Vous êtes sur la page 1sur 73

Contract No.

CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING


(iHUC) SERVICES

EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS


CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

TABLE OF CONTENTS

1.0 GENERAL........................................................................................................................................................... 3
2.0 WORKBOAT (ANCHORED / DP2) ...................................................................................................................... 4
3.0 WORKBARGE .................................................................................................................................................. 16
4.0 ANCHOR HANDLING TUG AND SUPPLY (AHTS) .............................................................................................. 27
5.0 STRAIGHT SUPPLY VESSEL (SSV) ..................................................................................................................... 36
6.0 UTILITY VESSEL ............................................................................................................................................... 44
7.0 LANDING CRAFT TANK TYPE SUPPLY VESSEL (LCT) ........................................................................................ 51
8.0 FAST CREW BOAT (FCB) .................................................................................................................................. 58
9.0 LIFT BOAT ....................................................................................................................................................... 65
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

1.0 GENERAL

1.1 CONTRACTOR shall comply with all technical specifications listed within this Exhibit, as well as COMPANY,
local and international standards.

1.2 In the event of any discrepancy, CONTRACTOR is responsible to highlight such to COMPANY and await
further instruction.

1.3 Additional information about the vessels’ requirements or changes to the following specifications may be
mentioned in COMPANY’s Work Order Request. CONTRACTOR shall seek clarification from COMPANY prior
to proposing vessels for any uncertainty.

1.4 Using the following specification tables as a basis, CONTRACTOR shall prepare a vessel evaluation form for
each vessel proposed in its Work Order Proposal and shall clearly indicate areas of compliance or concern.

1.5 In the event that vessel replacement or substitution is required during WORK execution for any reason,
CONTRACTOR shall replace the vessel with one of similar or higher specifications to the vessel being
replaced.

3
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

2.0 WORKBOAT (ANCHORED / DP2)

No Item Specification
1 Age of Vessel a) The age of vessel shall not be more than 25 years at the end of charter
period. Refurbished vessel (more than 15 years old) are acceptable based on
the following:
i. A refurbished vessel here means 15 years and more that has undergone a
complete and extensive refurbishment within the last 5 years.
ii. The refurbishment must be certified by the Classification society/Flag
State and deemed fit for duty.
b) Marine Vessels that are under construction are not acceptable.
c) Vessels that have been completed (not in service) but pending delivery to
vessel owner are not acceptable.
2 Delivery a) Date required on site: As per specific Work Order Request
b) Point of delivery: As per specific Work Order Request
3 Propulsion a) Main Engines
i. The vessel shall have at least two (2) main engines of sufficient power
output as to meet the minimum sea keeping, cruising and other
applicable requirements.
OR
Diesel electric vessels of equivalent propulsion arrangement and power
rating are acceptable.
ii. All engine exhausts shall be fitted with spark arrestors.
iii. Aft maneuvering station required.
**Full details of engine make, type, power, fuel consumption statistics and the
like are required to be provided by CONTRACTOR.
b) Propeller
i. The vessel shall have twin screw Controllable Pitch Propeller (CPP) / Fixed
Pitch Propeller (FPP).
OR
Azimuth stern drive propulsion is acceptable.
c) DP Requirement (for DP2 Workboats only)
i. Minimum DP2 requirement and to comply with latest Class and Industrial
Standards (IMCA).
4 Bow Thruster a) Independently powered with a minimum 7.0 MT lateral thrust at continuous
rating.
5 Clear Deck Space a) Minimum clear deck space 200 m². All clear deck space shall have wooden
deck sheathing.

Deck Strength b) Minimum 5 MT per m2.

4
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
6 Vessel Ownership a) Proposed vessel shall be owned and operated by a Malaysian company
licensed by PETRONAS, unless otherwise allowed for by COMPANY.
b) CONTRACTOR shall provide the proof of ownership for the vessel or the
relationship with the owner of the vessel.
c) CONTRACTOR shall provide the following documents, but not limited to:
i. Provide Certificate of Registry (COR) for proposed vessel as evidence
(CONTRACTOR to prove the relationship if the official owner in the COR is
not CONTRACTOR’s name)
ii. Proof of ownership (Company registration document i.e. Form 24 of
Companies Act 1965 and company structure to be provided as evidence)
iii. Source of financing/charge on the vessel (CONTRACTOR to provide the
evidence e.g. loan agreement with bank/financial institution, Sale &
Purchase Agreement (SPA))
iv. Document of Compliance (DOC)
v. Safety Management Certificate (SMC)
vi. Ship Transcript and Mortgage Form (if applicable)
d) CONTRACTOR who does not own the vessel, must submit a Letter of
Authorization from the ship owner.
7 Berth Capacity For a) Minimum 140 pax for COMPANY (excluding marine and catering crew). Shall
COMPANY be permanent type, portable cabins are not acceptable.
8 Generators a) Minimum 2 main generators are able to support 100% vessel’s electrical load
and cargo especially during anchor handling operations and shall also provide
redundancy power for operations during emergency.
b) Capable running in parallel as per CLASS requirements. CONTRACTOR to
submit CLASS certificates
9 Registration a) Proposed vessel(s) must be registered in Malaysia for the following port :
i. Port Klang
ii. Penang
iii. Kuching
iv. Kota Kinabalu
b) If there are no Malaysian registered vessel(s) available or technically
acceptable, Labuan and foreign registered vessel will be considered.
10 Classification a) Classed by a Classification Society recognized by the Marine Dept (SCM and
IACCS members e.g. ABS, DNV, NKK, LRS, GL, BV).
b) Submit Classification certificate with endorsement and Latest Class status of
quarterly listing.
11 Speed a) Minimum 7 knots at 85% of Maximum Continuous Rating (MCR).
b) CONTRACTOR shall provide a copy of Speed Trial Report conducted within 12
months by third party endorsed by CLASS or witnessed by client.
12 Fuel Oil Capacity a) Minimum 400m3.
OR
Fuel storage capacity shall be sufficient for minimum thirty (30) days working
without re-supply of fuel
13 Potable Water Capacity a) Minimum total of 300 m3
OR

5
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
Potable water storage capacity shall be sufficient for minimum thirty (30)
days working with full marine and construction crew on board without re-
supply of freshwater.
b) Equipped with two (2) water makers. Both water makers shall be able to
cater to full complement of the vessel.
c) CONTRACTOR to declare the capacity of each water maker. Tanks to be
coated with compatible, non-toxic material.
14 Cargo Connections a) Fuel : 3" hose with self-sealing and quick shut off valve and all couplings
required for offshore and onshore use
b) Water: 4" hose with all couplings required for offshore and onshore use
c) Various compatible reducers to be available (2"-3", 3"-4" & 4"-5").
15 Cargo Pumps Discharge a) Cargo pumps discharge rate (approx.):
Rates i. Fuel = 75 m³/hr at minimum 60m head
ii. Potable Water = 75 m³/hr at minimum 60m head
16 Deck Crane a) Type and Certification
i. Pedestal type with fixed boom and comply with latest API-2C
specifications. Crawler crane AND/OR telescopic crane is not acceptable.
Pedestal mounted column height shall be minimum of 4 meters.
ii. Crane shall be fitted with full boom lighting for night operation and safety
devices such as overload cut out, emergency brake, over hoist cut out,
over boom cut outs, lifting angle indicator, radius indicator for each block,
two radio set with working frequency, slewing/tracking alarms and load
indicator.
iii. The crane shall be certified with man riding certificate.
iv. The control cabin shall be fitted with an effective air-conditioned system.
The hook block shall be equipped with safety latch. The boom shall be put
at boom rest during non-operational period.
v. The crane shall have valid inspection and calibration certificates for the
unit issued by an authorized 3rd Party Surveyor e.g. Lloyds, DNV, etc.
CONTRACTOR shall ensure that the certificates remain valid at all times.
b) Lifting Capacities
i. Minimum of 15 MT (offboard) at a minimum distance of 20 meters from
stern to the Platform structure edge.
ii. Able to reach the minimum lifting height of 30 meters above mean sea
level (MSL). Fixed boom length shall be 40 meters minimum.
17 Firefighting Appliances a) All firefighting appliances shall comply with SOLAS.
b) The use of HALON System is strictly prohibited.
c) Accommodation cabins fitted with water sprinkler system.
18 Vessel Particulars / GA a) Detailed vessel particulars and General Arrangement Plan to be provided.
Plan
19 Accommodation a) Cabin
i. Fully centralize air-conditioned accommodation for all crew.
ii. Maximum four (4) berths in one cabin.
iii. At least four (4) single berth cabins with attached bathroom shall be
dedicated for COMPANY's Representative and COMPANY's Site
Representatives (CSRs).

6
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
iv. The noise level onboard shall comply with IMO MSC 91/22/Add.1.
b) Toilet and Shower Facilities
i. Vessel shall provide sufficient toilets and showers with hot and cold water
for the full POB.
ii. All toilets and showers shall be clean and free from water logging and
rust.
iii. Sewerage system to be provided for full complement POB.
c) Galley
i. A galley must be certified by ‘Halal’ certification body such as JAKIM and
any recognize body.
ii. To provide 6 meals daily; breakfast, morning break, lunch, tea break,
dinner and mid-night supper.
iii. To provide drinking water through mineral water dispensers and juices at
all time at the galley and recreational area.
iv. CONTRACTOR shall cater for special meal requests by the COMPANY
representative for any events as required.
v. Refrigeration and provision stores shall be capable of affording thirty (30)
days endurance with a full complement.
d) Mess Room
i. As the vessel will be working on two shifts, the vessel shall have one large
mess room with adequate lighting to accommodate two-third of each
shift.
ii. As a minimum, the mess room shall be provided with the following
facilities;
 Good quality eating utensil – sufficient for one shift.
 Industrial ice cream maker
 Industrial ice cube maker
 Hot water boiler/dispenser for making hot beverage
 Juice dispenser
 Heavy duty toaster
 Microwave
 Fridge
iii. Segregated garbage bins with foot controlled lids for non-food wastes,
food wastes and liquid wastes
iv. The mess room shall additionally be equipped to function as a briefing
room. CONTRACTOR shall provide a large notice board and a large white
board in this room, a pull down viewing screen, computer projector,
audio speaker system, laser pointer, etc.
e) Laundry
i. The vessel laundry shall have sufficient facilities to cope with full
complement POB.
f) COMPANY’s Office
i. CONTRACTOR to provide 3 offices for COMPANY’s use with the following
facilities per office:
 2 nos. executive desks and chairs
 2 nos. work desks and chairs

7
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
 2 nos. 4 tier shelves
 1 refrigerator
 1 coffee machine
 1 whiteboard
 Minimum 8 nos. power outlets
 1 photocopy machine (A3 size)
 1 steel cabinet (4 drawers)
 1 dedicated telephone with direct line
 2 nos. personal computers (minimum Intel i5, 4 GB RAM, 1TB HDD, 20”
monitor)
g) Surau
i. The vessel surau shall able to accommodate minimum 10 people at one
time.
20 Medical Equipment a) Vessel shall be fully equipped with a first aid treatment sickbay including
medicine and medical consumables.
b) The sickbay shall meet the following criteria:
i. Equipped with minimum two (2) beds and one (1) fridge for medicine
storage.
ii. Minimum one (1) trained Medical Officer on board for 12 hours operation
along with medical equipment.
OR
Minimum two (2) trained Medical Officer on board for 24 hours operation
along with medical equipment.
iii. Shall have individual air-conditioning system. If the sick bay is connected
to the vessel’s air-conditioning system, the air-return shall be installed
with facilities to block the contaminating air from entering the Air
Handling Unit and at the same time the air from the room shall be
extracted to a safe place.
c) As a minimum, vessel shall be provided with the medical consumables
compliant with IMO standards and COMPANY requirements.
21 Telecommunication a) CONTRACTOR shall supply the mandatory navigational and communication
equipment required by SOLAS / IMO (GMDSS) for the registration class of and
country of origins of the vessel involved. This shall include International
Maritime Satellite System Organisation (INMARSAT) terminal.
b) One Very Small Aperture Terminal (VSAT) system for COMPANY’s use,
complete with stabilized antenna unit in Radome, control unit, the operator
console with keyboard as follows.
i. CONTRACTOR shall provide VSAT system or equivalent (i.e. Parabola
communication system i.e. SCOPTEL/or Speed Cast), dedicated for
COMPANY, complete with voice and data as minimum as below:
 Bandwidth as specified in the Work Order, dedicated service for
COMPANY with unlimited data.
 The network design shall be able to provide satellite communications
between COMPANY’s onshore offices and the vessel at CONTRACTOR’s
cost.

8
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
 Data communication shall be in full-duplex communication scheme
between the offices and the vessel utilizing 4 voice circuits.
c) To provide 6 sets of walkie-talkie (intrinsically safe type) c/w chargers and
holders.
d) To equip with radio communication equipment as per GMDSS requirement.
22 Flexible Hoses a) To provide transfer flexible hoses of potable water and diesel fuel to
platform/rig/vessels in the field.
b) Potable Water Hoses:
i. To provide one length x 60 ft x 4”size reinforced rubber hoses complete
with camlock couplings (Various sizes of reducers 2” to 3” and 3” to 4”
are required).
ii. Highly visible color flotation collar fitted along the hose section.
c) Diesel fuel hoses:
i. To provide two length x 60 ft x 3”size reinforced rubber hoses (Various
sizes of reducers 2” to 3” and 3” to 4” are required). It must be fitted
with self-sealing and quick shut off valve mechanism at the hose end to
prevent spillage.
ii. Highly visible color flotation collar fitted along the hose section.
d) All hoses must be tested to operating pressure and elongation test carried
out by CONTRACTOR at CONTRACTOR’s cost annually.
e) CONTRACTOR shall provide latest Hose Test certificate (Hose Test certificate
shall be valid for 1 year from the last test).
23 Consumption Flow a) Facilities such as flow meter, associated piping etc. to monitor fuel
Meter consumption of main engines and generators to be installed.
b) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type).
24 Diesel Fuel Flow a) Provision of minimum 1 tamper proof non-resettable flow-meters to facilitate
Meters records of receiving and transfer of diesel fuel to another vessel.
b) Fuel flow meter must be calibrated on yearly basis. CONTRACTOR to submit
latest valid fuel flow meter calibration certificate.
c) One flow meter shall be fitted on the diesel fuel loading line and another
separate flow meter fitted on the diesel fuel discharging line.
d) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type).
25 Fenders a) Strong and rigid all round fender to be provided on the main deck, forecastle
level, and between them.
b) The arrangement of the fenders at the sides part of the vessel, shall be in
such a manner that in the event of a fender being ripped off its mounting, the
mounting arrangement (e.g pad-eyes) shall not protrude and expose it to
contact with the vessel alongside.
c) Minimum 2 units of portable pneumatic fender (e.g. Yokohama or equivalent)
appropriate for the vessel size.
26 Rescue Zone a) Each side of the vessel to be marked RESCUE ZONE, which is painted in bright
yellow with diagonal black stripes.
b) The area to be 2m wide and extends from the main deck to the waterline and
located at the forward part of the main deck.
27 Weighted a) One on each side of the RESCUE ZONE.
9
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
Scrambling Nets b) A nylon net weighted at the outboard end, long enough to reach the
waterline and should be rolled up when not in use.
c) The net should be 2m wide, made of 12mm diameter nylon, the hole to be
200mm X 200mm.
28 Rescue Craft a) One rigid hull OR semi rigid hull rescue craft fitted with minimum 25 HP
outboard engines.
b) Shall be fitted with proper quick launching and recovery facilities on board.
c) Davit or crane, which handles the rescue craft must be maintained as per
SOLAS requirement.
29 Fore and Aft Deck a) Sufficient illumination is to be provided on the fore and aft deck to enable
Lighting night operations to be carried out safely if required.
b) 2 x 2000 watt searchlights (revolving 360°).
30 Potable Water a) CONTRACTOR is responsible to conduct potable water analysis from all
Analysis potable water tanks during on hire and subsequently at every 2 monthly
intervals.
b) The parameters to be tested shall be on turbidity, pH, colour, free residual
chlorine, total coliform and Bacteriology (E. Coli) contents.
31 Medical/Safety a) All crew must undergo medical examination and safety training
Training (CONTRACTOR’s expense) at COMPANY’s approved training institutions
before commencement of charter. Minimum safety training requirements:
i. Medical examination from Approved Medical Examiner (AME) and STCW
’95 Training & Manila amendment 2010 Training.
ii. Basic Offshore Safety – Helicopter Escape Training (OPITO-BOSIET) if
required by COMPANY.
iii. Hydrogen Sulphide (H2S) Training if required by COMPANY
iv. Rigging & Slinging (Deck Crews & Deck Officers)
v. Food Handling or equivalent (Cook / Crew involved in food handling shall
undergo formal training)
vi. Medical examination including statutory injection for food handler (all
catering crew)
vii. Any additional COMPANY requirements
32 Compliance to a) CONTRACTOR to comply with the following convention/code and submit the
Statutory following certificate (where applicable):-
Requirements i. Safety Of Life At Sea (SOLAS)
 Safety equipment certificate together with Form E (Attachment to the
SOLAS safety equipment certificate) with endorsement.
 International Safety Management (ISM) certificate together with
endorsement. (New build vessel: Must be ISM accredited within the
first 3 months of charter hire)
 International Ship and Port Facility Security (ISPS) certificate with
endorsement.
 International Maritime Dangerous Good (IMDG). Document of
compliance. (CONTRACTOR to provide one shower station on the main
deck and an eye station in the engine room)
ii. Marine Pollution (MARPOL)
 Submit IOPP certificate together with Attachment A with endorsement
(MARPOL 73/78 Annex I (Prevention of Pollution by Oil))
10
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
 Submit Annex V (Prevention of Pollution by Garbage from Ships)
certificate with endorsement.
 Endorsed Annex VI (Prevention of Air Pollution from Ships) Certificate.
iii. Local Regulations
 Possess a valid Domestic Shipping License (DSL) upon on hire of vessel.
33 CCTV a) Provision for CCTV continuous monitoring of winch room at CONTRACTOR’s
cost.
b) Provision for CCTV continuous monitoring of the shipsides, stern and
bunkering stations at CONTRACTOR’s cost as follows:
i. CCTV system with recording facilities and storage for minimum 10 weeks
of recorded data, UPS & two (2) units of external one (1) TB hard disks.
ii. Two (2) outdoor night vision marine cameras fitted at each sides of the
vessel facing aft.
iii. One (1) indoor camera facing on the recording terminal.
iv. Recording terminal must have a locking facility.
v. The decoder should be kept inside a tamper proof sealed locker.
c) CONTRACTOR to ensure continuous operation and maintenance of the
system at CONTRACTOR’s cost.
34 Fuel a) CONTRACTOR to provide the following on fuel consumption:
Consumption i. Consumption for Main Engine:
 At economical speed ____ knots
 Total fuel consumption: ____ litres/hour and 85% MCR.
 At maximum speed ____ knots
 Total fuel consumption: ____ litres/hour and 100% MCR.
ii. Consumption for 1 generator:
 Fuel consumption: ____ litres/ hour
b) CONTRACTOR to submit supporting documents i.e. main engine and
generator bench test OR Sea trial consumption reports
35 Manning a) Vessel shall be manned and operated by qualified personnel in accordance
with International and National Regulations for Safe Manning. CONTRACTOR
shall ensure that the manning level is in full compliance with the STCW ’95
Convention and in particular respect to Chapter VIII, Section A-VIII/1 “Fitness
for duty”. Whenever required, extra officers or crew shall be provided at no
extra cost to the COMPANY.
i. The crew shall be Malaysians.
ii. Master/Chief Engineer and Chief Officer/2nd Engineer shall have at least
2 years’ experience in OSV industry.
iii. Sufficient number of catering crew to support POB.
iv. DP Operations manning requirements as per latest IMO and IMCA.
v. Officer promotion and transition shall comply with CONTRACTOR’s
approved promotion and transition program for officers vetted by
Charterer.
vi. New-joining officers shall undergo double-up for at least 2 weeks during
which period the candidate(s) shall be assessed by the Master/Chief
Engineer.

11
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
b) CONTRACTOR shall provide sufficient complement on board the vessel to
cope with 24 hours continuous operations if directed by COMPANY.
36 Work Vest & Life a) Self-up righting capability.
Vest b) All Work Vest shall comply with USCG/North Sea Standards.
c) Minimum required quantities (for COMPANY use):
i. Six (6) pieces work vest.
ii. Twelve (12) pieces life vest.
37 Recreational a) Recreation Room
Facilities i. The recreational equipment shall be provided as follows:
 One color television, minimum 42 inch LED flat screen wired OR
projector set with ASTRO or equivalent. Multi channels to be provided
on CONTRACTOR’s account.
 One DVD player with regular supply of DVD discs.
 One radio/CD player.
b) Gymnasium
i. The Gymnasium shall have a minimum deck area of 12 square meters.
ii. As a minimum, the gymnasium shall be provided with suitable exercising
equipment from a reputable manufacturer.
38 Gangway a) CONTRACTOR shall provide min 18m x 1m of gangway complete with
handrails and safety net, portable light weight step ladder, air tugger, slings,
chain block, scaffolding materials, proper installation equipment of the
gangway, and manpower (trained, competent & capable of crew, riggers, and
including supervisor and inspector) to install the gangway at platform and
VESSEL side.
b) The design of the gangway shall include a Portable Access Platform (PAP) for
transfer of personnel when the gangway is required to be lifted off the deck.
c) The construction of the PAP shall be made of steel, rigidly built and stable for
use on vessel.
d) The weight of the PAP form shall be controlled such that it can be manually
handled by four men.
e) Swing ropes shall be provided for safe personnel transfer between gangway
and PAP.
f) PAP to be placed on the after part of the vessel with minimum two levels of
landing points.
g) PAP shall be firmly secured to avoid any unnecessary movements when in
use.
h) CONTRACTOR shall also provide all accessories for lifting, rigging and
installation of the gangway, which shall be certified.
i) The gangway shall be MPI tested and load tested successfully within 1 year
from date of planned demobilization.
39 Personnel Transfer a) One (1) industry approved personnel lifting basket i.e. rigid type for minimum
Basket 6 paxs/lift with valid certification shall be provided by CONTRACTOR onboard
the vessel, inclusive in the DCR.
40 Working Areas a) Vessel shall have designated work area as follows:
i. Welding Workshop
ii. Paint Store
iii. Mechanical Workshop
12
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
iv. Instrument Workshop
v. COMPANY Store
vi. Scaffolding and Gangway Racks
vii. Radiography Room
viii. Isotope Storage Container
41 Dry Docking a) Vessel due for dry-docking within three (3) months shall complete the dry-
docking activity prior On-Hire
b) Vessel shall not undergo dry docking during the period of charter
42 Anchor and Mooring a) Mooring system
System i. A minimum of four (4) points mooring system (work boat) each in single
drum complete with independent hydraulic winches.
ii. Tensioning & pay out meters shall be provided and calibrated annually.
iii. Fitted with a complete mooring system including anchor winches, anchor
lines, sheaves, fairleads, pennant wires, buoys and all necessary
associated equipment. No exposed anchor cables shall cross any part of
the clear deck space.
iv. Anchor rack shall be provided for each anchor.
b) Anchor wire
i. All anchor wires shall be maximum three (3) years old from its installation
date or whenever deemed necessary for change-out. Destructive Test
shall be conducted prior on hire.
ii. All anchors wires shall be made of double cratered / heavy lubricated
galvanized wires. The anchor end of each anchor wire shall be terminated
by gold nose socket or equivalent type and connected by a swivel.
iii. Minimum length of 1200m and minimum diameter of 38mm.
iv. One (1) spare anchor wire of similar specifications shall be available on
board at all times.
c) Marker & parachute buoy
i. CONTRACTOR to provide four (4) marker buoys for the anchors.
ii. CONTRACTOR to provide sufficient parachute/spring buoys for the
anchors OR as per approved anchor pattern and mooring analysis.
iii. CONTRACTOR shall provide one unit of spare anchor buoy on board at all
time
d) Pennant lines
i. Pennant lines shall have the same or higher specifications as the anchor
wire.
ii. The ends of the pennant wires shall be terminated by Gold Nose sockets
only.
iii. Sufficient pennant shall be made available onboard as per water depth
including one complete pennant system as spare on board.
iv. All pennant wires shall a maximum usage of one (1) year and to be
changed out annually or whenever deemed necessary for change-out.
e) Anchor
i. CONTRACTOR shall provide minimum four (4) units of anchors and one
(1) unit of spare anchor, kept onboard at all times.

13
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
ii. Anchors provided shall be Delta Flipper or Stevpris or equivalent high
holding power type. Each anchor shall be at least 5,000 kg.
f) Anchor pattern
i. Anchor pattern proposal and mooring analysis to be conducted at
CONTRACTOR’s time and cost to give assurance for station keeping for
every location the vessel is to be moored.
43 Barge Management a) CONTRACTOR to provide Barge Management System & Tug Management
System (BMS) / Tug with certified surveyors for survey.
Management
System (TMS)
44 Boat Landing a) A safe recessed boat landing area shall be provided to allow safe transfer of
personnel to and from the vessel. This should include swing ropes and
overhead beam. The boat landing shall be designed to provide a safe transfer
of personnel from/to a crew boat with a freeboard of up to 2 meters.
Multiple heights on the boat landing maybe required to cater for this.
b) Boat landing shall be provided on both Starboard and Port side of the vessel.
c) The floor of the boat landing shall be non-slip type.
d) Swing ropes and associated pad-eyes provided shall be designed in
accordance to COMPANY standards. Swing ropes and associated pad eyes
shall be certified by third party and color coded in line with COMPANY color
coding for lifting gears.
e) Boat landing shall be part of the vessel structure and extended boat landing
not acceptable.
f) Boat landing area shall be free from any protruding objects (ex. Pad eye and
lugs) except tyre fenders.
45 OVID & OVMSA a) Proposed vessel shall be registered in the OCIMF Offshore Vessel Inspection
Database (OVID) at the time of bid.
b) Profile of ship operator to be registered in the OCIMF Offshore Vessel
Inspection Database (OVID) at the time of bid.
c) An updated vessel’s Offshore Vessel’s Particular Questionnaire (OVPQ) not
exceeding 12 months shall be available in the OVID database at the time of
bid.
d) A valid vessel’s Offshore Vessel Inspection Questionnaire (OVIQ) inspection
not exceeding 12 months is available in the OVID database at the time of on-
hire.
e) A valid ship operator’s OCIMF’s Offshore Vessels Management System Self-
Assessment (OVMSA) Stage 1 as a minimum, not exceeding 12 months at the
time of bid.
46 Vessel Technical / a) For vessel age more than 15 years, CONTRACTOR shall provide the following
Condition Assessment reports from the complete and extensive refurbishment conducted within the
last 5 years :
i. Vessel enroll to CLASS Approved Enhanced Survey Program
ii. Condition Assessment Program (CAP) assessment report (vessel must
meet minimum CAP 2 rating.
 Hull
 Machinery
 Accommodation

14
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
b) If deemed necessary, inspection and verification of the vessel’s condition will
be carried out based on OVID checklist.
47 Helideck (if applicable) a) The helideck shall comply with CAP 437 and DCA requirement.
b) The vessel should be fitted with a helideck facility capable of operating
helicopters up to the size and mass of COMPANY approved helicopters. This
would require a helideck size (‘D’ value) of not less than 21 metres with a
structural strength exceeding 12.8 tonnes (‘t’ value).
c) The helideck facility should have a current DCA helideck certificate valid for
the duration of the hire period.
d) A minimum of two (2) personnel fully trained and certified as helicopter
landing officers (HLO), sufficient crew as HDA (Helideck Assistant), Fire
Fighting team and a trained Damage Control Team crew of 3 minimum on
board the vessel at all times.
e) CONTRACTOR to submit copy of helideck valid certificate approved by DCA
and remain valid for the duration of the hire period.

15
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

3.0 WORKBARGE

No Item Specification
1 Age of Vessel a) The age of vessel shall not be more than 25 years at the end of charter
period. Refurbished vessel (more than 15 years old) are acceptable based on
the following:
i. A refurbished vessel here means 15 years and more that has undergone a
complete and extensive refurbishment within the last 5 years.
ii. The refurbishment must be certified by the Classification society/Flag
State and deemed fit for duty.
b) Marine Vessels that are under construction are not acceptable.
c) Vessels that have been completed (not in service) but pending delivery to
vessel owner are not acceptable.
2 Delivery a) Date required on site: As per specific Work Order Request
b) Point of delivery: As per specific Work Order Request
3 Clear Deck Space a) Minimum clear deck space 300 m². All clear deck space shall have wooden
deck sheathing.

Deck Strength b) Minimum 5 MT per m2.


4 Vessel Ownership a) Proposed vessel shall be owned and operated by a Malaysian company
licensed by PETRONAS, unless otherwise allowed for by COMPANY.
b) CONTRACTOR shall provide the proof of ownership for the vessel or the
relationship with the owner of the vessel.
c) CONTRACTOR shall provide the following documents, but not limited to:
i. Provide Certificate of Registry (COR) for proposed vessel as evidence
(CONTRACTOR to prove the relationship if the official owner in the COR is
not CONTRACTOR’s name)
ii. Proof of ownership (Company registration document i.e. Form 24 of
Companies Act 1965 and company structure to be provided as evidence)
iii. Source of financing/charge on the vessel (CONTRACTOR to provide the
evidence e.g. loan agreement with bank/financial institution, Sale &
Purchase Agreement (SPA))
iv. Document of Compliance (DOC)
v. Safety Management Certificate (SMC)
vi. Ship Transcript and Mortgage Form (if applicable)
d) CONTRACTOR who does not own the vessel, must submit a Letter of
Authorization from the ship owner.
5 Berth Capacity For a) Minimum 200 pax for COMPANY (excluding marine and catering crew). Shall
COMPANY be permanent type, portable cabins are not acceptable.
6 Generators a) Minimum 2 main generators are able to support 100% vessel’s electrical load
and cargo especially during anchor handling operations and shall also provide
redundancy power for operations during emergency.
b) Capable running in parallel as per CLASS requirements. CONTRACTOR to
submit CLASS certificates
7 Registration a) Proposed vessel(s) must be registered in Malaysia for the following port :
i. Port Klang
ii. Penang
16
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
iii. Kuching
iv. Kota Kinabalu
b) If there are no Malaysian registered vessel(s) available or technically
acceptable, Labuan and foreign registered vessel will be considered.
8 Classification a) Classed by a Classification Society recognized by the Marine Dept (SCM and
IACCS members e.g. ABS, DNV, NKK, LRS, GL, BV).
b) Submit Classification certificate with endorsement and Latest Class status of
quarterly listing.
9 Fuel Oil Capacity a) Minimum 800m3.
OR
Fuel storage capacity shall be sufficient for minimum thirty (30) days working
without re-supply of fuel
10 Potable Water Capacity a) Minimum total of 800 m3
OR
Potable water storage capacity shall be sufficient for minimum thirty (30)
days working with full marine and construction crew on board without re-
supply of freshwater.
b) Equipped with two (2) water makers. Both water makers shall be able to
cater to full complement of the vessel.
c) CONTRACTOR to declare the capacity of each water maker. Tanks to be
coated with compatible, non-toxic material.
11 Cargo Connections a) Fuel : 3" hose with self-sealing and quick shut off valve and all couplings
required for offshore and onshore use
b) Water: 4" hose with all couplings required for offshore and onshore use
c) Various compatible reducers to be available (2"-3", 3"-4" & 4"-5").
12 Cargo Pumps Discharge a) Cargo pumps discharge rate (approx.):
Rates i. Fuel = 75 m³/hr at minimum 60m head
ii. Potable Water = 75 m³/hr at minimum 60m head
13 Deck Crane a) Type and Certification
i. Pedestal type with fixed boom and comply with latest API-2C
specifications. Crawler crane AND/OR telescopic crane is not acceptable.
Pedestal mounted column height shall be minimum of 4 meters.
ii. Crane shall be fitted with full boom lighting for night operation and safety
devices such as overload cut out, emergency brake, over hoist cut out,
over boom cut outs, lifting angle indicator, radius indicator for each block,
two radio set with working frequency, slewing/tracking alarms and load
indicator.
iii. The crane shall be certified with man riding certificate.
iv. The control cabin shall be fitted with an effective air-conditioned system.
The hook block shall be equipped with safety latch. The boom shall be put
at boom rest during non-operational period.
v. The crane shall have valid inspection and calibration certificates for the
unit issued by an authorized 3rd Party Surveyor e.g. Lloyds, DNV, etc.
CONTRACTOR shall ensure that the certificates remain valid at all times.
b) Lifting Capacities
i. Minimum of 120 MT (dynamic, offboard) at a minimum distance of 20
meters from stern to the Platform structure edge.
17
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
ii. Able to reach the minimum lifting height of 30 meters above mean sea
level (MSL). Fixed boom length shall be 45 meters minimum.
14 Firefighting Appliances a) All firefighting appliances shall comply with SOLAS.
b) The use of HALON System is strictly prohibited.
c) Accommodation cabins fitted with water sprinkler system.
15 Vessel Particulars / GA a) Detailed vessel particulars and General Arrangement Plan to be provided.
Plan
16 Accommodation a) Cabin
i. Fully centralize air-conditioned accommodation for all crew.
ii. Maximum four (4) berths in one cabin.
iii. At least four (4) single berth cabins with attached bathroom shall be
dedicated for COMPANY's Representative and COMPANY's Site
Representatives (CSRs).
iv. The noise level onboard shall comply with IMO MSC 91/22/Add.1.
b) Toilet and Shower Facilities
i. Vessel shall provide sufficient toilets and showers with hot and cold water
for the full POB.
ii. All toilets and showers shall be clean and free from water logging and
rust.
iii. Sewerage system to be provided for full complement POB.
c) Galley
i. A galley must be certified by ‘Halal’ certification body such as JAKIM and
any recognize body.
ii. To provide 6 meals daily; breakfast, morning break, lunch, tea break,
dinner and mid-night supper.
iii. To provide drinking water through mineral water dispensers and juices at
all time at the galley and recreational area.
iv. CONTRACTOR shall cater for special meal requests by the COMPANY
representative for any events as required.
v. Refrigeration and provision stores shall be capable of affording thirty (30)
days endurance with a full complement.
d) Mess Room
i. As the vessel will be working on two shifts, the vessel shall have one large
mess room with adequate lighting to accommodate two-third of each
shift.
ii. As a minimum, the mess room shall be provided with the following
facilities;
 Good quality eating utensil – sufficient for one shift.
 Industrial ice cream maker
 Industrial ice cube maker
 Hot water boiler/dispenser for making hot beverage
 Juice dispenser
 Heavy duty toaster
 Microwave
 Fridge

18
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
iii. Segregated garbage bins with foot controlled lids for non-food wastes,
food wastes and liquid wastes
iv. The mess room shall additionally be equipped to function as a briefing
room. CONTRACTOR shall provide a large notice board and a large white
board in this room, a pull down viewing screen, computer projector,
audio speaker system, laser pointer, etc.
e) Laundry
i. The vessel laundry shall have sufficient facilities to cope with full
complement POB.
f) COMPANY’s Office
i. CONTRACTOR to provide 3 offices for COMPANY’s use with the following
facilities per office:
 2 nos. executive desks and chairs
 2 nos. work desks and chairs
 2 nos. 4 tier shelves
 1 refrigerator
 1 coffee machine
 1 whiteboard
 Minimum 8 nos. power outlets
 1 photocopy machine (A3 size)
 1 steel cabinet (4 drawers)
 1 dedicated telephone with direct line
 2 nos. personal computers (minimum Intel i5, 4 GB RAM, 1TB HDD, 20”
monitor)
g) Surau
i. The vessel surau shall able to accommodate minimum 10 people at one
time.
17 Medical Equipment a) Vessel shall be fully equipped with a first aid treatment sickbay including
medicine and medical consumables.
b) The sickbay shall meet the following criteria:
i. Equipped with minimum two (2) beds and one (1) fridge for medicine
storage.
ii. Minimum one (1) trained Medical Officer on board for 12 hours operation
along with medical equipment.
OR
Minimum two (2) trained Medical Officer on board for 24 hours operation
along with medical equipment.
iii. Shall have individual air-conditioning system. If the sick bay is connected
to the vessel’s air-conditioning system, the air-return shall be installed
with facilities to block the contaminating air from entering the Air
Handling Unit and at the same time the air from the room shall be
extracted to a safe place.
c) As a minimum, vessel shall be provided with the medical consumables
compliant with IMO standards and COMPANY requirements.
18 Telecommunication a) CONTRACTOR shall supply the mandatory navigational and communication
equipment required by SOLAS / IMO (GMDSS) for the registration class of and
19
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
country of origins of the vessel involved. This shall include International
Maritime Satellite System Organisation (INMARSAT) terminal.
b) One Very Small Aperture Terminal (VSAT) system for COMPANY’s use,
complete with stabilized antenna unit in Radome, control unit, the operator
console with keyboard as follows.
i. CONTRACTOR shall provide VSAT system or equivalent (i.e. Parabola
communication system i.e. SCOPTEL/or Speed Cast), dedicated for
COMPANY, complete with voice and data as minimum as below:
 Bandwidth of 2Mbps dedicated service for COMPANY with unlimited
data.
 The network design shall be able to provide satellite communications
between COMPANY’s onshore offices and the vessel at CONTRACTOR’s
cost.
 Data communication shall be in full-duplex communication scheme
between the offices and the vessel utilizing 4 voice circuits.
c) To provide 6 sets of walkie-talkie (intrinsically safe type) c/w chargers and
holders.
d) To equip with radio communication equipment as per GMDSS requirement.
19 Flexible Hoses a) To provide transfer flexible hoses of potable water and diesel fuel to
platform/rig/vessels in the field.
b) Potable Water Hoses:
iii. To provide one length x 60 ft x 4”size reinforced rubber hoses complete
with camlock couplings (Various sizes of reducers 2” to 3” and 3” to 4”
are required).
iv. Highly visible color flotation collar fitted along the hose section.
c) Diesel fuel hoses:
i. To provide two length x 60 ft x 3”size reinforced rubber hoses (Various
sizes of reducers 2” to 3” and 3” to 4” are required). It must be fitted
with self-sealing and quick shut off valve mechanism at the hose end to
prevent spillage.
ii. Highly visible color flotation collar fitted along the hose section.
d) All hoses must be tested to operating pressure and elongation test carried
out by CONTRACTOR at CONTRACTOR’s cost annually.
e) Contractor shall provide latest Hose Test certificate (Hose Test certificate shall
be valid for 1 year from the last test).
20 Consumption Flow a) Facilities such as flow meter, associated piping etc. to monitor fuel
Meter consumption of main engines and generators to be installed.
b) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type).
21 Diesel Fuel Flow a) Provision of minimum 1 tamper proof non-resettable flow-meters to facilitate
Meters records of receiving and transfer of diesel fuel to another vessel.
b) Fuel flow meter must be calibrated on yearly basis. CONTRACTOR to submit
latest valid fuel flow meter calibration certificate.
c) One flow meter shall be fitted on the diesel fuel loading line and another
separate flow meter fitted on the diesel fuel discharging line.
d) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type).
20
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
22 Fenders a) Strong and rigid all round fender to be provided on the main deck, forecastle
level, and between them.
b) The arrangement of the fenders at the sides part of the vessel, shall be in
such a manner that in the event of a fender being ripped off its mounting, the
mounting arrangement (e.g pad-eyes) shall not protrude and expose it to
contact with the vessel alongside.
c) Minimum 2 units of portable pneumatic fender (e.g. Yokohama or equivalent)
appropriate for the vessel size.
23 Rescue Zone a) Each side of the vessel to be marked RESCUE ZONE, which is painted in bright
yellow with diagonal black stripes.
b) The area to be 2m wide and extends from the main deck to the waterline and
located at the forward part of the main deck.
24 Weighted a) One on each side of the RESCUE ZONE.
Scrambling Nets b) A nylon net weighted at the outboard end, long enough to reach the
waterline and should be rolled up when not in use.
c) The net should be 2m wide, made of 12mm diameter nylon, the hole to be
200mm X 200mm.
25 Rescue Craft a) One rigid hull OR semi rigid hull rescue craft fitted with minimum 25 HP
outboard engines.
b) Shall be fitted with proper quick launching and recovery facilities on board.
c) Davit or crane, which handles the rescue craft must be maintained as per
SOLAS requirement.
26 Fore and Aft Deck a) Sufficient illumination is to be provided on the fore and aft deck to enable
Lighting night operations to be carried out safely if required.
b) 2 x 2000 watt searchlights (revolving 360°).
27 Potable Water a) CONTRACTOR is responsible to conduct potable water analysis from all
Analysis potable water tanks during on hire and subsequently at every 2 monthly
intervals.
b) The parameters to be tested shall be on turbidity, pH, colour, free residual
chlorine, total coliform and Bacteriology (E. Coli) contents.
28 Medical/Safety a) All crew must undergo medical examination and safety training
Training (CONTRACTOR’s expense) at COMPANY’s approved training institutions
before commencement of charter. Minimum safety training requirement:
i. Medical examination from Approved Medical Examiner (AME) and STCW
’95 Training & Manila amendment 2010 Training.
ii. Basic Offshore Safety – Helicopter Escape Training (OPITO-BOSIET) if
required by COMPANY.
iii. Hydrogen Sulphide (H2S) Training if required by COMPANY
iv. Rigging & Slinging (Deck Crews & Deck Officers)
v. Food Handling or equivalent (Cook / Crew involved in food handling shall
undergo formal training)
vi. Medical examination including statutory injection for food handler (all
catering crew)
vii. Any additional COMPANY requirements
29 Compliance to a) CONTRACTOR to comply with the following convention/code and submit the
Statutory following certificate (where applicable):-
Requirements i. Safety Of Life At Sea (SOLAS)
21
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
 Safety equipment certificate together with Form E (Attachment to the
SOLAS safety equipment certificate) with endorsement.
 International Safety Management (ISM) certificate together with
endorsement. (New build vessel: Must be ISM accredited within the
first 3 months of charter hire)
 International Ship and Port Facility Security (ISPS) certificate with
endorsement.
 International Maritime Dangerous Good (IMDG). Document of
compliance. (CONTRACTOR to provide one shower station on the main
deck and an eye station in the engine room)
ii. Marine Pollution (MARPOL)
 Submit IOPP certificate together with Attachment A with endorsement
(MARPOL 73/78 Annex I (Prevention of Pollution by Oil))
 Submit Annex V (Prevention of Pollution by Garbage from Ships)
certificate with endorsement.
iii. Local Regulations
 Possess a valid Domestic Shipping License (DSL) upon on hire of vessel.
30 CCTV a) Provision for CCTV continuous monitoring of winch room at CONTRACTOR’s
cost.
b) Provision for CCTV continuous monitoring of the shipsides, stern and
bunkering stations at CONTRACTOR’s cost as follows:
i. CCTV system with recording facilities and storage for minimum 10 weeks
of recorded data, UPS & two (2) units of external one (1) TB hard disks.
ii. Two (2) outdoor night vision marine cameras fitted at each sides of the
vessel facing aft.
iii. One (1) indoor camera facing on the recording terminal.
iv. Recording terminal must have a locking facility.
v. The decoder should be kept inside a tamper proof sealed locker.
c) CONTRACTOR to ensure continuous operation and maintenance of the
system at CONTRACTOR’s cost.
31 Fuel a) CONTRACTOR to provide the following on fuel consumption:
Consumption i. Consumption for 1 generator:
 Fuel consumption: ____ litres/ hour
b) CONTRACTOR to submit supporting documents i.e. main engine and
generator bench test OR Sea trial consumption reports
32 Manning a) Vessel shall be manned and operated by qualified personnel in accordance
with International and National Regulations for Safe Manning. CONTRACTOR
shall ensure that the manning level is in full compliance with the STCW ’95
Convention and in particular respect to Chapter VIII, Section A-VIII/1 “Fitness
for duty”. Whenever required, extra officers or crew shall be provided at no
extra cost to the COMPANY.
i. The crew shall be Malaysians.
ii. Master/Chief Engineer and Chief Officer/2nd Engineer shall have at least
2 years’ experience in OSV industry.
iii. Sufficient number of catering crew to support POB.

22
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
iv. Officer promotion and transition shall comply with CONTRACTOR’s
approved promotion and transition program for officers vetted by
Charterer.
v. New-joining officers shall undergo double-up for at least 2 weeks during
which period the candidate(s) shall be assessed by the Master/Chief
Engineer.
b) CONTRACTOR shall provide sufficient complement on board the vessel to
cope with 24 hours continuous operations if directed by COMPANY.
33 Work Vest & Life a) Self-up righting capability.
Vest b) All Work Vest shall comply with USCG/North Sea Standards.
c) Minimum required quantities (for COMPANY use):
i. Six (6) pieces work vest.
ii. Twelve (12) pieces life vest.
34 Recreational a) Recreation Room
Facilities i. The recreational equipment shall be provided as follows:
 One color television, minimum 42 inch LED flat screen wired OR
projector set with ASTRO or equivalent. Multi channels to be provided
on CONTRACTOR’s account.
 One DVD player with regular supply of DVD discs.
 One radio/CD player.
b) Gymnasium
i. The Gymnasium shall have a minimum deck area of 12 square meters.
ii. As a minimum, the gymnasium shall be provided with suitable exercising
equipment from a reputable manufacturer.
35 Gangway a) CONTRACTOR shall provide min 18m x 1m of gangway complete with
handrails and safety net, portable light weight step ladder, air tugger, slings,
chain block, scaffolding materials, proper installation equipment of the
gangway, and manpower (trained, competent & capable of crew, riggers, and
including supervisor and inspector) to install the gangway at platform and
VESSEL side.
b) The design of the gangway shall include a Portable Access Platform (PAP) for
transfer of personnel when the gangway is required to be lifted off the deck.
c) The construction of the PAP shall be made of steel, rigidly built and stable for
use on vessel.
d) The weight of the PAP form shall be controlled such that it can be manually
handled by four men.
e) Swing ropes shall be provided for safe personnel transfer between gangway
and PAP.
f) PAP to be placed on the after part of the vessel with minimum two levels of
landing points.
g) PAP shall be firmly secured to avoid any unnecessary movements when in
use.
h) CONTRACTOR shall also provide all accessories for lifting, rigging and
installation of the gangway, which shall be certified.
i) The gangway shall be MPI tested and load tested successfully within 1 year
from date of planned demobilization.

23
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
36 Personnel Transfer a) One (1) industry approved personnel lifting basket i.e. rigid type for minimum
Basket 6 paxs/lift with valid certification shall be provided by CONTRACTOR onboard
the vessel, inclusive in the DCR.
37 Working Areas a) Vessel shall have designated work area as follows:
vi. Welding Workshop
vii. Paint Store
viii. Mechanical Workshop
ix. Instrument Workshop
x. COMPANY Store
xi. Scaffolding and Gangway Racks
xii. Radiography Room
xiii. Isotope Storage Container
38 Dry Docking a) Vessel due for dry-docking within three (3) months shall complete the dry-
docking activity prior On-Hire
b) Vessel shall not undergo dry docking during the period of charter
39 Anchor and Mooring a) Mooring system
System i. A minimum of eight (8) points mooring system each in single drum
complete with independent hydraulic winches.
ii. Tensioning & pay out meters shall be provided and calibrated annually.
iii. Fitted with a complete mooring system including anchor winches, anchor
lines, sheaves, fairleads, pennant wires, buoys and all necessary
associated equipment. No exposed anchor cables shall cross any part of
the clear deck space.
iv. The vessel’s mooring system shall have sufficient length of anchor wires
for mooring in water depth of up to 160 meters or in accordance to
COMPANY’s requirements.
v. Anchor rack shall be provided for each anchor.
b) Anchor wire
i. All anchor wires shall be maximum three (3) years old from its installation
date or whenever deemed necessary for change-out. Destructive Test
shall be conducted prior on hire.
ii. All anchors wires shall be made of double cratered / heavy lubricated
galvanized wires. The anchor end of each anchor wire shall be terminated
by gold nose socket or equivalent type and connected by a swivel.
iii. Minimum length of 1500m and minimum diameter of 52mm.
iv. One (1) spare anchor wire of similar specifications shall be available on
board at all times.
c) Marker & parachute buoy
i. CONTRACTOR to provide eight (8) marker buoys for the anchors.
ii. CONTRACTOR to provide sufficient parachute/spring buoys for the
anchors OR as per approved anchor pattern and mooring analysis.
iii. CONTRACTOR shall provide one unit of spare anchor buoy on board at all
time
d) Pennant lines
i. Pennant lines shall have the same or higher specifications as the anchor
wire.
24
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
ii. The ends of the pennant wires shall be terminated by Gold Nose sockets
only.
iii. Sufficient pennant shall be made available onboard as per water depth
including one complete pennant system as spare on board.
iv. All pennant wires shall a maximum usage of one (1) year and to be
changed out annually or whenever deemed necessary for change-out.
e) Anchor
i. CONTRACTOR shall provide minimum eight (8) units of anchors and one
(1) unit of spare anchor, kept onboard at all times.
ii. Anchors provided shall be Delta Flipper or Stevpris or equivalent high
holding power type. Each anchor shall be at least 7,000 kg.
f) Anchor pattern
i. Anchor pattern proposal and mooring analysis to be conducted at
CONTRACTOR’s time and cost to give assurance for station keeping for
every location the vessel is to be moored.
40 Barge Management a) CONTRACTOR to provide Barge Management System & Tug Management
System (BMS) / Tug with certified surveyors for survey.
Management
System (TMS)
41 Boat Landing a) A safe recessed boat landing area shall be provided to allow safe transfer of
personnel to and from the vessel. This should include swing ropes and
overhead beam. The boat landing shall be designed to provide a safe transfer
of personnel from/to a crew boat with a freeboard of up to 2 meters.
Multiple heights on the boat landing maybe required to cater for this.
b) Boat landing shall be provided on both Starboard and Port side of the vessel.
c) The floor of the boat landing shall be non-slip type.
d) Swing ropes and associated pad-eyes provided shall be designed in
accordance to COMPANY standards. Swing ropes and associated pad eyes
shall be certified by third party and color coded in line with COMPANY color
coding for lifting gears.
e) Boat landing shall be part of the vessel structure and extended boat landing
not acceptable.
f) Boat landing area shall be free from any protruding objects (ex. Pad eye and
lugs) except tyre fenders.
42 OVID & OVMSA a) Proposed vessel shall be registered in the OCIMF Offshore Vessel Inspection
Database (OVID) at the time of bid.
b) Profile of ship operator to be registered in the OCIMF Offshore Vessel
Inspection Database (OVID) at the time of bid.
c) An updated vessel’s Offshore Vessel’s Particular Questionnaire (OVPQ) not
exceeding 12 months shall be available in the OVID database at the time of
bid.
d) A valid vessel’s Offshore Vessel Inspection Questionnaire (OVIQ) inspection
not exceeding 12 months is available in the OVID database at the time of on-
hire.
e) Vessel shall conduct and have record of OVID inspections.
f) CONTRACTOR shall participate in Offshore Vessel Management and Self-
Assessment (OVMSA) exercise.

25
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
g) CONTRACTOR shall ensure that all significant findings for Level One (1) shall
be cleared within three (3) months of on hire.
h) CONTRACTOR shall also be subjected to OVMSA on an annual basis
thereafter, and CONTRACTOR shall demonstrate continuous improvement in
the OVMSA throughout the charter period.
i) CONTRACTOR shall ensure continuous maintenance of OVID and OVMSA at
its cost.
j) A valid ship operator’s OCIMF’s Offshore Vessels Management System Self-
Assessment (OVMSA) Stage 1 as a minimum, not exceeding 12 months at the
time of bid.
43 Vessel Technical / a) For vessel age more than 15 years, CONTRACTOR shall provide the following
Condition Assessment reports from the complete and extensive refurbishment conducted within the
last 5 years :
i. Vessel enroll to CLASS Approved Enhanced Survey Program
ii. Condition Assessment Program (CAP) assessment report (vessel must
meet minimum CAP 2 rating.
 Hull
 Machinery
 Accommodation
b) If deemed necessary, inspection and verification of the vessel’s condition will
be carried out based on OVID checklist.
44 Helideck (if applicable) a) The helideck shall comply with CAP 437 and DCA requirement.
b) The vessel should be fitted with a helideck facility capable of operating
helicopters up to the size and mass of PETRONAS approved helicopters. This
would require a helideck size (‘D’ value) of not less than 21 metres with a
structural strength exceeding 12.8 tonnes (‘t’ value).
c) The helideck facility should have a current DCA helideck certificate valid for
the duration of the hire period.
d) A minimum of two (2) personnel fully trained and certified as helicopter
landing officers (HLO), sufficient crew as HDA (Helideck Assistant), Fire
Fighting team and a trained Damage Control Team crew of 3 minimum on
board the vessel at all times.
e) CONTRACTOR to submit copy of helideck valid certificate approved by DCA
and remain valid for the duration of the hire period.

26
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

4.0 ANCHOR HANDLING TUG AND SUPPLY (AHTS)

No Item Specification
1 Age of Vessel a) The age of vessel shall not be more than 15 years at the end of charter
period.
b) Marine Vessels that are under construction are not acceptable.
c) Vessels that have been completed (not in service) but pending delivery to
vessel owner are not acceptable.
2 Delivery a) Date required on site: As per specific Work Order Request
b) Point of delivery: As per specific Work Order Request
3 Length Overall (LOA) a) Maximum / Minimum LOA: As per specific Work Order Request

4 Propulsion a) Main Engines


i. The vessel shall have at least two (2) main engines giving a total capacity
of minimum 4500 BHP.
ii. Brake Horse Power (BHP) contribution from bow tunnel and forward
azimuth thrusters shall not be included in the minimum required
horsepower.
OR
Diesel electric vessels of equivalent propulsion arrangement and power
rating are acceptable and meet the bollard pull requirement.
(CONTRACTOR to provide Supporting Documents).
b) Propeller
i. The vessel shall have twin screw Controllable Pitch Propeller (CPP) /
rudders and controllable pitch propellers in kort nozzles (or equivalent).
OR
Azimuth stern drive propulsion is acceptable.
c) DP Requirement (if applicable)
i. Shall comply with latest Class and Industrial Standards (IMCA).
5 Bow Thruster a) Independently powered with a minimum 6.0 MT lateral thrust at continuous
rating.
6 Bollard Pull a) Minimum 60 MT Continuous Bollard Pull. The bollard pull shall be based on
Main Engine propulsion model. Bollard Pull under Hybrid Propulsion model is
not acceptable.
b) Certificate of latest bollard pull test with actual pull test result must be
provided. Bollard Pull test certificate must not be more than 5 years old.
7 Anchor Handling a) One set of Anchor Handling Securing Device: Ulstein Shark Jaws, Karm Forks
Securing Device or Triplex. Hydraulic stopper – min SWL 200 MT or equivalent.
i. Pelican hook is strictly NOT permitted.

Towing Pins b) One set of retractable towing pins with locking tops.
c) Minimum SWL 100 MT.
8 Deck Space a) Minimum clear deck space 330 m² (PAC to specify).
b) Deck carrying capacity – Minimum 500 MT
c) Deck strength – Minimum 5 MT per m2.

27
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
9 Vessel Ownership a) Proposed vessel shall be owned and operated by a Malaysian company
licensed by PETRONAS, unless otherwise allowed for by COMPANY.
b) CONTRACTOR shall provide the proof of ownership for the vessel or the
relationship with the owner of the vessel.
c) CONTRACTOR shall provide the following documents, but not limited to:
i. Provide Certificate of Registry (COR) for proposed vessel as evidence
(CONTRACTOR to prove the relationship if the official owner in the COR is
not CONTRACTOR’s name)
ii. Proof of ownership (Company registration document i.e. Form 24 of
Companies Act 1965 and company structure to be provided as evidence)
iii. Source of financing/charge on the vessel (CONTRACTOR to provide the
evidence e.g. loan agreement with bank/financial institution, Sale &
Purchase Agreement (SPA))
iv. Document of Compliance (DOC)
v. Safety Management Certificate (SMC)
vi. Ship Transcript and Mortgage Form (if applicable)
d) CONTRACTOR who does not own the vessel, must submit a Letter of
Authorization from the ship owner
10 Generators a) Minimum 2 main generators are able to support 100% vessel’s electrical load
and cargo especially during anchor handling operations and shall also provide
redundancy power for operations during emergency.
b) Capable running in parallel as per CLASS requirements. CONTRACTOR to
submit CLASS certificates
11 Registration a) Proposed vessel(s) must be registered in Malaysia.
12 Classification a) Classed by a Classification Society recognized by the Marine Dept (SCM and
IACCS members e.g. ABS, DNV, NKK, LRS, GL, BV).
b) Submit Classification certificate with endorsement and Latest Class status of
quarterly listing.
13 Speed a) Minimum 10 knots at 85% of Maximum Continuous Rating (MCR).
b) CONTRACTOR shall provide a copy of Speed Trial Report conducted within 12
months by third party endorsed by CLASS or witnessed by client.
14 Capstan / Tugger a) At least two (variable speed) capstans and two tugger winches each with
Winch minimum line pulls 5MT at 10 M/minute.
15 Towing / Anchor a) CONTRACTOR to specify the following:
Handling Winch i. Towing Winch – 150 MT pull capacity and 200 MT brake capacity
ii. Anchor Handling Winch - 150 MT pull capacity and 200 MT brake capacity
b) Winch pull capacity above means capacity at the 1st layer.
16 Drum Capacity a) Heavy duty towing drum to have capacity for 1000 m x 2 1/4” diameters
towing wire.
b) Heavy-duty anchor handling (work) drums to have minimum capacity for
1000m x 2 ¼” diameter wire.
c) 1 set or 2 set of wire storage reels which is hydraulically operated and has a
minimum capacity to store 1000 m x 2 1/4” wires.
d) Anchor-handling drum (or work drum) shall be positioned on the fore and aft
centerline of the vessel.
17 Anchor Handling Gear a) CONTRACTOR to provide the following as a minimum:

28
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
i. 2 x 250m x 2 1/4" diameters work wires complete with GOLD NOSE wire
terminations.
ii. 3 x buoy catcher slings.
iii. 1 x heavy duty J hook.
iv. 1 x grapnel.
v. Assortment of shackles related to the bollard pull of the vessel.
18 Towing Gear a) CONTRACTOR to provide the following as a minimum:
i. 2 x 700m x 2 1/4" diameters towing wire complete with GOLD NOSE wire
terminations.
ii. 3 x 6m x 1½" diameters gob lines or as per class requirements.
b) The spare towing wire shall be unused, inspected, certified and less than 5
years or if more than 5 years subject to destructive test or equivalent to
verify the life expectancy of the said wire with certification & stowed in a
fixed hydraulically operated storage reel.
c) Existing tow wire shall not be more than 5 years old or if more than 5 years
subject to destructive test or equivalent to verify the life expectancy of the
said wire with certification and whenever condition of which deemed
necessary for change-out.
19 Stern Rollers SWL a) Minimum SWL for stern roller is 200MT.
20 Fuel Capacity a) Minimum 400m3.
b) CONTRACTOR shall provide tank calibration table endorsed by CLASS.
21 Potable Water Capacity a) Combined minimum total of 400 m3
b) Tanks to be coated with compatible, non-toxic material.
c) CONTRACTOR shall provide tank calibration table endorsed by CLASS.
22 Stern Barrier a) A portable type physical barrier at the stern to be available for installation
when in non-anchor handling mode to protect the cargo stowed, personnel
working on deck and to ensure safe boarding and launching of anchors.
23 Bulk Delivery a) Dry Bulk Delivery: Minimum two compressors with air dryer of sufficient
capacity/ pressure for the delivery of bulk cargo from vessel to rigs.
b) Minimum delivery rate is 75 m3 /hr at 60m head.
24 Cargo Connections a) Fuel : 3" hose with self-sealing and quick shut off valve and all couplings
required for offshore and onshore use
b) Water: 4" hose with all couplings required for offshore and onshore use
c) Dry Bulk: 5” hose with all couplings required for offshore and onshore use
d) All cargo connections shall accommodate three (3) type of adaptor/coupler
whenever required to suit operations:
 Camlock coupling type
 Tread coupling type
 Self-sealing coupling type e.g. Todo or equivalent
 All cargo manifold shall be made available at PORT & STBD Mid-ship
and also at Quarters (stern) of the main deck.
 Various compatible size of adaptor/coupler and reducers to be made
available that suit with operations.
e) Various compatible reducers to be available (2"-3", 3"-4" & 4"-5").
f) Liquid bulk line to be fitted with drain cock.
25 Cargo Pumps Discharge a) Cargo pumps discharge rate (approx.):
Rates i. Fuel = 75 m³/hr at minimum 60m head
29
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
ii. Potable Water = 75 m³/hr at minimum 60m head
b) Only positive displacement pumps / centrifugal pumps are acceptable.
26 Crash Rails a) Provided with continuous crash rails of at least 1.8m (6 ft) high on both sides
of vessel main deck.
27 Prohibition on any use a) Active HARD CFC based refrigerant is strictly prohibited for on board
of HARD CFC based appliances. SOFT CFC refrigerant or interim alternatives shall be used.
refrigerant on board b) These include the following appliances on board vessel:
vessel i. Central air conditioning system,
ii. Fridge, Water fountain chiller, ice cube maker, drink dispenser, ice cream
maker, cold room, chiller room, freezer, etc.
c) Examples of SOFT CFC interim alternatives R405a, R411a and R411b.
28 External Firefighting a) All external firefighting appliances shall comply with SOLAS.
Appliances b) The use of HALON System is strictly prohibited.
c) Minimum FIFI 1, to comply with CLASS requirement (e.g. Lloyds, ABS, DNV, or
equivalent).
29 Medical Equipment a) As a minimum, vessel shall be provided with the following but not limited to
(comply to IMO Standards):
i. 1 x Oxygen resuscitator plus one spare Oxygen cylinder (where
applicable)
ii. 1 x Paraguard stretcher Mk. 3 c/w 4 pts lifting sling
iii. 6 sets Airsplints
iv. 2 x 25 persons First Aid Kit
v. 1 litres antiseptic lotion in sealed locker.
vi. Automated External Defibrillator (AED) (where applicable)
vii. 1-unit Portable Blood Pressure Monitor
30 Vessel Particulars / GA a) Detailed vessel particulars and General Arrangement Plan to be provided.
Plan
31 Telecommunication a) All communications shall comply with the requirement include:
i. Email and wifi facilities (including day to day operations and weather
forecast)
ii. Voice and data.
32 Flexible Hoses a) To provide transfer flexible hoses of potable water and diesel fuel to
platform/rig/vessels in the field.
b) Drill / Potable Water Hoses:
i. To provide one length x 60 ft x 4”size reinforced rubber hoses complete
with camlock couplings (Various sizes of reducers 2” to 3” and 3” to 4”
are required).
ii. Highly visible color flotation collar fitted along the hose section.
c) Diesel fuel hoses:
i. To provide two length x 60 ft x 3”size reinforced rubber hoses (Various
sizes of reducers 2” to 3” and 3” to 4” are required). It must be fitted
with self-sealing and quick shut off valve mechanism at the hose end to
prevent spillage.
ii. Highly visible color flotation collar fitted along the hose section.

30
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
d) All hoses must be tested to operating pressure and elongation test carried
out by CONTRACTOR at CONTRACTOR’s cost annually.
e) To submit Last Hose test certificate.
33 Consumption Flow a) Facilities such as flow meter, associated piping etc. to monitor fuel
Meter consumption of main engines and generators to be installed.
b) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type).
34 Diesel Fuel Flow a) Provision of 2 tamper proof non-resettable flow meters (with printing
Meters facilities where applicable) to facilitate records of receiving and transfer of
diesel fuel to another vessel.
b) Fuel flow meter must be calibrated on yearly basis. CONTRACTOR to submit
latest valid fuel flow meter calibration certificate.
c) One flow meter shall be fitted on the diesel fuel loading line and another
separate flow meter fitted on the diesel fuel discharging line.
d) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type).
35 Fenders a) Strong and rigid all around fenders shall be provided by means of chafing bars
of heavy schedule 80 pipes or reinforced plates of min 10mm thickness fitted
on the main deck level, forecastle level, and between them.
b) Vessel shall be fitted with adequate fenders as per CLASS requirement and
suited for the scope of work.
c) The arrangement of the fenders shall be in such a manner that in the event of
a fender being ripped off its mounting, the mounting arrangement (e.g. pad
eyes) shall not protrude and expose it to contact with the vessel alongside.
36 Oil Pollution a) The vessel shall have a complete dispersant spraying system and agitators
Equipment including:
i. One storage tank for dispersant of 8 m3.
ii. One dispersant pump with capacity 8 m3/ hr at 1 bar pressure.
iii. Nozzles should generate droplets size in range of 500 – 1200 microns.
iv. The equipment should be able to spray dispersant neat or in the ratio of
1:10 (dispersant water).
v. Spray arms should be mounted as far forward as possible on the vessel to
take full advantage of the energy imparted by the vessel’s bow wave.
37 Rescue Zone a) Each side of the vessel to be marked RESCUE ZONE, which is painted in bright
yellow with diagonal black stripes.
b) The area to be 2m wide and extends from the main deck to the waterline and
located at the forward part of the main deck.
38 Weighted a) One on each side of the RESCUE ZONE.
Scrambling Nets b) A nylon net weighted at the outboard end, long enough to reach the
waterline and should be rolled up when not in use.
c) The net should be 2m wide, made of 12mm diameter nylon, the hole to be
200mm X 200mm.
39 Rescue Craft a) One rigid hull OR semi rigid hull rescue craft fitted with minimum 25 HP
outboard engines.
b) Shall be fitted with proper quick launching and recovery facilities on board.
c) Davit or crane, which handles the rescue craft must be maintained as per
SOLAS requirement.

31
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
40 Search Lights a) 2 x 1000 watts revolving searchlights capable of 360° rotation.
41 Potable Water a) CONTRACTOR is responsible to conduct potable water analysis from all
Analysis potable water tanks during on hire and subsequently at every 3 monthly
intervals.
b) The parameters to be tested shall be on turbidity, pH, colour, free residual
chlorine, total coliform and Bacteriology (E. Coli) contents.
42 Dry Bulk Capacity a) Min 100 m3/ 4 tanks.
b) Preferred >160 m3/ 4 tank.
c) CONTRACTOR is responsible to blow clean dry bulk tanks.
43 Medical/Safety a) All crew must undergo medical examination and safety training
Training (CONTRACTOR’s expense) at COMPANY’s approved training institutions
before commencement of charter. Minimum safety training requirement:
i. Medical examination from Approved Medical Examiner (AME) and STCW
’95 Training & Manila amendment 2010 Training.
ii. Basic Offshore Safety – Helicopter Escape Training (OPITO-BOSIET) if
required by COMPANY.
iii. Hydrogen Sulphide (H2S) Training if required by COMPANY
iv. Rigging & Slinging (Deck Crews & Deck Officers)
v. Food Handling or equivalent (Cook / Crew involved in food handling shall
undergo formal training)
vi. Medical examination including statutory injection for food handler (all
catering crew)
vii. Any additional COMPANY requirements
44 Deck Timber Sheathing a) The aft cargo deck shall be sheathed with not less than 76mm (3”) thick
hardwood properly secured to the main deck excluding the anchor handling
area in the stern.
b) The total area shall meet the Clear Deck Space criteria.
45 Compliance to a) CONTRACTOR to comply with the following convention/code and submit the
Statutory following certificate (where applicable):-
Requirements i. Safety Of Life At Sea (SOLAS)
 Safety equipment certificate together with Form E (Attachment to the
SOLAS safety equipment certificate) with endorsement.
 International Safety Management (ISM) certificate together with
endorsement. (New build vessel: Must be ISM accredited within the
first 3 months of charter hire)
 International Ship and Port Facility Security (ISPS) certificate with
endorsement.
 International Maritime Dangerous Good (IMDG). Document of
compliance. (CONTRACTOR to provide one shower station on the main
deck and an eye station in the engine room)
ii. Marine Pollution (MARPOL)
 Submit IOPP certificate together with Attachment A with endorsement
(MARPOL 73/78 Annex I (Prevention of Pollution by Oil))
 Submit Annex V (Prevention of Pollution by Garbage from Ships)
certificate with endorsement.
iii. Local Regulations

32
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
 Possess a valid Domestic Shipping License (DSL) upon on hire of vessel.
46 Liquid Bulk Capacity a) Capable to carry the following drilling fluid :-
(if required, subject to i. Base Oil : Minimum total tank capacity 600bbls (Combination of all liquid
Work Order Request) tank)
ii. Mud: Minimum total tank capacity 800bbls (every mud tank to be
equipped with agitator)
iii. Brine (where applicable): Minimum total tank capacity 700bbls
(combination of any liquid tank that is suitable for Brine Carriage/
Handling)
b) CONTRACTOR to provide schematic diagrams of the vessel's fluid transfer to
demonstrate the ability of the vessel to segregate different grade of cargo
without contamination.
47 CCTV a) Provision for CCTV continuous monitoring of the shipsides and stern, at
CONTRACTOR’s cost.
b) Minimum fittings requirement:
i. CCTV system with recording facilities and storage for minimum 10 weeks
of recorded data, UPS & two (2) units of external one (1) TB hard disks.
ii. Two (2) outdoor night vision marine cameras fitted at each sides of the
vessel facing aft.
iii. One (1) indoor camera facing on the recording terminal.
iv. Recording terminal must have a locking facility.
v. The decoder should be kept inside a tamper proof sealed locker.
c) CONTRACTOR to ensure continuous operation and maintenance of the
system at CONTRACTOR’s cost.
48 Fuel a) CONTRACTOR to provide the following on fuel consumption:
Consumption i. Consumption for Main Engine:
 At economical speed ____ knots
Total fuel consumption: ____ litres/hour and 85% MCR.
 At maximum speed ____ knots
Total fuel consumption: ____ litres/hour and 100% MCR.
ii. Consumption for 1 generator:
 Fuel consumption: ____ litres/ hour
iii. Consumption for 1 bow thruster engine:
 Fuel consumption: _____ litres/ hour/Unit
b) CONTRACTOR shall submit main engine and generator bench test or sea trial
consumption reports from the latest dry dock exercise (or after delivery for
new built).
49 Manning a) Vessel shall be manned and operated by qualified personnel in accordance
with International and National Regulations for Safe Manning. Also,
CONTRACTOR shall ensure that the manning level is in full compliance with
the STCW ’95 Convention and in particular respect to Chapter VIII, Section A-
VIII/1 “Fitness for duty”. Whenever required, extra officers or crew shall be
provided at no extra cost to COMPANY.
i. The crew shall be Malaysians.
ii. Master/Chief Engineer and Chief Officer/2nd Engineer shall have at least
2 years’ experience in OSV industry.
33
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
iii. Sufficient number of catering crew to support POB.
iv. DP Operations manning requirements as per latest IMO and IMCA.
v. Officer promotion and transition shall comply with CONTRACTOR’s
approved promotion and transition program for officers vetted by
Charterer.
vi. New-joining officers shall undergo double-up for at least 2 weeks during
which period the candidate(s) shall be assessed by the Master/Chief
Engineer.
b) CONTRACTOR must provide sufficient complement on board the vessel to
cope with occasional 24 hours continuous anchor handling operations.
50 Work Vest & Life a) Self-up righting capability.
Vest b) All Work Vest shall comply with USCG/North Sea Standards.
c) Minimum required quantities (for COMPANY use):
i. Six (6) pieces work vest.
ii. Six (6) pieces life vest.
51 Recreational a) Minimum 1 x color television set with minimum 32-inch screen.
Facilities b) 1 DVD player with regular supply of disc.
c) Satellite TV / Channel.
52 Accommodation a) Fully air-conditioned accommodation for ship’s crew.
b) At least 2 cabins (2 berths per cabin) complete with beds and furniture to be
provided for COMPANY personnel.
Or
Minimum accommodation able to accommodate 20 Charterer’s personnel (in
the case of accommodation needed).
c) Vessel shall comply with SAFETY FOR SPECIAL PURPOSE SHIPS (SSPS) code.
d) The noise level onboard shall comply with IMO MSC 91/22/Add.1.
e) To provide the certificate on noise level.
53 Gangway a) To provide one portable gangway (3.5m) complete with handrails and safety
net, capable of providing safe transfer between vessel and wharf/jetty.
b) To provide portable light weight step ladder for safe passenger access
between gangway and deck.
54 Sealing of Bulk Cargo a) Provision available for sealing of bulk cargo manifolds after loading.
Manifolds
55 Deck Space Utilization a) Deck space to be painted with yellow lines denoting squares of 10 ft x 20 ft
Markings for ease of container stowage planning.
56 Reefer Points a) Minimum 8 nos (220/240 V).
b) Socket shall be IP68 waterproof.
57 Pilot Boarding Platform a) East Malaysia
A suitable Pilot Boarding Platform shall be installed at deck level (above crash
rail) on PORT and STBD side.
b) West Malaysia
A suitable Pilot Boarding Platform shall be installed at Bridge wing.
58 Personnel Boarding a) East Malaysia
Station A suitable landing area at the stern to enable personnel to safely board the
vessel from a platform or vice versa A longitudinal collapsible / removable
hand railing at approximately 1 meter (3 feet) from the stern for safe
embarkation / disembarkation of personnel to be provided.
34
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
b) West Malaysia
Two (2) unit’s personnel boarding platform (collapsible / removable) at PORT
and STBD side stern of main deck shall be constructed to enable personnel to
safely board the vessel from a platform or vice versa.
c) Note 1: Both type of personnel boarding station shall able to accommodate
personnel transfer at various boat landing’s level of height.
d) Note 2: Vessel shall have demarcation on vessel deck for Personnel Transfer
Basket (PTB) landing area.
59 Boat Hook a) Two Boat Hooks with 2.5m (8 Ft) handle.
60 OVID & OVMSA a) Proposed vessel shall be registered in the OCIMF Offshore Vessel Inspection
Database (OVID) at the time of bid.
b) Profile of ship operator to be registered in the OCIMF Offshore Vessel
Inspection Database (OVID) at the time of bid.
c) An updated vessel’s Offshore Vessel’s Particular Questionnaire (OVPQ) not
exceeding 12 months shall be available in the OVID database at the time of
bid.
d) A valid vessel’s Offshore Vessel Inspection Questionnaire (OVIQ) inspection
not exceeding 12 months is available in the OVID database at the time of on-
hire.
e) Vessel shall conduct and have record of OVID inspections.
f) CONTRACTOR shall participate in Offshore Vessel Management and Self-
Assessment (OVMSA) exercise.
g) CONTRACTOR shall ensure that all significant findings for Level One (1) shall
be cleared within three (3) months of on hire.
h) CONTRACTOR shall also be subjected to OVMSA on an annual basis
thereafter, and CONTRACTOR shall demonstrate continuous improvement in
the OVMSA throughout the charter period.
i) CONTRACTOR shall ensure continuous maintenance of OVID and OVMSA at its
cost.
j) A valid ship operator’s OCIMF’s Offshore Vessels Management System Self-
Assessment (OVMSA) Stage 1 as a minimum, not exceeding 12 months at the
time of bid.

35
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

5.0 STRAIGHT SUPPLY VESSEL (SSV)

No Item Specification
1 Age of Vessel a) The age of vessel shall not be more than 15 years at the end of charter
period.
b) Marine Vessels that are under construction are not acceptable.
c) Vessels that have been completed (not in service) but pending delivery to
vessel owner are not acceptable.
2 Delivery a) Date required on site: As per specific Work Order Request
b) Point of delivery: As per specific Work Order Request
3 Length Overall (LOA) a) Maximum / Minimum LOA: As per specific Work Order Request

4 Propulsion a) Main Engines


i. The vessel shall have at least two (2) main engines giving a total capacity
of minimum 2500 BHP.
ii. Brake Horse Power (BHP) contribution from bow tunnel and forward
azimuth thrusters shall not be included in the minimum required
horsepower.
OR
Diesel electric vessels of equivalent propulsion arrangement and power
rating are acceptable (CONTRACTOR to provide Supporting Documents).
b) Propeller
i. The vessel shall have twin screw Controllable Pitch Propeller (CPP) /
rudders and controllable pitch propellers in kort nozzles (or equivalent).
OR
Azimuth stern drive propulsion is acceptable.
c) DP Requirement (if applicable)
i. Shall comply with latest Class and Industrial Standards (IMCA).
5 Bow Thruster a) Independently powered with a minimum 3.0 MT lateral thrust at continuous
rating.
6 Deck Space a) Minimum clear deck space 250 m².
b) Deck carrying capacity – Minimum 500 MT
c) Deck strength – Minimum 5 MT per m2.

7 Vessel Ownership a) Proposed vessel shall be owned and operated by a Malaysian company
licensed by PETRONAS, unless otherwise allowed for by COMPANY.
b) CONTRACTOR shall provide the proof of ownership for the vessel or the
relationship with the owner of the vessel.
c) CONTRACTOR shall provide the following documents, but not limited to:
i. Provide Certificate of Registry (COR) for proposed vessel as evidence
(CONTRACTOR to prove the relationship if the official owner in the COR is
not CONTRACTOR’s name)
ii. Proof of ownership (Company registration document i.e. Form 24 of
Companies Act 1965 and company structure to be provided as evidence)

36
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
iii. Source of financing/charge on the vessel (CONTRACTOR to provide the
evidence e.g. loan agreement with bank/financial institution, Sale &
Purchase Agreement (SPA))
iv. Document of Compliance (DOC)
v. Safety Management Certificate (SMC)
vi. Ship Transcript and Mortgage Form (if applicable)
d) CONTRACTOR who does not own the vessel, must submit a Letter of
Authorization from the ship owner
8 Generators a) Minimum 2 main generators are able to support 100% vessel’s electrical load
and cargo especially during anchor handling operations and shall also provide
redundancy power for operations during emergency.
b) Capable running in parallel as per CLASS requirements. CONTRACTOR to
submit CLASS certificates
9 Registration a) Proposed vessel(s) must be registered in Malaysia
10 Classification a) Classed by a Classification Society recognized by the Marine Dept (SCM and
IACCS members e.g. ABS, DNV, NKK, LRS, GL, BV).
b) Submit Classification certificate with endorsement and Latest Class status of
quarterly listing.
11 Speed a) Minimum 8 knots at 85% of Maximum Continuous Rating (MCR).
b) CONTRACTOR shall provide a copy of Speed Trial Report conducted within 12
months by third party endorsed by CLASS or witnessed by client.
12 Capstan / Tugger a) To provide the followings:
Winch i. Minimum one tugger
ii. Minimum one capstan in each stern corner of the main deck.
b) Minimum required line pull of all capstans/tugger shall be at least 5.0MT.
13 Fuel Capacity a) Minimum 400m3.
b) CONTRACTOR shall provide tank calibration table endorsed by CLASS.
14 Potable Water Capacity a) Combined minimum total of 400 m3
b) Tanks to be coated with compatible, non-toxic material.
c) CONTRACTOR shall provide tank calibration table endorsed by CLASS.
15 Stern Barrier a) A portable type physical barrier at the stern to be available for installation to
protect the cargo stowed, personnel working on deck and to ensure safe
boarding.
16 Cargo Connections a) Fuel : 3" hose with self-sealing and quick shut off valve and all couplings
required for offshore and onshore use
b) Water: 4" hose with all couplings required for offshore and onshore use
c) All cargo connections shall accommodate three (3) type of adaptor/coupler
whenever required to suit operations:
i. Camlock coupling type
ii. Tread coupling type
iii. Self-sealing coupling type e.g. Todo or equivalent
d) All cargo manifold shall be made available at PORT & STBD Mid-ship and also
at Quarters (stern) of the main deck.
e) Various compatible size of adaptor/coupler and reducers to be made available
that suit with operations.
f) Various compatible reducers to be available (2"-3", 3"-4" & 4"-5").
g) Liquid bulk line to be fitted with drain cock.
37
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
17 Cargo Pumps Discharge a) Cargo pumps discharge rate (approx.):
Rates i. Fuel = 75 m³/hr at minimum 60m head
ii. Potable Water = 75 m³/hr at minimum 60m head
b) Note: Only positive displacement pump / centrifugal pump is acceptable.
18 Crash Rails a) Provided with continuous crash rails of at least 1.8m (6 ft) high on both sides
of vessel main deck.
19 Prohibition on any use a) Active HARD CFC based refrigerant is strictly prohibited for on board
of HARD CFC based appliances. SOFT CFC refrigerant or interim alternatives shall be used.
refrigerant on board b) These include the following appliances on board vessel:
vessel i. Central air conditioning system,
ii. Fridge, Water fountain chiller, ice cube maker, drink dispenser, ice cream
maker, cold room, chiller room, freezer, etc.
c) Examples of SOFT CFC interim alternatives R405a, R411a and R411b.
20 External Firefighting a) All external firefighting appliances shall comply with SOLAS.
Appliances b) The use of HALON System is strictly prohibited.
c) Minimum FIFI 1, to comply with CLASS requirement (e.g. Lloyds, ABS, DNV, or
equivalent).
21 Medical Equipment a) As a minimum, vessel shall be provided with the following but not limited to
(comply to IMO Standards):
i. 1 x Oxygen resuscitator plus one spare Oxygen cylinder (where
applicable)
ii. 1 x Paraguard stretcher Mk. 3 c/w 4 pts lifting sling
iii. 6 sets Airsplints
iv. 2 x 25 persons First Aid Kit
v. 1 litres antiseptic lotion in sealed locker.
vi. Automated External Defibrillator (AED) (where applicable)
vii. 1-unit Portable Blood Pressure Monitor
22 Vessel Particulars / GA a) Detailed vessel particulars and General Arrangement Plan to be provided.
Plan
23 Telecommunication a) All communications shall comply with the requirement include:
i. Email and wifi facilities (including day to day operations and weather
forecast)
ii. Voice and data.
25 Flexible Hoses a) To provide transfer flexible hoses of potable water and diesel fuel to
platform/rig/vessels in the field.
b) Drill / Potable Water Hoses:
i. To provide one length x 60 ft x 4”size reinforced rubber hoses complete
with camlock couplings (Various sizes of reducers 2” to 3” and 3” to 4”
are required).
ii. Highly visible color flotation collar fitted along the hose section.
c) Diesel fuel hoses:
i. To provide two length x 60 ft x 3”size reinforced rubber hoses (Various
sizes of reducers 2” to 3” and 3” to 4” are required). It must be fitted
with self-sealing and quick shut off valve mechanism at the hose end to
prevent spillage.

38
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
ii. Highly visible color flotation collar fitted along the hose section.
d) All hoses must be tested to operating pressure and elongation test carried
out by CONTRACTOR at CONTRACTOR’s cost annually.
e) To submit Last Hose test certificate.
26 Consumption Flow a) Facilities such as flow meter, associated piping etc. to monitor fuel
Meter consumption of main engines and generators to be installed.
b) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type).
27 Diesel Fuel Flow a) Provision of 2 tamper proof non-resettable flow meters (with printing
Meters facilities where applicable) to facilitate records of receiving and transfer of
diesel fuel to another vessel.
b) Fuel flow meter must be calibrated on yearly basis. CONTRACTOR to submit
latest valid fuel flow meter calibration certificate.
c) One flow meter shall be fitted on the diesel fuel loading line and another
separate flow meter fitted on the diesel fuel discharging line.
d) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type).
28 Fenders a) Strong and rigid all around fenders shall be provided by means of chafing bars
of heavy schedule 80 pipes or reinforced plates of min 10mm thickness fitted
on the main deck level, forecastle level, and between them.
b) Vessel shall be fitted with adequate fenders as per CLASS requirement and
suited for the scope of work.
c) The arrangement of the fenders shall be in such a manner that in the event of
a fender being ripped off its mounting, the mounting arrangement (e.g. pad
eyes) shall not protrude and expose it to contact with the vessel alongside.
29 Oil Pollution a) The vessel shall have a complete dispersant spraying system and agitators
Equipment including:
i. One storage tank for dispersant of 8 m3.
ii. One dispersant pump with capacity 8 m3/ hr at 1 bar pressure.
iii. Nozzles should generate droplets size in range of 500 – 1200 microns.
iv. The equipment should be able to spray dispersant neat or in the ratio of
1:10 (dispersant water).
v. Spray arms should be mounted as far forward as possible on the vessel to
take full advantage of the energy imparted by the vessel’s bow wave.
30 Rescue Zone a) Each side of the vessel to be marked RESCUE ZONE, which is painted in bright
yellow with diagonal black stripes.
b) The area to be 2m wide and extends from the main deck to the waterline and
located at the forward part of the main deck.
31 Weighted a) One on each side of the RESCUE ZONE.
Scrambling Nets b) A nylon net weighted at the outboard end, long enough to reach the
waterline and should be rolled up when not in use.
c) The net should be 2m wide, made of 12mm diameter nylon, the hole to be
200mm X 200mm.
32 Rescue Craft a) One rigid hull OR semi rigid hull rescue craft fitted with minimum 25 HP
outboard engines.
b) Shall be fitted with proper quick launching and recovery facilities on board.

39
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
c) Davit or crane, which handles the rescue craft must be maintained as per
SOLAS requirement.
33 Search Lights a) 2 x 1000 watts revolving searchlights capable of 360° rotation.
34 Potable Water a) CONTRACTOR is responsible to conduct potable water analysis from all
Analysis potable water tanks during on hire and subsequently at every 3 monthly
intervals.
b) The parameters to be tested shall be on turbidity, pH, colour, free residual
chlorine, total coliform and Bacteriology (E. Coli) contents.
35 Medical/Safety a) All crew must undergo medical examination and safety training
Training (CONTRACTOR’s expense) at COMPANY’s approved training institutions
before commencement of charter. Minimum safety training requirement:
i. Medical examination from Approved Medical Examiner (AME) and STCW
’95 Training & Manila amendment 2010 Training.
ii. Basic Offshore Safety – Helicopter Escape Training (OPITO-BOSIET) if
required by COMPANY.
iii. Hydrogen Sulphide (H2S) Training if required by COMPANY
iv. Rigging & Slinging (Deck Crews & Deck Officers)
v. Food Handling or equivalent (Cook / Crew involved in food handling shall
undergo formal training)
vi. Medical examination including statutory injection for food handler (all
catering crew)
vii. Any additional COMPANY requirements
36 Deck Timber Sheathing a) The aft cargo deck shall be sheathed with not less than 76mm (3”) thick
hardwood properly secured to the main deck excluding the anchor handling
area in the stern.
37 Compliance to a) CONTRACTOR to comply with the following convention/code and submit the
Statutory following certificate (where applicable):-
Requirements i. Safety Of Life At Sea (SOLAS)
 Safety equipment certificate together with Form E (Attachment to the
SOLAS safety equipment certificate) with endorsement.
 International Safety Management (ISM) certificate together with
endorsement. (New build vessel: Must be ISM accredited within the
first 3 months of charter hire)
 International Ship and Port Facility Security (ISPS) certificate with
endorsement.
 International Maritime Dangerous Good (IMDG). Document of
compliance. (CONTRACTOR to provide one shower station on the main
deck and an eye station in the engine room)
ii. Marine Pollution (MARPOL)
 Submit IOPP certificate together with Attachment A with endorsement
(MARPOL 73/78 Annex I (Prevention of Pollution by Oil))
 Submit Annex V (Prevention of Pollution by Garbage from Ships)
certificate with endorsement.
iii. Local Regulations
 Possess a valid Domestic Shipping License (DSL) upon on hire of vessel.

40
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
38 CCTV a) Provision for CCTV continuous monitoring of the shipsides and stern, at
CONTRACTOR’s cost.
b) Minimum fittings requirement:
i. CCTV system with recording facilities and storage for minimum 10 weeks
of recorded data, UPS & two (2) units of external one (1) TB hard disks.
ii. Two (2) outdoor night vision marine cameras fitted at each sides of the
vessel facing aft.
iii. One (1) indoor camera facing on the recording terminal.
iv. Recording terminal must have a locking facility.
v. The decoder should be kept inside a tamper proof sealed locker.
c) CONTRACTOR to ensure continuous operation and maintenance of the
system at CONTRACTOR’s cost.
39 Fuel a) CONTRACTOR to provide the following on fuel consumption:
Consumption i. Consumption for Main Engine:
 At economical speed ____ knots
Total fuel consumption: ____ litres/hour and 85% MCR.
 At maximum speed ____ knots
Total fuel consumption: ____ litres/hour and 100% MCR.
ii. Consumption for 1 generator:
 Fuel consumption: ____ litres/ hour
iii. Consumption for 1 bow thruster engine:
 Fuel consumption: _____ litres/ hour/Unit
b) CONTRACTOR shall submit main engine and generator bench test or sea trial
consumption reports from the latest dry dock exercise (or after delivery for
new built).
40 Manning a) Vessel shall be manned and operated by qualified personnel in accordance
with International and National Regulations for Safe Manning. Also,
CONTRACTOR shall ensure that the manning level is in full compliance with
the STCW ’95 Convention and in particular respect to Chapter VIII, Section A-
VIII/1 “Fitness for duty”. Whenever required, extra officers or crew shall be
provided at no extra cost to COMPANY.
i. The crew shall preferably be Malaysians.
ii. Master/Chief Engineer and Chief Officer/2nd Engineer shall have at least
2 years’ experience on board anchor handling vessels.
iii. Officer promotion and transition shall comply with CONTRACTOR’s
approved promotion and transition program for officers vetted by
Charterer.
iv. New-joining officers shall undergo double-up for at least 2 weeks during
which period the candidate(s) shall be assessed by the Master/Chief
Engineer.
b) CONTRACTOR must provide sufficient complement on board the vessel to
cope with occasional 24 hours continuous operations.
41 Work Vest & Life a) Self-up righting capability.
Vest b) All Work Vest shall comply with USCG/North Sea Standards.
c) Minimum required quantities (for COMPANY use):
i. Six (6) pieces work vest.

41
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
ii. Six (6) pieces life vest.
42 Recreational a) Minimum 1 x color television set with minimum 32-inch screen.
Facilities b) 1 DVD player with regular supply of disc.
c) Satellite TV / Channel.
43 Accommodation a) Fully air-conditioned accommodation for ship’s crew.
b) At least 2 cabins (2 berths per cabin) complete with beds and furniture to be
provided for COMPANY personnel.
Or
Minimum accommodation able to accommodate 20 Charterer’s personnel (in
the case of accommodation needed).
c) Vessel shall comply with SAFETY FOR SPECIAL PURPOSE SHIPS (SSPS) code.
d) The noise level onboard shall comply with IMO MSC 91/22/Add.1.
e) To provide the certificate on noise level.
44 Gangway a) To provide one portable gangway (3.5m) complete with handrails and safety
net, capable of providing safe transfer between vessel and wharf/jetty.
b) To provide portable light weight step ladder for safe passenger access
between gangway and deck.
45 Reefer Points a) Minimum 8 nos (220/240 V).
b) Socket shall be IP68 waterproof.
46 Pilot Boarding Platform a) East Malaysia
A suitable Pilot Boarding Platform shall be installed at deck level (above crash
rail) on PORT and STBD side.
b) West Malaysia
A suitable Pilot Boarding Platform shall be installed at Bridge wing.
47 Personnel Boarding a) East Malaysia
Station A suitable landing area at the stern to enable personnel to safely board the
vessel from a platform or vice versa A longitudinal collapsible / removable
hand railing at approximately 1 meter (3 feet) from the stern for safe
embarkation / disembarkation of personnel to be provided.
b) West Malaysia
Two (2) unit’s personnel boarding platform (collapsible / removable) at PORT
and STBD side stern of main deck shall be constructed to enable personnel to
safely board the vessel from a platform or vice versa.
c) Note 1: Both type of personnel boarding station shall able to accommodate
personnel transfer at various boat landing’s level of height.
d) Note 2: Vessel shall have demarcation on vessel deck for Personnel Transfer
Basket (PTB) landing area.
48 Boat Hook a) Two Boat Hooks with 2.5m (8 Ft) handle.
49 OVID & OVMSA a) Proposed vessel shall be registered in the OCIMF Offshore Vessel Inspection
Database (OVID) at the time of bid.
b) Profile of ship operator to be registered in the OCIMF Offshore Vessel
Inspection Database (OVID) at the time of bid.
c) An updated vessel’s Offshore Vessel’s Particular Questionnaire (OVPQ) not
exceeding 12 months shall be available in the OVID database at the time of
bid.
d) A valid vessel’s Offshore Vessel Inspection Questionnaire (OVIQ) inspection
not exceeding 12 months is available in the OVID database at the time of on-
hire.
42
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
e) Vessel shall conduct and have record of OVID inspections.
f) CONTRACTOR shall participate in Offshore Vessel Management and Self-
Assessment (OVMSA) exercise.
g) CONTRACTOR shall ensure that all significant findings for Level One (1) shall
be cleared within three (3) months of on hire.
h) CONTRACTOR shall also be subjected to OVMSA on an annual basis
thereafter, and CONTRACTOR shall demonstrate continuous improvement in
the OVMSA throughout the charter period.
i) CONTRACTOR shall ensure continuous maintenance of OVID and OVMSA at its
cost.
j) A valid ship operator’s OCIMF’s Offshore Vessels Management System Self-
Assessment (OVMSA) Stage 1 as a minimum, not exceeding 12 months at the
time of bid.

43
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

6.0 UTILITY VESSEL

No Item Specification
1 Age of Vessel a) The age of vessel shall not be more than 15 years at the end of charter
period.
b) Marine Vessels that are under construction are not acceptable.
c) Vessels that have been completed (not in service) but pending delivery to
vessel owner are not acceptable.
2 Delivery a) Date required on site: As per specific Work Order Request
b) Point of delivery: As per specific Work Order Request
3 Length Overall (LOA) a) Maximum / Minimum LOA: As per specific Work Order Request

4 Propulsion a) Main Engines


i. The vessel shall have at least two (2) main engines giving a total capacity
of minimum 1500 BHP.
ii. Brake Horse Power (BHP) contribution from bow tunnel and forward
azimuth thrusters shall not be included in the minimum required
horsepower.
OR
Diesel electric vessels of equivalent propulsion arrangement and power
rating are acceptable (CONTRACTOR to provide Supporting Documents).
b) Propeller
i. The vessel shall have twin screw Controllable Pitch Propeller (CPP) /
rudders and controllable pitch propellers in kort nozzles (or equivalent).
OR
Azimuth stern drive propulsion is acceptable.
5 Bow Thruster a) Independently powered with a minimum 2.0 MT lateral thrust at continuous
rating.
6 Deck Space a) Minimum clear deck space 50m² with wooden sheathing on cargo area.
7 Vessel Ownership a) Proposed vessel shall be owned and operated by a Malaysian company
licensed by PETRONAS, unless otherwise allowed for by COMPANY.
b) CONTRACTOR shall provide the proof of ownership for the vessel or the
relationship with the owner of the vessel.
c) CONTRACTOR shall provide the following documents, but not limited to:
i. Provide Certificate of Registry (COR) for proposed vessel as evidence
(CONTRACTOR to prove the relationship if the official owner in the COR is
not CONTRACTOR’s name)
ii. Proof of ownership (Company registration document i.e. Form 24 of
Companies Act 1965 and company structure to be provided as evidence)
iii. Source of financing/charge on the vessel (CONTRACTOR to provide the
evidence e.g. loan agreement with bank/financial institution, Sale &
Purchase Agreement (SPA))
iv. Document of Compliance (DOC)
v. Safety Management Certificate (SMC)
vi. Ship Transcript and Mortgage Form (if applicable)

44
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
d) CONTRACTOR who does not own the vessel, must submit a Letter of
Authorization from the ship owner.
8 Generators a) Minimum 2 main generators are able to support 100% vessel’s electrical load
and cargo especially during anchor handling operations and shall also provide
redundancy power for operations during emergency.
b) Capable running in parallel as per CLASS requirements. CONTRACTOR to
submit CLASS certificates
9 Registration a) Proposed vessel(s) must be registered in Malaysia. If there are no Malaysian
registered vessel(s) available or technically acceptable, foreign registered
vessel will be considered.
10 Classification a) Classed by a Classification Society recognized by the Marine Dept (SCM and
IACCS members e.g. ABS, DNV, NKK, LRS, GL, BV).
b) Submit Classification certificate with endorsement and Latest Class status of
quarterly listing.
11 Speed a) Minimum 8 knots at 85% of Maximum Continuous Rating (MCR).
b) Bidder shall provide a copy of Speed Trial Report conducted within 12 months
by third party endorsed by CLASS or witnessed by client.
12 Capstan / Tugger a) 1 x 3MT capstan or tugger winch.
Winch
13 Fuel Capacity a) Minimum 50m3.
b) Bidder shall provide tank calibration table endorsed by CLASS.
14 Potable Water Capacity a) Combined minimum total of 30 m3
b) Tanks to be coated with compatible, non-toxic material.
c) Bidder shall provide tank calibration table endorsed by CLASS.
15 Prohibition on any use a) Active HARD CFC based refrigerant is strictly prohibited for on board
of HARD CFC based appliances. SOFT CFC refrigerant or interim alternatives shall be used.
refrigerant on board b) These include the following appliances on board vessel:
vessel i. Central air conditioning system,
ii. Fridge, Water fountain chiller, ice cube maker, drink dispenser, ice cream
maker, cold room, chiller room, freezer, etc.
c) Examples of SOFT CFC interim alternatives R405a, R411a and R411b.
16 External Firefighting a) All external firefighting appliances shall comply with SOLAS.
Appliances b) The use of HALON System is strictly prohibited.
c) Minimum ½ FIFI, to comply with CLASS requirement (e.g. Lloyds, ABS, DNV, or
equivalent).
17 Medical Equipment a) As a minimum, vessel shall be provided with the following but not limited to
(comply to IMO Standards):
i. 1 x Oxygen resuscitator plus one spare Oxygen cylinder (where
applicable)
ii. 1 x Paraguard stretcher Mk. 3 c/w 4 pts lifting sling
iii. 6 sets Airsplints
iv. 2 x 25 persons First Aid Kit
v. 1 litres antiseptic lotion in sealed locker.
vi. Automated External Defibrillator (AED) (where applicable)
18 Vessel Particulars / GA a) Detailed vessel particulars and General Arrangement Plan to be provided.
Plan

45
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
19 Telecommunication a) All communications shall comply with the requirement include:
i. Email and wifi facilities (including day to day operations and weather
forecast)
ii. Voice and data.
20 Consumption Flow a) Facilities such as flow meter, associated piping etc. to monitor fuel
Meter consumption of main engines and generators to be installed.
b) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type)
21 Diesel Fuel Flow a) Provision of minimum 1 tamper proof non-resettable flow meters (with
Meters printing facilities where applicable) to facilitate records of receiving and
transfer of diesel fuel to another vessel.
b) Fuel flow meter must be calibrated on yearly basis. CONTRACTOR to submit
latest valid fuel flow meter calibration certificate.
c) One flow meter shall be fitted on the diesel fuel loading line and another
separate flow meter fitted on the diesel fuel discharging line.
d) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type)
22 Auxiliaries a) Pumps:
i. 1 x fire pump and 1 x bilge pump, each of minimum capacity 20 m³/hour
at 20m head
ii. 1 x fuel transfer pump. Vessel must be able to transfer fuel and water to
other small standby vessels in the fields offshore.
b) 1 x diesel driven power pack for capstan, bow thruster and windlass
23 Oil Pollution a) The vessel shall have a complete dispersant spraying system and agitators
Equipment including:
i. One storage tank for dispersant of 8 m3.
ii. One dispersant pump with capacity 8 m3/ hr at 1 bar pressure.
iii. Nozzles should generate droplets size in range of 500 – 1200 microns.
iv. The equipment should be able to spray dispersant neat or in the ratio of
1:10 (dispersant water).
v. Spray arms should be mounted as far forward as possible on the vessel to
take full advantage of the energy imparted by the vessel’s bow wave.
24 Rescue Zone a) Each side of the vessel to be marked RESCUE ZONE, which is painted in bright
yellow with diagonal black stripes.
b) The area to be 2m wide and extends from the main deck to the waterline and
located at the forward part of the main deck.
25 Weighted a) One on each side of the RESCUE ZONE.
Scrambling Nets b) A nylon net weighted at the outboard end, long enough to reach the
waterline and should be rolled up when not in use.
c) The net should be 2m wide, made of 12mm diameter nylon, the hole to be
200mm X 200mm.
26 Rescue Craft a) One rigid hull OR semi rigid hull rescue craft fitted with minimum 25 HP
outboard engines.
b) Shall be fitted with proper quick launching and recovery facilities on board.
c) Davit or crane, which handles the rescue craft must be maintained as per
SOLAS requirement.
27 Search Lights a) 2 x 1000 watts revolving searchlights capable of 360° rotation.
46
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
28 Working Freeboard a) Working Freeboard of 1.2 – 1.5 m.
29 Potable Water a) CONTRACTOR is responsible to conduct potable water analysis from all
Analysis potable water tanks during on hire and subsequently at every 2 monthly
intervals.
b) The parameters to be tested shall be on turbidity, pH, colour, free residual
chlorine, total coliform and Bacteriology (E. Coli) contents.
30 Medical/Safety a) All crew must undergo medical examination and safety training
Training (CONTRACTOR’s expense) at COMPANY’s approved training institutions
before commencement of charter. Minimum safety training requirement:
i. Medical examination from Approved Medical Examiner (AME) and STCW
’95 Training & Manila amendment 2010 Training.
ii. Basic Offshore Safety – Helicopter Escape Training (OPITO-BOSIET) if
required by COMPANY.
iii. Hydrogen Sulphide (H2S) Training if required by COMPANY
iv. Rigging & Slinging (Deck Crews & Deck Officers)
v. Food Handling or equivalent (Cook / Crew involved in food handling shall
undergo formal training)
vi. Medical examination including statutory injection for food handler (all
catering crew)
vii. Any additional COMPANY requirements
31 Compliance to a) CONTRACTOR to comply with the following convention/code and submit the
Statutory following certificate (where applicable):-
Requirements i. Safety Of Life At Sea (SOLAS)
 Safety equipment certificate together with Form E (Attachment to the
SOLAS safety equipment certificate) with endorsement.
 International Safety Management (ISM) certificate together with
endorsement. (New build vessel: Must be ISM accredited within the
first 3 months of charter hire)
 International Ship and Port Facility Security (ISPS) certificate with
endorsement.
 International Maritime Dangerous Good (IMDG). Document of
compliance. (CONTRACTOR to provide one shower station on the main
deck and an eye station in the engine room)
ii. Marine Pollution (MARPOL)
 Submit IOPP certificate together with Attachment A with endorsement
(MARPOL 73/78 Annex I (Prevention of Pollution by Oil))
 Submit Annex V (Prevention of Pollution by Garbage from Ships)
certificate with endorsement.
iii. Local Regulations
 Possess a valid Domestic Shipping License (DSL) upon on hire of vessel.
32 CCTV a) Provision for CCTV continuous monitoring of the shipsides and stern, at
CONTRACTOR’s cost.
b) Minimum fittings requirement:
i. CCTV system with recording facilities and storage for minimum 10 weeks
of recorded data, UPS & two (2) units of external one (1) TB hard disks.

47
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
ii. Two (2) outdoor night vision marine cameras fitted at each sides of the
vessel facing aft.
iii. One (1) indoor camera facing on the recording terminal.
iv. Recording terminal must have a locking facility.
v. The decoder should be kept inside a tamper proof sealed locker.
c) CONTRACTOR to ensure continuous operation and maintenance of the
system at CONTRACTOR’s cost.
33 Fuel a) CONTRACTOR to provide the following on fuel consumption:
Consumption i. Consumption for Main Engine:
 At economical speed ____ knots
Total fuel consumption: ____ litres/hour and 85% MCR.
 At maximum speed ____ knots
Total fuel consumption: ____ litres/hour and 100% MCR.
ii. Consumption for 1 generator:
 Fuel consumption: ____ litres/ hour
iii. Consumption for 1 bow thruster engine:
 Fuel consumption: _____ litres/ hour/Unit
b) CONTRACTOR shall submit main engine and generator bench test or sea trial
consumption reports from the latest dry dock exercise (or after delivery for
new built).
34 Manning a) Vessel shall be manned and operated by qualified personnel in accordance
with International and National Regulations for Safe Manning. Also,
CONTRACTOR shall ensure that the manning level is in full compliance with
the STCW ’95 Convention and in particular respect to Chapter VIII, Section A-
VIII/1 “Fitness for duty”. Whenever required, extra officers or crew shall be
provided at no extra cost to COMPANY.
i. The crew shall preferably be Malaysians.
ii. Master/Chief Engineer and Chief Officer/2nd Engineer shall have at least
2 years’ experience on board anchor handling vessels.
iii. Officer promotion and transition shall comply with CONTRACTOR’s
approved promotion and transition program for officers vetted by
Charterer.
iv. New-joining officers shall undergo double-up for at least 2 weeks during
which period the candidate(s) shall be assessed by the Master/Chief
Engineer.
b) CONTRACTOR must provide sufficient complement on board the vessel to
cope with occasional 24 hours continuous operations.
35 Work Vest & Life a) Self-up righting capability.
Vest b) All Work Vest shall comply with USCG/North Sea Standards.
c) Minimum required quantities (for COMPANY use):
i. Six (6) pieces work vest.
ii. Six (6) pieces life vest.
36 Recreational a) Minimum 1 x color television set with minimum 32-inch screen.
Facilities b) 1 DVD player with regular supply of disc.
c) Satellite TV / Channel.

48
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
37 Shipboard Service a) Shipboard service for all officers and crew shall not be more than 60 days at a
single shipboard service and minimum 10 days off.
38 Personnel Boarding a) East Malaysia
Station A suitable landing area at the stern to enable personnel to safely board the
vessel from a platform or vice versa A longitudinal collapsible / removable
hand railing at approximately 1 meter (3 feet) from the stern for safe
embarkation / disembarkation of personnel to be provided.
b) West Malaysia
Two (2) unit’s personnel boarding platform (collapsible / removable) at PORT
and STBD side stern of main deck shall be constructed to enable personnel to
safely board the vessel from a platform or vice versa.
c) Note 1: Both type of personnel boarding station shall able to accommodate
personnel transfer at various boat landing’s level of height.
d) Note 2: Vessel shall have demarcation on vessel deck for Personnel Transfer
Basket (PTB) landing area.
39 Accommodation a) Fully air-conditioned accommodation for ship’s crew.
b) At least 25 berths (max 4 berths per cabin) complete with beds and furniture
to be provided for COMPANY personnel.
c) The noise level onboard shall comply with IMO MSC 91/22/Add.1.
d) To provide the certificate on noise level.
40 Seating Capacity a) Able to provide minimum 25 passenger seats of reclining business class type
with the following requirement at minimum:
i. Seat with the width of minimum width of 21” and ample leg room.
ii. Fitted with head rest, arm rest, seat belt and Foldable/Retractable mini
table.
41 Gangway a) One portable gangway (3.5m) complete with handrails and safety net,
capable of providing safe transfer between vessel and wharf/jetty.
b) Portable lightweight step ladder for safe passenger access between gangway
and deck.
42 Deck Space Utilization a) Deck space shall be painted with yellow lines denoting squares of 10 ft x 20 ft
markings for ease of container stowage planning.
43 Reefer Points a) Minimum 8 nos (220/240 V).
b) Socket shall be IP68 waterproof.
44 Boat Hook a) Two Boat Hook with 2.5m (8 Ft) handle.
45 OVID & OVMSA a) Proposed vessel shall be registered in the OCIMF Offshore Vessel Inspection
Database (OVID) at the time of bid.
b) Profile of ship operator to be registered in the OCIMF Offshore Vessel
Inspection Database (OVID) at the time of bid.
c) An updated vessel’s Offshore Vessel’s Particular Questionnaire (OVPQ) not
exceeding 12 months shall be available in the OVID database at the time of
bid.
d) A valid vessel’s Offshore Vessel Inspection Questionnaire (OVIQ) inspection
not exceeding 12 months is available in the OVID database at the time of on-
hire.
e) Vessel shall conduct and have record of OVID inspections.
f) CONTRACTOR shall participate in Offshore Vessel Management and Self-
Assessment (OVMSA) exercise.

49
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
g) CONTRACTOR shall ensure that all significant findings for Level One (1) shall
be cleared within three (3) months of on hire.
h) CONTRACTOR shall also be subjected to OVMSA on an annual basis
thereafter, and CONTRACTOR shall demonstrate continuous improvement in
the OVMSA throughout the charter period.
i) CONTRACTOR shall ensure continuous maintenance of OVID and OVMSA at its
cost.
j) A valid ship operator’s OCIMF’s Offshore Vessels Management System Self-
Assessment (OVMSA) Stage 1 as a minimum, not exceeding 12 months at the
time of bid.
46 Fenders a) Strong and rigid all around fenders shall be provided by means of chafing bars
of heavy schedule 80 pipes or reinforced plates of min 10mm thickness fitted
on the main deck level, forecastle level, and between them.
b) Vessel shall be fitted with adequate fenders as per CLASS requirement and
suited for the scope of work.
c) The arrangement of the fenders shall be in such a manner that in the event of
a fender being ripped off its mounting, the mounting arrangement (e.g. pad
eyes) shall not protrude and expose it to contact with the vessel alongside.

50
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

7.0 LANDING CRAFT TANK TYPE SUPPLY VESSEL (LCT)

No Item Specification
1 Age of Vessel a) The age of vessel shall not be more than 15 years at the end of charter
period.
b) Marine Vessels that are under construction are not acceptable.
c) Vessels that have been completed (not in service) but pending delivery to
vessel owner are not acceptable.
2 Delivery a) Date required on site: As per specific Work Order Request
b) Point of delivery: As per specific Work Order Request
3 Length Overall (LOA) a) Maximum / Minimum LOA: As per specific Work Order Request

4 Propulsion a) Main Engines


i. The vessel shall have at least two (2) main engines giving a total capacity
of minimum 1500 BHP.
ii. Brake Horse Power (BHP) contribution from bow tunnel and forward
azimuth thrusters shall not be included in the minimum required
horsepower.
OR
Diesel electric vessels of equivalent propulsion arrangement and power
rating are acceptable (CONTRACTOR to provide Supporting Documents).
b) Propeller
i. The vessel shall have twin screw Controllable Pitch Propeller (CPP) /
rudders and controllable pitch propellers in kort nozzles (or equivalent).
OR
Azimuth stern drive propulsion is acceptable.
5 Bow Thruster a) Independently powered with a minimum 3.0 MT lateral thrust at continuous
rating.
6 Deck Space a) Minimum clear deck space 250 m².
b) Deck carrying capacity – Minimum 150 MT
c) Deck strength – Minimum 5 MT per m2.
7 Vessel Ownership a) Proposed vessel shall be owned and operated by a Malaysian company
licensed by PETRONAS, unless otherwise allowed for by COMPANY.
b) CONTRACTOR shall provide the proof of ownership for the vessel or the
relationship with the owner of the vessel.
c) CONTRACTOR shall provide the following documents, but not limited to:
i. Provide Certificate of Registry (COR) for proposed vessel as evidence
(CONTRACTOR to prove the relationship if the official owner in the COR is
not CONTRACTOR’s name)
ii. Proof of ownership (Company registration document i.e. Form 24 of
Companies Act 1965 and company structure to be provided as evidence)
iii. Source of financing/charge on the vessel (CONTRACTOR to provide the
evidence e.g. loan agreement with bank/financial institution, Sale &
Purchase Agreement (SPA))
iv. Document of Compliance (DOC)
v. Safety Management Certificate (SMC)

51
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
vi. Ship Transcript and Mortgage Form (if applicable)
d) CONTRACTOR who does not own the vessel, must submit a Letter of
Authorization from the ship owner

8 Generators a) Minimum 2 main generators are able to support 100% vessel’s electrical load
and cargo especially during anchor handling operations and shall also provide
redundancy power for operations during emergency.
b) Capable running in parallel as per CLASS requirements. CONTRACTOR to
submit CLASS certificates
9 Registration a) Proposed vessel(s) must be registered in Malaysia. If there are no Malaysian
registered vessel(s) available or technically acceptable, foreign registered
vessel will be considered.
10 Classification a) Classed by a Classification Society recognized by the Marine Dept (SCM and
IACCS members e.g. ABS, DNV, NKK, LRS, GL, BV).
b) Submit Classification certificate with endorsement and Latest Class status of
quarterly listing.
11 Speed a) Minimum 8 knots at 85% of Maximum Continuous Rating (MCR).
b) CONTRACTOR shall provide a copy of Speed Trial Report conducted within 12
months by third party endorsed by CLASS or witnessed by client.
12 Fuel Capacity a) Minimum 300m3.
13 Potable Water Capacity a) Combined minimum total of 300 m3
b) Tanks to be coated with compatible, non-toxic material.
c) CONTRACTOR shall provide tank calibration table endorsed by CLASS.
14 Cargo Connections a) Fuel : 3" hose with self-sealing and quick shut off valve and all couplings
required for offshore and onshore use
b) Water: 4" hose with all couplings required for offshore and onshore use
c) All cargo connections shall accommodate three (3) type of adaptor/coupler
whenever required to suit operations:
i. Camlock coupling type
ii. Tread coupling type
iii. Self-sealing coupling type e.g. Todo or equivalent
d) All cargo manifold shall be made available at PORT & STBD Mid-ship and also
at Quarters (stern) of the main deck.
e) Various compatible size of adaptor/coupler and reducers to be made
available that suit with operations.
f) Various compatible reducers to be available (2"-3", 3"-4" & 4"-5").
g) Liquid bulk line to be fitted with drain cock.
15 Cargo Pumps Discharge a) Cargo pumps discharge rate (approx.):
Rates i. Fuel = 75 m³/hr at minimum 60m head
ii. Potable Water = 75 m³/hr at minimum 60m head
16 Deck Fittings and a) Pad eye/rings to be fitted on deck at intervals of 6 feet on each side.
Equipment b) Two (2) boat hooks with 8 feet handle.
c) One bulwark ladder with proper hand rails to be provided. A swing door
access at the port and stbd ship’s side bulwark complete with swing ropes
shall be provided.
d) Sufficient fenders to be installed around the vessel.

52
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
e) At least five (5) mooring lines of sufficient size to be provided. Each length to
be 50m long.
17 Prohibition on any use a) Active HARD CFC based refrigerant is strictly prohibited for on board
of HARD CFC based appliances. SOFT CFC refrigerant or interim alternatives shall be used.
refrigerant on board b) These include the following appliances on board vessel:
vessel i. Central air conditioning system,
ii. Fridge, Water fountain chiller, ice cube maker, drink dispenser, ice cream
maker, cold room, chiller room, freezer, etc.
c) Examples of SOFT CFC interim alternatives R405a, R411a and R411b.
18 Fire Fighting Appliances a) All firefighting appliances shall comply with SOLAS.
b) The use of HALON System is strictly prohibited.
19 Medical Equipment a) As a minimum, vessel shall be provided with the following but not limited to
(comply to IMO Standards):
i. 1 x Oxygen resuscitator plus one spare Oxygen cylinder (where
applicable)
ii. 1 x Paraguard stretcher Mk. 3 c/w 4 pts lifting sling
iii. 6 sets Airsplints
iv. 2 x 25 persons First Aid Kit
v. 1 litres antiseptic lotion in sealed locker.
vi. Automated External Defibrillator (AED) (where applicable)
vii. 1-unit Portable Blood Pressure Monitor
20 Vessel Particulars / GA a) Detailed vessel particulars and General Arrangement Plan to be provided.
Plan
21 Telecommunication a) All communications shall comply with the requirement include:
i. Email and wifi facilities (including day to day operations and weather
forecast)
ii. Voice and data.
22 Flexible Hoses a) To provide transfer flexible hoses of potable water and diesel fuel to
platform/rig/vessels in the field.
b) Drill / Potable Water Hoses:
i. To provide one length x 60 ft x 4”size reinforced rubber hoses complete
with camlock couplings (Various sizes of reducers 2” to 3” and 3” to 4”
are required).
ii. Highly visible color flotation collar fitted along the hose section.
c) Diesel fuel hoses:
i. To provide two length x 60 ft x 3”size reinforced rubber hoses (Various
sizes of reducers 2” to 3” and 3” to 4” are required). It must be fitted
with self-sealing and quick shut off valve mechanism at the hose end to
prevent spillage.
ii. Highly visible color flotation collar fitted along the hose section.
d) All hoses must be tested to operating pressure and elongation test carried
out by CONTRACTOR at CONTRACTOR’s cost annually.
e) To submit Last Hose test certificate.
23 Consumption Flow a) Facilities such as flow meter, associated piping etc. to monitor fuel
Meter consumption of main engines and generators to be installed.
53
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
b) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type)
24 Diesel Fuel Flow a) Provision of 2 tamper proof non-resettable flow meters (with printing
Meters facilities where applicable) to facilitate records of receiving and transfer of
diesel fuel to another vessel.
b) Fuel flow meter must be calibrated on yearly basis. CONTRACTOR to submit
latest valid fuel flow meter calibration certificate.
c) One flow meter shall be fitted on the diesel fuel loading line and another
separate flow meter fitted on the diesel fuel discharging line.
d) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type)
25 Oil Pollution a) The vessel shall have a complete dispersant spraying system and agitators
Equipment including:
i. One storage tank for dispersant of 8 m3.
ii. One dispersant pump with capacity 8 m3/ hr at 1 bar pressure.
iii. Nozzles should generate droplets size in range of 500 – 1200 microns.
iv. The equipment should be able to spray dispersant neat or in the ratio of
1:10 (dispersant water).
v. Spray arms should be mounted as far forward as possible on the vessel to
take full advantage of the energy imparted by the vessel’s bow wave.
26 Rescue Zone a) Each side of the vessel to be marked RESCUE ZONE, which is painted in bright
yellow with diagonal black stripes.
b) The area to be 2m wide and extends from the main deck to the waterline and
located at the forward part of the main deck.
27 Weighted a) One on each side of the RESCUE ZONE.
Scrambling Nets b) A nylon net weighted at the outboard end, long enough to reach the
waterline and should be rolled up when not in use.
c) The net should be 2m wide, made of 12mm diameter nylon, the hole to be
200mm X 200mm.
28 Rescue Craft a) One rigid hull OR semi rigid hull rescue craft fitted with minimum 25 HP
outboard engines.
b) Shall be fitted with proper quick launching and recovery facilities on board.
c) Davit or crane, which handles the rescue craft must be maintained as per
SOLAS requirement.
29 Search Lights a) 2 x 1000 watts revolving searchlights capable of 360° rotation.
30 Medical/Safety a) All crew must undergo medical examination and safety training
Training (CONTRACTOR’s expense) at COMPANY’s approved training institutions
before commencement of charter. Minimum safety training requirement:
i. Medical examination from Approved Medical Examiner (AME) and STCW
’95 Training & Manila amendment 2010 Training.
ii. Basic Offshore Safety – Helicopter Escape Training (OPITO-BOSIET) if
required by COMPANY.
iii. Hydrogen Sulphide (H2S) Training if required by COMPANY
iv. Rigging & Slinging (Deck Crews & Deck Officers)
v. Food Handling or equivalent (Cook / Crew involved in food handling shall
undergo formal training)

54
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
vi. Medical examination including statutory injection for food handler (all
catering crew)
vii. Any additional COMPANY requirements
31 Deck Timber Sheathing a) The aft cargo deck shall be sheathed with not less than 76mm (3”) thick
hardwood properly secured to the main deck excluding the anchor handling
area in the stern.
b) The total area shall meet the Clear Deck Space criteria.
32 Compliance to a) CONTRACTOR to comply with the following convention/code and submit the
Statutory following certificate (where applicable):-
Requirements i. Safety Of Life At Sea (SOLAS)
 Safety equipment certificate together with Form E (Attachment to the
SOLAS safety equipment certificate) with endorsement.
 International Safety Management (ISM) certificate together with
endorsement. (New build vessel: Must be ISM accredited within the
first 3 months of charter hire)
 International Ship and Port Facility Security (ISPS) certificate with
endorsement.
 International Maritime Dangerous Good (IMDG). Document of
compliance. (CONTRACTOR to provide one shower station on the main
deck and an eye station in the engine room)
ii. Marine Pollution (MARPOL)
 Submit IOPP certificate together with Attachment A with endorsement
(MARPOL 73/78 Annex I (Prevention of Pollution by Oil))
 Submit Annex V (Prevention of Pollution by Garbage from Ships)
certificate with endorsement.
iii. Local Regulations
 Possess a valid Domestic Shipping License (DSL) upon on hire of vessel.
33 CCTV a) Provision for CCTV continuous monitoring of the shipsides and stern, at
CONTRACTOR’s cost.
b) Minimum fittings requirement:
i. CCTV system with recording facilities and storage for minimum 10 weeks
of recorded data, UPS & two (2) units of external one (1) TB hard disks.
ii. Two (2) outdoor night vision marine cameras fitted at each sides of the
vessel facing aft.
iii. One (1) indoor camera facing on the recording terminal.
iv. Recording terminal must have a locking facility.
v. The decoder should be kept inside a tamper proof sealed locker.
c) CONTRACTOR to ensure continuous operation and maintenance of the
system at CONTRACTOR’s cost.
34 Fuel a) CONTRACTOR to provide the following on fuel consumption:
Consumption i. Consumption for Main Engine:
 At economical speed ____ knots
Total fuel consumption: ____ litres/hour and 85% MCR.
 At maximum speed ____ knots
Total fuel consumption: ____ litres/hour and 100% MCR.
ii. Consumption for 1 generator:
55
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
 Fuel consumption: ____ litres/ hour
iii. Consumption for 1 bow thruster engine:
 Fuel consumption: _____ litres/ hour/Unit
b) CONTRACTOR shall submit main engine and generator bench test or sea trial
consumption reports from the latest dry dock exercise (or after delivery for
new built).
35 Manning a) Vessel shall be manned and operated by qualified personnel in accordance
with International and National Regulations for Safe Manning. Also,
CONTRACTOR shall ensure that the manning level is in full compliance with
the STCW ’95 Convention and in particular respect to Chapter VIII, Section A-
VIII/1 “Fitness for duty”. Whenever required, extra officers or crew shall be
provided at no extra cost to COMPANY.
i. The crew shall preferably be Malaysians.
ii. Master/Chief Engineer and Chief Officer/2nd Engineer shall have at least
2 years’ experience on board anchor handling vessels.
iii. Officer promotion and transition shall comply with CONTRACTOR’s
approved promotion and transition program for officers vetted by
Charterer.
iv. New-joining officers shall undergo double-up for at least 2 weeks during
which period the candidate(s) shall be assessed by the Master/Chief
Engineer.
b) CONTRACTOR must provide sufficient complement on board the vessel to
cope with occasional 24 hours continuous operations.
36 Work Vest & Life a) Self-up righting capability.
Vest b) All Work Vest shall comply with USCG/North Sea Standards.
c) Minimum required quantities (for COMPANY use):
i. Six (6) pieces work vest.
ii. Six (6) pieces life vest.
37 Recreational a) Minimum 1 x color television set with minimum 32-inch screen.
Facilities b) 1 DVD player with regular supply of disc.
c) Satellite TV / Channel.
38 Reefer Points a) Minimum 8 nos (220/240 V).
b) Socket shall be IP68 waterproof.
39 Potable Water a) CONTRACTOR is responsible to conduct potable water analysis from all
Analysis potable water tanks during on hire and subsequently at every 2 monthly
intervals.
b) The parameters to be tested shall be on turbidity, pH, colour, free residual
chlorine, total coliform and Bacteriology (E. Coli) contents.
40 OVID & OVMSA a) Proposed vessel shall be registered in the OCIMF Offshore Vessel Inspection
Database (OVID) at the time of bid.
b) Profile of ship operator to be registered in the OCIMF Offshore Vessel
Inspection Database (OVID) at the time of bid.
c) An updated vessel’s Offshore Vessel’s Particular Questionnaire (OVPQ) not
exceeding 12 months shall be available in the OVID database at the time of
bid.

56
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
d) A valid vessel’s Offshore Vessel Inspection Questionnaire (OVIQ) inspection
not exceeding 12 months is available in the OVID database at the time of on-
hire.
e) Vessel shall conduct and have record of OVID inspections.
f) CONTRACTOR shall participate in Offshore Vessel Management and Self-
Assessment (OVMSA) exercise.
g) CONTRACTOR shall ensure that all significant findings for Level One (1) shall
be cleared within three (3) months of on hire.
h) CONTRACTOR shall also be subjected to OVMSA on an annual basis
thereafter, and CONTRACTOR shall demonstrate continuous improvement in
the OVMSA throughout the charter period.
i) CONTRACTOR shall ensure continuous maintenance of OVID and OVMSA at its
cost.
j) A valid ship operator’s OCIMF’s Offshore Vessels Management System Self-
Assessment (OVMSA) Stage 1 as a minimum, not exceeding 12 months at the
time of bid.
41 Fenders a) Strong and rigid all around fenders shall be provided by means of chafing bars
of heavy schedule 80 pipes or reinforced plates of min 10mm thickness fitted
on the main deck level, forecastle level, and between them.
b) Vessel shall be fitted with adequate fenders as per CLASS requirement and
suited for the scope of work.
c) The arrangement of the fenders shall be in such a manner that in the event of
a fender being ripped off its mounting, the mounting arrangement (e.g. pad
eyes) shall not protrude and expose it to contact with the vessel alongside.

57
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

8.0 FAST CREW BOAT (FCB)

No Item Specification
1 Age of Vessel a) The age of vessel shall not be more than 15 years at the end of charter
period.
b) Marine Vessels that are under construction are not acceptable.
c) Vessels that have been completed (not in service) but pending delivery to
vessel owner are not acceptable.
2 Delivery a) Date required on site: As per specific Work Order Request
b) Point of delivery: As per specific Work Order Request
3 Propulsion a) Main Engines
iii. The vessel shall have at least two (2) main engines giving a total capacity
of minimum 3000 BHP.
iv. Brake Horse Power (BHP) contribution from bow tunnel and forward
azimuth thrusters shall not be included in the minimum required
horsepower.
OR
Diesel electric vessels of equivalent propulsion arrangement and power
rating are acceptable (CONTRACTOR to provide Supporting Documents).
b) Propeller
ii. The vessel shall have twin screw Controllable Pitch Propeller (CPP) /
rudders and controllable pitch propellers in kort nozzles (or equivalent).
OR
Azimuth stern drive propulsion is acceptable.
4 Bow Thruster a) Minimum 1.0 MT lateral thrust at continuous rating for aluminum alloy hull.
b) Minimum 2.0 MT lateral thrust at continuous rating for aluminum steel hull.
5 Deck Space a) Minimum clear deck space 50 m² covered with wooden sheathing.
6 a) Minimum 20 or 25 knots at 85% at Maximum Continuous Rating (MCR) as per
Speed specific Work Order Request.
b) Contractor shall provide a copy of Speed Trial Report conducted within 12
months by third party endorsed by CLASS or witnessed by client.
7 Vessel Ownership a) Proposed vessel shall be owned and operated by a Malaysian company
licensed by PETRONAS, unless otherwise allowed for by COMPANY.
b) CONTRACTOR shall provide the proof of ownership for the vessel or the
relationship with the owner of the vessel.
c) CONTRACTOR shall provide the following documents, but not limited to:
i. Provide Certificate of Registry (COR) for proposed vessel as evidence
(CONTRACTOR to prove the relationship if the official owner in the COR is
not CONTRACTOR’s name)
ii. Proof of ownership (Company registration document i.e. Form 24 of
Companies Act 1965 and company structure to be provided as evidence)
iii. Source of financing/charge on the vessel (CONTRACTOR to provide the
evidence e.g. loan agreement with bank/financial institution, Sale &
Purchase Agreement (SPA))
iv. Document of Compliance (DOC)
v. Safety Management Certificate (SMC)

58
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
vi. Ship Transcript and Mortgage Form (if applicable)
d) CONTRACTOR who does not own the vessel, must submit a Letter of
Authorization from the ship owner
8 Generators a) Minimum 2 main generators are able to support 100% vessel’s electrical load
and cargo especially during anchor handling operations and shall also provide
redundancy power for operations during emergency.
b) Capable running in parallel as per CLASS requirements. CONTRACTOR to
submit CLASS certificates
9 Registration a) Proposed vessel(s) must be registered in Malaysia
10 Classification a) Classed by a Classification Society recognized by the Marine Dept (SCM and
IACCS members e.g. ABS, DNV, NKK, LRS, GL, BV).
b) Submit Classification certificate with endorsement and Latest Class status of
quarterly listing.
11 Fuel Capacity a) Minimum 50m3.
b) Bidder shall provide tank calibration table endorsed by CLASS.
12 Potable Water Capacity a) Combined minimum total of 20 m3
b) Tanks to be coated with compatible, non-toxic material.
c) Bidder shall provide tank calibration table endorsed by CLASS.
13 Seating Capacity a) Able to provide minimum 50 passenger seats of reclining business class type
with the following requirement at minimum:
i. Seat with the width of minimum width of 21” and ample leg room.
ii. Reclining angle – min 25 degree
iii. Min 18” leg room from edge of seat to front seat.
iv. Fitted with head rest, arm rest, seat belt and Foldable/Retractable mini
table.
b) Shall meet requirement as per “Notis Perkapalan Malaysia NPM 06/2016”
14 Steering Gear System a) Electric hydraulic steering gear system with emergency steering system.
15 Wheelhouse a) Shall be designed and built to achieve as near as possible 360 degree
unobstructed visibility. Preferably with aft maneuvering station with
unobstructed view over the main deck.
16 Prohibition on any use a) Active HARD CFC based refrigerant is strictly prohibited for on board
of HARD CFC based appliances. SOFT CFC refrigerant or interim alternatives shall be used.
refrigerant on board b) These include the following appliances on board vessel:
vessel iii. Central air conditioning system,
iv. Fridge, Water fountain chiller, ice cube maker, drink dispenser, ice cream
maker, cold room, chiller room, freezer, etc.
c) Examples of SOFT CFC interim alternatives R405a, R411a and R411b.
17 Working Freeboard a) Working Freeboard of 1.2 – 2.0m.

18 Firefighting Appliances a) All external firefighting appliances shall comply with SOLAS.
b) The use of HALON System is strictly prohibited.
19 Medical Equipment a) As a minimum, vessel shall be provided with the following but not limited to
(comply to IMO Standards):
i. 1 x Oxygen resuscitator plus one spare Oxygen cylinder (where
applicable)

59
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
ii. 1 x Paraguard stretcher Mk. 3 c/w 4 pts lifting sling
iii. 6 sets Airsplints
iv. 2 x 25 persons First Aid Kit
v. 1 litres antiseptic lotion in sealed locker.
vi. Automated External Defibrillator (AED) (where applicable)
vii. 1-unit Portable Blood Pressure Monitor
20 Vessel Particulars / GA a) Detailed vessel particulars and General Arrangement Plan to be provided.
Plan
21 Telecommunication a) All communications shall comply with the requirement include:
i. Email and wifi facilities (including day to day operations and weather
forecast)
ii. Voice and data.
22 Flexible Hoses a) To provide transfer flexible hoses of potable water and diesel fuel to
platform/rig/vessels in the field.
b) Drill / Potable Water Hoses:
i. To provide one length x 60 ft x 4”size reinforced rubber hoses complete
with camlock couplings (Various sizes of reducers 2” to 3” and 3” to 4”
are required).
ii. Highly visible color flotation collar fitted along the hose section.
c) Diesel fuel hoses:
i. To provide two length x 60 ft x 3”size reinforced rubber hoses (Various
sizes of reducers 2” to 3” and 3” to 4” are required). It must be fitted
with self-sealing and quick shut off valve mechanism at the hose end to
prevent spillage.
ii. Highly visible color flotation collar fitted along the hose section.
d) All hoses must be tested to operating pressure and elongation test carried
out by CONTRACTOR at CONTRACTOR’s cost annually.
e) To submit Last Hose test certificate. Hose Test certificate shall be valid for 1
year from the last test.
23 Stability a) Vessel shall comply with IMO stability requirement.
24 Hull a) Vessel’s hull and superstructure shall be of steel or Aluminum alloy welded in
accordance with approved code.
25 Consumption Flow a) Facilities such as flow meter, associated piping etc. to monitor fuel
Meter consumption of main engines and generators to be installed.
b) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type)
26 Diesel Fuel Flow a) Provision of 2 tamper proof non-resettable flow meters (with printing
Meters facilities where applicable) to facilitate records of receiving and transfer of
diesel fuel to another vessel.
b) Fuel flow meter must be calibrated on yearly basis. CONTRACTOR to submit
latest valid fuel flow meter calibration certificate.
c) One flow meter shall be fitted on the diesel fuel loading line and another
separate flow meter fitted on the diesel fuel discharging line.
d) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type)
27 Fenders a) Adequate fendering system on the ship sides and stern.

60
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
b) Vessel shall be fitted with adequate fenders as per CLASS requirement and
suited for the scope of work.
c) The arrangement of the fenders shall be in such a manner that in the event of
a fender being ripped off its mounting, the mounting arrangement (e.g. pad
eyes) shall not protrude and expose it to contact with the vessel alongside.
28 Rescue Zone a) Each side of the vessel to be marked RESCUE ZONE, which is painted in bright
yellow with diagonal black stripes.
b) The area to be 2m wide and extends from the main deck to the waterline and
located at the forward part of the main deck.
29 Weighted a) One on each side of the RESCUE ZONE.
Scrambling Nets b) A nylon net weighted at the outboard end, long enough to reach the
waterline and should be rolled up when not in use.
c) The net should be 2m wide, made of 12mm diameter nylon, the hole to be
200mm X 200mm.
30 Rescue Craft a) One rigid hull OR semi rigid hull rescue craft fitted with minimum 25 HP
outboard engines.
b) Shall be fitted with proper quick launching and recovery facilities on board.
c) Davit or crane, which handles the rescue craft must be maintained as per
SOLAS requirement.
31 Search Lights a) 2 x 1000 watts revolving searchlights capable of 360° rotation.
32 Medical/Safety a) All crew must undergo medical examination and safety training
Training (CONTRACTOR’s expense) at COMPANY’s approved training institutions
before commencement of charter. Minimum safety training requirement:
i. Medical examination from Approved Medical Examiner (AME) and STCW
’95 Training & Manila amendment 2010 Training.
ii. Basic Offshore Safety – Helicopter Escape Training (OPITO-BOSIET) if
required by COMPANY.
iii. Hydrogen Sulphide (H2S) Training if required by COMPANY
iv. Rigging & Slinging (Deck Crews & Deck Officers)
v. Food Handling or equivalent (Cook / Crew involved in food handling shall
undergo formal training)
vi. Medical examination including statutory injection for food handler (all
catering crew)
vii. Any additional COMPANY requirements
33 Compliance to a) CONTRACTOR to comply with the following convention/code and submit the
Statutory following certificate (where applicable):-
Requirements i. Safety Of Life At Sea (SOLAS)
 Safety equipment certificate together with Form E (Attachment to the
SOLAS safety equipment certificate) with endorsement.
 International Safety Management (ISM) certificate together with
endorsement. (New build vessel: Must be ISM accredited within the
first 3 months of charter hire)
 International Ship and Port Facility Security (ISPS) certificate with
endorsement.
 International Maritime Dangerous Good (IMDG). Document of
compliance. (CONTRACTOR to provide one shower station on the main
deck and an eye station in the engine room)
61
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
ii. Marine Pollution (MARPOL)
 Submit IOPP certificate together with Attachment A with endorsement
(MARPOL 73/78 Annex I (Prevention of Pollution by Oil))
 Submit Annex V (Prevention of Pollution by Garbage from Ships)
certificate with endorsement.
iii. Local Regulations
 Possess a valid Domestic Shipping License (DSL) upon on hire of vessel.
34 CCTV a) Provision for CCTV continuous monitoring of the shipsides and stern, at
CONTRACTOR’s cost.
b) Minimum fittings requirement:
i. CCTV system with recording facilities and storage for minimum 10 weeks
of recorded data, UPS & two (2) units of external one (1) TB hard disks.
ii. Two (2) outdoor night vision marine cameras fitted at each sides of the
vessel facing aft.
iii. One (1) indoor camera facing on the recording terminal.
iv. Recording terminal must have a locking facility.
v. The decoder should be kept inside a tamper proof sealed locker.
c) CONTRACTOR to ensure continuous operation and maintenance of the
system at CONTRACTOR’s cost.
35 Fuel a) CONTRACTOR to provide the following on fuel consumption:
Consumption i. Consumption for Main Engine:
 At economical speed ____ knots
Total fuel consumption: ____ litres/hour and 85% MCR.
 At maximum speed ____ knots
Total fuel consumption: ____ litres/hour and 100% MCR.
ii. Consumption for 1 generator:
 Fuel consumption: ____ litres/ hour
iii. Consumption for 1 bow thruster engine:
 Fuel consumption: _____ litres/ hour/Unit
b) CONTRACTOR shall submit main engine and generator bench test or sea trial
consumption reports from the latest dry dock exercise (or after delivery for
new built).
36 Manning a) Vessel shall be manned and operated by qualified personnel in accordance
with International and National Regulations for Safe Manning. Also,
CONTRACTOR shall ensure that the manning level is in full compliance with
the STCW ’95 Convention and in particular respect to Chapter VIII, Section A-
VIII/1 “Fitness for duty”. Whenever required, extra officers or crew shall be
provided at no extra cost to COMPANY.
i. The crew shall preferably be Malaysians.
ii. Master/Chief Engineer and Chief Officer/2nd Engineer shall have at least
2 years’ experience on board anchor handling vessels.
iii. Officer promotion and transition shall comply with CONTRACTOR’s
approved promotion and transition program for officers vetted by
Charterer.

62
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
iv. New-joining officers shall undergo double-up for at least 2 weeks during
which period the candidate(s) shall be assessed by the Master/Chief
Engineer.
b) CONTRACTOR must provide sufficient complement on board the vessel to
cope with occasional 24 hours continuous operations.
37 Work Vest & Transfer a) Self-up righting capability.
Vest b) All Vest shall comply with USCG/North Sea Standards.
c) Minimum required quantities (for COMPANY use):
v. Six (6) pieces work vest.
vi. Six (6) pieces transfer vest.
38 Recreational a) Minimum 1 x color television set with minimum 32-inch screen.
Facilities b) 1 DVD player with regular supply of disc.
c) Satellite TV / Channel.
39 Accommodation a) Fully air-conditioned accommodation for ship’s crew.
b) At least 2 cabins (2 berths per cabin) complete with beds and furniture to be
provided for COMPANY personnel.
c) The noise level onboard shall comply with IMO MSC 91/22/Add.1.
d) To provide the certificate on noise level.
40 Gangway a) To provide one portable gangway (3.5m) complete with handrails and safety
net, capable of providing safe transfer between vessel and wharf/jetty.
b) To provide portable light weight step ladder for safe passenger access
between gangway and deck.
41 Emergency Lighting a) Fitted in wheelhouse, engine room, E/R entrance and navigation lights.
Sufficient lighting in accommodation, galley /messrooms and alleyways to
offer safe passage of personnel.
42 Night Vision Binoculars a) To provide one unit of Night Vision Binoculars c/w illuminator.
b) Sufficient spare batteries shall be available onboard at all times.
43 M.O.B. Dummy a) A suitable M.O.B. Dummy of not less than 70 kg weight to be provided for
man overboard (M.O.B.) drills.
44 Safety Harness a) At least two pieces of safety harness of approved type shall be provided.
45 Boat Hook a) Two boat hooks with 2.5m (8 feet) handle
46 Personnel Boarding a) East Malaysia
Station A suitable landing area at the stern to enable personnel to safely board the
vessel from a platform or vice versa A longitudinal collapsible / removable
hand railing at approximately 1 meter (3 feet) from the stern for safe
embarkation / disembarkation of personnel to be provided.
b) West Malaysia
Two (2) unit’s personnel boarding platform (collapsible / removable) at PORT
and STBD side stern of main deck shall be constructed to enable personnel to
safely board the vessel from a platform or vice versa.
c) Note 1: Both type of personnel boarding station shall able to accommodate
personnel transfer at various boat landing’s level of height.
d) Note 2: Vessel shall have demarcation on vessel deck for Personnel Transfer
Basket (PTB) landing area.
47 OVID & OVMSA a) Proposed vessel shall be registered in the OCIMF Offshore Vessel Inspection
Database (OVID) at the time of bid.

63
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
b) Profile of ship operator to be registered in the OCIMF Offshore Vessel
Inspection Database (OVID) at the time of bid.
c) An updated vessel’s Offshore Vessel’s Particular Questionnaire (OVPQ) not
exceeding 12 months shall be available in the OVID database at the time of
bid.
d) A valid vessel’s Offshore Vessel Inspection Questionnaire (OVIQ) inspection
not exceeding 12 months is available in the OVID database at the time of on-
hire.
e) Vessel shall conduct and have record of OVID inspections.
f) CONTRACTOR shall participate in Offshore Vessel Management and Self-
Assessment (OVMSA) exercise.
g) CONTRACTOR shall ensure that all significant findings for Level One (1) shall
be cleared within three (3) months of on hire.
h) CONTRACTOR shall also be subjected to OVMSA on an annual basis
thereafter, and CONTRACTOR shall demonstrate continuous improvement in
the OVMSA throughout the charter period.
i) CONTRACTOR shall ensure continuous maintenance of OVID and OVMSA at its
cost.
j) A valid ship operator’s OCIMF’s Offshore Vessels Management System Self-
Assessment (OVMSA) Stage 1 as a minimum, not exceeding 12 months at the
time of bid.

64
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

9.0 LIFT BOAT

No Item Specification
1 Age of Vessel a) The age of vessel shall not be more than 25 years at the end of charter
period. Refurbished vessel (more than 15 years old) are acceptable based on
the following:
i. A refurbished vessel here means 15 years and more that has undergone a
complete and extensive refurbishment within the last 5 years.
ii. The refurbishment must be certified by the Classification society/Flag
State and deemed fit for duty.
b) Marine Vessels that are under construction are not acceptable.
c) Vessels that have been completed (not in service) but pending delivery to
vessel owner are not acceptable.
2 Delivery a) Date required on site: As per specific Work Order Request
b) Point of delivery: As per specific Work Order Request
3 Dynamic Positioning a) Minimum DP2 requirement and to comply with latest Class and Industrial
Standards (IMCA).
4 Operating Range a) Suitable for 35-70m water depth with maximum soil penetration of 15 m and
average air gap of 15-18 m.
5 Legs / Jacking System a) Shall be suitable for operations in a tropical climate and shall be able to
commence jacking up and down at 2 m significant swell, less than 6 sec swell
period, max wind 20 knots and current 1.5 knots.
b) Liftboat legs shall be equipped with jetting system to ease jacking down and
leg removing operation.
6 Clear Deck Space a) The liftboat shall have a usable uninterrupted clear deck space of not less
than 1000 m2 for use. The deck shall have an open stern and demountable
safety rails.
b) The clear deck space shall be additional to the safety/access areas and the
storage/work areas provided on the liftboat and shall not be intruded upon
by marine equipment.
c) Deck area must be fully accessible and within reach of onboard crane.
d) Minimum 2 escape routes.
7 Berth Capacity For a) Minimum 200 pax for COMPANY (excluding marine and catering crew). Shall
COMPANY be permanent type, portable cabins are not acceptable.
8 Generators a) Minimum 2 main generators are able to support 100% vessel’s electrical load
and cargo especially during anchor handling operations and shall also provide
redundancy power for operations during emergency.
b) Capable running in parallel as per CLASS requirements. CONTRACTOR to
submit CLASS certificates
9 Classification a) Classed by a Classification Society recognized by the Marine Dept (SCM and
IACCS members e.g. ABS, DNV, NKK, LRS, GL, BV).
b) Submit Classification certificate with endorsement and Latest Class status of
quarterly listing.
10 Fuel Oil Capacity a) Minimum 300m3.

11 Potable Water Capacity a) Minimum total of 300 m3

65
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
b) Equipped with two (2) water makers. Both water makers shall be able to
cater to full complement of the vessel.
c) CONTRACTOR to declare the capacity of each water maker. Tanks to be
coated with compatible, non-toxic material.
12 Cargo Connections a) Fuel : 3" hose with self-sealing and quick shut off valve and all couplings
required for offshore and onshore use
b) Water: 4" hose with all couplings required for offshore and onshore use
c) Various compatible reducers to be available (2"-3", 3"-4" & 4"-5").
13 Cargo Pumps Discharge a) Cargo pumps discharge rate (approx.):
Rates iii. Fuel = 50 m³/hr at minimum 60m head
iv. Potable Water = 50 m³/hr at minimum 60m head
14 Deck Cranes a) Type and Certification
i. Minimum 2 Pedestal type cranes at starboard and port side with fixed
boom and comply with latest API-2C specifications. Crawler crane
AND/OR telescopic crane is not acceptable. Pedestal mounted column
height shall be minimum of 4 meters.
ii. Cranes shall be fitted with full boom lighting for night operation and
safety devices such as overload cut out, emergency brake, over hoist cut
out, over boom cut outs, lifting angle indicator, radius indicator for each
block, two radio set with working frequency, slewing/tracking alarms and
load indicator.
iii. The cranes shall be certified with man riding certificate.
iv. The control cabins shall be fitted with an effective air-conditioned system.
The hook block shall be equipped with safety latch. The boom shall be put
at boom rest during non-operational period.
v. The cranes shall have valid inspection and calibration certificates for the
unit issued by an authorized 3rd Party Surveyor e.g. Lloyds, DNV, etc.
CONTRACTOR shall ensure that the certificates remain valid at all times.
b) Lifting Capacities
i. Minimum of 100 MT at a minimum distance of 20 meters (PAC to specify)
from stern to the Platform structure edge.
ii. Fixed boom length shall be 40 meters minimum.
15 Firefighting Appliances a) All firefighting appliances shall comply with SOLAS.
b) The use of HALON System is strictly prohibited.
c) Accommodation cabins fitted with water sprinkler system.
16 Vessel Particulars / GA a) Detailed vessel particulars and General Arrangement Plan to be provided.
Plan b) The following shall also be provided:
i. Auto-Cad drawing of Liftboat General Arrangement (GA) which details
out:
 Crane pedestal height (meters or ft)
 Distance from crane pivot to the liftboat stern (meters of ft)
 Distance from MSL to the liftboat main deck – Hull height.
 Length of clear deck space
ii. Crane detail specification which specifies :
 Crane boom length (meters or ft)
 Maximum crane lifting capacity (MT) for main and fly hoist

66
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
 Detail crane lifting chart and load chart
 Main and aux hook block stop up limit distance from boom structure
(meters or ft)
 Valid crane test certificate and maintenance history report
17 Accommodation a) Cabin
i. Fully centralize air-conditioned accommodation for all crew.
ii. Maximum four (4) berths in one cabin.
iii. At least four (4) single berth cabins with attached bathroom shall be
dedicated for COMPANY's Representative and COMPANY's Site
Representatives (CSRs).
iv. The noise level onboard shall comply with IMO MSC 91/22/Add.1.
b) Toilet and Shower Facilities
i. Vessel shall provide sufficient toilets and showers with hot and cold water
for the full POB.
ii. All toilets and showers shall be clean and free from water logging and
rust.
iii. Sewerage system to be provided for full complement POB.
c) Galley
i. A galley must be certified by ‘Halal’ certification body such as JAKIM and
any recognize body.
ii. To provide 6 meals daily; breakfast, morning break, lunch, tea break,
dinner and mid-night supper.
iii. To provide drinking water through mineral water dispensers and juices at
all time at the galley and recreational area.
iv. CONTRACTOR shall cater for special meal requests by the COMPANY
representative for any events as required.
v. Refrigeration and provision stores shall be capable of affording thirty (30)
days endurance with a full complement.
d) Mess Room
i. As the vessel will be working on two shifts, the vessel shall have one large
mess room with adequate lighting to accommodate two-third of each
shift.
ii. As a minimum, the mess room shall be provided with the following
facilities;
 Good quality eating utensil – sufficient for one shift.
 Industrial ice cream maker
 Industrial ice cube maker
 Hot water boiler/dispenser for making hot beverage
 Juice dispenser
 Heavy duty toaster
 Microwave
 Fridge
iii. Segregated garbage bins with foot controlled lids for non-food wastes,
food wastes and liquid wastes
iv. The mess room shall additionally be equipped to function as a briefing
room. CONTRACTOR shall provide a large notice board and a large white
67
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
board in this room, a pull down viewing screen, computer projector,
audio speaker system, laser pointer, etc.
e) Laundry
i. The vessel laundry shall have sufficient facilities to cope with full
complement POB.
f) COMPANY’s Office
i. CONTRACTOR to provide 3 offices for COMPANY’s use with the following
facilities per office:
 2 nos. executive desks and chairs
 2 nos. work desks and chairs
 2 nos. 4 tier shelves
 1 refrigerator
 1 coffee machine
 1 whiteboard
 Minimum 8 nos. power outlets
 1 photocopy machine (A3 size)
 1 steel cabinet (4 drawers)
 1 dedicated telephone with direct line
 2 nos. personal computers (minimum Intel i5, 4 GB RAM, 1TB HDD, 20”
monitor)
g) Surau
i. The vessel surau shall able to accommodate minimum 10 people at one
time.
18 Medical Equipment a) Vessel shall be fully equipped with a first aid treatment sickbay including
medicine and medical consumables.
b) The sickbay shall meet the following criteria:
i. Equipped with minimum two (2) beds.
ii. Minimum one (1) trained Medical Officer on board for 12 hours operation
along with medical equipment.
OR
Minimum two (2) trained Medical Officer on board for 24 hours operation
along with medical equipment.
iii. Shall have individual air-conditioning system. If the sick bay is connected
to the vessel’s air-conditioning system, the air-return shall be installed
with facilities to block the contaminating air from entering the Air
Handling Unit and at the same time the air from the room shall be
extracted to a safe place.
c) As a minimum, vessel shall be provided with the medical consumables
compliant with IMO standards and COMPANY requirements.
19 Telecommunication a) CONTRACTOR shall supply the mandatory navigational and communication
equipment required by SOLAS / IMO (GMDSS) for the registration class of and
country of origins of the vessel involved. This shall include International
Maritime Satellite System Organisation (INMARSAT) terminal.
b) One Very Small Aperture Terminal (VSAT) system for COMPANY’s use,
complete with stabilized antenna unit in Radome, control unit, the operator
console with keyboard as follows.

68
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
ii. CONTRACTOR shall provide VSAT system or equivalent (i.e. Parabola
communication system i.e. SCOPTEL/or Speed Cast), dedicated for
COMPANY, complete with voice and data as minimum as below:
 Bandwidth of 2Mbps dedicated service for COMPANY with unlimited
data.
 The network design shall be able to provide satellite communications
between COMPANY’s onshore offices and the vessel at CONTRACTOR’s
cost.
 Data communication shall be in full-duplex communication scheme
between the offices and the vessel utilizing 4 voice circuits.
c) To provide 6 sets of walkie-talkie (intrinsically safe type) c/w chargers and
holders.
d) To equip with radio communication equipment as per GMDSS requirement.
20 Flexible Hoses a) To provide transfer flexible hoses of potable water and diesel fuel to
platform/rig/vessels in the field.
b) Potable Water Hoses:
i. To provide one length x 60 ft x 4”size reinforced rubber hoses complete
with camlock couplings (Various sizes of reducers 2” to 3” and 3” to 4”
are required).
ii. Highly visible color flotation collar fitted along the hose section.
c) Diesel fuel hoses:
i. To provide two length x 60 ft x 3”size reinforced rubber hoses (Various
sizes of reducers 2” to 3” and 3” to 4” are required). It must be fitted
with self-sealing and quick shut off valve mechanism at the hose end to
prevent spillage.
ii. Highly visible color flotation collar fitted along the hose section.
d) All hoses must be tested to operating pressure and elongation test carried out
by CONTRACTOR at CONTRACTOR’s cost annually.
e) CONTRACTOR shall provide latest Hose Test certificate (Hose Test certificate
shall be valid for 1 year from the last test).
21 Consumption Flow a) Facilities such as flow meter, associated piping etc. to monitor fuel
Meter consumption of main engines and generators to be installed.
b) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type).
22 Diesel Fuel Flow a) Provision of minimum 1 tamper proof non-resettable flow-meters to facilitate
Meters records of receiving and transfer of diesel fuel to another vessel.
b) Fuel flow meter must be calibrated on yearly basis. CONTRACTOR to submit
latest valid fuel flow meter calibration certificate.
c) Two types of acceptable flow meters i.e. Coriolis and Positive Displacement
type (PD Type).
23 Potable Water a) CONTRACTOR is responsible to conduct potable water analysis from all
Analysis potable water tanks during on hire and subsequently at every 2 monthly
intervals.
b) The parameters to be tested shall be on turbidity, pH, colour, free residual
chlorine, total coliform and Bacteriology (E. Coli) contents.

69
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
24 Medical/Safety a) All crew must undergo medical examination and safety training
Training (CONTRACTOR’s expense) at COMPANY’s approved training institutions
before commencement of charter. Minimum safety training requirement:
i. Medical examination from Approved Medical Examiner (AME) and STCW
’95 Training & Manila amendment 2010 Training.
ii. Basic Offshore Safety – Helicopter Escape Training (OPITO-BOSIET) if
required by COMPANY.
iii. Hydrogen Sulphide (H2S) Training if required by COMPANY
iv. Rigging & Slinging (Deck Crews & Deck Officers)
v. Food Handling or equivalent (Cook / Crew involved in food handling shall
undergo formal training)
vi. Medical examination including statutory injection for food handler (all
catering crew)
vii. Any additional COMPANY requirements
25 Compliance to a) CONTRACTOR to comply with the following convention/code and submit the
Statutory following certificate (where applicable):-
Requirements i. Safety Of Life At Sea (SOLAS)
 Safety equipment certificate together with Form E (Attachment to the
SOLAS safety equipment certificate) with endorsement.
 International Safety Management (ISM) certificate together with
endorsement. (New build vessel: Must be ISM accredited within the
first 3 months of charter hire)
 International Ship and Port Facility Security (ISPS) certificate with
endorsement.
 International Maritime Dangerous Good (IMDG). Document of
compliance. (CONTRACTOR to provide one shower station on the main
deck and an eye station in the engine room)
ii. Marine Pollution (MARPOL)
 Submit IOPP certificate together with Attachment A with endorsement
(MARPOL 73/78 Annex I (Prevention of Pollution by Oil))
 Submit Annex V (Prevention of Pollution by Garbage from Ships)
certificate with endorsement.
 Endorsed Annex VI (Prevention of Air Pollution from Ships) Certificate.
iii. Local Regulations
 Possess a valid Domestic Shipping License (DSL) upon on hire of vessel.
26 CCTV a) Provision for CCTV continuous monitoring of the shipsides and stern, at
CONTRACTOR’s cost.
b) Minimum fittings requirement:
i. CCTV system with recording facilities and storage for minimum 10 weeks
of recorded data, UPS & two (2) units of external one (1) TB hard disks.
ii. Two (2) outdoor night vision marine cameras fitted at each sides of the
vessel facing aft.
iii. One (1) indoor camera facing on the recording terminal.
iv. Recording terminal must have a locking facility.
v. The decoder should be kept inside a tamper proof sealed locker.

70
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
c) CONTRACTOR to ensure continuous operation and maintenance of the
system at CONTRACTOR’s cost.
27 Fuel a) CONTRACTOR to provide the following on fuel consumption:
Consumption i. Consumption for Main Engine:
 At economical speed ____ knots
 Total fuel consumption: ____ litres/hour and 85% MCR.
 At maximum speed ____ knots
 Total fuel consumption: ____ litres/hour and 100% MCR.
ii. Consumption for 1 generator:
 Fuel consumption: ____ litres/ hour
b) CONTRACTOR to submit supporting documents i.e. main engine and
generator bench test OR Sea trial consumption reports
28 Manning a) Vessel shall be manned and operated by qualified personnel in accordance
with International and National Regulations for Safe Manning. CONTRACTOR
shall ensure that the manning level is in full compliance with the STCW ’95
Convention and in particular respect to Chapter VIII, Section A-VIII/1 “Fitness
for duty”. Whenever required, extra officers or crew shall be provided at no
extra cost to the COMPANY.
i. The crew shall be Malaysians.
ii. Master/Chief Engineer and Chief Officer/2nd Engineer shall have at least
2 years’ experience in OSV industry.
iii. Sufficient number of catering crew to support POB.
iv. DP Operations manning requirements as per latest IMO and IMCA.
v. Officer promotion and transition shall comply with CONTRACTOR’s
approved promotion and transition program for officers vetted by
Charterer.
vi. New-joining officers shall undergo double-up for at least 2 weeks during
which period the candidate(s) shall be assessed by the Master/Chief
Engineer.
b) CONTRACTOR shall provide sufficient complement on board the vessel to
cope with 24 hours continuous operations if directed by COMPANY.
29 Recreational a) Recreation Room
Facilities i. The recreational equipment shall be provided as follows:
 One color television, minimum 42 inch LED flat screen wired OR
projector set with ASTRO or equivalent. Multi channels to be provided
on CONTRACTOR’s account.
 One DVD player with regular supply of DVD discs.
 One radio/CD player.
b) Gymnasium
i. The Gymnasium shall have a minimum deck area of 12 square meters.
ii. As a minimum, the gymnasium shall be provided with suitable exercising
equipment from a reputable manufacturer.
30 Gangway a) The lift boat shall be provided with an articulated gangway AND/OR pedestal
crane with man-riding certification for the purpose of providing access from
the lift boat to COMPANY’s facilities where appropriate, and shall comply to
the following requirements:
71
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
i. An articulated gangway of the following minimum dimensions:
 Length : Minimum 25 meters
 Width : 1.2 meters
b) The gangway shall be so designed that its fixation point shall be on COMPANY
locations (platforms etc.) The opposite (lift boat) end shall have fixed rollers.
The gangway shall have a joint for articulation to compensate for vertical
movement of the lift boat and the main articulated extent shall be 25 ft. x 3
ft. The gangway shall come with complete installation accessories such as air
tugger, slings, shackles and etc (chain blocks are not acceptable).
c) The gangway shall be MPI tested and load tested successfully within 1 year
from date of planned demobilization.
31 Personnel Transfer a) Two (2) industry approved personnel lifting basket i.e. rigid type for minimum
Basket 8 paxs/lift with valid certification shall be provided by CONTRACTOR onboard
the vessel, inclusive in the DCR.
32 Working Areas a) Vessel shall have designated work area as follows:
i. Welding Workshop
ii. Paint Store
iii. Mechanical Workshop
iv. Instrument Workshop
v. COMPANY Store
vi. Scaffolding and Gangway Racks
vii. Radiography Room
viii. Isotope Storage Container
33 OVID & OVMSA a) Proposed vessel shall be registered in the OCIMF Offshore Vessel Inspection
Database (OVID) at the time of bid.
b) Profile of ship operator to be registered in the OCIMF Offshore Vessel
Inspection Database (OVID) at the time of bid.
c) An updated vessel’s Offshore Vessel’s Particular Questionnaire (OVPQ) not
exceeding 12 months shall be available in the OVID database at the time of
bid.
d) A valid vessel’s Offshore Vessel Inspection Questionnaire (OVIQ) inspection
not exceeding 12 months is available in the OVID database at the time of on-
hire.
e) A valid ship operator’s OCIMF’s Offshore Vessels Management System Self-
Assessment (OVMSA) Stage 1 as a minimum, not exceeding 12 months at the
time of bid.
34 Vessel Technical / a) For vessel age more than 15 years, CONTRACTOR shall provide the following
Condition Assessment reports from the complete and extensive refurbishment conducted within the
last 5 years :
i. Vessel enroll to CLASS Approved Enhanced Survey Program
ii. Condition Assessment Program (CAP) assessment report (vessel must
meet minimum CAP 2 rating.
 Hull
 Machinery
 Accommodation
b) If deemed necessary, inspection and verification of the vessel’s condition will
be carried out based on OVID checklist.
72
CONTRACT NO. CHO/2018/GPD/1001

PROVISION OF INTEGRATED HOOK-UP AND COMMISSIONING (iHUC) SERVICES

VOLUME II – CONTRACT FORM AND EXHIBITS


EXHIBIT V (PART A) – MARINE TECHNICAL SPECIFICATIONS

No Item Specification
35 Helideck (if applicable) a) The helideck shall comply with CAP 437 and DCA requirement.
b) The vessel should be fitted with a helideck facility capable of operating
helicopters up to the size and mass of PETRONAS approved helicopters. This
would require a helideck size (‘D’ value) of not less than 21 metres with a
structural strength exceeding 12.8 tonnes (‘t’ value).
c) The helideck facility should have a current DCA helideck certificate valid for
the duration of the hire period.
d) A minimum of two (2) personnel fully trained and certified as helicopter
landing officers (HLO), sufficient crew as HDA (Helideck Assistant), Fire
Fighting team and a trained Damage Control Team crew of 3 minimum on
board the vessel at all times.
e) CONTRACTOR to submit copy of helideck valid certificate approved by DCA
and remain valid for the duration of the hire period.

73

Vous aimerez peut-être aussi