANGKASA will not responsible and bear any loss due to damage
happened during the delivery of materials.
5.4.6 Tenderer is required to conduct On-Site Acceptance test. The On-Site Acceptance
Test conducted must demonstrate compliance to the stipulated specification. All
cost of testing shall be borne by the Tenderer.
5.4.7 The tenderer shall confirm the availability of the component, hardware and software
for the equipment at least for a period of ten (10) years from the date of supply. If
components, hardware and software for production equipment is obsolete or
discontinued, the tenderer is responsible for ensuring their replacement is compatible
with existing systems without degrading the overall system performance.
5.5 Progress report
5.5.1 The contractor shall submit three (3) copies of the progress report which consists
of the following to ANGKASA each month or at any other time as required by
ANGKASA.
Progress of the project
Physical and financial status of the project
Any test done at site / factory
Safety measures at site
Environmental impact assessment of the project
Project summary (Project Organization Charts, parties involve,etc)
Progress photographs at site / factory
Any other matter as required by Government
5.5.2 All such report which are to be submitted by the contractor shall be duly verified
and certified by the consultants/principal of the contractor.
5.5.3 The contractor should borne all cost in preparing of this reports
30
5.5.4 The submission of this reports by the contractor pursuant to this clause shall not
in any way absolve the contractor of any of its liability under this project.
5.6 Manuals/Drawings/Documents
5.6.1 At least three (3) copies of manuals (hardcopy and softcopy) in English in which
one (1) of it is the original copy shall be provided. The manuals to be provided
shall be the:
Operating and installation manual;
Service and maintenance manual;
As built drawing endorsed by Profesionnal engineer;
Any other documents as request by ANGKASA which relate to this project
5.7 Training
5.7.1 Tenderer shall propose comprehensive factory and on site training for at least
five (5) paxs. Details of this proposal shall be submitted in accordance with the
requirements of JADUAL 23 LATIHAN.
5.7.2 All training shall included tutorials, materials, books, documents, equipment
required and site visits (if any) at no extra cost to the Government.
5.7.3 Any cost involved in logistics spending on Government representatives such as
airfare, lodging, transportation during the training will be borne by the
Government.
5.7.4 At least four (4) weeks before the scheduled training, the tenderer shall submit
the proposed training courses. The Government reserves the right to accept,
reject or counter propose in whole or in part of the proposed training courses.
5.7.5 Tenderer shall organise training for all equipment used. Training shall be in the form of
lectures and “hands-on”. The tenderer also required to provide the training materials in
hardcopy and softcopy.
5.7.6 The training shall include but is not limited to:-
Hardware and software settings, installation and integration;
31
Diagnose and Troubleshooting;
Operation and maintenance of equipments;
System and subsystem level testing and verification and;
Calibration procedures.
5.8 Conditional Acceptance
5.8.1 Following the successful of On Site Acceptance Test, the Tenderer shall notify the
Government’s Representative in writing.
5.8.2 If the Government’s representative notifies the Company of any defects and/or
deficiencies, the Tenderer shall then correct such defects and/or deficiencies and
shall repeat the procedures accordingly.
5.8.3 If the Government’s representative is satisfied with the results of Commisioning,
the Government’s representatves shall within fourteen (14) days after receipt of
the notice issue a Certificate of Conditional Acceptance in the form specified in
the Annex 1 hereto stating that the NEO Observatory system has been
successfully commissioned and the service has reached Completion.
5.9 Final Acceptance
5.9.1 Performance and operational capabilities of the NEO Observatory system shall be
evaluated over the period of one (1) month from the date of the Certificate of
Conditional Acceptance. Performance and operational capabilities of the NEO
Observatory system shall be verified from routine calibration and operations. This
would ascertain whether the NEO Observatory system meets the functional and
operational performance required by ANGKASA;
5.9.2 Upon satisfactory performance and operation of the system for the period of one
(1) month, the Government shall issue a Certificate of Final Acceptance signifying
final acceptance of the whole NEO Observatory system.
5.10 Handing Over
5.10.1 The tenderer shall provide outline of Handing Over procedure in the project
procedures. The Handing Over procedures shall show in a concise and convenient
form how the tenderer will present the written evidence that the tenderer has
completed the project(NEO Observatory and platform as stipulated in item 4 ,
32
SECTION 3) and fulfilled all contractual and statutory obligations. At least two (2)
months before the tenderer intends to give notice that he has practically
completed the project, the tenderer shall submit to Government for approval a
revised Handing Over procedure.
5.10.2 The Tenderer’s Handing Over procedure shall list all the documents which shall
include, but not be limited to:-
NEO Telescope
(i) construction and design (to the extent required by the Spesification)
records signed by an authorised and qualified professional
(ii) As-built survey plans showing building dimensions or co-ordinates,
levels, invert levels, set-backs and all built features signed by licensed
surveyer.
(iii) statutory authorities’ design approvals.
(iv) records of inspections and testing of materials and workmanship
(v) records of factory inspections and testing of Equipment
(vi) records of site inspections and testing of Equipment
(vii) commissioning records of Equipment and signed test certificates
(viii) records of statutory authorities’ checks on Equipment
(ix) training records and copies of certificates of proficiency
(x) as-built information and drawings
(xi) operation and maintenance manuals including all specified information
(xii) statutory certificates of completion and compliance (CCC) issued by local
authority .
(xiii) the Tenderer’s guarantees or warrantees on products installed
(xiv) list including name, address, telephone and telefax numbers,
department/division in charge, etc. of suppliers and manufacturers of all
materials, equipment and the spare parts and consumables
(xv) list of local agents of the suppliers and manufacturers including address,
telephone and telefax numbers, department/division in charge, etc.
5.10.3 Regarding the as-built information, those marked up set of drawings for project
actually carried out shall be submitted to Government for the preparation of the
as-built drawings.
5.10.4 The procedure shall include the Tenderer’s proposed procedure for handing over
keys and other safety security and access control devices and measures.
5.10.5 The Tenderer shall submit at least three (3) paper copies of the accompanying
documents in the approved format.
33
5.11 Warranty
5.11.1 The warranty period of NEO Observatory shall be commenced after officially
handover to ANGKASA for a period of twelve (12) months.
5.11.2 Tenderer shall ensure the availability of equipment to replace any parts of the
equipment that require new replacement or repair to avoid any disruption during
the operation of the NEO Observatory.
5.11.3 During this warranty period, Tenderers shall provide scheduled and breakdown
maintenance service inclusive of all parts, materials, labour and services, an
inventory of spares and replace all faulty parts for the NEO Observatory,
troubleshooting advice and related services to prevent or minimize the down-
time of the observatory at no extra costs to the Government.
5.11.4 The warranty period for items / equipment that is replaced recently as a result of damage
should be not less than twelve (12) months or any period described in JADUAL 1 :
JADUAL PEMATUHAN SPESIFIKASI TEKNIKAL or any later.
5.11.5 The Tenderer shall ensure that at all times during the Warranty Period, qualified
and competent personnel are available to perform the timely, efficient, economic
and safe services of ANGKASA NEO telescope system.
5.11.6 The allowable downtime rate for the system should not exceed three (3) days at
any given downtime. The system readiness and reliability of the system should
achieve at least 90% during operation period.
i. In the event of any damage, the Government shall notify the tenderer for
remedy works;
ii. The tenderer shall respond to the notification within seven (7) days,
otherwise the Government reserves the right to repair the damage and
all expenses will be borned and/or claimed from the Tenderer or deducted
from the tenderer’s performance bond.
5.11.7 During the warranty period, the tenderer shall provide the Technical Support and
After Sales Services as stated in Clause 5.13. The routine system checkup and
system verification should be provided with no extra cost to the Government.
5.11.8 The tenderer has to make good all damage consequent upon the work.
34
5.11.9 The tenderer has to make arrangements with the Government and subcontractor
and give reasonable notice of the precise dates for access to the various parts of
the works for purposes of making good defects. During the warranty period,
tenderer shall submit work permit to ANGKASA one week before commencing any
maintenance work. The details of the work permit shall include:
a. Details of workers (Name, IC/Passport No.)
b. Duration of the work (Date and time)
c. List of activities
d. List of tools equipments required from ANGKASA
e. Comprehensive test procedure
f. Any supporting documents required by ANGKASA from time to time.
5.12 Calibration
5.12.1 The Tenderer shall propose a calibration plan for all equipment under this
tender(wherever required).
5.12.2 The equipment shall be factory calibrated by a certified calibration body adhering
to standards set in the specification details (Item 4). The calibration certificate and
report shall be provided during on site delivery.
5.12.3 The validity of calibration certification shall not be less than eight (8) months from
the date of final acceptance test certificate issuance.
5.12.4 The Tenderer shall bear the cost for the calibration of the equipments within one
(1) year of warranty period. Tenderer also shall bear any cost incurred during
perform this calibration such as transportation, tax, insurans and others.
5.13 After Sales Service
5.13.1 The Tenderer shall clearly state all after sales service supports that shall be made
available to the ANGKASA.
5.13.2 The Tenderer shall provide in writing a letter of commitment to ensure that after
sales service support is available to the ANGKASA which cover the new updates
on the software, hardware change and etc.
5.13.3 The Tenderer shall submit the particular of local representatives who will be
responsible for providing after sales service.