Home

RFQ-151

image

Contents

1. TAS Te SS IE PEELE GRRL gt CEPA LER Fae BY BE USERS RH ABER o A peor EHEM EA ERE PARREZ ERREA SIAR RETE ET AE PT LE LAER ARE ZA a SANZ Pe BE RIZ E DASE AR Ae o BAR MARDOC IE Re Rela A CE el a gt TAPER SR AIR elo 81 ERROR EPA Ts e 18 E58 e EF am B r1 WE SR IB Im IH Page 4 of 73 Table of Content Section 1 Instruction to Bidders ITB cccccccccsscccccccccccscceeececessseessssesssssseuseeeaseeeeeeseeeess Lo IBOOU Osea ER ce tab editi iiu dirus erg malas sake 7 4 Eligibility of Bidder sc coss qe ea dete te pibe E E den EER 7 3 Eligible Goods and Services usce o Li D eer per X em eet vete ibo DoE RECEN E eee 8 T cQostob Bid 2i teer ees A bos ebbe oue qe tm I free 8 5 Content of Tender Document iod deer PROPRE ben keen kept ned cbe be daa gd 9 6 Clarification of Lender DOGUIQDE sao uie OR UHpo ds ue ttv rS OH Des 9 7 Amendment of Tender Document 323 5 5 ore NO V GERSR
2. and repairs 4 1 11 Guarantees The X ray machine must include all components delivered to Macao International Airport must be brand new The supplier must also guarantee that all the equipment software hardware and components manual supplied are legally obtained and no defects 4 2 Walk through Metal Detectors 4 2 1 General a The metal detector shall consist of a free standing walk through frame with and integral control unit and shall be suitable to detect metallic objects on a person by means of the magnetic field principle In addition to complying with the specification the metal detector shall meet the requirements of the TSA b The metal detector shall be suitable to detect ferrous and non ferrous metals c The metal detector shall be equipped to eliminate false alarms d The metal detector shall scan the entire area of the walk through area and detect metal objects on a person passing through to the levels as specified e The metal detector shall incorporate self test button to confirm that the system is Operating correctly f The metal detector shall be completely tamper proof g The programme and sensitivity push buttons shall be so arranged that tampering by unauthorized persons is entirely eliminated h The metal detector shall not be adversely affected by stationary metal bars or structures in the vicinity of the unit or moving metal near the archway 1 Interference which is mains borne or radiated by an external source
3. illustration of supply location and delivery time are required to provide for reference If required initial stocked will be arranged and spares for the product offered should be available for at least 10 years starting from the date of delivery e The contractor must have local technical support and maintenance unit stationary in Macao such that emergency maintenance can be carried out efficiently a service level agreement will be established between contractor and client for counting the several of service quality f The contractor shall guarantee and service the complete unit for a period of twenty four 24 months from the date of site acceptance and successful commissioning of the unit g During the period of guarantee the 24 months the contractor shall at his own expense carry out all necessary corrective and preventive maintenance on regularly basis and any required repair work including material and labor excluding work required due to damage by others in order to maintain the unit in a good working condition and low failure rate The maintenance plan shall be submitted to CAM for approval prior to implementation h The contractor shall during the period of contract within 24 hours respond and take action to repair failure unit s and report to CAM or its representatives the follow up status condition and solution the required service time will be counted as a record 58 73 Tender Document for Procurement of Securi
4. jpg tif bmp etc a system that connects to X ray screening system can provide archive and retrieval features for the associated data for review will be required 6 Maximum height including the tunnel shall be specified by the bidder for suiting the purpose of the concerned screening process The tunnel size must ideally suitable for screening the cabin baggage The conveyor load capacity must be considered and designed for the types of baggage packages steel trunk briefcase handbags small items heavy objects safe operations and screening Maximum conveyor load even distributed over the whole conveyor must be 150kg for cabin baggage Conveyor belt should be seamless low maintenance The conveyor s speed must fulfil 0 2 0 24 meter per second 7 The unit must be quiet when operating low noise level must follow available and applicable law and standard 8 The maximum X ray and high voltage should be specified by the bidder and demonstrated safe in operation 9 Operating temperature shall be 0 to 40 degree Celsius storage temperature 20 c to 60 degree Celsius 10 Control elements push buttons switches etc are to be of sturdy design selected for severe operating conditions and user friendly designed 11 The unit must be of steel base construction suitable for mounting on the fixed stand to be supplied together with the unit and preferably lighter in weight please note that the contractor shall be responsible for verifying the s
5. the Employer may request the Bidder to extend the period of validity The request and the responses thereto shall be made in writing A Bidder may refuse the request without its bid security forfeited A Bidder agreeing to the request will not Page 14 of 73 be required nor permitted to modify its bid but will be required to extend the validity of its Bid Security correspondingly The provisions of ITB Clause 18 regarding forfeiture of Bid Security shall continue to apply during the extended period of bid validity 20 Format and Signing of Bids 20 1 The Bidder shall submit one 1 original and four 4 copies and one softcopy in PDF format of the bid clearly marking each ORIGINAL or COPY of bid as appropriate In the event of any discrepancy between them the original shall govern 20 2 The original bid shall be typed or written in indelible ink and shall be signed by the legal representative of the Bidder or a person or persons duly authorized to bind the Bidder to the contract The authorization shall be indicated by written power of attorney accompanying the bid All pages of the bid shall be initialed by the person or persons signing the bid The copies of bid can be the photocopies of the original bid 20 3 Any interlineation erasures or overwriting shall be valid only if they are initialed by the person or persons signing the bid 20 4 If the bidder constitutes an unincorporated joint venture or grouping of two or m
6. Proposed Project Team 30 i Responsibilities and degree of involvement of team members organization chart to illustrate the structure of the work team and its interfacing with project stakeholders ii Relevant professional expertise experience knowledge and qualifications of project team members particularly in the field of X ray security screening equipment procurement installation and maintenance locally regionally or internationally iii Adequacy of professional and technical manpower input iv Other merits 4 Quality of Submission 10 i Adequacy of the presented information ii Conciseness and logical presentation of the submission iii Other merits II Commercial 12 100 1 Commercial Vetting 100 Page 20 of 73 i Adequate insurance and compliance to conditions of contract ii Reasonableness of the price breakdown iii Other merits III Pricing 48 100 28 Contacting the Employer 28 1 With exception for Clause 25 2 no Bidder shall contact the Employer and the Bid Evaluation Committee on any matter relating to its bid from the deadline for submission of bids to the time the contract is awarded 28 2 Any effort by a Bidder to influence the Employer and the Bid Evaluation Committee in their decisions on bid evaluation or contract award may result in the rejection of the Bidder s bid 29 Award Criteria 29 1 Subject to ITB Clause 32 the Employer will award the contract to the successful Bidder wh
7. SERVICE 12 DOORS Plant room doors are not to be chocked open or left open or unlocked at any time whilst unattended No fire or security door shall be wedged or chocked open at any time 13 ISOLATION OF SERVICES The Contractor shall provide at least 2 working days advance notice to the ADA Operations Safety Coordinator of the required isolation of any services who will in turns coordinated with ADA Engineering amp Maintenance Division All works on Electrical Services should be isolated using the tag out procedure 14 HOT WORKS NO Hot Works may be carried out until a valid Hot Works amp Fire Isolation Permit See Appendix A for a sample of the permit is obtained from the Operations Safety Coordinator at least 2 working days advance notice is required before works may be carried out The Contractor is to note that welding operations are not permitted in all areas of the airport and issuance of Hot Works amp Fire Isolation Permit will be subject to this consideration 15 WORKING AT HEIGHTS PREVENTION OF FALLS Persons carrying out construction maintenance activities at a height of 2 meters or more may be exposed to the risk of death or injury from falling Before working at heights ensure that all potential hazards are identified and that appropriate controls are put in place to prevent falls Incorrect use of ladders is one of the main causes of falls across all industry sectors Ideally the contractor should provide a mob
8. and maintenance arrangement The contractor must always cooperate with Airport s operations and security controls The project timeline Description Time frame 1 Technical specification submission and No exceed 30 calendar days approval by Macao Civil Aviation Authority 2 Manufacturing No exceed 90 calendar days 3 Delivery to site Macao Airport No exceed 30 calendar days 4 Site installation T amp C and provide the Not exceed 30 calendar days O amp M training Total project timeline Not exceed 180 calendar days Bidder has to confirm their compliance on this project requirement and shall provide a details work plan and schedule for CAM consideration Any delay in completion of the work over the stipulated and approved period will attract penalty as stated in the conditions of contract 52 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements 2 4 Scope Reduction Termination i If the scope of the procurement is reduced the contract amount will be reduced proportionately to reflect the reduction in provision the Contractor shall comply with the Client s directions about the remaining provision in scope and take all available steps to minimise the loss resulting from the reduction in scope ii If the termination is due to the default of the contractor the Contractor shall pay reasonable direct costs and expenses incurred
9. by the person or persons with a Power of Attorney issued by the said Legal Representative 4 The bid validity offered by the Bidder is shorter than that stipulated in the tender document 5 The bid does not meet whether in technical or commercial aspects other main clauses stipulated in the tender document 27 Evaluation and Comparison of Bids 27 1 The Bid Evaluation Committee s evaluation of a bid will take into account the following factors in accordance with the tender document I Technical 40 100 1 Company Capability amp Past Performance 15 i Adequacy of company resources and committed work load ii Backup and support in local and region Page 19 of 73 iii Experience in the industry particularly in similar job reference referee s view iv Other merits 2 Understanding of Requirements amp Constraints 45 i Understanding of key issues requirements constraints and opportunities in the refinement of the project framework ii Appropriateness of programme logic duration iii Appropriateness of the proposed methodology and work plan content duration phasing interrelations and milestones particularly tailor made to project condition to address project conditions demonstration of compatibility of the methodologies with the proposed work plan iv Compliance to requirement achievement of the task objectives deliverables within the timeframe v Other merits 3 Experience and Structure of
10. by the Client in connection with termination and procuring or performing similar services 3 0 Scope of the Works Purchase of items delivery and installation and commissioning The contractor shall be fully responsible for the statutory approval for operating the procured equipment Follow the requirements of most update and available of civil aviation and international security screening regulations standards the security screening equipment including X ray Screening machines Walk Through Metal Detectors Handheld Metal Detectors and Explosive Trace Detectors and related services shall supply and subject to satisfactory of supply installation testing commissioning commencement and functioning and successful handover to the user operator and maintainer the work and equipment will be accepted in according to the contract The contractor must submit all the available or necessary certificates for the furnishing products and services to client for facilitating the statutory submission and approval process The bidder s proposal must demonstrate any evidence certificates of what standard of products and services are furnishing The replacement includes but are not limited to the equipments supply delivery transportation storage import tax insurance miscellaneous expense installation removal disposal software licenses testing and commissioning O amp M training and maintenance arrangement for completing the entire Security Scree
11. c Electronic modules must be easily exchanged d All sub assemblies in the unit must be of such a design that maintenance and repair can be carried out by single person e Spare parts must be locally regionally stocked and availability guaranteed for a ten year period starting from the date of delivery The contractor should have well established service support centre in Macao such that emergency maintenance can be carried out efficiently a service level agreement will be established between contractor and client for counting the several of service quality f The successful contractor shall guarantee and service the complete unit for a period of twenty four 24 months from the date of delivery to site and successful commissioning of the unit g During the period of guarantee the 24 months the contractor shall at his own expense carry out all necessary reactive and preventive maintenance on regularly basis and repair work including material and labor excluding work required due to damage by others in order to maintain the unit in a good working condition The maintenance plan shall be submitted to CAM for approval prior to implementation h The successful contractor shall during the period of guarantee repair the unit to the satisfaction of CAM or its representative s within 24 hours after he has been notified that the unit is not operating 1 After the lapse of the initial twenty four month period of servicing the contr
12. e e is ad au SRI A mE 43 2 Fotmof BIG Security aug inepto pest te e t edt pacte bii etate A DAR DEI IE 45 5 Borm tor Power or AZODSEY decipere tou edone esso orca aaa rs dieu 46 4 Form for Performance Security assetto erect nios de tee SS AR ER RIAR SE IM RIS 47 5 Bank Guarantee for Advance Paymelit usce caret d condit 49 Sectione4 Project Timeline 5o oda eee ee enr ipta ene e e RP EEREA SERRE NER ENSE 50 Section 5 Project Requirements ec ee deva redes eu ae nra sopa Iuda EE ADUEERAV REIR ER Od Ya us 51 Section 6 Bill of Quantities BQ amp bidder provide technical information 67 Section 7 Replacement Information and Correspondence Location 71 Section 8 Site Rules attached additional 21 pages cceeceeeeeeeeeene ence tenon aenee 73 Page 6 of 73 Section 1 Instruction to Bidders ITB 1 Introduction l l The Employer Macau International Airport Co Ltd CAM intends to undertake a series of Procurement of the Security Screening Equipment at MIA Enquiries during office hours can be sent to Name Macau International Airport Co Ltd CAM Address CAM OFFICE BUILDING 4 ANDAR AV WAI LONG TAIPA MACAU Tel 853 8598 8871 Fax 853 2878 5465 1 2 The scope of the project shall be specified in the Project Requirements Bidder shall strictly follow the scope for this bid 1 3 The Bidder shall take into account 1 3 1 During the Project execution and comple
13. environment The equipment should be safe to handle and be free from any hazards to the operator e Operation should not be affected by electro magnetic interference of other electronic electrical devices f Should be easily installed and must design to be the low maintenance type and with minimum future service Bidder and contractor are required to provide a statement to confirm the product failure rate MTBF etc g Should be easy of use and have color display remote monitoring capable software upgrades can be easily h Start up time and ready to be used should be less than 15 minutes is preferable Analysis Time must less or equal 8 seconds Relevant information must be provided 1 Lightweight approx 12kg 12 VDC power outlets available j one hour battery allows instrument relocation without having to shut it off eliminating warm up time can be advised k Automated calibration helps assure operational accuracy Automatically saves test result preventing deletions 1 Should be Chinese preferable language or English m The equipment must comply with the requirements of current health and safety legislation and be approved and licensed for use by the appropriate authority of Macao The contractor shall be responsible for obtaining the statutory approval n Data transfer capable o Detection modes should be explosive and narcotics 4 4 2 Detection requirement a No radioactive source should be used for detection Sh
14. established by a competent body d The detector shall not affect magnetic storage media or camera film e The detector shall comply with relevant health and safety regulation and any other applicable standards Electrical Supply System a The detectors shall be designed for connection to a 230V 4 5 50Hz Single phase three wire phase neutral and earth power supply b A suitable and efficient battery back up system to facilitate power failures of up to 1 hour must be incorporate in the detectors Brochures The bidder should clearly specify the make and model no of the items offered and submits the original product brochures Warranty Maintenance and Annual Maintenance Contract a The unit design must be of the low maintenance type and with minimum future service A statement confirming this is required from the bidder b An overall design of modular type is preferred c Electronic modules must be easily exchanged d All sub assemblies in the unit must be of such a design that maintenance and repair can be carried out by single person e Spare parts must be locally regionally stocked to ensure fast delivery if initial stock is required it will be determined availability must guaranteed for a ten year period starting from the date of acceptance The contractor should have well established service support centre in Macao such that emergency maintenance can be carried out efficiently a service level agreement will be establi
15. liable to the imposition of penalties pursuant to TCC Clause 24 unless the time for performance is extended pursuant to TCC Clause 23 2 without the application of penalties 24 Penalty 24 1 Subject to TCC Clause 26 if the Contractor fails to deliver any or all of the Goods or to perform the Works or Services or obligations within the period s specified in the Contract the Employer may without prejudice to its claims for damages or other remedies or applicable penalties deduct from the Contract Price as penalty a sum equivalent to zero point one percent 0 1 of the Contract Price per day within the first thirty 30 days and from the thirty first 3 125 day onward a sum equivalent to zero point two percent 0 2 of the Contract Price per day until actual delivery or performance up to a maximum deduction of ten percent 10 of Contract Price Once the maximum is reached the Employer may consider termination of the Contract pursuant to TCC Clause 25 25 Termination for Defaults 25 1 The Employer by written notice of default sent to the Contractor may terminate this Contract in whole or in part without prejudice to any other remedy for breach of Contract 1 if the Contractor fails to deliver any or all of the Design Goods Works and Services within the period s specified in the Contract or within any extension thereof granted by the Employer pursuant to TCC Clause 23 or 2 if the Contractor fails to perform any othe
16. on the Movement area Passenger Terminal Building and curb side COMPRESSED AIR Compressed Air Pneumatic tools must be used with care Ensure that safety pins are placed at connection points or safety chains where provided and air valves are turned off at the source not by crimping hoses This will reduce the potential for injury in the event of a failure of any of the couplings Always wear safety glasses or goggles when using compressed air Compressed air is NOT to be used for cleaning clothing or for hosing away dust from within the workplace ELECTRICITY Extension Leads Flexible extension leads should not be joined together and they should be tagged tested and safety switch protected Extension leads must be kept off the ground and elevated above the work area Keep extension leads away from metal surfaces and structures No live works are to be undertaken if a suitable isolation is able to be performed to the connections All electrical works must be done in consultation with ADA Engineering amp Maintenance Division DANGEROUS HAZARDOUS SUBSTANCES In no circumstances dangerous radioactive substances shall be used If the use of such substances cannot be prevented prior approval must be obtained from the competent entities e g ADA DBA etc Treatment transportation and disposal shall be arranged in accordance with Macau laws and regulations The Contractor should take care when using hazardous substances Follow inst
17. person in the bid If subcontractor s involved Bidder shall identify clearly which areas the subcontractor s is responsible for and contact point Page 10 of 73 9 3 Bidder shall provide project schedule together with the bid document expressed in Gantt chart format with start end and duration of the tasks milestones and risk assessment 10 Technical submission 10 1 Bidder shall provide all related technical specification certificates standards guarantee work program catalogs specified in the Project Requirement in the tender document 11 Language of Bid 11 1 The bid prepared by the Bidder as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Employer shall be written in English 12 Documents Comprising the Bid Please see especially ITB Clause 21 below 13 Compilation of Bid 13 1 The Bidder shall complete the Bid Form and other stipulated contents furnished in the tender document 14 Bid Prices 14 1 The Bidder shall indicate on the appropriate Bill of Quantities and Schedules the unit prices brand model and specification quantity and total bid price etc where applicable of the machine equipment material goods or services it proposes to supply under the contract The total bid price shall not include any items beyond the requirement of the tender document otherwise the offer on such items will not be deducted during the evaluation but such ite
18. q Only those controls required to operate the equipment shall be accessible to the operator Other controls and adjustments that affect the detector performance shall be inaccessible to the operator The detector shall self testing upon turn on without any adjustment required by the operator and shall be continuously self testing during the period of operation with automatic self adjusting if required r The detector shall reset automatically to the set program parameters in the event of a detector or system failure or overload There shall be a detector reset button to reset the detector such that program parameters are not affected if the automatic reset for a detector overload condition is not function properly s The detector indoor shall meet or exceed the requirement for compliance to IEC 60529 classification IP41 t The detector outdoor shall meet or exceed the requirement for compliance to IEC 60529 classification IP55 u The detector shall have a means of storing the program and detection sensitivity settings in the event of loss or disruption of ac power to maintain the calibration and setup of the WTMD parameters v All audible indicators shall produce an alarm state sound pressure level 0 8 0 08m from the detector of 85dbspL w Visual alarm indicators shall be readily perceptible when tested and shall be a two state visual alarm active and inactive x Any model detector manufactured by the same manufacture shall be compati
19. representing just the organic component should be possible to easily identify explosive e Edge enhancement should be allowed to modify the periphery of the object images for enabling better visibility on the display f Control of brightness and of contrast must be provided on the front panel of the TV monitor g Possibility of switching over from POSITIVE to NEGATIVE image should be available as an option h The system should be capable of recalling 15 20 previous images and have the capability of achieving 1000 2000 images A digital memory is essential and its capacity should be enough for operation Suppliers need to specify their provisions i The machine must be able to display the image of 33 SWG 0 254mm single copper wires not covered by the step wedge in the Combined Test Piece In the penetration test the 25SWG 0 508mm must be seen under the second step of wedge 5 16 j Cabin baggage x ray machine can penetrate 27mm steel must be required k Objects should be distinguished by differing shades of Grey Such shades are caused by variations in the amount of x rays penetrating the target bag The image should be reversible Any equipment that uses a black and white display only does not meet the requirements A minimum number of 256 shades of grey are required to be distinguished on a monitor each level in the displayed group should be assigned a visually discernible shade for detailed display Grey levels stored s
20. should no cause the equipment to alarm spuriously It should be possible to use equipment such as personal radios portable telephones and x ray monitors without causing spurious alarms The metal detector shall be capable of operating adjacent to and X Ray inspection unit j The detector is intended for indoor use k The detector shall be capable of operating in the following conditions Min temperature 0 C Max Temperature 40 C Max Relative humidity 80 1 The operation of the metal detector shall not be adversely affected by repositioning of the frame within certain limits of its original adjusted position m The system shall accept a passage of at least 50 persons per minute without functional overload n The detection performance specifications shall be tested using the specific set of detector program parameter settings that is specified by the manufacturer to be appropriate for each object size class of detector that is to be tested o There should be both visual and audible alarms It should be possible to adjust the volume of the audible alarm At its loudest setting the volume should be adequate to overcome the ambient noise present at airport facilities 60 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements p The system shall be set at the recommended setting to detect the operational test piece and pass the statutory tests for obtaining approval
21. the Executive Committee Macau International Airport Co Ltd CAM CAM OFFICE BUILDING 4 ANDAR AV WAI LONG TAIPA MACAU AGRA TO BE OPENED BY AUTHORIZED PERSONNEL ONLY BETA NEA A OA BS RR R88 VT A EET CA B A F T EB D SYL ETS BATE CEN B RASS a iy FL ET SET FBS STA EE e A B Be HEB 9 YT SET PSR ob LSE a FATED SETA LR Bt a PHS ETAL BITS i RERE EAA i D ERMUA BIAS ii i PDF ET EI CD 5 amp i REBAR ERS PDF ET ii ERRER HPS RTRT E BAZ CD sE ZSERIS PR Eh Se be SC ERR BESZ b WAM TS EE A iv HEXELZ TEERER eS Bid Form gt A Hii BS Tx E CACERES BAT AER ECFA c APA IEASC APRA RE IAA WAC ASEH SS ME C3 288 SPE RIS ERRA o BEETS IN e FE FR SE GZA BS BS F PME Sz BJ FS eS ITI FE ts SZ b BUEIEAGCUUEZREHTREERZS BADR PRU EVE HEAD RREAA ZA KE BSBA TE TEP SE AN AC ESE SS ITE TS SZ ARIS FELIS RIREEZ BIZ A gt PEAN d SES His 2 H Technical FX c feet Ease RHA Commercial PIA Z HTB ZC FRR AAG PEFR RL AA SEE fT d AYRE IBS ET lt e ZEGBDWARIBRSURE TUE LR BORO FB PATE PUES On BOT RIS 26 BD D RERBA BD BC D RR CDA gt RAREKIEK FD CAE Z ET EL a A os RECS TE EE ORIGINAL TEAS COPY RIAN ZEF o ERREAZ AETHER BLUER ZARA o VH BERE THE PR PIT He SCC A STE HE o ARLE CULPA TRUE ebur n BHBRE ay o ALTE SCUE gt VA STA AE FREAR RE E B TEAR SC PERE YP BER
22. the date upon which such termination becomes effective 28 2 For the Goods that have not been delivered or the Works or Services that have not been performed upon such termination the Employer may select 1 to have any portion completed delivered and or performed at the Contract terms and prices and or 2 to cancel the Goods Works and or Services and pay to the Contractor an amount for the costs of the Goods Works or Services partially completed upon such termination and of the materials and parts procured by the Contractor prior to such termination 29 Resolution of Disputes 29 1 All disputes arising from the execution of or in connection with the Contract shall be settled through amicable consultation by both parties In case no settlement can be reached within sixty 60 days after commencement of such consultation the disputes shall be submitted for arbitration 29 2 Any dispute which is referred to formal arbitration under sub clause 29 1 shall be settled by arbitration in Macau S A R at World Trade Center Macau Arbitration Page 38 of 73 Center and in accordance with its Internal Regulations as at present in force The arbitration procedure will be carried out by collective Tribunal except any further agreement made by both parties The arbitrator is appointed by both parties or in the absence of an agreement for that purpose by the World Trade Center Macau Arbitration Center The language to be used in the arbitral pr
23. without the need to reset b The control unit shall be equipped with the following ON OFF main switch and MAINS ON indicator light Selector switches with at least ten sensitivity settings with a maximum sensitivity to consistently detect metal at least the size of a coin The sensitivity settings shall be consistent at average walking speed Visual indication in the form of an LED Bar graph indicator having at least five green lights and five red lights representing the PROCEED and ALARM zones respectively The indicator shall given an indication of the volume of metal on a person in accordance with the sensitivity settings of the selector switch When the ALARM zone is activated it shall simultaneously activate an audible alarm having a continuous tone and adjustable volume The alarm system will automatically reset after the metal has passed through the frame The system shall be modular to facilitate maintenance and repairs Safety Features a The machine must comply with the requirements of current health and safety legislation and be approved and licensed for use by the appropriate authority of Macao The contractor shall be responsible for obtaining the statutory approval b All electronic and electrical components shall be protected by lockable panels c The manufacturer shall be required to certify in writing that the equipment has no effect on heart pacemakers and provide evidence that this has been
24. 0 days after notification of the claim s by the Employer or a longer period of time agreed upon by the Employer Page 31 of 73 the Employer will proceed to recover the claim amount from the performance security established by the Contractor 17 Payment 17 1 Subject to Clause 18 Macau Tax Law the method and conditions of payment to be made to the Contractor under this Contract shall be 17 1 1 The Employer shall pay twenty percent 20 of the total Contract Price as advance payment after receiving all the following documents and finding them in order 1 One original and one copy of irrevocable Letter of Guarantee for advance payment issued by a reputable bank acceptable to the Employer for an amount equivalent to twenty percent 20 of the Contract Price The advance payment guarantee will be released after the payment referred to in Clause 17 1 2 below is made 2 Pro forma invoice covering twenty percent 20 of the total Contract Price 3 A certified true copy of the Contractor s latest M 1 Form and M 8 form which shall be duly updated and shall have been submitted to the Financial Services Bureau of Macau according to law 17 1 2 The Employer shall pay ten percent 10 of the total Contract Price after receiving all the following documents and finding them in order 1 Receiving Macau Civil Aviation Authority approval of statutory submission of the Security Screening equipment 2 Approval of CAM to place the
25. 22 2 The Employer may at its discretion extend this deadline for the submission of bids by amending the tender document in accordance with ITB Clause 7 in which case all rights and obligations of the Employer and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended 22 3 In the case that Typhoon Warning Signal No 8 or above or Rainstorm Signal is hoisted and or issued within two hours before the deadline for the submission of bids the deadline shall automatically be postponed to the same time of the immediately succeeding business day 23 Late Bids 23 1 Any bid received by the Employer after the deadline for submission of bids pursuant to ITB Clause 22 will be rejected 24 Modification and Withdrawal of Bids 24 1 The Bidder may modify or withdraw its bid after the bid s submission provided that written notice of the modification from the Bidder including substitution or withdrawal of the bids is received by the Employer prior to the deadline for submission of bids 24 2 The Bidder s modification or withdrawal notice shall be prepared sealed marked and dispatched in accordance with the provisions of ITB Clause 21 24 3 No bid may be modified after the deadline for submission of bids Page 17 of 73 24 4 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Form Wit
26. AND NONCOMPLIANCE eee 8 HOUSEKEEPING STORAGE OF MATERIAL AND EQUIPMENT m 9 REMOVAL OF RUBBISH AND SPILLS eeseseseeeeeeeeeeneeee enne enne nennen enne 10 PERSONAL PROTECTIVE EQUIPMENT eee eenenenen renes tesne 10 DOORS 11 ISOLATION OF SERVICES 3 rit bote e E ar MATRE IER Eee e e XR NE NER RERA ENN 11 HOT Od Cc 11 WORKING AT HEIGHTS PREVENTION OF FALLS eene 11 COMPRESSED AIR ote ener PER e E EE DS DEREN nv erede EO esee Rede 12 ELECTRICI FY dm 12 DANGEROUS HAZARDOUS SUBSTANCES seen nere nnne enne 12 FIRE ALARM amp HYDRANT SYSTEMS eessesseeeeeeeeeene eene nenee enn nenne nenne ne tenen rnte tene 13 FIRE EVACUATION PROCEDURES s eeeeseseseeeeeee enne en iiias nenne ne sete EERS 13 EMERGENCY ADVERSE WEATHER AND CYCLONE PRECAUTIONS 13 SMOKING BEVERAGES esses nnnereehnnnnee ten nnnir enr nnnr sene ntn inneren 13 CEILING TILES AND HATCHES ioci eren haee eee npo EY S ERES RR ERN VR E REHER RENS RR ERR R GE 14 CAL OU 14 GROSS MISCONDUCT amp INAPPROPRIATE BEHAVIOUR eere 14 NOISE MANAGEMENT scis etri t RE NRI ect ep eb ERN ERR EN E S de E ERRARE DEN Ene e EPE ERR IPSE exa dee 15 Le Dude 15 AS BUILT DR
27. AWINGS 5 erre RR Re DR e Exe ERE veabeshoaeaia su DAS OR EAEEYR RENE RR CER RE REN ERE SRRR OUS 15 HARRASMENT AND DISCRIMINATION eene nnne nennen nennen nnne 15 BIRE EXTINGUISEHBERS reprehner ente i ee ar oe NE peer Yan e ge Een Pee Pre eR eese 16 FIRE PREVENTION tec icite castes caseshacedes sous ca RR RUEDAS AS RENE FE e ERR HEBES NC E EEEE ROS 16 Appendix A Work Permit Work Coordination Requisition Hot Work amp Fire Isolation Permit Forms 17 Appendix B Isolation of Work Site essseessseseeeeeeeeeeeneeee nennen nennen entren nennt enne 21 Revision No 1 Revision Date 30 06 2011 Page 2 of 21 f 1835 EARLE A 7 ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE 1 INTRODUCTION It is the policy of Macau International Airport MIA that all works conducted by airport staffs contractors subcontractors are performed in accordance with work permit requirements quality safety and environmental legislation Macau International Airport SITE RULES apply to airport staffs contractors subcontractor tradesperson partnership corporation here all designated as Contractor undertaking a project through on or more contracts performing work at a site located on either airport or engaged to undertake work on the assets within the airport The activities of the Contractor within the precincts of the Macau International Airport and within the meaning of these ru
28. D ADMINIESTRAGAO DE AEROPORTOSEDA OPERATIONS SERVICE sll HOR E E A PRA E Operations Service 4 ADMINISTRATION OF AIRPORTS LTD 7 ADMINISTRAGAO DE AEROPORTOS LDA Wo rk Permit Serial No Safety Requirements Signed Security Requirements ATC Requirements Signed TMS Requirements Verified by Head of Operations Service Verified by Engineering amp Mainteh Verified by Airport Operations Division Approved by Airport Director Date of work conclusion All times in local with date format dd mmm yyyy OP OPS 11 01 0 Back Page of Work Permit Revision No 1 Revision Date 30 06 2011 Page 18 of 21 1835 EARLE y ADMINISTRATION OF AIRPORTS UTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE d FR ty E FZ APR Tu 4 7 ADMINISTRATION OF AIRPORTS LTD ADMINISTRAGAO DE AEROPORTOS LDA Hot Work amp Fire Isolation Permit Site Location Maneuvering Area O Apron C Passenger Terminal O Others The hot work that is covered by this permit Work location The equipment to be used The fire fighting equipment to be laid out at worksite Name of contractor performing the work Site Supervisor Name Contact No ON OohWHND Supervision Company Name Contact No Have combustible materials been removed from the work area or made safe Yes O N Have tanks valves vents and pipelines been blanked off or effectively isolated Yes O N Is ventilation adequate O Yes ON Is the fire eq
29. Detection Range Random Alarm capability programmable Resistance to electromagnetic interferences Tamper Proof key lock access code etc Briefly description on Installation requirement and testing standard 69 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements Desk Top Explosive Trace Detector Bidder must provide the following technical information for client evaluation Operating Modes Explosive Detectable Material Narcotics Detectable Material Sensitivity detecting range in picogram for Explosive Sensitivity detecting range in pictogram for Narcotics Analysis Time seconds Warm up Time Input Voltage Display size Weight Dimensions Printer Operating Temperature Range 70 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements Section 7 Replacement Information for X ray machine and Corresponding Location No Type of Machine Location Exiting Equipment Photos Cabin Baggage X ray Machine Cabin baggage X ray Arrival staff machine channel 1 Cabin baggage X ray Cargo staff machine channel 2 Cabin baggage X ray Departure middle machine staff channel 3 Cabin baggage X ray Departure North machine staff channel 4 Cabin baggage X ray Departure South machine
30. OMEN IUS 10 EE Cm EI cL ER 10 9 Project Team Structure and Schedule 525 uerbo ec esta ee ERES ee nant 10 10 lbi NT ER 11 11 TANS ASO N o IT EE E E E E E 11 12 Documents Comprising the Biden ete Ree teet rette re ost ede 11 1S CompilauoH Or Bidian opua ec Westy eh hal tet a E ied oc 11 14 AE onn ERR ETE NOM theo ele lata E PME NORUNT TERN 11 15 Eid C rfeneies an ste sete at vise bs ea Ane ce o bot er scd 12 16 Documents Establishing Bidder s Eligibility and Qualifications 12 17 Documents Establishing provision Eligibility and Conformity to Tender JOOCUHIC a unn O E A E 13 18 Bid SECHUD S bibo Nast t e Ratt che LEG iaaea 14 19 Period or Validity of Bids ca oso tteo etm tevtaeteeoseexes cane anst ieee eee nee 14 20 Format and Signing of Bids us ues e RRORRALA ats td 15 21 Sealing and Marking GOB Ids eon eo Hanoi hti HET oe pud 15 242 Deadline for Submission of Bids sese 17 23 Dea Bids eode d eade Shs ke aa al evututliu iter cs ds NT 17 24 Modification and Withdrawal of Bids eee 17 25 Bid Eyaluation Commitee eins esis sashes ten ieaiai enie aiana a nanie 18 26 Preliminary Examination sseeeesseeeeeseseseresesressesrersesressrsresseresrersesrersesressesees 18 2 Evaluation and Comparison of Bids ere iter treten tended eant 19 28 Contacting the Employer 1 555 m ne hulit sedes etdatada ute uid 21 29 PO ARC K A S E E ate 21 30 Right to Vary Quantities at Time
31. Of Award sene 21 31 P ublicdtioon WeDSITe sorte o naaraan a aa aa terraa uud 21 32 Right to Accept any Bid and to Reject any or All Bids 22 33 Notification of Award uec rete rebua ie Ue ica S eaeque etate 22 34 Signing of Contract POLI segete o err ec amo a e eee v ub nis ds 22 35 Performance Security uo ter M EIU ISI OR Y P RR GRE OR OT EE PRAE aai 27 Section 2 Terms and Conditions of Contract eee eere entente 23 ED P UDIN 23 2 Applications Rn 24 Be AN ALGS MR ecadcsa ire easearenen ae aia ee ares 24 4 Use of Contract Documents and Information eene 24 Page 5 of 73 55 Intellectual Property RYoBts 5 oo ace quere a eerta nid EMO He eR tens 25 6 Performance S66 fly ue oco ceti nre cov ito ei e Dp pone Debit be bit nap adu e da 25 7 Design and Other Project Materials oerte rette leere errore re tb d deds 26 Gc I specHons dtd Tests coeno Mh Hense a e bus M iu bn en T UIS 26 9 Terms OF Shipments roseo e oe es eee tegi E teet D es Delete ud 27 10 Delivery and Documents eti n eerte tere need enne eva ke bestens 27 Ll EBSUPGHOO eere taU e enn e eid Cea E Lad es 28 12 Transportation e gon oeste cad ohooh S ede ean belt hides ste pbae tee IUS 29 t3 Incidental Servi6es ue tede be tion bed aton iub A RiR 29 4 Spare Parts ene st seats E E E E eas 29 154 Warmanty scare E 30 L6 S T E 3l De Pa EA tote sleds edes bo t We
32. Others Airport Operations Requirements U O YesNr O No 44 i O Yes Quantity O No Talk Group Call Sign Need of Safety Officer O Yes O No MAVVP O Yes O No Need of Hot Work amp Fire Isolation Permit O Yes O No Need of Site Storage O Yes O No Need of Hoarding O Yes O No Need Marking and Lighting O Yes O No Work Restrictions NO OUTDOOR WORK when RVR below 800m typhoon signal 3 or strong wind signal is hoisted Amber or RED thunderstorm warning is hoisted All works performed shall comply with applicable Macao Legislation and rules in force in the airport and the subcontractor is liable to any damages to the airport properties for the work period as specified on this work permit Site Supervisor shall contact the following entities before start of work and conclusion is work on daily basis LlAirport Supervisor 88982501 66833057 AOCC28861111ext 1111 TCD 28861111 ext 4129 LITower Trunk Mobile Radio 28860021 Operations Safety Coordinator 88982029 66982991 ar erminal Management Supervisor 88982834 62969998 Applicant Signature Site Supervisor Signature Work Permit distributed to L E amp SM SAD SAF L TC L TMS JAOCC JFocus CTM L Contractor Supervision Company Attachment distributed with work permit LIMIA Site Rules Revision C OP OPS 11 01 0 Front Page of Work Permit Revision No 1 Revision Date 30 06 2011 Page 17 of 21 H GILAD PR ZI E y ADMINISTRATION OF AIRPORTS UT
33. Technical proposal methodology work plan v Documentary evidence according to Clauses 16 and 17 above vi Programme Schedule vii Safety Quality procedures viii Project team structure ix Job references x Any other technical information 21 2 The inner and outer envelopes shall 1 be addressed to the address Name Macau International Airport Co Ltd CAM Address CAM OFFICE BUILDING 4 ANDAR AV WAI LONG TAIPA MACAU 2 bear the Project name Procurement of the Security Screening Equipment at MIA and the words TO BE OPENED BY AUTHORIZED PERSONNEL ONLY 21 3 The inner envelopes shall also indicate the name and address of the Bidder 2 4 If the outer envelope is not sealed and marked as required by ITB Clauses 21 1 and 21 2 the Employer will assume no responsibility for the bid s misplacement or premature opening Page 16 of 73 2 5 If any pricing information whether in hard or soft copies in the bidder s proposal is not put in the opaque Commercial envelope sealed with adhesive tape and clearly marked according to ITB Clause 21 1 above the bid may be considered substantially non responsive and may be rejected by the tender opening committee or the Bid Evaluation Committee 22 Deadline for Submission of Bids 22 1 Bids must be received by the Employer at the address specified under ITB Clause 2 2 no later than the deadline as described in the aforementioned Tender Timetable Macau Time
34. Tender Document for Procurement of the Security Screening Equipment at MIA RFQ 151 Tender Time table Description Date Remark Open Tender Notice 23 April 2013 Deadline of Request for Site 2 May 2013 Late submission will Visit NOT be considered Bidder shall submit the name list and clear passport ID copies of the delegates for application for site visit Max 3 persons for each bidder s submission Site Visit Date and Meeting 9 May 2013 Late attendance will Point 15 00 NOT be considered Airport Information Counter Departure Level Passenger Terminal Building Macau International Airport Deadline for Request for 20 May 2013 Late submission will Clarification NOT be considered Deadline for Proposal 10 June 2013 Late submission will Submission 12 00 noon NOT be considered Submission of name list and I D copies should be submitted with cover letter via facsimile to 853 28785465 Request for Clarification should be submitted with cover letter via facsimile to 853 28785465 Verbal enquiry will NOT be considered For any enquiry regarding the tendering procedure please reach our Infrastructure Development Department at 85988871 Page 2 of 73 IMPORTANT REMINDER 1 Tender Package Requirement The outer envelope shall be opaque sealed with adhesive tape and labeled as follows Mr Deng Jun Chairman of the Executive Committee Macau International Ai
35. The contractor shall be responsible for all testing required for the statutory approval b Three complete sets of manuals together with CD copy each with the following information shall be handed over to CAM when the unit is delivered to site Operating instructions Technical description with diagrams and instructions for maintenance and repairs 4 3 Handheld Metal Detector 4 3 1 General a Safety Specifications and Requirements The detector shall comply with UL 60950 Safety for Information Technology Equipment or manufacture standard b The level of the electromagnetic field generated by the detector shall be less than the exposure limits specified in IEEE C95 1 1991 as amended c The detector must be designed so that the battery life is at least 40 hours as tested The manufacturer shall provide a visual or audible indicator to alert the operator of the battery condition d The detection performance specifications shall be tested using the detection sensitivity setting that is specified by the manufacturer to be appropriate for each object size class of the detector that is to be tested The detector needs only to qualify for the smallest object size class specified by the manufacturer qualification to larger object size classes will be assumed e The detector shall have a power on off switch The detector shall have a means for selectively disabling the audible alarm The bidder must provide all product available information for cli
36. VICE 23 CEILING TILES AND HATCHES Ceiling tiles removed and ceiling hatches opened during the course of work shall be replaced or closed whenever the site is to be unattended 24 CALL OUTS Specified Contractors are on call and are called in by ADA for problems occurring after working hours Every Contractor called in by ADA outside normal working hours is to contact Airport Supervisor for work at Movement area and Passenger Terminal Building in person advising whether or not fault has been rectified or otherwise 25 GROSS MISCONDUCT amp INAPPROPRIATE BEHAVIOUR Any Contractor proved to have involved and or engaged under any of the following items may be liable to instant cancellation of work permit and further criminal proceedings by MIA i Unauthorized removal or interference with any protective device unauthorized operation of any item or machine plant or equipment ii Damage misuse or any interference with any item of fire fighting equipment iii Unauthorized removal or defacing of any label sign or warning device provided in the interest of safety health and welfare iv Misuse of any chemicals flammable or hazardous substances or toxic materials v Smoking outside the smoking lounge at the Passenger Terminal Building vi Dangerous horseplay or playing practical jokes which could cause accidents vii Making false statements or in any way deliberately interfering with evidence following an accident or dangero
37. Works are not in conformity with the Contract or if the Goods or Works are proven to be defective for any reason including latent defects or the use of unsuitable materials the Employer shall promptly notify the Contractor of the existence of a claim 8 5 Nothing in TCC Clause 8 shall in any way release the Contractor from any warranty or other obligations under this Contract 9 Terms of Shipment 9 1 The Contractor shall be at its own expenses and responsible for shipping transporting the Goods and any Other materials required to the project site in the Macau International Airport 9 2 If temporary storage place for the Goods and Materials is required The Contractor shall be at its own expenses and responsible for facilitating the installation it is contractor responsible to arrange the temporary storage at its own cost with relevant insurance during the storage periods The transportation required to and fro the storage and project site must be included in the contract its own cost 9 3 The Contractor shall not ship transport more than the contracted quantity or weight The Employer shall not be responsible for any cost or other consequences arising from shipment transportation of excess quantities or weight 9 4 The contract shall ensure the packing is provide enough protection for the shipping and shall ensure the delivery of good will not be damaged in transit 10 Delivery and Documents 10 1 Upon shipment the Contractor shall no
38. actor may be required to enter into a service agreement with CAM for further period This agreement may subsequently be renewed for yearly basis j The contractor shall thoroughly train and instruct the operators designated by CAM in the operation of the unit The training should allow at least 6 persons with maximum 1Opersons 65 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements 4 4 5 Testing and manual a The system shall be set at the recommended setting to detect the operational test piece and pass the statutory tests for obtaining approval b Three complete sets of manuals together with CD copy each with the following information shall be handed over to CAM when the unit is delivered to site Operating instructions Technical description with diagrams and instructions for maintenance and repairs 66 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements Section 6 Bill of Quantities BQ The quantity specified shall be subject to change and final confirmation from CAM prior to start of procurement Quantity Unit price Amount Part 1 Security X ray machine a Cabin baggage X ray machine Part 2 Metal Detectors a Walk through metal detector b Handheld metal detector one extract battery must be provided Part 3 Desk Top Explosive Trace Detector ETD Part 4 Ope
39. age or chemical substances etc as soon as practicable and ensure that such substances are returned to the proper storage facilities after use Under no circumstances should chemicals or oils etc be allowed to pollute water courses sewer and drains and in the event of accidental occurrence the matter must be reported to the Airport Supervisor immediately 11 PERSONAL PROTECTIVE EQUIPMENT All personnel shall be aware the danger of personal injury by ingestion in front or jet blast behind a running aircraft engine indicated by flashing red lights on top and bottom of the aircraft fuselage The drivers of truck carrying construction or working materials and gravel that could be sucked or projected by jet blast should be aware of the hazardous conditions that may happen if they do not respect the safety considerations All personnel undertaking work at the MIA movement area and baggage make up area are required to wear a High Visibility vest Where long hair can become a safety hazard it must be contained The site supervisor is responsible to ensure all workers wear personal protective equipment suitable for that work i e helmet safety belt ear protector reflective jacket etc Failure to comply with the site PPE requirements may result in the removal of the offending member from the site Revision No 1 Revision Date 30 06 2011 Page 10 of 21 1835 EARLE A ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS
40. and services a list giving full particulars including all available equipment components spare parts materials special tools service schedule document etc necessary for the proper delivery and continuing functioning of the goods following commencement of the use of the goods by the Employer and an item by item commentary on the Project Requirement of the tender document demonstrating substantial responsiveness of the works materials goods and services to those specifications and a statement of deviations and exceptions to the provisions of the Technical Specification project requirements Particularly to those specifications with specific parameters the bidder shall furnish specific parameter value of offered good material services and works and a list of support offered during the maintenance period 17 3 For purposes of the commentary to be furnished pursuant to ITB Clause 17 2 above the Bidder shall note that standards for workmanship material and equipment as well as references to brand names or catalogue numbers designated in the Project Requirement of the tender document are intended to be descriptive only and not restrictive The Bidder may substitute alternative standards brand Page 13 of 73 names and or catalogue numbers in its bid provided that the substitutions ensure substantial equivalence to those designated in the tender document 18 Bid Security 18 1 The Bidder shall furnish a
41. antities the Project Requirements the Drawings the Project Schedule the Instruction to Bidders and the further documents if any which are listed in the Contract Form or in the Notification of Award The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations Technical specification catalogs refers to an explicit set of project requirements to be satisfied the material product or service standard and performance The Goods means all of the equipment machinery and or other materials which the Contractor is required to supply to the Employer under the Contract Works mean works and services to be carried out by the Contractor under the Contract The Incidental Services means those services ancillary to the supply of the Goods such as transportation and insurance and any other incidental services such as installation commissioning provision of technical assistance training and other such obligations of the Contractor covered under the Contract TCC means the Terms and Conditions of Contract contained in this section The Employer or the Client means the organization purchasing the Goods and Services The Contractor means the individual or firm supplying the Goods Works and Services under this Contract 10 The Project Site means the location s where the Goods and material to be installed and operated 11 Day
42. any time In other areas flammable goods storage will be according to the appropriate Macau laws and Revision No 1 Revision Date 30 06 2011 Page 9 of 21 1835 EARLE L ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE regulations The storage of large volumes of chemicals and fuels must be stored off sites 10 REMOVAL OF RUBBISH AND SPILLS The Contractor shall not accumulate waste and debris on site or in the airport perimeter Gangways and work areas must be kept clear and in a clean and tidy condition All food and drink containers and the like shall be deposited in closed rubbish bins and removed from site daily The Contractor shall remove all refuse generated on the worksite each day The Contractor is responsible to ensure the following items o Onsite waste bins used for construction wastes should be covered at the end of the day o Waste bins shall not be cleaned on site o Inspect bins for leaks and the surrounding area for evidence of leaks o Dispose of hazardous wastes using competent and licensed contractors o Concrete trucks and painting equipment are not to be washed out on site o Temporary toilets are to be emptied regularly and should be inspected for leaks 10 1 Spill Prevention The Contractor should have plans in place to cover the prevention clean up and good environmental practices with regard to spills 10 2 Spills Cleanup The Contractor must clean up any oil spill
43. bble is not to be stored close to airport drains Any fill imported which is found to be contaminated will be Revision No 1 Revision Date 30 06 2011 Page 6 of 21 1835 5 EE PR ZU A ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE removed by the airport at the expense of the Contractor 6 2 Worksite Access Control 1 Workers can only mobilize within authorized area according to the approved access card 2 If necessary any workers or equipment mobilize into sensitive and critical area of movement area must obtain prior permission from Control Tower Airport Supervisor 3 Workers must follow the route defined in Work Permit or by the assigned Work Safety Officer 4 Workers can only move and work within designated area The Contractor must inform AOCC if on apron area AOCC and Control Tower on maneuvering area or OPS Safety Coordinator at the Passenger Terminal Building and curb the start and work completion 5 Any drivers or vehicles that do not possess valid access card with D endorsement or vehicle access label are required to be escorted by Follow Me vehicle at all time during working period at the movement area 7 PROTECTION AND REDUCTION OF INCONVENIENCE TO PUBLIC OCCUPANTS The Contractor shall work in such a manner so as to avoid and reduce the inconvenience to persons occupying and visiting MIA Work shall not be performed in any area occupied or in public use unless specificall
44. ble and interchangeable with previous revisions of the same model such as replacement parts Error codes Program codes diagnostic warnings connectors The electronics shall be of modular design and easily accessible for maintenance and repair 4 2 2 Construction a It shall comprise a manufacturer installation standard or follow ASTM C1238 n 97 2012 standard guild for installation of walk through metal detectors b The installation and positioning shall be of robust construction and shall be designed to ensure rigidity c The colour range in which the metal detectors are available must be stated by bidders CAM will select a colour finish to suit the environment d All material consisting of metal shall be treated against corrosion e The internal dimensions of the frame shall be specified and suit normal operation condition height should be at least 2m high and 0 76m wide e The detector shall be capable of withstanding the force of 200N 45Ib without sliding f The detector mount shall comply and meet relative permeability 1 0 0 001 electrical conductivity 10 8 Mass 50kg g The manufacture shall meet the requirements of ISO 9001 2000 61 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements 4 2 3 4 2 4 4 2 5 4 2 6 4 2 7 Control System a The System shall operate by means of automatic level control adjustable to environmental changes
45. c adjacent to the erection demolition or structural alteration of outside walls on any structure Revision No 1 Revision Date 30 06 2011 Page 7 of 21 1835 EARLE A ADMINISTRATION OF AIRPORTS LTD a ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE Appropriate warnings signs and instructional safety signs shall be conspicuously posted where necessary In addition a properly certified flagger shall control the moving of motorized equipment in areas where the public might be endangered Appropriate safety signage should be displayed and site boundary delineated and protected to prevent any persons other than the workers accessing the work site Signs and lighting shall be placed at both ends of any public protection or obstructions at specific distances apart alongside such protection or obstructions to ensure alertness and awareness of public and workers accessing the work site Warning signs and lights including lanterns torches flares and electric lights meeting Airport requirements shall be maintained from dusk to sunrise along the guardrails barricades temporary sidewalks and at every obstruction to the public Contractor shall arrange the execution of works to minimize nuisance to the public and occupants of the MIA and to ensure the safety of occupied premises The Contractor shall not deviate from the designated access route to work site without prior approval of the Airport Supervisor on the Movement area and Passenger Ter
46. completion of its obligations as specified in the Terms and Conditions of the Contract Printed Name and Designation of officials authorized to sign on behalf of issuing bank Page 48 of 73 5 Bank Guarantee for Advance Payment For Reference To Name of Employer Name of Contract hereafter referred to as Contract In accordance with the provision of Clause 17 of the Terms and Conditions of Contract Name and Address of the Contractor hereinafter called the Contractor shall deposit with the Employer an irrevocable bank guarantee to guarantee its proper and faithful performance of the Contract in an amount of Currency amp Amount of Guarantee in Figures and Words We Name of Bank as instructed by the Contractor agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely the payment to the Employer on its first demand without whatsoever right of objection on our part and without its first claim to the Contractor in the amount not exceeding Currency amp Amount of Guarantee in Figures and Words We further agree that no change or addition to or other modification of the terms of the Contract to be performed hereunder or of any of the Contract Documents which may be made between the Employer and the Contractor shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change addition or modification Printed Name a
47. cribed in the tender document The tender document is written in English The content of the tender document will be separated into eight sections as follows Section 1 Instruction to Bidders Section 2 Terms and Conditions of Contract Section 3 Attachments Section 4 Work Schedule Section 5 Statement of Project requirements Section 6 Bill of Quantities amp Bidder provide technical information Section7 Replacement Information and Correspondence Location Section 8 Site Rules The Bidder is expected to examine all instructions forms terms and specifications in the tender document Failure to furnish all information required by the tender document or submission of a bid not substantially responsive to the tender document in every respect will be at the Bidder s risk and may result in the rejection of its bid 6 Clarification of Tender Document 6 1 A prospective Bidder requiring any clarification of the tender document may notify the Employer in writing The Employer if considering it appropriate will respond in writing to a request for clarification of the tender document which the Employer receives on or before the deadline as described in the aforementioned Tender Timetable The Employer s response without identifying the source of inquiry will be published on the MIA website www macau airport com and www camacau com Page 9 of 73 7 Amendment of Tender Document Tels 1 2 1 3 1 4 Prior to t
48. d by the Employer the Contractor shall settle the claim with the agreement of the Employer in one or a combination of the following ways 1 2 3 Agree to the rejection of the Goods and refund to the Employer the value of the Goods so rejected in the same currency as specified in the Contract and to bear the losses and expenses incurred including interest accrued banking charges freight and insurance premiums inspection charges storage stevedore charges and other necessary expenses required for the custody and protection of the rejected Goods Devalue the Goods according to the degree of inferiority extent of damage and amount of losses suffered by the Employer as agreed between the Employer and the Contractor Replace the defective Goods and or parts thereof with new Goods parts components and or equipment which conform to the specifications quality and performance as specified in the Contract and or repair the defective Goods and or Works at the Contractor s expenses and risks and bear all directly related expenses sustained by the Employer The Warranty according to TCC Clause 15 shall remain valid for the new or repaired Goods and or Works for a length of time as specified in TCC Clause 15 2 counting from the Employer s provisional acceptance of the new or repaired Goods and or Works 16 2 If the Contractor fails to resolve the claim in any of the ways described above as agreed upon by the Employer within thirty 3
49. d taking these comments into account as necessary Inspections and Tests 8 1 8 2 8 3 The Employer or its representative shall have the right to inspect and or to test the Goods and Materials and the Works carried out by the Contractor to confirm their conformity to the Contract specifications at no extra cost to the Employer Should any inspection or testing of Goods fail to conform to the Specifications performance the Employer may reject the Goods and the Contractor shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost to the Employer The Contractor shall have the manufacturer before making delivery carry out a precise and comprehensive inspection of the Goods regarding quality specification performance quantity and weight and issue a quality certificate certifying that the Goods are in conformity with the stipulations in the Contract The quality certificate shall form an integral part of the documents to be presented to the Employer for payment pursuant to TCC Clause 17 1 2 but shall not be regarded as final with respect to quality specification performance quantity and Page 26 of 73 weight Particulars and results of the tests made by the manufacturer shall be shown in a statement to be attached to the quality certificate 8 4 If during the warranty period specified in TCC Clause 15 it is found that the quality or specifications of the Goods or
50. dinator during office hours After approved the applicant and relevant entities will receive a copy by fax oremail For all urgent requests please contact the Airport Supervisor by phone Contact No Non Office Hours Airport supervisor 66833057 88982501 Office Hours OPS Safety Coordinator 66982991 88982029 AOCC 28861111 ext 1111 Fax No 28861326 Email airportsupervisor ada com mo opssafety ada com mo OP OPS 11 03 0 Revision No 1 Revision Date 30 06 2011 Page 20 of 21 4135 ERARA E L ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE APPENDIX B ISOLATION OF WORK SITE Worksite isolation or closure of facilities inside Passenger Terminal Building shall use standard indoor barrier which could display notice and warning signage to the public as illustrated below Plastic Signage Pocket Standard Indoor Barrier The barrier shall be with minimum of 1 meter high and 0 6 meter wide for each partition 4 partitions connected as a set A clear plastic pocket on each partition to hold warning sign and notice for display to the public 20 percent of the partition at the bottom shall be guarded to sustain debris and tools within the area Revision No 1 Revision Date 30 06 2011 Page 21 of 21
51. discharge ends of the conveyor belt are to be of such design that fingers etc cannot be caught during normal operation e The X ray tube shall be automatically de energised when conveyor belt is stopped f X ray radiation shall only be switched on with the moving conveyor belt before the object passes through the unit g X ray radiation shall be automatically switched off the radiation shielding covers are removed h According to Health Canada Safety code 29 in order to comply with regulations at 5 cm away from any external surface of the X ray unit the dose rate can be no greater than 5 micro sievert per hour Brochures The bidder should clearly specify the make and model no of the items offered and submits the original product brochures Warranty Maintenance and Annual Maintenance Contract a The unit design must be of the low maintenance type and with minimum future service Bidder and contractor are required to provide a statement to confirm the product failure rate MTBF etc b An overall design of modular type is required spare parts can be conveniently shared and exchanged and reused in the same manufacture s models c All sub assemblies in the unit must be of such a design that maintenance and repair can be carried out by reasonable minimum manpower including removal and exchange of the X ray generator tanks d The bidder are require to demonstrate how fast the spare part supply and handling locally and regionally
52. e timing of noisy construction activities e g Pile driving and concrete cutting will be restricted to between 9am and 21 00pm or where otherwise agreed Controlled by maximum permissible noise levels by time of day and week o The type of equipment used where possible should be selected for low noise emissions o Plant and vehicles used on airport are to be maintained in accordance with the manufacturers specifications and more specifically will have the appropriate noise control equipment fitted and in a suitable condition o Noise standards must be controlled in the vicinity of passengers Note Any works deemed to create high noise level shall obtain permission at least 24 hours in advance from Airport Supervisor in Movement area and Passenger Terminal Building and curb side 27 AIR QUALITY The aim of these guidelines is to minimize the impacts of construction works on air quality of the airport and surrounding areas During the dry season dust from construction sites is an area of concern requiring those responsible for the work to carry out the following dust control measures o Stockpiles of construction materials will be watered to prevent the generation of dust o All personnel spraying chemicals or paints at the airport shall wear appropriate personal protective equipment and shall ensure that over spray are contained so as to not pose a hazard to the health of general public 28 AS BUILT DRAWINGS 29 The Contracto
53. e except by written amendment signed by the parties 21 Assignment 21 1 The Contractor shall not assign in whole or in part its obligations to perform under this Contract except with the Employer s prior written consent 22 Subcontractors 22 1 The Contractor shall notify the Employer in writing of all subcontracts awarded under this Contract Such notification shall not relieve the Contractor from any liability or obligation under the Contract 23 Delays in the Contractor s Performance 23 1 Delivery of the Design Goods and performance of Works and Services shall be made by the Contractor in accordance with the time schedule prescribed by the Employer 23 2 If at any time during performance of the Contract the Contractor or its subcontractor s should encounter conditions impeding timely delivery of the Goods or performance of Works or Services the Contractor shall promptly notify the Employer in writing of the fact of the delay its likely duration and its cause s Page 35 of 73 As soon as practicable after receipt of the Contractor s notice the Employer shall evaluate the situation and may at its discretion extend the Contractor s time for performance with or without imposition of penalties in which case the extension shall be ratified by the parties by amendment of the Contract 23 3 Except as provided under TCC Clause 26 a delay by the Contractor in the performance of its obligations shall render the Contractor
54. e of equipment deemed to be unsafe from airport property Revision No 1 Revision Date 30 06 2011 Page 8 of 21 1835 EARLE A ADMINISTRATION OF AIRPORTS LTD a ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE 4 Work Suspension If the Contractor fails or refuses to take corrective action within the specified time Operations Service shall exercise the right to suspend work stopping all or part of the work The order will remain in effect until satisfactorily corrected The grounds for removal of any employee of the Contractor found to be violating the following work site and safety rules or other Airport policies or procedures is subject to immediate removal from the work site Disciplinary policies must be included in the Contractor s Safety Plan to address violations such as 1 Any employee who has been documented as having repeatedly violated the MSAR and Airport safety regulations on any Authority project can be removed for cause 2 No employee shall possess use or be under the influence of drugs or alcohol while on the project 3 Fighting gambling or horseplay and unprofessional behavior will not be tolerated Violators will be removed from the work site 4 Carrying or possession of firearms knives clubs or other weapons is strictly prohibited 5 Contractor gross misconduct amp inappropriate behavior as mentioned in section 25 Any employee removed from an Authority construction project for safety violatio
55. e with the performance requirements of all testing and commissioning and tests as stipulated in the Contract Page 41 of 73 Section 3 Attachments 1 Bid Form 2 Form of Bid Security 3 Form of Power of Attorney 4 Form of Performance Security 5 Bank Guarantee for Advance Payment Page 42 of 73 1 Bid Form To name of Employer In compliance with your Tender Document for name of project the undersigned representative full name and title duly authorized to act in the name and for the account of the Bidder name and address of the Bidder hereby submit the following in one original and _ copies Bill of Quantities Brief Description of the Goods and Services 1 2 3 4 Any deviation of Commercial terms and Technical requirement All the other documents required in response to Instructions To Bidders and Project Requirements Bid Security in the amount of _ issued by name of issuing bank By this letter the undersigned representative hereby declares and agrees 1 That the Total Bid Price for the supply delivery and install of the Design Goods Works and Services specified in Project Requirements in accordance with all provisions of the Tender Document is FIXED LUMP SUM specify currency and price in words that is currency and price in figures That the Bidder will take full responsibility for Performance of the Contract in accordance with all provisions of the Tender Docum
56. ecent improvements in design technical specification and materials unless provided otherwise in the Contract The Contractor further warrants that all Goods supplied or Works carried out under this Contract shall have no defect arising from design materials or workmanship except when the design and or material is required by the Employer s specifications or from any act or omission of the Contractor that may develop under normal use of the supplied Goods or Works in the conditions prevailing in the country of final destination 15 2 This warranty shall remain valid for two 2 years after the Employer s signing the Provisional Acceptance Test Certificate for this Contract Defects Liability Period 15 3 The Employer shall promptly notify the Contractor in writing of any claims arising under this warranty 15 4 Upon receipt of such notice the Contractor shall promptly repair or replace the defective Goods or Works or parts thereof without costs to the Employer Page 30 of 73 15 5 If the Contractor having been notified fails to remedy the defect s within the period specified by the Employer the Employer may proceed to take such remedial action as may be necessary at the Contractor s risk and expense and without prejudice to any other rights which the Employer may have against the Contractor under the Contract 16 Claims 16 1 In case the Contractor is liable for the defects or discrepancies and a claim is lodge
57. ely 800mm b Conveyor belt speed should be between 0 18 0 3 m sec The speed should be adjustable with frequency converter c Duty cycle should be 100 and heavy type and the system should be ready for operation within 2 minutes in case of power failure d Input side should have powered conveyor ramp with rollers and output should have conveyor ramp with rollers so that the luggage shall not have free fall The ramp as well as input and output points should have some barrier so that luggage is prevented from failing side wise e Max conveyor load shall be specified by bidder and manufacturer The conveyor belt must be driven noiselessly f Anti rodent and dustproof cover should be provided g Object must be able to be conveyed through the unit in any orientation h All objects also those which are only partially lying flat on the conveyor belt must be fully screened 57 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements 4 1 7 4 1 8 4 1 9 Safety a The machine must comply with the requirements of current health and safety legislation and be approved and licensed for use by the appropriate authority of Macao The contractor shall be responsible for obtaining the statutory approval b The radiation level should not exceed accepted international health standard and at least less than 0 1mR hr at a distance of 5cm from external housing c The feed and
58. ent That the Bidder has examined in detail all the documents including amendments if any and all information furnished for reference as well as relevant attachments and that he is perfectly aware that he must renounce all right of invoking ambiguities or misunderstandings in this respect Page 43 of 73 4 That the Bidder s bid is valid for a period of ____ calendar days from the date of the deadline for the submission of bids 5 That pursuant to ITB Clause 18 5 its Bid Security may be forfeited 6 That pursuant to ITB Clause 2 the Bidder is not associated with a firm or any of its affiliates which have been engaged by the Employer to provide goods and services for this Project and the Bidder is not a dependent agency of the Employer 7 That the Bidder agrees to furnish any other data or information pertinent to its Bid that might be requested by the Employer and that the Bidder understands that the Employer is not bound to accept the lowest or any bid it may receive 8 That all official correspondence pertinent to this bid shall be addressed to Detailed Contact information of the Bidder and Representative If a bid is being made by a partnership or an unincorporated joint venture or grouping the names and addresses of all partners or members of the joint venture or grouping should be inserted Please note ITB Clause 20 4 Page 44 of 73 2 Form of Bid Security For reference Issuing Date ___ To Name o
59. ent evaluation f one extra battery must be provided 63 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements 4 3 2 Brochures The bidder should clearly specify the make and model no of the items offered and submits the original product brochures 4 3 3 Warranty Maintenance and Annual Maintenance Contract If not accidentally or intentionally abused most good hand held metal detectors will require no maintenance The lifespan must be more than 5 years 4 4 Desk Top Type of Explosive Trace Detection ETD Equipment 4 4 1 General a The operator would take wipe with the ETD swab over the suspect baggage to collect a sample which is then placed into ETD device for explosive detection analysis dual mode vapor mode and particulate mode will be considered The ETD color display would after a maximum of 8 seconds present the results to the operator b The ETD shall be the TSA certified model in reference to the latest Transport Security Administration TSA the bidder or contractor must submit relevant approval document to client for reference Non TSA approved will not be consider c The ETD should have a non membrane high temperature open atmosphere Dual tube ion mobility Spectrometer base system allowing two optimized temperature settings for narcotics for narcotics and explosive substance detection d The ETD shall not pose any hazard substance to the
60. enty Million 20 000 000 00 per accident and for an unlimited number of occasions has to be effected until the issue of the Final Acceptance Certificate after the end of the Defects Liability Period DLP and the Contractor s total completion of its obligations to the satisfaction of the Employer a for liability of loss damage death or injury to third parties or their property arising out of the Contractor s performance of the Contract including the Contractor s liability for damage to the Employer s properties other than the contract works b for liability of impact on other systems during the Works or after the Works with proved evidence Page 28 of 73 c for Professional Indemnity to cover the error amp omission breach of professional duties for or negligence to perform the expected servicing standard of a professional supplier contractor 11 4 The Contractor shall also effect and maintain Employee Compensation and any other mandatory insurances in accordance with the laws and regulations of the Macau S A R 11 5 The insurance policies must include a clause of cross liability jointly covering CAM the Airport Operation Service Provider and the Macau International Airport 12 Transportation 12 1 Transport of the Goods Materials and Tools to named place of destination temporary storage project site of Macao International Airport as shall be specified in the Contract shall be arranged and paid for by the Contracto
61. epresentative and non distinguishable from real threat items h Programming facility should be available to project images in different intervals i Once the screener operator has responded to identify the computer generated threat image it should remain on the screen for a predefined user programmable time for analysis The image should be highlighted upon identification and feedback message shall be visible to the screener operator j The system should have facility to bypass the TIP facility if programmed so by the system administrator It is to be ensured that the TIP software should not be a hindrance to normal functioning of x ray machines k All data should be stored on the system for a minimum period of two months after it has been downloaded No individual regardless of access rights to the TIP components should be able to delete or amend any of the TIP data 1 The feedback should clearly indicate in a screen that a TIP object has been correctly identified TIP object has been missed No TIP object was present No message needs to be presented if the screener operator correctly passes a clear bag m The system should automatically prepare the daily log of events for each shift and for each screener operator performance The system should be able to generate daily weekly monthly reports as well as for any given time and period Conveyor belt a The height of the top the conveyor belt above floor level shall be approximat
62. er has to specify their offers particularly any alternative to the stipulations herein 4 1 4 1 1 Cabin Baggage X ray Screening Machine General 1 X ray screening equipment is required for use in detecting both metallic and non metallic objects They may scan in any form of baggage carried or placed on board an aircraft The list of items to be identified includes firearms both metallic and non metallic firearms components ammunition all calibres grenades and other fragmentation blast weapons knives batons swords explosives detonators and timing devices electrical and electronic items power sources etc 2 The tunnel dimension should be specified by the bidder and suit the purpose of each screening process Bidder is required to demonstrate the suitability by quoting reference and or relevant standard 3 The steel roller beds and platforms tunnel I O housing sideguards must be customer made and incorporate at either ends of the tunnel to facilitate placing of baggage at the input and output points 4 The operating keyboard and TV monitor can be operated remotely 5 The x ray machine must have the readiness of networking The system can be integrated into network solutions Typical applications are Image rechecks at remote workstation or control room network printer interface Central Image Data Archive in line baggage handling and conveyor system interface The image can be transferred as standard commercial formats
63. erepti Died eta tub pie envie 32 The Macau Dax Law eane A E T RA EE ceases 34 19 Gh nee DIOE S iis A A EEE 34 20 Contract Aumnendinetits sssrin eener ees inaen ER iae M eias 35 2l JASSIPIDOHUs uidi test peto be ebd etu ule ists dua uarabadebinbadedees 35 22 PICO IAC OBS aiio a EC Ou bhos cr belabas e blade iue 35 23 Delays in the Contractor s Performance eiie enr e dota sb een prs 35 22 Penal Sheng byt ae a epi bi batnr dutta te ad Pietatis 36 25 Termin tion for DELIUI S ti x0t aen actui tn coe sense ud Loeb tud ous 36 20 Force Majeure ista oso prac ipee popu Dt Paddle abdo ditas 37 21y Termination fOFJIBSOTVOley ounce cogit adobe Dee vetu riese ded ous 38 28 Termination OME ONVEMICNC Boote e bg parie EO Ed bai rebate bte ts 38 29 WSeSOluBOHoL DISDUEBS mouton Tasa poPetaHubrebu cu Re Dean DAE Hed aito Pu ets 38 30 G yerming Dat s Od ceo vapor ceto Dea Qa Bota fate tede duoi de ost odds duds 39 31 Goyemine LAW onec cs set a aa eaaa ra c aa acess aan aaa ade sites E Suec arae 39 Bee NOCES secretes Sis wht a a a a a a a a aa a Eea 39 33 Taxes ANG DUES sener Pn 39 34 Misc llane ots ienn aeea E E E EE TE 40 35 Jointand Several Mia bw yy sis uosctce et reete ed ceret tes amano a bat 40 36 Contractor s Design Liibilttyo iia fepe peticiones een eeini pestes seque ceideui os 40 Section 3 Attachments sot bt diese sae toti Ut UA ced iut Tess M ms idus ebd ael Tea 42 l NBG GPO Pisses deren atelier uma tels tot defin dened na
64. ertificate jointly signed by the Contractor Employer and the End user and maintainer after the present of function test has been passed by the airport authority 3 Pro forma Invoice covering thirty five percent 35 of the total Contract Price 4 A certified true copy of the Contractor s latest M 1 Form and M 8 form which shall be duly updated and shall have been submitted to the Financial Services Bureau of Macau according to law 17 1 5 The Employer shall pay five percent 5 of the total Contract Price after receiving all the following documents and finding them in order Page 33 of 73 1 2 3 Copy of the Final Acceptance Certificate issued by the Supervision and the Employer after the end of the Defects Liability Period DLP and the Contractor s total completion of its obligations to the satisfaction of the Employer The Final Acceptance Test Certificate jointly signed by the Contractor Employer and the End user and maintainer after the defect s as counted in the defect liabilities period has been rectified and accepted by Employer End user and maintainer Pro forma invoice covering five percent 5 of the total Contract Price A certified true copy of the Contractor s latest M 1 Form and M 8 which shall be duly updated and shall have been submitted to the Financial Services Bureau of Macau according to law 18 Macau Tax Law 18 1 The Contractor shall be responsible for compliance with the tax law i
65. esentative Name vacacicus gehe rase Uu sa HobarEe dE RO UECU EUR M RE nRMUE WINGS q HP sj ee e P a E E aA Bi P Supervision Company has read and understands the enclosed rules and agrees to assure the above contractor comply therewith for the duration of any work performed at the work site Company Name sssssssssssssssssesesee nennen memet Representative Name usssesssssssssesssseee m emen SOMO NNNM rr Di AFTER READING THIS DOCUMENT PLEASE COMPLETE AND RETURN THIS PAGE TO OPERATIONS SAFETY COORDINATOR Revision No 1 Revision Date 30 06 2011 Page 1 of 21 1835 BIZARRE E A ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE O XOU Tol CCo axo DX a opes wW N NY NY WN WN NY WN WN N N e KK RK HK HK Rr RF SEMANA AARKRHNE SP MNAARWN SD 31 TABLE OF CONTENTS INTRODUCTION Nu a ea E a A E EAE EAEE 3 REQUIREMENTS FOR COMMENCING WORK eere ennemi 4 CONTRACTOR S SAFETY PROGRAM esee enn nnne ene nnnnrennnne senes 4 ACCIDENT PREVENTION rto tet t he REEF RR EREE SER HERR ERR NEAN ege aa aa EEEE 5 ACCIDENT INCIDENT AND REPORTING eese 6 SITE BSTABLISHMBNT tert ettet dese teer S SERE Ex de ee eR RR PERENNE eE keen 6 PROTECTION AND REDUCTION OF INCONVENIENCE TO PUBLIC OCCUPANTS 7 PERSONNEL REQUIREMENTS
66. f Employer This Guarantee is hereby issued to serve as a Bid Security of Name of Bidder hereinafter called as the Bidder for Invitation for Bid for supply of Name of Tender to Name of Employer Name of Issuing Bank hereby unconditionally and irrevocably guarantees and binds itself its successors and assigns to pay you immediately without recourse the sum of Currency and Figure in Words upon receipt of your written notification stating any of the following 1 The Bidder has withdrawn or unilaterally modified his Bid after the time and date of the deadline for the submission of bids and before the expiration of its validity period or 2 The Bidder has failed to sign the Contract Form within forty five 45 days after receipt of the Notification of Award or 3 The Bidder has failed to establish acceptable Performance Security within thirty 30 calendar days after receipt of Notification of Award It is fully understood that this guarantee takes effect from the date of the deadline for the submission of bids and shall remain valid for a period of 1 calendar days thereafter and during the period of any extension thereof that may be agreed upon between you and the Bidder with notice to us unless sooner terminated and or released by you Printed name and designation of official authorized to sign on behalf of issuing bank 3 Form for Power of Attorney For reference KNOW ALL MEN by these presents that the undersig
67. gh the keyboard g All operating software features should be controlled from keyboard of machine only Keyboard function should be user friendly 56 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements 4 1 5 4 1 6 Threat Image Projection TIP a The system should have TIP facility and provision for adapting new techniques in image processing and pattern recognition technology should be provided b The system should have recoding facility and the images files should be stored in ZIP format c The system should have software controlled diagnosis report facility and the system should give printout d TIP software facility should be incorporated in the offered x ray machine to assist the supervisors in testing the operator s alertness and training x ray screener operators to improve their ability in identifying specific threat object e TIP software should be compatible with other x ray technologies All x ray image functions should be available at the same time along with TIP f The TIP facility should have an image library of sufficient capacity and variety The library should be able to expand and to incorporate additional images by user without assistance of the manufacturer g The image library should contain images of threats at different orientations both plane and end on orientation should be used All image projection images should be realistic r
68. hdrawal of a bid during this interval may result in the forfeiture of the bid security pursuant to ITB Clause 18 5 25 Bid Evaluation Committee 25 1 The bid evaluation will be taken charge by the Bid Evaluation Committee appointed by the Employer 25 2 During evaluation of the bids the Bid Evaluation Committee may at its discretion ask the Bidder for a 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 26 Preliminary Examination 26 1 The Bid Evaluation Committee will examine the bids to determine whether they are complete whether the bids are generally in order whether required securities have been furnished whether the documents have been properly signed and whether any computational errors have been made 26 2 If there is a discrepancy between the prices in the tender proposal the Employer the Bid Evaluation Committee may decide at its sole discretion which price s to prevail and or to correct the price s as it thinks fit If there is a discrepancy between words and figures the amount in words will prevail If the bidder does not accept the decision by the Employer the Bid Evaluation Committee or its correction of the errors the bid will be rejected 26 3 The Bid Evaluation Committee may waive any minor informality nonconformity or irregularity in a bid which does not constitute a materia
69. he deadline for submission of bids the Employer for any reason whether at its own initiative or in response to a request for clarification by a prospective Bidder may amend the tender document The amendments as are published from time to time on the MIA website www macau airport com and www camacau com will be binding on the bidders and form part of the tender document In order to afford prospective bidders reasonable time in which to take the amendment into account in preparing their bids the Employer at its discretion may extend the deadline for the submission of bids 8 Site Visit 8 1 8 2 8 3 8 4 9 1 9 2 During the tender period Bidder can request for site visit of the installation areas as well as the construction or installation areas for understanding all the information needed for tender document The request shall be raised in writing on or before the deadline as described in the aforementioned Tender Timetable Bidder shall provide ID copy of the assigned personnel for the site visit together with the request Site visit will take place on the date and at the time as described in the aforementioned Tender Timetable Meeting Point shall be at Airport Information Counter Departure Level Passenger Terminal Building Macau International Airport Project Team Structure and Schedule Bidder shall provide the Project team structure with reporting hierarchy sole responsible personnel and contact
70. he wires are laid out in S shaped curves the requirement is to display the 33gauge wire nor covered by the step wedge A tick should be used on the log sheet to indicate wires Useful penetration Test 2 defines what level of detail should be seen behind a thickness of a known material The combined test piece has different gauges of wire behind varying thickness of aluminium This is similar to the American society for Testing amp Material ASTM wedge that which has wires behind the steps The requirement for this test is that the 25 SWG is seen under the second step of the wedge 5 16 This is the equivalent of the Unites States authority s requirement Ticks on the log sheet indicate what wires are visible Multi energy X rays Test 3 with multi energy X rays it is possible to distinguish between materials of different average atomic number This means that organic and inorganic substances can be differentiated Multi energy dual energy and materials differentiation are considered synonymous in the present context The use of sugar and salt samples encapsulated on the text piece as well as the various materials used in the construction of the combined piece will check the material discrimination facility The requirement is that different colours are allocated to the two samples The optimum colours for this task are the subject of further research A tick will indicate that the two samples are shown in the col
71. hould be 4096 or better 1 The conveyor belt speed should be such that each point of an object when passing through the unit will be visible for a second and can review of previous images 15 to 20 images m The image quality on the monitor must be uniform without distortion in the centre and the edges n It should be possible for the displayed image to show an operator identification number and the time and date o Automatic detection The equipment should allow automatically detect the presence of explosive material or components of an improvised explosive device p If the machine fails to penetrate a particular item then both audio and visual alarm should be generated to notify the operator q Facility for variable contrast must be incorporated to allow enhancement of lighter and darker portion of the image Controls a A main key switch for 230V main power supply is required b As a minimum 9 push button keyboards for zoom sector selection and a separate push button for zoom activation is required C A robust RED emergency stop push button fitted in a prominent position on the keyboard as well as on the X ray unit d Light symbols indicating X ray on e Easy operation of the unit is essential f Control desk with security housing and locking provision should be available The system should allow authorised users to function only after authenticating through personal identification number which is entered throu
72. ile scaffold to allow safe working at heights If there is a danger of materials falling whilst working at heights ensure that a suitable barrier is erected directly below the work area and those appropriate signages are put up Ladders A ladder must be placed on a firm footing and effectively secured to prevent outward or sideways movement A ladder must be correctly positioned to an angle ration of 1 4 1 one meter out for every 4 four meters of height Scaffolds Scaffolds must be kept clear with no loose materials rubbish or debris lying around Access and egress ways must be kept clear at all times Work platforms must be at least 610mm wide with non skid floors and sound rigid footing A standard guard rail and toe boards must be fitted on Revision No 1 Revision Date 30 06 2011 Page 11 of 21 1835 EARLE A ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE 16 17 18 scaffolds over 3 meters Scaffolding with guardrail may be used as fall protection around the edge of a roof Never use makeshift or defective scaffolds Ensure that castors are in good condition Do not throw materials or rubbish from scaffold decks Unattended or incomplete scaffolds must have danger tags and warning sign attached at appropriate locations to prevent use Note Prior any installation of high platform or scaffolding for work shall obtain permission at least 24 hours in advance from Airport Supervisor
73. in the Macau S A R or ii a reputable bank abroad acceptable to the Employer through a reputable Bank located in the Macau S A R and in the form provided in the tender document or another form acceptable to the Employer The performance security will be discharged by the Employer and returned to the Contractor not later than thirty 30 days after the issue of the Final Acceptance Certificate upon the end of the Defects Liability Period DLP and the satisfactory Page 25 of 73 acceptance completion and report of installation equipment performance defective rate and service performance as provided 7 Technical Literature technical specification and Project Other Materials 7 1 1 2 1 3 The Contractor shall provide reconfirmation of working program delivery schedule installation methods technical literature drawings schematics and standards certificates to demonstrate the compliance of project requirement and fulfill all applicable regulations and laws after contract award to facilitate the replacement installation Upon receipt the Employer shall notify any comments or if the technical requirements work schedule delivery installation methods of providing goods or services are not in accordance with the Project Requirement Contract shall reject it in regular meeting or by writing The Contractor shall promptly improve and coordinate with client to proper arrange and settle the comments on user operator an
74. ing security screening equipment has been operated round the clock for more than decade most of the existing security screening equipments are obsolete and shall be replaced The replacement is to fulfil and maintain or improve the service level and requirement of airport operations security controls The contractor has to fulfil their contractual obligation and work in accordance with the contract conditions and the Law of Macao 2 2 Project Setting and Description The project area shall be mainly within the airport boundary with part of the works may be performed on remote site Please find Section 7 Replacement Information for X ray machines and corresponding locations for reference 2 3 Work schedule This procurement shall include the replacement of 9 units of Cabin Baggage 1 units of Walk through metal detector 1 units of handheld metal detector and 2 units of Desk Top Explosive Trace Detector ETD that included manufacturing import delivery installation T amp C O amp M training and maintenance arrangement for the new X ray and security screening equipment The airport operation and security controls level are not allowed to be disrupted and degraded the contractor is responsible to plan and arrange the schedule in a proper way that the replacement work shall be promptly completed within CAM final approved schedule and work program such as site preparation machine delivery installation test and commissioning acceptance training
75. irport Supervisor The effect of tall equipment such as crane jibs in the movement area especially near ILS and radar area will need to be considered in conjunction with those responsible for electronic landing aids and steps taken to reduce interference to the minimum Construction equipment may have adverse effects on obstacle clearance limits and should be considered when working plans are formulated Note Compliance with Site Rules will be audited from time to time Non compliances identified induce the suspension of work until being rectified by the Contractor 3 CONTRACTOR S SAFETY PROGRAM The Contractor should have a specific Construction Safety Program which goal is to foster a safety conscious environment to encourage its operatives foreman and supervisor to actively Revision No 1 Revision Date 30 06 2011 Page 4 of 21 1835 5 ER PR ZU L ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE manage safety in order to limit losses from personal injuries and property damage The ultimate objective is to achieve greater efficiency and reduce direct and indirect costs associated with losses and loss control The effectiveness of the Construction Safety Program depends upon the active participation and cooperation of the Contractor s project managers supervisors and employees and the coordination of their efforts with the MIA in carrying out the following basic procedures 1 Detection Mai
76. l deviation 26 4 The Bid Evaluation Committee will determine the substantial responsiveness of each bid to the tender document For purposes of these Clauses a substantially responsive bid is one which conforms to the terms and conditions of the tender document without material deviations Deviation from or objections or reservations to critical provisions such as those concerning Bid Security Page 18 of 73 Applicable Law Taxes and Duties will be deemed to be a material deviation The Bid Evaluation Committee s determination of a bid s responsiveness is to be based on the true and correct contents of the bid itself without recourse to extrinsic evidence unless the bid contains untrue and incorrect contents If a bid is not substantially responsive it will be rejected and may not subsequently be made responsive by the Bidder having corrected or withdrawn the non conforming deviation or reservation 26 5 Among others the bid will be rejected as non responsive if it is found having any of the following 1 The bid is not accompanied with a bid security or the submitted bid security is of lower amount than required or of shorter validity than required or not conforming to the requirements of tender document in its form or issuing bank 2 The Bid Form or Qualification Documents are not submitted or not in compliance with the requirements of the tender document 3 The bid has not been signed by the Bidder s Legal Representative or
77. l respects the requirements as defined under ITB Clause 2 16 3 The documentary evidence of the Bidder s qualifications to perform the contract if its bid is accepted shall establish 1 the Bidder must be duly authorized by the goods Manufacturer or Producer to supply install and maintenance the goods in this bidding project 2 that the Bidder has the financial technical capability to perform the contract 3 that the Bidder meets the qualification criteria listed in the project requirement 16 4 The Bidder shall also furnish as part of its bid 1 the bank reference letter issued within three months prior to the deadline for the submission of bids in original or its copy 2 copies of valid business registration Page 12 of 73 3 other documentary evidence of the Bidder s qualifications required in the tender document 17 Documents Establishing provision Eligibility and Conformity to Tender Document 17 1 The Bidder shall furnish as part of its bid documents establishing the eligibility and conformity to the tender document of all works materials goods and services which the Bidder proposes to supply under the contract 17 2 The documentary evidence of conformity of the provision to the tender document may be in the form of literature drawings and data and shall consist of 1 2 3 4 a detailed description of the essential technical and performance characteristics of the equipment goods
78. lemented to eliminate the hazard 2 Immediately notify the Contractor s Safety Engineer or Contractors Safety Manager and others as identified in the Contractor s Construction Safety Plan of the condition 3 Identify and implement corrective action to eliminate the hazard Notify the proper emergency service personnel and Airport Supervisor if the danger cannot be promptly corrected and Revision No 1 Revision Date 30 06 2011 Page 5 of 21 1835 EARLE A ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE 5 could develop into an emergency condition 4 Employees shall immediately report any condition suspected to be unsafe or unhealthy to their job Foreman Contractor s Safety Manager or Contractor s Safety Engineer If there is no resolution of the concern at that level the employee shall report the concern to the Project Supervisor Company if any or the Safety Consultant 5 When any condition has been determined to constitute a safety hazard work will not continue until the danger is corrected guarded or removed from the work site ACCIDENT INCIDENT AND REPORTING Any damages to facilities likely to affect the air traffic control services or the safety of aircraft shall immediately report to Control Tower without delay All accidents and incidents must be reported to the Airport Supervisor immediately A written preliminary report must be provided within 24 hours and a full report
79. les shall remain at all times under the control of Operations Service or appointed delegate General issues and concerns should be directed to Operations Safety Coordinator Telephone 853 8898 2029 Fax 853 2886 1326 Email opssafety ada com mo Engineering amp Maintenance issues and concerns should be directed to Head of Engineering amp Maintenance Division Telephone 853 8898 2388 Fax 853 8898 2387 Email josefernandes ada com mo Safety issues and concerns should be directed to Safety Manager Telephone 853 8898 2508 Fax 853 8898 2506 Email josemarcal ada com mo Security issues and concerns should be directed to Security Advisor Telephone 853 2886 1111 ext 3868 Fax 853 2886 1295 Email aloanoalouquerque ada com mo Revision No 1 Revision Date 30 06 2011 Page 3 of 21 f HR ERARA E di 7 ADMINISTRATION OF AIRPORTS LTD ADMINISTRACAO DE AEROPORTOS LDA OPERATIONS SERVICE 2 REQUIREMENTS FOR COMMENCING WORK The Contractor shall ensure that all works are carried out in compliance with the Site Rules The Contractor as well as the Supervision Company must sign the front cover of the Site Rules and return to Operations Safety Coordinator acknowledging that they have read and understood the terms and conditions prior to commencing work The Contractor shall ensure that all workers participated in the work comply with all related Macau laws and regulations as well as the MIA Site Rules and
80. lity Typical standards must allow for highly sensitive films of 1000 ASA to be irradiated at least 30 times without damage 18 The unit shall be placed in position and assembled on site by the contractor The final position will be determined on site Also the contractor shall be required to verify the structural capacity of the selected position if necessary for securing the new loading arrangement 19 Bi directional scanning should be provided without holding any switch 20 The operation language should be Chinese preferable language or English 21 The machine must comply with the requirements of current health and safety legislation and be approved and licensed for use by the appropriate authority of Macao X ray leakage must meet all applicable laws and regulations with respect to X ray device 22 The offer should be completed with compliance statement for each of our specifications offering features safety features and optional items Indicating merely YES NO or OKAY in the compliance statement will not be considered Appropriate parameter numerical values should be specified wherever necessary 23 Computer must provide uninterrupted 20minute power supply backup 24 Labelling and warning signs Cautionary wording such as CAUTION X ray or a trefoil radiation warning symbol the dimension is approximately 400mm x 300 mm 25 The disposal or resale of X ray machine must follow the law of Macao 26 A
81. ll products must be delivered in the manufacturer s standard packaging Price shall include all packing and crating charges Case shall be of durable construction good condition properly labelled and suitable in every respect for storage and handling of contents Power Ratings a The unit has to operate from 230V 45 50Hz single phase three wire phase neutral and earth power supply b The power point shall be provided by the airport and specified by the contractor for connection Display Requirements a The system must be able to produce flicker free clear colour amp monochrome images and edges of the objects on the monitors with minimum of 1280 x 1024 pixel colour The X ray beam divergence shall be such that the complete image of maximum size of baggage or object is displayed without corner cuts Parallel operation of additional monitors without modification to the unit must be available b Image features shall be keyboard controllable c Zoom facility should be available to magnify the chosen area of an image up to x16 times or more without pixel distortion 55 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements d 3 colour conventional imaging different colours should be assigned to metallic and organic material in multi energy x ray image A third colour should be assigned to objects through which the x rays cannot penetrate A single colour image
82. lows 1 On the Contractor s failure determined by you and notwithstanding any objection by the Contractor of the faithful performance of all the Contract Documents agreed modifications amendments additions and alterations thereto that may hereafter be made including replacement and or making good of defective goods hereinafter called failure of performance the Bank shall immediately on your first demand in a written notification stating the failure of performance by the Contractor pay you such amount or amounts as required by you not exceeding the aggregate total as stated above in the manner specified in the said notification 2 Any payment hereunder shall be made free and clear of and without deduction for or on account of any present or future taxes duties charges fees deductions or withholdings of any nature whatsoever and by whoever imposed 3 The covenants herein contained constitute unconditional and irrevocable direct obligation of the Bank No alteration in the terms of the Contract to be performed hereunder and no allowance of time by you or any other act or omission by you which but for this provision might exonerate or discharge the Bank shall in any way release the Bank from any liability hereunder Page 47 of 73 4 This guarantee shall remain valid and in full force and effect until your issuing the Final Acceptance Certificate upon the end of the Defects Liability Period DLP and the Contractor s satisfactory
83. machines walkthrough and handheld metal detectors and explosive trace detectors The Contractors may participate in the bids only if they are legally and financially autonomous if they operate under relevant law and if they are not a dependent agency of the Employer 2 2 If the bidder constitutes an unincorporated joint venture or grouping of two or more persons companies these persons companies must designate one of themselves as the leading member who shall have authority to bind the bidder and each of these persons companies 2 3 Itis within the Employer s sole discretion to decide the eligibility of the bidder Eligible Goods and Services 3 1 All the on site work shall be governed by Macau S A R Laws as well as Rules 3 2 and Regulations of Macau International Airport All goods and related services to be supplied under the contract shall have their origin in eligible source countries areas as defined in clause 2 1 above and all expenditures made under the contract will be limited to such goods and services Cost of Bid 4 1 The Bidder shall bear all costs associated with the preparation and submission of its bid and the Employer will in no case be responsible or liable for those costs regardless of the conduct or outcome of the bid process Page 8 of 73 5 Content of Tender Document 5 1 5 2 The goods materials works and services required bidding procedures and contract terms are pres
84. means calendar day Page 23 of 73 12 Supervision means the entity representing CAM in managing the project and shall include the Supervisor and Quality Controller and their successors and permitted assignees 2 Application Dales These Terms and Conditions shall apply to the extent that they are not superseded by provisions of a higher rank in other parts of the Contract 3 Standards 3 1 5 2 The works materials goods and services supplied under this Contract shall conform to the standards mentioned in the Project requirements and when no applicable standard is mentioned to the authoritative standards appropriate to the Goods country of origin Such standards shall be the latest issued by the concerned institution All measurements shall be the measuring unit officially published by the government of the Macau S A R unless otherwise specified in the Project Requirements 4 Use of Contract Documents and Information 4 4 2 The Contractor shall not without the Employer s prior written consent disclose the Contract or any provision thereof or any specification plan drawing pattern sample or information furnished by or on behalf of the Employer in connection therewith to any person other than a person employed by the Contractor in the performance of the Contract Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purpose
85. minal Building The contractor shall restrict access of the public to the work site to ensure public safety See Appendix B for standard barrier used inside Passenger Terminal Building 8 PERSONNEL REQUIREMENTS AND NONCOMPLIANCE It is the Airport s intention to maintain a healthy and safe workplace To succeed all parties must be actively involved and maintain cooperation between all Contractors and their employees Contractors are responsible for orienting employees on the specific safety rules that must be followed by all persons working on the project If the Airport Director is aware of any noncompliance with these safety requirements or is advised of such noncompliance by Airport Supervisor Operations Safety Coordinator or any Operations officer or by a governmental agency with the authority to enforce safety regulations the following shall occur 1 The Airport shall deny any claim or request from the Contractor for equitable adjustment for additional time or money on any suspend work order issued under these circumstances 2 The Airport will notify the Contractor of the noncompliance and of the corrective action required This notice when delivered to the Contractor or their representative at the work site shall be deemed sufficient notice of noncompliance to implement corrective action immediately 3 The Contractor will be required to remove at no cost any employee for nonperformance of his or her safety security duties or piec
86. ms may still be excluded with the corresponding prices deducted from the total price at the Employer s sole discretion in case of the award of contract The total bid price shall not omit any items required in the tender document The value of any items without priced in the proposed BQ shall be deemed to be included in the total bid price The Page 11 of 73 employer may at its sole discretion request the bidder to confirm in writing to that effect If no such confirmation is given as required the bid may be rejected 15 Bid Currencies 15 1 The prices shall be quoted in Macau Patacas MOP for goods and services that the Bidder will supply unless specified or permitted otherwise 16 Documents Establishing Bidder s Eligibility and Qualifications 16 1 The Bidder shall furnish as part of its bid documents establishing the Bidder s eligibility to bid and its qualifications to perform the contract if its bid is accepted If the Bidder is a Joint Venture or other unincorporated grouping of two or more persons companies the respective Qualification Documents of each of these persons companies together with the Joint Venture Agreement or the agreement for the grouping shall be submitted while these persons companies shall indicate the leading member Otherwise the bid will be rejected 16 2 The documentary evidence of the Bidder s eligibility to bid shall establish that the Bidder at the time of submission of its bid fulfills in al
87. n Macau The Contractor shall pay at its own expenses all the taxes and dues levied on it by the Macau Government The Contractor shall provide to CAM as soon as possible and also before each and every time any payment under the Contract is made to the Contractor a certified true copy of the Contractor s latest M 1 Form and M 8 form submitted to the Financial Services Bureau of Macau failing which payments due to the Contractor may be withheld 19 Change Orders 19 1 The Employer may at any time by a written order given to the Contractor pursuant to TCC Clause 32 make changes within the general scope of the Contract in any one or more of the following 1 drawings designs or specifications 2 the place of delivery and or 3 the incidental services to be provided by the Contractor Page 34 of 73 19 2 If any such change causes an increase or decrease in the cost of or the time required for the Contractor s performance of any provisions under the Contract the Employer shall determine an equitable adjustment in the Contract Price or Project schedule or both and the Contract shall accordingly be amended Any claims by the Contractor for adjustment under this clause must be asserted within thirty 30 days from the date of the Contractor s receipt of the Employer s change order 20 Contract Amendments 20 1 Subject to TCC Clause 19 no variation in or modification of the terms or provisions of the Contract shall be mad
88. nd Designation of officials authorized to sign on behalf of issuing bank Page 49 of 73 Section 4 Project Timeline The required project timeline should not exceed 180 calendar days time may be extend by CAM to suit the latest airport requirements Deliverable of work Time frame Technical specification submission and 1 approval by Macao Civil Aviation Authority No exceed 30 calendar days 2 Manufacturing No exceed 90 calendar days 3 Delivery to site Macao Airport No exceed 30 calendar days 4 Site installation T amp C and provide the O amp M training Not exceed 30 calendar days Total project timeline Not exceed 180 calendar days Page 50 of 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements Section 5 Statement of Project Requirements 51 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements Section 5 Statement of Project Requirements 1 0 Overview of the Project CAM intends to acquire the procurement for the purchase delivery installation training and maintenance contract of the respective security screening equipment detailed descriptions in this sections 5 and Section 6 Bill of Quantities BQ CAM may consider awarding the entire or part of the scope to the selected contractor 2 0 Objective of the Contract 2 1 Background Most of the exist
89. nder or its lack of mention of any stipulations terms or conditions shall in no way excuse any such incompliance In case of any discrepancy between the texts in different languages of the tender document the English version shall prevail Should there be any disputes relating to the tender document or the tender procedures or process the interpretation and decision of the Macau International Airport Company Limited CAM shall be final and conclusive Page 3 of 73 Efe 1 BRAR NESE eB 6 gt BBRA KEH Mr Deng Jun Chairman of
90. ned Name Title of Firm lawfully authorized to represent and act on behalf of the said company whose registered address is do hereby appoint Name Title of Firm whose signature appears below to be true and lawful attorney and authorize the said attorney to execute all the necessary matters related thereto in the name and on behalf of the said company in connection with the tendering process for and or Contract of Project In witness thereof we have hereto set out respective hands this date month and year Signature of Legal Representative Signature of Attorney Witnessed by Name and Title of Witness Name of Firm of Witness Address of Witness Page 46 of 73 4 Form for Performance Security For Reference Issuing Date __ To Name of the Employer Performance Security of Contract This Guarantee is hereby issued to serve as the Performance Security of Name of the Contractor hereinafter called the Contractor for Contract dated between you and the Contractor for Project hereinafter called the Project The Name of Bank hereinafter called the Bank hereby unconditionally and irrevocably guarantees and binds itself its successors and assigns to pay you without recourse up to the total amount of Currency and amount representing ten percent 10 of the Contract Price in Name of Currency and accordingly covenants and agrees as fol
91. ney included in the tender b Each page of the original document shall be initialed by the legal submission to bind the tenderer bidder representative s of the tenderer bidder or the person s duly d Clearly mark Technical and the authorized by a written power of attorney included in the tender Project Title on the envelope submission to bind the tenderer bidder e This envelope must be sealed with c Clearly mark Commercial and the Project Title on the adhesive tape envelope d This envelope must be sealed with adhesive tape If the tender proposal is not packaged or marked as required e g the technical part and the commercial part are found commingled in the same envelope or saved on the same CD whether partially or in whole the tender or bid may be rejected Clearly mark the cover of each document ORIGINAL or COPY as appropriate In the event of any discrepancy between them the original shall govern AII tenderers and bidders must submit the documents with the contents and in the quantity required otherwise the tender or bid may be rejected Submission of documents by the tenderer or bidder must strictly comply with the timetable as specified in the relevant tender document Any late submission will NOT be accepted AII tenderers or bidders must strictly comply with all the stipulations terms and conditions in the relevant tender document Any incompliance may result in the tender or bid being rejected This Remi
92. ning Equipment replacement Offer from the bidder without local technical support and maintenance unit stationary in Macao will not be considered Lawful employment must be applied no illegal worker shall be allowed Only the manufacturer qualified technicians or engineers can perform the X ray machines and screening equipments installation and maintenance relevant manufacturer issued certification must be submitted for client reference The X ray machine must include all components delivered to Macao International Airport must be brand new not used or a demonstrator unit and shall be form the manufacturer s latest product offering and incorporate the manufacturers newest technology and electronic design Recommended spares for satisfactory operation for a minimum period of one year Import license shall be furnished in this purchased order Inspection Test certificates should be provided for the goods any inspection or any other acceptance process is considered necessary it shall be arranged by contractors It is responsibility of contractor to inspect installation site and get acquaintance with all local conditions means of access maintenance to the work nature of the work and all matters pertaining thereto 53 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements 4 0 Requirement This section has stipulated the minimum technical requirements and bidd
93. ns or unsafe work practices cannot be hired to work on any other Airport project for a minimum of one year from the date of removal 9 HOUSEKEEPING STORAGE OF MATERIAL AND EQUIPMENT Housekeeping within the Passenger Terminal Building and airside areas is of prime importance The contractor shall leave the site tidy and organized at the end of each work period The work site and surrounding area must be cleaned after daily completion of work All workers in the sterile area of the airport may utilize tools in their work area provided 1 The tools are essential and necessary to their work 2 Tools must be kept controlled at all times and may not be left unattended Knives are prohibited and may not be carried 3 Tool boxes must be guarded and locked when not in use No cartridge style nail guns nor any tool that uses a cartridge or any explosive charge shall be permitted on the job unless authorized by Airport Operations Service Security Advisor All equipment and material of works must be stored and secured properly in area defined in the work permit No materials and or equipment shall be left unattended without prior approval of the Airport Supervisor on the Movement area and at Passenger Terminal Building The Contractor shall be responsible for the security of any such materials and or equipment within the airport perimeter The storage of corrosive toxic flammable or radioactive materials shall not be permitted in MIA buildings at
94. ntain a system of prompt detection and correction of unsafe practices and conditions 2 Education Establish and conduct an educational program to stimulate and maintain interest and cooperation of all employees Education will be conducted through safety meetings safety training programs and the use of personal protective equipment and mechanical guards 3 Investigation All accidents incidents and claims will be investigated to determine their causes and take reasonable corrective action when possible 4 Planning Plan all work to minimize the potential for personal injury property damage and loss of productive time 5 Regulations Comply with MSAR laws regulations industry standards and Airport regulations and requirements 4 ACCIDENT PREVENTION Prevention of Work Site Accidents by complying with some of the general safety requirements that relate to the activities on construction work sites is must that and Contractors have the responsibility to correct hazardous conditions and practices When more than one Contractor is working within a given work site any job Foreman shall have the authority to take action to prevent physical harm or significant property damage If it is determined there is imminent danger the job Foreman or designated Contractors Safety Engineer or Contractors Safety Manager shall 1 Take immediate action to remove workers from the hazard and stabilize or stop work until corrective actions can be imp
95. oceedings shall be English 30 Governing Language 30 1 Unless otherwise agreed the Contract shall be written in the English language 31 Governing Law 31 1 The Contract shall be governed by and interpreted in accordance with the current laws of the Macau S A R 32 Notices 32 1 Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing to the other party s address specified or to such address of the party concerned as indicated in its latest address change notice 32 2 A notice shall be effective when delivered or on the notice s effective date whichever is later 33 Taxes and Duties 33 1 All taxes in connection with the execution of this Contract levied by the Macau S A R Government on the Employer in accordance with the tax laws in effect shall be borne by the Employer 33 2 All taxes in connection with the execution of this Contract levied by the Macau S A R Government on the Contractor in accordance with the tax laws in effect shall be borne by the Contractor 33 3 All taxes arising outside of the Macau S A R in connection with the execution of this Contract shall be borne by the Contractor Page 39 of 73 34 Miscellaneous 34 1 It is the responsibility of the Contractor to arrange at its own expense export license s if required for the Goods and Materials covered by this Contract 34 2 The documents forming the Contract are to be taken as mutuall
96. order to the approved security screening equipment 3 Packing list shipping documents for the delivery scheduled 4 Pro forma invoice covering ten percent 10 of the total Contract Price Page 32 of 73 5 A certified true copy of the Contractor s latest M 1 Form and M 8 which shall be duly updated and shall have been submitted to the Financial Services Bureau of Macau according to law 17 1 3 The Employer shall pay thirty percent 30 of the total Contract Price after receiving all the following documents and finding them in order 1 Goods received note after goods delivery on site or temporary storage and responsibly checked by contractor to confirm the goods is in good condition and ready for the installation a Goods received note must be endorsed by both contractor and client and taken as a record for the payment of delivery to site 2 Pro forma Invoice covering thirty percent 30 of the total Contract Price 3 A certified true copy of the Contractor s latest M 1 Form and M 8 which shall be duly updated and shall have been submitted to the Financial Services Bureau of Macau according to law 17 1 4 The Employer shall pay thirty five percent 35 of the total Contract Price after receiving all the following documents and finding them in order 1 Copy of Certification by the Supervision for verifying all of works under the Contract are completed by the Contractor 2 one copy of Provisional Acceptance Test C
97. ore persons companies the bid shall be signed by the legal representative of or such person or persons as duly authorized by a written power of attorney enclosed in the bid to bind each and every member of the joint venture grouping and the paragraphs 20 2 and 20 3 of this Clause are to be understood accordingly 21 Sealing and Marking of Bids 21 1 The Bidder shall separate the Commercial part the original and the hard and soft copies from the Technical part of its proposal The Technical part and the Commercial part shall be put into different opaque envelopes sealed with adhesive tape and clearly marked Technical and Commercial respectively as appropriate These inner envelopes shall then be put into an outer opaque envelope sealed with adhesive tape Page 15 of 73 a The Commercial envelope shall include the original and the hard and soft copies of the following pricing information must be put in the opaque sealed Commercial envelope only i The Bid Form duly completed ii The Bid Security ii Bill of Quantities duly completed iv Deviation from the commercial terms in the tender document if any b The Technical envelope shall include the original and the hard and soft copies of the following no pricing information can be included in the Technical envelope 1 Replies to the Tender Technical Schedules if any ii Company profile iii Design according to Clause 10 above iv
98. ose bid has been determined to be substantially responsive and has been determined to be the highest score bid through comprehensive evaluation method provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily 30 Right to Vary Quantities at Time of Award 30 1 The Employer reserves the right at the time of contract award to increase or decrease the quantity of works materials goods and services originally specified in the Project Requirements and BQ without any change in unit price or other terms and conditions 31 Publication on Website 3l l Announcement of this bidding notice will be publicized on www macau airport com and www camacau com hereinafter referred to as the website Page 21 of 73 32 Right to Accept any Bid and to Reject any or All Bids 32 1 Bidders shall accept that it is the Employer s intention not to create any contractual relations in this invitation to bid until the award of the Contract pursuant to ITB Clause 33 and the Employer is not bound to accept the lowest or any bid it may receive and will not defray any costs incurred in bidding The Employer reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at its own discretion 33 Notification of Award 33 1 Once the successful Bidder has been determined the Employer will issue a Notification of Award to the Successful Bidder 33 2 The Notification of A
99. ould be able to function both on the vapor and particle mode b Should be capable to detect all type of explosives of various groups commercial military and plastic explosives 64 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements 4 4 3 4 4 4 4 4 5 c Should be able to detect improvised explosive materials including inorganic nitrates d Should be able to detect the nuclear residue materials e System should not respond to odour of non explosive substances f It should have operating temperature of 10 to 55 degree Celsius g False alarm rate should be less than 1 h Both visual and audio alarm signal Electrical Supply System a The detectors shall be designed for connection to a 230V 4 5 50Hz Single phase three wires phase neutral and earth power supply and equipped with a suitable and efficient rechargeable battery battery b On 230V AC supply equipment should work continuously On battery continues operation should give more than 3 hours of operation Brochures The bidder should clearly specify the make and model no of the items offered and submits the original product brochures Warranty Maintenance and Annual Maintenance Contract a The unit design must be of the low maintenance type and with minimum future service A statement confirming this is required from the bidder b An overall design of modular type is preferred
100. ours Simple penetration Test 4 defines what thickness of steel the machine should be able to penetrate The steel step wedge on the combined test piece has steps of 2mm to 12 to 24mm with a lead strip underneath The requirement is that the lead is visible beneath 14mm of steel A tick will indicate where a difference between the lead strip and the step wedge is visible The ability to image thin metal is tested using steel shim Test 5 The requirement is to image steel 0 1 mm thick A tick on the log sheet indicates the steel shims are visible Together these tests will also demonstrate the machine s dynamic range Spatial resolution Test 6 defines the ability of the system to distinguish and display objects which are close together The combined test piece tests this aspect of performance by using 18copper sheet gratings at right angles to each 59 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements other The requirement for this test is that a vertical and horizontal grating can be seen A tick on the log sheet will indicate that gaps in the grating are visible c Three complete sets of manuals together with CD copy each with the following information shall be handed over to CAM when the unit is delivered to site Manufacturer standard training manual user manual Service manual Technical description with system diagrams and instructions for maintenance
101. overcome the time for execution of the Contract shall be extended by a period equal to the effect of those causes 26 2 The prevented party shall notify the other party by cable or fax or telex within the shortest possible time of the occurrence of the Force Majeure event and within fourteen 14 days thereafter send by registered airmail to the other party a certificate for evidence issued by the relevant authorities for confirmation Should the effect of Force Majeure continue for more than one hundred and twenty 120 consecutive days both parties shall settle the further execution of the Contract through friendly negotiation and reach an agreement within a reasonable time Page 37 of 73 27 Termination for Insolvency 27 1 The Employer may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor and such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Employer 28 Termination for Convenience 28 1 The Employer by written notice sent to the Contractor may terminate the Contract in whole or in part at any time for its convenience The notice of termination shall specify that termination is for the Employer s convenience the extent to which performance of the Contractor under the Contract is terminated and
102. r the cost thereof shall be deemed to be included in the Contract Price 13 Incidental Services 13 1 The Contractor shall provide all the services as specified in Project Requirement The price for performing the required incidental services shall be deemed to be included in the Contract Price 14 Spare Parts 14 1 The Contractor shall ensure the availability of spare parts or replaceable products for ten 10 years from the issue of the Final Acceptance Certificate In addition the Contractor shall provide the following materials notifications and information pertaining to spare parts Page 29 of 73 1 such spare parts as the Employer may elect to purchase from the Contractor without relieving the Contractor of any warranty obligations under the Contract and 2 advance notification to the Employer of the impending termination of production of spare parts allowing sufficient time to the Employer to procure needed spare parts and to take other measures required and 3 the schematics drawings and specifications of the spare parts which are to be furnished at no cost of the Employer if requested following the termination of production of the spare parts 14 2 The Contractor shall provide necessary spare parts as specified in Project Requirement 15 Warranty 15 1 The Contractor warrants that the Goods supplied under the Contract are new unused of the most recent or current models and that they incorporate all r
103. r must provide ADA Engineering amp Maintenance Division with a set of surveyed as built drawings in an electronic format as specified by ADA E amp M Division Drawings must show building works and services HARRASMENT AND DISCRIMINATION Harassment is any conduct which has the effect of interfering with another employee s work performance or creating an intimidating hostile or offensive work environment Harassment can be Sexual harassment Physical or mental abuse Revision No 1 Revision Date 30 06 2011 Page 15 of 21 1835 EARLE A ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE Racial or ethnic jokes or comments Teasing intended to upset or provoke an employee It is important to recognize that behavior or comments that may not offend one person may be unwelcome or offensive to another person By reading and understanding the above Harassment examples you consent to assuming full responsibility for any actions that are deemed unacceptable 30 FIRE EXTINGUISHERS o All occupants of premises should be familiar with different types of fire extinguishers and their location Place extinguishers near where they may be needed but not too close as fire may put extinguisher out of reach Extinguishers require regular maintenance Check with supplier for details Ensure extinguishers are recharged after each use Report missing defective or discharged fire extinguishers to
104. r obligation s under the Contract or Page 36 of 73 3 if the Contractor in the judgment of the Employer has engaged in corrupt or fraudulent practices in competing for or in executing the Contract For the purpose of this clause a corrupt practices means the offering giving receiving or soliciting of any things of value to influence the action of the Employer in the procurement process or in contract execution b fraudulent practices means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Employer 25 2 In the event the Employer terminates the Contract in whole or in part pursuant to TCC Clause 25 1 the Employer may among other applicable remedies procure Goods Works or Services similar to those undelivered upon such terms and in such manner as it deems appropriate and hold the Contractor liable to the Employer for any excess costs for such similar Goods Works or Services However the Contractor shall continue performance of the Contract to the extent not terminated 26 Force Majeure 26 1 If either of the parties to the Contract be prevented from executing the Contract by such cases of Force Majeure as war serious fire flood typhoon and earthquake and other cases that the parties could not reasonably foresee at the time of conclusion of the Contract and its occurrence and consequences can neither reasonably be avoided nor reasonably be
105. ration amp Maintenance training lot include necessary training manual and materials of the all of aforesaid machines Part 5 X ray combine test pieces Part 6 One year initial stock of spare part must be provided part 7 calibration kit if necessary for your proposed particular model must be proposed by contractor The price of abovementioned must include the purchase supply transportation delivery storage import tax insurance miscellaneous expense installation removal and deposal testing and commissioning Operations and Maintenance training and comprehensive maintenance Optional Items Quantity Unit price Amount MOP Additional warranty comprehensive annual maintenance service for 5 years covering the entire new X ray machine ETDs and related metal detectors 67 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements Cabin Baggage X ray Machine Bidder must provide the following technical information for client evaluation Brand Model Description of common features Description of display and control elements Feeder and discharge roller conveyor loading capacity roller and conveyor speed Certification TSA checkpoint qualified etc Resolution of display image size of display of full screen Steel Penetration capability mm Resolution of wire detectability AWG mm X ray dose Duty cycle warm
106. rport Co Ltd CAM CAM OFFICE BUILDING 4 ANDAR AV WAI LONG TAIPA MACAU PROJECT TITLE TO BE OPENED BY AUTHORIZED PERSONNEL ONLY Enclosed in the sealed outer envelope shall be inner envelopes A and B A Independent Sealed Technical Envelope opaque and sealed with adhesive tape B Independent Sealed Commercial Envelope opaque and sealed with adhesive tape A B Technical Envelope Commercial Envelope a The Technical Envelope shall include a The Commercial Envelope shall include i Technical Proposal ONE original i Commercial Proposal ONE original and FOUR hard copies and FOUR hard copies ii ONE CD with a PDF soft copy which ONLY includes ii ONE CD with a PDF soft copy commercial information which ONLY includes technical lil A bid security issued by a reputable bank conforming to the information requirements of the tender documents cash or cheques are b DO NOT include any pricing or other not accepted related information iv Completed Bid Form signed by the legal representative s of c Each page of the original document shall the tenderer bidder or the person s duly authorized by a be initialed by the legal representative s written power of attorney included in the tender submission to of the tenderer bidder or the person s bind the tenderer bidder and stamped with the company duly authorized by a written power of stamp attor
107. ructions given by manufacturer concerning ventilation of the area and general use of these materials Make sure that the Material Safety Data Sheet MSDS and tools with material for treating leakage are readily available before using any hazardous substance Revision No 1 Revision Date 30 06 2011 Page 12 of 21 1835 EARRA E A ADMINISTRATION OF AIRPORTS UTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE 19 20 21 22 FIRE ALARM amp HYDRANT SYSTEMS Prior to undertaking any work which may produce smoke fumes dust or heat the Contractor shall ensure that the SMOKE DETECTION APPARATUS and Fire Alarm Systems are isolated by ADA A Hot Work amp Fire Isolation Permit must be obtained from the Operations Safety Coordinator prior to isolation of these systems The Contractor shall provide at least 2 working days advance notice of the requirement to isolate Fire Alarm Systems Fire Alarm Systems must be reactivated immediately on completion of the work requiring the isolation and or at the vacating of the sites FIRE EVACUATION PROCEDURES The Contractor must familiarize themselves with the MIA fire evacuation procedures and the appropriate assembly points They should discuss any problem which could occur with the Operations Safety Coordinator The Contractor must not obstruct any fire fighting equipment or fire exit and ensure that fire escape routes fire service points are maintained free from obstruction at all
108. s of such Performance The Contractor shall not without the Employer s prior written consent make use of any document or information enumerated in TCC Clause 4 1 except for purposes of performing the Contract Page 24 of 73 6 4 3 Any document other than the Contract itself enumerated in TCC Clause 4 1 shall remain the property of the Employer and shall be returned including all copies to the Employer on completion of the Contractor s performance under the Contract if so required by the Employer Intellectual Property Rights 5 1 The Contractor shall indemnify the Employer against all third party claims of infringement of patent trademark copyright or other intellectual property rights arising from use of the Design and Materials or any part thereof in the Macau S A R Performance Security 6 1 6 2 6 3 6 4 Within thirty 30 days of receipt of the notification of Contract award the Contractor shall furnish to the Employer the performance security of ten percent 10 of total Contract Price The proceeds of the performance security shall be payable to the Employer as compensation for any loss resulting from the Contractor s failure to complete its obligations under the Contract The performance security shall be denominated in the currency of the Contract or in a currency acceptable to the Employer and shall be in the form of an irrevocable bank guarantee issued by i a reputable bank located
109. s part of its bid a bid security in the amount of Patacas Two Hundred Thousand MOP 200 000 00 18 2 The bid security is required to protect the Employer against the risk of Bidder s conduct which would warrant the security s forfeiture pursuant to ITB Clause 18 5 18 3 The bid security shall be denominated in the currency of the bid or in another currency acceptable to the Employer and shall be an irrevocable bank guarantee issued by a reputable bank located in MACAU S A R or abroad in the form provided in the tender document and valid until thirty 30 days beyond the validity of the bid 18 4 Any bid not secured in accordance with ITB Clauses 18 1 to 18 3 will be rejected as substantially non responsive pursuant to ITB Clause 26 18 5 The bid security may be forfeited 1 if a Bidder withdraws or unilaterally modifies its bid during the period of bid validity specified in the tender document or 2 if the successful Bidder fails to sign the Contract Form in accordance with ITB Clause 34 or 3 if the successful Bidder fails to furnish performance security in accordance with ITB Clause 35 19 Period of Validity of Bids 19 1 Bids shall remain valid for the period of one hundred and twenty 120 calendar days from the deadline for the submission of bids A bid valid for a shorter period shall be rejected as substantially non responsive 19 2 In exceptional circumstances prior to the expiry of the original bid validity period
110. shed between contractor and client for counting the several of service quality 62 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements f The contractor shall guarantee and service the complete unit for a period of twenty four 24 months from the date of test acceptance and successful commissioning of the unit g During the period of guarantee the 24 months the contractor shall at his own expense carry out all necessary corrective and preventive maintenance on regularly basis and repair work including material and labor excluding work required due to damage by others in order to maintain the unit in a good working condition The maintenance plan shall be submitted to CAM for approval prior to implementation h The successful contractor shall during the period of guarantee repair the unit to the satisfaction of CAM or its representative s within 24 hours after he has been notified that the unit is not operating 1 After the lapse of the initial twenty four month period of servicing the contractor may be required to enter into a service agreement with CAM for further period This agreement may subsequently be renewed for yearly basis j The contractor shall thoroughly train and instruct the operators designated by CAM in the operation of the unit The training should allow at least 6 persons with maximum 1Opersons 4 2 8 Testing amp Manual a
111. staff channel 5 71 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements Cabin baggage X ray Hangar staff machine channel 6 Cabin baggage X ray Gate no 2 staff machine channel 7 Cabin baggage X ray Existing VIP machine Lounge 8 Cabin baggage X ray Arrival Level of machine New VIP Building B Hand Held Metal Detectors Hand Held Metal Arrival Level of 1 Detector New VIP N A Building Walk Through Metal Detectors Walk Through Metal Arrival Level of 1 Detector New VIP N A Building 72 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements New Desktop Explosive Trace Detectors ETD Desktop Explosive Trace New Cargo 1 Detector Building N A 2 Desktop Explosive Trace Menzies Cargo N A Detector Building END 73 73 Section 8 Site Rule 1835 5 XE PR ZU y ADMINISTRATION OF AIRPORTS UTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE SITE RULES MACAU INTERNATIONAL AIRPORT SITE RULES THIS DOCUMENT APPLIES TO ALL CONTRACTORS SUB CONTRACTORS TRADESPERSONS amp AIRPORT STAFF Contractor has read and understands the enclosed rules and agrees to comply therewith for the duration of any work performed at the work site eenncadirq Repr
112. the requirements stated in the concerned work permit The Contractor shall not be permitted to commence work in airside or in restricted area of Terminal until issued with a valid access card Works in other landside areas do not require an access card The Contractor must inform Airport Supervisor immediately in case workers lost the access card The Contractor shall not commence work on the site including establishing materials and or equipment on site until approval of a work permit or the issuance of the work coordination requisition WCR See Appendix A for sample of the permit and requisition form The Contractor shall isolate the worksite at Passenger Terminal Building by physical barriers refer to Appendix B and lighted at night time if the worksite is outdoor Any works that require the use of equipment in airside that could be deemed a hazard to air navigation i e cranes scaffolding poles high machinery etc must be marked with lights complying with specifications defined in ICAO Annex 14 during night time and will need a NOTAM Notice to Airmen issued This is done through Airport Supervisor and 48 hours prior notice is required It is advisable to confirm the NOTAM is still in place prior to commencing work every day Any use of electrical electronic equipment that may cause interference with navigation facilities or aircraft communications requires prior coordination with MIA Engineering amp Maintenance Division amp A
113. tify the Employer and the Insurance Company by fax of the full details of shipment including Contract number date and No of Bill of Lading description of Goods quantity name of the carrying vessel date of shipment name of shipping place name of unloading place Page 27 of 73 estimated date of arrival of the Goods at the destination etc For the purpose of contract payment the Contractor shall present through Contractor s bank when applicable the relevant Payment Documents to the Employer in accordance with the requirements stipulated in Clause 17 hereunder 11 Insurance 11 1 The Goods supplied under the Contract shall be fully insured in a freely convertible currency against all risks of whatever nature of loss or damage incidental to manufacture or acquisition transportation storage and delivery 11 2 The Contractor shall prior to commencing the works effect and thereafter maintain a Contractor All Risks CAR Insurance and other insurances according to Macau S A R Laws as well as Rules and Regulations of Macau International Airport including CAM and the Airport Operation Service Provider currently ADA and the Macau International Airport and their staff to be added as the joint insured in the policy 11 3 For the Material Damage Section of the CAR Insurance it should insure the total contract value of the project and for the Third Party Liability Section a limit not less than Macau Patacas Tw
114. times EMERGENCY ADVERSE WEATHER AND CYCLONE PRECAUTIONS The Contractor shall ensure that unfinished work equipment sheds hoarding materials and any other movable items on the site are protected stored or secured to the extent necessary to ensure that in strong wind conditions they will not be a danger to persons or property because of collapse movement or any other cause In situation of visibility lower than 800 meters all works in the movement area or outdoor works at the Passenger Terminal Building and curb side shall be suspended In situation of AMBER or RED thunderstorm warning Typhoon Signal No 3 strong wind Black Ball Signal average wind speed over 20 knots all outdoor works except those works inside a building shall be suspended During occurrence of any emergency arise or any special arrangement is communicated by Airport Supervisor at Movement area and Passenger Terminal Building or Work Safety Officer work in progress should be suspended immediately SMOKING BEVERAGES Smoking is prohibited inside the airport except in smoking lounge at the Passenger Terminal Building Eating Drinking is prohibited inside the movement area including runway and taxiways of the airport Drug taking and drinking of alcohol is forbidden before and during the work Revision No 1 Revision Date 30 06 2011 Page 13 of 21 f soxanasresron oF Fx ADMINISTRATION OF AIRPORTS LTD ADMINISTRACAO DE AEROPORTOS LDA OPERATIONS SER
115. tion the Bidder is the sole party to guarantee the quality safety and effective operation of all work completed and equipment installed 1 3 2 All the work within Macau International Airport should strictly follow the Macau S A R Laws as well as Rules and Regulations of Macau International Airport 1 3 3 The procurement of insurances according to Macau S A R Laws as well as Rules and Regulations of Macau International Airport refer to Terms and Conditions of Contract for details 1 3 4 The claims and penalties of the project which shall be stated in the Contract 2 Eligibility of Bidders 2 Hligible Bidders 1 This Invitation for Bids is open to all Contractors from within the Macau Special Administrative Region Macau S A R and all countries areas which have regular trade relations with Macau S A R hereinafter called the eligible source countries areas except as provided hereinafter Page 7 of 73 2 3 The Bidder itself but not only its sub contractor or partner if any which is not a bidder shall have been engaged in related equipment production sales and installation for more than five 5 years The same type of product shall have actual successful application cases in large scale projects for more than three 3 years The Bidder must provide written evidence and manufacturer certificates demonstrate it is manufacturer authorized company for selling installation and maintenance of X ray security screening
116. ty Screening Equipment at MIA RFQ 151 Statement of Project Requirements i After the lapse of the initial twenty four month period of servicing the contractor may be required to enter into a service agreement with CAM for further period This agreement may subsequently be renewed for yearly basis j Only the manufacturer qualified technicians or engineers can perform the X ray machines and screening equipments installation and maintenance relevant manufacturer issued certification must be submitted for client reference k The successful tenderer shall thoroughly train and instruct the operators designated by CAM in the operation of unit The O amp M training should allow at least 6 persons with maximum 1Opersons 4 1 10 Testing amp Manual a The contractor must provide a manufacture s standard ICAO combined test piece or ASTM level 1 9 for testing and functional test b The equipment shall be able to pass all the following tests which are mandatory for compliance and responsible for obtaining statutory approval Single wire resolution test 1 defines the ability of the system to display a single wire thin wire The combined test piece uses a 33 SWG standard wire gauge 0 254mm un insulated tinned copper wire Wires of 25 SWG 0 508mm 33 0 254mm 36 0 193mm and 40 0 122mm are included to show if the machine has better single wire resolution than required or that the performance has deteriorated with time T
117. uipment checked and laid out ready for use Yes O N Is the wind direction satisfactory for hot work to be done es N Has the site of the hot work been isolated and roped off Yes N Is Airport RFFS been informed Name O Yes ON Work Period From A AT TA Oge EI El Gh zZ location and schedule Yes ONo ON A Site Supervisor Signature This hot work permit should be prominently displayed on the worksite SAFETY OFFICE APPROVAL The above mentioned work is Japproved not approved Name Signature Title Date Copy of this permit is distributed to below entities L SAF RFFS E amp M TCD A0CC TWR FOCUS TMS Supervision Company All times in local with date format dd mmm yyyy OP OPS 11 02 0 Sample of Hot Work amp Fire Isolation Permit Revision No 1 Revision Date 30 06 2011 Page 19 of 21 T8 BILD PR ZI E y ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE ACROPORTOSLDA OPERATIONS SERVICE CE UE PML OL S 0 Operations Service a vA ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA Work Coordination Requisition Serial No Referred Work Permit No Date Time of work Description of works Applicant Approved by Contact No L Airport Supervisor OPS Safety Coordinator Applicant shall submit the requisition at least 6 hours prior to work commencement to Airport Supervisor during non office hours OPS Safety Coor
118. uitability of the fixing location which might include the structural calculation 12 The machine must be able to display clear single un insulated tinned cooper wire of standard 38AWG 0 1mm for cabin baggage All penetration and resolution condition should be met without pressing any functional key The penetrations steel are 27mm for cabin baggage 13 Duty cycle must be 10046 no warm up procedure required 14 The equipment should have sufficient expandability particularly in allowing incorporation of new techniques on image processing and pattern recognition software enhancements should be easily implemented 54 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements 15 The system must operate on one latest version of software and allow ease of updating 16 Video connection should be possible to record easily the image seen by the operator Outputs should be provided to permit the connection of a video recorder or an external black box Such out ports should provide both composite video and RGB signals compatible with video recorders It should be possible to input test images via video input 17 Film safety Photographic films should not be damaged due to X ray examination The equipment must be film safe in compliance with relevant international standard Bidders contractor must guarantee the unconditional safety of photographic material of professional qua
119. up procedure required time X ray Generator Anode voltage and cooling technique Beam direction Grey levels stored Image presentation colour Image evaluation function zooming of screened times Specification of display monitor Computer configuration Network enable for workstation remote site check print data storage Total Power consumption of machine Noise level during machine operation 68 73 Tender Document for Procurement of Security Screening Equipment at MIA RFQ 151 Statement of Project Requirements Hand Held Metal Detector Bidder must provide the following technical information for client evaluation Brand Model Weight Dimensions Operating Temperatures Power Supply Weather proofing foreign object protection standards IP value standard IEC standard Detection Range Alarm capability sound and light Resistance to electromagnetic interferences recharging time Continuous Operating time per charge Warm up Time Calibrating self calibrating Walk Through Metal Detector Bidder must provide the following technical information for client evaluation Brand Model Common features Dimensions Operating Temperatures Input voltage Weather proofing foreign object protection standards IP value standard IEC standard
120. us occurrence viii Misuse of compressed air or pneumatic equipment ix Overloading of any lifting equipment or any company vehicle X Being under the influence of intoxicating liquor drugs or similar substances xi Unauthorized use of mobile telephones at airside locations XII Unauthorized use of any radio equipment at airside locations xiii Using tools in the security sterile area that are not approved by ADA XV Failing to comply with any direction given by ADA x lt xiv Failing to display an access card issued by MIA for an area in which a card is required xvi Failing to comply with MIA Airside vehicle requirements xvii Entering any part of the security controlled area without approval xviii Using a vehicle without prior approval from Airport Supervisor xix Firearms are not to be brought onto the airport site xx Use of inappropriate behavior or language xxi Working in movement area without wearing reflective vest Revision No 1 Revision Date 30 06 2011 Page 14 of 21 1835 BIBRA E A ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AEROPORTOS LDA OPERATIONS SERVICE 26 xxii Work site and surrounding area are not cleaned after work NOISE MANAGEMENT Works involving loud activities will be conducted in such a manner as to minimize the impacts of construction noise on the surrounding area Consideration should be given to factors such as th
121. ward will constitute the formation of the Contract 34 Signing of Contract Form 34 1 Within forty five 45 days after the issuance of Notification of Award written Contract Form shall be signed in accordance with the tender document and the bid of the successful bidder The successful bidder shall not sign any agreements against the substantial content of the contract 35 Performance Security 35 1 Within thirty 30 days of the receipt of notification of award from the Employer the successful Bidder shall furnish the performance security in accordance with the Terms and Conditions of Contract in the tender document in the Performance Security Form provided in the tender document or in another form acceptable to the Employer 35 2 Failure of the successful Bidder to comply with the requirement of ITB Clause 34 or ITB Clause 35 1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security in which event the Employer may make the award to another Bidder or call for new bids Page 22 of 73 Section 2 Terms and Conditions of Contract l Definitions 1 1 In this Contract the following terms shall be interpreted as indicated 1 2 3 4 5 6 7 8 9 The Contract means the agreement entered into between the Employer and Contractor including the Contract Form the Notification of Award the Bid Form these Terms and Conditions of Contract the Bill of Qu
122. whoever is responsible for these items 31 FIRE PREVENTION Ensure passageways and exits are not blocked by storage or waste Ensure that exits are not locked whilst people are working in the building Dispose of waste paper packaging old rags and other fire hazards Designate an employee to ensure that appliances stove kettles etc are switched off each night Wherever possible turn off computers and monitors each night Ensure that any cracked frayed or broken electrical cord or plug is replaced immediately Ensure that there is plenty of air circulation space around heat producing equipment e g photocopiers Do not run electrical leads or cords across doors or walkways or pinch them behind or under furniture Do not overload power outlets or extension boards DO NOT TAKE ANY RISKS Revision No 1 Revision Date 30 06 2011 Page 16 of 21 158351 BIBRA S A ADMINISTRATION OF AIRPORTS LTD ADMINISTRA O DE AGROPORTOS LDA OPERATIONS SERVICE APPENDIX A WORK PERMIT WORK COORDINATION REQUISITION HOT WORK amp FIRE ISOLATION PERMIT FORMS rd 48 E GE A RA E Operations Service P ADMINISTRATION OF AIRPORTS LTD F ADMINISTRAGAO DE AEROPORTOS LDA Work Permit Company Name Serial No Contact No Fax No Applicant Name Site Supervisor Name Contact No Contact No Supervision Company Name Contact Person Contact No Detailed nature of work and location Maneuvering Area Apron O eem Terminal
123. within 72 hours to Operations Safety Coordinator Unsafe conditions or practices must be identified and corrective action must be implemented and approved by Operations Safety Coordinator before work continues SITE ESTABLISHMENT Environmental Requirements To preserve the local environment around the site of works and prevent contamination all of the following items need to be noted and complied with before and during the works 1 No oil changing or servicing of vehicles or construction machinery is to be carried out on site No animal is allowed in the work site No vehicles or construction machinery are to be washed on site All vehicles entering and exiting the site shall do so at one only designated driveway oP ON If the entry point is over an existing concrete curb heavy timbers or the like should be placed in the road gutter for easier entry Clay rocks crushed rock or sand shall not be placed in the gutter to act as a vehicle ramp 6 All site water taps shall be maintained in a leak free condition and shall only be turned on when water is actually required 7 All the materials soil and construction rubbish should be put inside bags containers or well covered especially at Apron amp Runway area to avoid FOD no matter the time of transportation 8 The Contractor shall not store any new materials rubbish or stock piles of earth anywhere outside boundary of the site unless at a MIA designated site Soil and building ru
124. y explanatory of one another For the purposes of interpretation the priority of the documents shall be in accordance with the following sequence 1 the Contract Form 2 the Notification of Award 3 the Contractor s Bid Form 4 these Terms and Conditions of Contract 5 the Bill of Quantities 6 the Project Requirements 7 any other parts of the tender document 8 any other parts of the Contractor s proposal 35 Joint and Several Liability 35 1 If the Contractor constitutes a joint venture consortium or other unincorporated grouping of two or more persons companies 1 these persons companies shall be deemed to be jointly and severally liable to the Employer for the performance of the Contract 2 these persons companies shall notify the Employer of their leader who shall have authority to bind the Contractor and each of these persons companies and 3 the Contractor shall not alter its composition or legal status without the prior written consent of the Employer 36 Contractor s Design Liability 36 1 The Contractor shall carry out all and any works and services to give sufficient details for the construction or installation of the Works so as to ensure that the Page 40 of 73 materials equipment selected by the Contractor is in compliance with the Contract requirements in the Project requirement product required technical specification and on the Drawing and the Works are workable as a whole in complianc
125. y permitted by the contract or in writing from the Airport or other designated party The Contractor shall provide adequate visibility and protection when public use of work areas must be maintained on sidewalks entrances to buildings lobbies corridors aisles stairways and vehicular roadways Appropriate barriers i e guardrails barricades temporary fences or partitions overhead protection shields shall be secured against accidental displacement and maintained in place except where temporary removal is necessary to perform the work When a barricade is temporarily removed a guard shall be placed at all openings Barricades must be used where sidewalk sheds fences or guardrails are not required Such barricades must guard against harmful radioactive rays or particles flying materials falling or moving materials and equipment hot or poisonous materials explosives and explosive atmospheres flammable or toxic liquids and gases open flame energized electric circuits or other harmful exposures Sidewalks building entrances lobbies corridors aisles doors or exits in use by the public shall be clear of obstructions to permit safe ingress and egress of the public at all times Guardrails shall be provided on both sides of vehicular and pedestrian bridges ramps runways and platforms Sidewalk sheds canopies catch platforms and appropriate fencing shall be provided when it is necessary to safely maintain public pedestrian traffi

Download Pdf Manuals

image

Related Search

Related Contents

1 - Forth Interest Group    Harbor Freight Tools 97320 User's Manual  Eclipse 5™ with autoSAT®  Gebruiks- aanwijzing Vriezer User manual Freezer Notice d  1 - Sony Asia Pacific    User Manual - RayBiotech, Inc.  Cargo Floor CF500 SL1 & SL2 Instruction Manual 2010  

Copyright © All rights reserved.
Failed to retrieve file