To access this element change to forms mode OFF

Closed ATM View - AAD RFT 09/493

RFT 09/493 Controlled Air Incinerators

Jeff Keogh

: 03 6232 3494

:

:

:
Michele Thums

:
03 6232 3178

:

:
AAD RFT 09/493
:
Department of Agriculture, Fisheries and Forestry
:
47101529 - Incinerators
:
29-Jul-2009 2:00 pm (ACT Local Time)
Show close time for other time zones
:
30-Jun-2009
:
ACT, NSW, VIC, SA, WA, QLD, NT, TAS
:
Request for Tender

:

1          GENERAL REQUIREMENT

 

1.1       This technical description covers the requirements to be met by the supplier in supplying a waste incinerator for use by the Australian Antarctic Division (AAD) in Antarctica.

 

1.2       Two incinerators are required; one for Davis and one for Casey Station. They will be used for incinerating station waste with composition: kitchen waste 74%, general rubbish 14%, paper and cardboard 10%, human waste 1%, medical waste 1%. Scrap timber can also be burnt if required to aid combustion but otherwise will be returned to Australia for disposal.

 

 

2          SELECTION

 

2.1       The AAD reserves the right to select alternatives to those specified where such alternatives are deemed to provide more satisfactory solutions to the AAD's needs.

 

2.2       Tenderers should note that tenders for part supply shall not be considered, as in order to standardise, the AAD requires the most cost effective, practical and maintainable incinerators from a single contractor capable of providing full support in Australia.

 

2.3       The object of the evaluation is to select equipment that satisfies the AAD's requirements in the most effective manner.

 

2.4       The evaluation will assess the extent to which the tenderer:

 

            a)         meets the mandatory requirement of this specification

            b)         complies with the contractual condition of this specification

            c)         meets with relevant AAD & Commonwealth Government policies

 

2.5       Suitable offers shall be assessed against the requirements of this specification over the life of the equipment.

 

Special consideration shall be given to the following:

 

            a)         owning and operating costs

            b)         reliability

            c)         ease of operation

            d)         support

            e)         documentation

            f)          delivery

            g)         site backup requirements

            h)         training requirements

            i)          end of contract residual value

 

These criteria are not in any particular order and are not necessarily exhaustive or to be given equal weight.

 

2.6       Alternatives to details specified shall only be considered if full details are tendered and they are clearly to the Commonwealth's advantage.

 

2.7       As part of the evaluation process, tenderers may be required to demonstrate to the satisfaction of an Antarctic Division representative the capability of the equipment to perform as claimed.

 

 

3          ENVIRONMENTAL CONDITIONS

 

3.1       Temperature

The incinerator will be required to operate in ambient temperatures ranging from -20°C to +5°C.

 

3.2       Humidity

            The relative humidity during incinerator operation may vary between 20% and 100%.

 

3.3       Wind

            The incinerator flue may be subjected to wind speeds up to 200 km/h.

 

 

4          REQUIRED CHARACTERISTICS

 

4.1       Performance

 

4.1.1    The incinerator is required for disposing of non-recyclable waste which can’t be returned to Australia for landfill due to quarantine restriction. This waste includes: kitchen waste (food waste in addition to cling film, soiled packaging, etc) 74%, general rubbish 14%, paper and cardboard 10%, human waste 1%, medical waste 1%.

 

4.1.2    The incinerator process shall operate on the “controlled air” or pyrolytic principal for complete combustion of waste products and their gaseous residues with a primary chamber and a secondary reaction chamber.

 

4.1.3    Our waste is considered to be type 3 waste (Incinerator Institute of America classification), containing up to 70% moisture and 2500 BTU per pound (0.45 kg) as fired.  The incinerator must be capable of burning our particular type of waste to achieve combustion efficiencies resulting in emissions which meet the United States Environmental Protection Agency (USEPA) Emission Guidelines for Small Municipal Waste Combustion Units.

 

4.1.4    The current incinerator has a primary chamber volume of 1.5 cubic meters with 150 – 200 kg burnt on average at one time in a single batch process. This occurs 1-2 times per week in winter (population ~20) and 3-5 times per week in summer (population ~100). We prefer a batch load process for the new incinerator in which the incinerator can be charged with a single batch of waste. For a batch load process the primary chamber volume shall be at least 1.5 cubic meters. If an intermittent or continuous operation is offered then the intermittent or continual introduction of waste shall be done by an automatic loading system that does not require an operator to be in attendance.

 

4.1.5    A chimney of minimum 8 m from ground level, lined with refractory shall be provided.

 

4.1.6    The incinerator shall be supplied with an automated control system to ensure optimal performance of the combustion process.

 

4.1.7    A safe and easily removable system for removing ash appropriate for the operation of the incinerator (batch or intermittent/continuous) shall be provided.

 

 

4.2       Power supply, electric motors and ancillaries

 

4.2.1    The incinerator will be suitable for operation on a 3 phase 415 volt 50 hertz supply.

 

4.2.2    Fuel to be Antarctic diesel (information on properties can be provided on request).

 

4.2.3    Preferred burner type is Nu-way/Bentone but alternatives may be considered.

 

4.2.4    All wiring is to comply with Australian/New Zealand Standard for Wiring Rules (AS/NZS 3000:2007).

 

4.2.5    Control panel must operate at temperatures as low as -35° C.

 

 

4.3       Lifting points, tie down points and signage

 

4.3.1    Lifting points suitable for sling loading the whole incinerator shall be fitted and clearly identified (labelled & painted red).

 

4.3.2    Tie-down points suitable for restraining the incinerator during transportation shall be clearly identified (labelled & painted green).

 

4.3.3    The following advisory or warning signs are to be painted in appropriate and conspicuous places:

 

            a)         Lifting points (red)

            b)         Tie down points (green)

            c)         Dry weight in kilograms (black)

 

 

4.4       Surface Protection

 

• Bare metal surfaces shall be grit blasted and coated with one coat of epoxy based primer and three coats of two pack gloss finish.

 

5          MANUALS

 

5.1       Three complete sets of operators, spare parts and workshop manuals shall be supplied in both hard copy and electronic format.

 

5.2       These documents shall describe in full detail all equipment installed on the incinerator and shall include detailed parts lists and full circuit diagrams of all electrical and hydraulic equipment.

 

5.3       All manuals shall be written in the English language.

 

 

6          TESTING and COMMISSIONING

 

6.1       On completion, the incinerator and any associated equipment to be purchased under the contract shall be fully tested at the place of preparation to ensure that all modes of operation are correct.

 

6.2       The tenderer shall give two (2) weeks notice in writing of the proposed date of completion tests and trials and the location at which the trials will be undertaken, to enable the Antarctic Division’s representative to attend and witness tests or trials.

 

6.3       The incinerator shall be inspected to guarantee quality is to the satisfaction of the Antarctic Division representative, and that all accessories and spare parts are complete and suitably packaged for shipment.

 

6.4       All equipment accessories and components shall be new, and all preparation work shall be done by appropriately qualified tradesmen.

 

 

7          INFORMATION TO BE SUPPLIED

 

7.1       Warranty

 

7.1.1    Tenderers should state clearly and concisely the degree and extent of warranty that is applicable.

 

7.1.2    It should be noted that the incinerator will not be operated in Australia apart from testing.

 

 

• Spare Parts

 

7.2.1    The tenderer is to include priced lists of recommended spare parts as follows:

 

7.2.2    Insurance Spares - Spare parts not required for normal wear and tear, but recommended to be carried in order to reliably operate the incinerator in a remote location.

 

7.2.3    Wear Parts - Parts that should be replaced on a regular basis during a 1000 hour operating period.

 

7.2.4    Parts lists are to cover all equipment and accessories covered in the tender.

 

7.2.5    The tenderer shall provide a detailed list of the incinerators dimensions and weight.

 

 

8          DELIVERY

 

8.1       Delivery shall be to Australian Antarctic Division, Channel Highway Kingston, Tasmania.

 

8.2       All delivery costs including any government fees and charges shall be included in the tender price.

 

8.3       Delivery shall be before 12th November 2009.

 

 

9          CONTACTS

 

9.1       The contacts for technical matters are Michele Thums +61 3 62323178 (michele.thums@aad.gov.au), or Tim Price +61 3 62323236 (tim.price@aad.gov.au)

 

9.2       The contact for contractual matters is Jeff Keogh +61 3 62323494 (tenders@aad.gov.au).

:
Interested organisations can access the RFT document and draft agreement by downloading these from the AAD website (www.aad.gov.au) and follow the links to Business Opportunities/Tenders/Open Tenders/RFT 09/493 Controlled Air Incinerators. Tenderers are strongly recommended to register their interest by email to tenders@aad.gov.au to ensure clarification, updates and notifications are received during the tender response period.  RFT enquiries may be directed to Jeff Keogh (03) 6232 3494. Technical enquiries may be directed to Michele Thums (03) 6232 3178.
:
The supply of Services is to be provided in accordance with the Statement of Requirement (SoR) at Attachment A of the RFT and subject to the terms and conditions set out in, or referred to, in RFT 09/493 Controlled Air Incinerators. Neither the lowest or any tender may necessarily be accepted.  The AAD reserves the right to abandon or terminate any aspect of the RFT at any stage if it is not in the public interest to proceed.  Late tenders will not be accepted and Tenders forwarded by facsimile or email will not be accepted.Tenderers should note that the Draft Services Agreement is indicative of standard terms and conditions that will form the basis of a formal agreement only and any contractual arrangement with a preferred tenderer will be subject to change. The AAD reserves the right to consider alternative terms and conditions of contract.
:
No later than 12 November 2009.
:

'RFT 09/493 Controlled Air Incinerators', Tender Box Australian Antarctic Division, 203 Channel Highway, Kingston, Tas 7050

Please note that address MUST include tender number and name.

Jeff Keogh

: 03 6232 3494

:

:

:
Michele Thums

:
03 6232 3178

: