1 request for information setting up `testing and repair facility of soft

advertisement
REQUEST FOR INFORMATION
SETTING UP ‘TESTING AND REPAIR FACILITY OF SOFT STARTERS AT ND(MB),
ND(V), NSRY(KOCHI), NSRY(KAR), NSRY(PB) AND INS VALSURA
1.
The Ministry of Defence, Government of India, intends to set up ‘Testing and
Repair Facility of Soft Starters’ at ND (MB), ND (V), NSRY (KOCHI), NSRY (KAR),
NSRY (PB) and INS Valsura. The scope of supply covers design, supply and
installation and commissioning of testing and repair facility of soft starters to enable the
repair agencies to undertake 3rd and 4th level maintenance of microprocessor based soft
starters of all makes.
2.
This Request for Information (RFI) consists of two parts as indicated below:(a) Part I. The first part of the RFI incorporates operational characteristics and
features that should be met by the testing and repair facility of soft starters. Few
important technical parameters of the proposed equipment are also mentioned.
(b) Part II. The second part of the RFI states the methodology of seeking
information of vendors. Submission of incomplete information format will render
the vendor liable for rejection.
PART-I
3.
The Intended Use of Equipment (Operational Requirements). Indian Navy
is growing at a rapid pace by induction of new generation ships and undertaking mid life
of upgradtion of existing ships. Some of these ships have been fitted with stae of the art
soft starters for all high capacity motors (above 15KW). The SOTR pertains to setting up
of ‘Testing and Repair Facility of Soft Starters’ at ND(Mb), ND(V), NSRY(Kochi),
NSRY(Kar), NSRY(PB) and INS Valsura for ensuring effective maintenance during the
life cycle of the equipment.
3.1. The setting up of a testing and repair facility at repair yards is essential to
maintain the operational availability of soft starters. A comprehensive testing and repair
infrastructure of soft starters at repair yards comprising reference set, PCB testing
facility, test jigs/ equipment and tools/accessories to enable repair-yard personnel to
carryout effective repairs upto component level tuning and testing the required items to
ensure minimum downtime soft starters. The overall aim of the soft starter facility is to
enable the repair agencies to undertake 3rd and 4th level maintenance of microprocessor
based soft starters of all makes. The soft starter repair/test facility should accordingly
perform the following salient tasks:1
(a)
DI,DR, Testing, and Calibration of all type of Soft Starters fitted in ships
and Submarines.
(b)
To undertake comprehensive trials of newly inducted starters.
(c)
Facilitate practical training of Indian Navy and Dockyard personnel in
repairing, testing, and calibration of soft starters fitted in ships and Submarines.
(d)
Limited research on power electronics based soft starters.
(a)
To impart training to carry out routine maintenance and trouble shooting of
the Soft Starters.
(b)
To provide suitable facilities for simulation of malfunctions with consequent
failures and provide maintainers the opportunity for carrying out maintenance
and service.
4.
Important Technical Parameters.
The major technical and functional
requirements of the soft starter facility are as follows:(a)
Monitor the performance of the soft starters for its intended operation and
subsequently asses the precise faults in the soft starter. The facility should be
also able to indentify faults up to sub component/card level/software level and
also recommend necessary corrective actions in order to rectify the soft starter.
(b)
The whole test facility should be monitored and controlled centrally by a
SACDA system to provide scalable degree of automation for fault identification of
functional parameters of the soft starters.
(c)
The facility should comprise suitable MG sets of different ratings with
necessary load bank to test the soft starters ranging from 15 – 400 KW. The
facility will also consist necessary Data acquisition Modules to acquire necessary
information from the soft starters and the associated systems of the test facility.
(d)
The facility should be able to identify software malfunctions in the soft
starters and
should
be
able
to rewrite
the
codes in
the
Microprocessor/Microcontroller that is fitted in the soft starters.
2
(e)
Display test results of the starter through SCADA display system and also
include a facility to store the test results in digital storage devices that can be
retrieved through a search engine feature provided in the SCADA system.
(f)
The facility should be able to maintain a central data base of details on
soft starters with their performance specification and necessary tests that should
be carried on the soft starter. The information of the starters in soft format (data
base files) will be fed by the maintainer in the SCADA system using an external
storage device.
(g)
The facility should have necessary protection circuits for the MG Sets,
Load Banks, and Incoming Power Panel and associated equipments that will be
used in the facility.
4.1.
The major components of the facility are as follows:(a)
Power Supply Unit(PSU). The unit will include necessary power
conversion equipment to supply 380V/440V/415V, 50Hz/60Hz, and 3 phase
supply to the repair/test facility. The standard Input supply to PSUs is of 415 V,
50 Hz, 3 phase will be provided by IN.
(b)
800 Amp Incomer Panel. 800 A Incomer Panel, Hand change Over
Switch (to select the required primary source viz. 415V/440V/380V, 50Hz/60Hz, 3
phase supply) with RYB indication panel.
(c)
Motor Generator Test. The specification of the MG set are as follows:(i)
Suitable MG set for testing/repair of starters ranging from 15 KW to
50 KW with Base Plate and Control Panel. The Input will be
415V/380V/440V, 50/60 Hz, 3 phases and output will be 415V/380V/440V,
3 phases, 50/60 Hz
(ii)
Suitable MG set for testing/repair of starters ranging from 50 KW to
200 KW with Base Plate and Control Panel. The Input will be
415V/380V/440V, 50/60 Hz, 3 phases and output will be 415V/380V/440V,
3 phases, 50/60 Hz
(iii)
Suitable MG set for testing/repair of starters ranging from 200 KW
to 4000 KW with Base Plate and Control Panel. The Input will be
415V/380V/440V, 50/60 Hz, 3 phases and output will be 415V/380V/440V,
3 phases, 50/60 Hz
3
(iv)
Speed Sensor & Temperature Sensor for PLC analogue Input.
Fabricated base frame, coupling and vibration pad, guard for coupling etc.
(d)
Motor Protection panel.
following:-
The Motor protection panel would have the
(i)
Control panel for AC motor comprising of MCCBs, indicators,
voltmeter, ammeter and frequency meter.
(ii)
Microprocessor based motor protection relay with modular bus
communication.
(e)
Load Bank. The load bank will be a variable resistive outdoor model of
suitable capacity for testing/repairing for testing/repairing soft starters ranging
from 15 KW to 400 KW. In addition the load bank shall also comprise the
following:(i)
Control panel with suitable indications of voltage, current, frequency
and hour meter with suitable protection features.
(ii)
Remote Load selection facility through SCADA module.
(iii)
Interfacing compatibility with PLC based control panel module
(f)
PLC Based control Panel.
The main processing of the entire
system will be undertaken at the Data Acquisition Unit which is PLC based. The
unit is capable of interfacing with SCADA module for control and monitoring
process. The details of the sub-units of the system are as follows:(i)
Data Acquisition Unit (DAU).
The DAU will be a modular
structured microprocessor based controllers with process interface to
achieve proper operation and supervision. The DAU is to be designed with
a capacity to interface required analog/digital and serial inputs. The DAU
automatically should be able to runs its own BITE upon power up to
determine the functional state of all components and localising the faults to
card/subcomponent level. All data generated by the DAU should be
interfaced with the SCADA system and both DAU and SCADA will
combine to monitor and control the whole soft starter test/repair system.
(ii)
Work Station with SCADA.
Workstation with SCADA
shall consist of a processor, mouse keypad loaded with requisite SCADA
software and other application software’s. The SCADA should directly
interact with the PLC Control Panel, Load Bank, MG sets, Motor Control
Panel and sub components in order to efficiently monitor and control the
4
whole soft starter repair/test system. The SCADA would be windows
based system capable of displaying mimic pages displaying the status of
the systems in the display screens and provide Human machine Interface
to allow the user to keep vigil on the status of the various parameters of
the repair/test system. Source code of the PLC program, along with a
suitable mechanism for reloading of PLC software, shall be provided by
the vendor. All the system components being monitored shall be
integrated using high-speed Ethernet) networks configured in client-server
architecture.
4.2. Area of Operation. The soft starter repair test facility would setup at ND (MB),
ND (V), NSRY (KOCHI), NSRY (KAR), and NSRY (PB) AND INS Valsura. Rooms and
input power supply of 415V/50Hz/3 Phase supply power for the facility will be provided
at the earmarked location by IN.
4.3. Operating Conditions. The following conditions may be specified for the
operating conditions of the facility:(a)
(b)
Ambient temperature range of 30°C to 50°C.
Max relative humidity: 90% at 32°C.
4.4. Standards/Specifications. The specifications pertaining to various electrical
equipment / system and EMI/EMC should adhere to the latest IEC standards. The
vendors are requested to specify Standards and Specification in the reply to this RFI
5.
Vendors should confirm that following conditions are acceptable:(a)
The solicitation of offers will be as per ‘Single Stage-Two Bid System’. It
would imply that a ‘Request for Proposal’ would be issued soliciting the technical
and commercial offers together, but in two separate sealed envelopes. The
validity of commercial offers would be at least 18 months from the date of
submitting of offers.
(b)
The technical offers would be evaluated by a Technical Evaluation
Committee (TEC) to check its compliance with RFP.
(c)
The equipment of all TEC cleared vendors would be put through a trial
evaluation in India on a ‘No Cost No Commitment’ basis. A staff evaluation would
be carried out by SHQ to analyse the result of field evaluation and shortlist the
equipment for introduction into service.
5
(d)
Amongst the vendors cleared by GS evaluation, a Contract Negotiations
Committee would decide the lowest cost bidder (L1) and conclude the
appropriate contract.
(e)
Vendor would be bound to provide product support for time period
specified in the RFP, which includes spares and maintenance tools/jigs/fixtures
for field and component level repairs.
(f)
The vendor would be required to accept the general conditions of contract
given in the Standard Contract Document at Chapter V of DPP 2013 placed on
www.mod.nic.in.
(g)
Integrity Pact (if applicable).
An integrity pact along with appropriate
IPBG is a mandatory requirement in the instant case
(h)
Performance-cum-Warranty Bond. Performance-cum-Warranty Bond
both equal to 5% value of the contract is required to be submitted after signing of
contract.
(j)
Design Documents/Drawings. All associated design documentation,
drawings and equipment list applicable must be in English language. All drawings
and documents shall contain dimensions and other parameters in metric units (SI
Units). These should cover all sub-assemblies and accessories of the facility. The
documents/drawings shall be provided in both hard copy and on CD ROM.
(k)
System Documentation. One set of the under mentioned documents be
supplied :Sno.
Description
(a) User Handbook
(b) Technical Manual Part-I (Technical description and circuit drawings)
(c) Technical Manual Part-II Setting to work and test procedures
Technical Manual Part-III Servicing and Maintenance Manual
(d)
including troubling shooting.
Technical Manual Part-IV Manufacturer’s Parts list, layout drawings of
(e)
the PCBs and sub units.
(f)
Unpacking procedures
Recommended list of spares, testing tuning spares, tools and test
(g)
jigs.
6
(h)
(j)
(k)
(l)
(m)
As made drawings including performance data
Test certificates
Technical documents containg detailed procedures and test setups
for undertaking defect indentification,repairing , testing, and
calibration of soft starters
Soft copies of above documents in CD ROM
Back up software in suitable magnetic media along with procedure for
loading.
(l)
Information to be supplied while Tendering. The
should furnish the following details of the product:(i)
Manufacturer
Complete / product technical data / specification.
(ii)
Type test / Environmental tests that the statement of product will
qualify.
(iii)
Approved components are being used conformity.
(iv)
Product support in years; naval requirements are minimum for 20
years.
(m) Spares. Itemized lists of spares, special tools which will be supplied are to
be furnished. The spares shall cater for maintenance routines and possible
repairs by the staff. The spares should include the following:(i)
All spares required for exploitation upto 2 years.
(ii)
One set of general-purpose maintenance tools.
(ii)
One set of special tools required for disassembling/assembling of
components to carry out repair by replacement.
(n)
Training. The Training program should enable the End User Personal to
operate and maintain the Soft Starter Repair Facility. The Training package is to
include the following:(i)
Basic Training.
The manufacturer should undertake the
responsibility of training naval personnel as nominated by IHQ/MoD (N),
on the exploitation and maintenance of the Soft Starter Test Facility . The
duration of training and number of personnel should be worked out by the
7
manufacturer in consultation with IHQ/MoD (N). Interactive multimedia
training modules and suitable software for training of Soft Starter Facility.
(ii)
CBTs. CBTs should cover the system as well as the sub-system
and must cater for dual level of complexity, i.e. for operator level and
maintainer levels. The CBTs must cover exploitation/operator training,
elucidated functionalities of the system (working principle of the system,
electrical diagrams, mechanical interaction and functional charts) and
include trouble shooting modules. Complete check off list for repair and
maintenance to be included.
(iii)
Simulator Software.
Suitable software must be provided for
carrying out training at locations designated by IN.
(p)
Inspection & Testing. The inspection, trials and testing of the equipments
supplied will be carried out by IHQ MoD (N) nominated agencies.
(q)
Quality Assurance . The detailed design, material and workmanship shall
be in accordance with the best worldwide-recognised practices to ensure
reliability, durability and ease of maintenance, which comply with the MV
requirements. The design shall be such that weight and size are reduced to the
minimum practicable, ensuring no compromise in reliability or significant design
criteria. A quality assurance programme is to be drawn by the manufacturer in
consultation by the Inspecting Authority and shall obtain approval prior
commencement of manufacturing. The product offered by the manufacturers
should conform to Standard Engineering practices. The equipment will be subject
to stage inspection and final test and trials by the Naval Inspection Agencies as
mutually agreed with the equipment manufacturers. Any deviation from the
mentioned specifications will have to be brought to the notice of IHQ/MoD (Navy)
and approval to be taken from the same.
(r)
Factory Acceptance Trials (FAT)
. The supplier shall prepare a
draft Factory Acceptance Trails (FATs) and forward to IHQ MoD (N) for approval.
The FATs will be witnessed by personnel from Indian Navy as per the approved
FATs document. The plan should state how the supplier would demonstrate that
the delivered system will meet the functional and performance requirements
indicated as per Indian Navy’s SOTR. The factory acceptance trials procedure
shall comprise of:(i)
(ii)
Functional tests
Verification of design
8
(iii)
(iv)
(v)
List of Test equipment required and calibration procedure
Pass /Fail criteria
Expected duration
(s)
System Performance Responsibility. In case of any irregularities in the
operation/performance of the system or non-conformance to specified
parameters observed during installation and on integration with ships system, the
supplier is bound to rectify the defect. The supplier shall ensure complete
responsibility for satisfactory operation of the fixtures on board.
(t)
Transportation. The equipment should be packed and protected with
supports to ensure protection during all modes of transportation. Each unit within
a package/container shall be clearly marked for identification. The container shall
clearly indicate the item description with caution marks, quantity, weight, size,
etc., A separate document giving complete details and instructions for storage,
preservation, handling and transportation after delivery is to be supplied. The
supplier should indicate the delivery schedule, port of embarkation, transport,
packing, preservation, insurance, etc.
(u)
Product Support. The supplier should undertake to ensure guaranteed
and continuous product support for a period of 20 years from the date of supply
of the first system and associated equipment, by way of the following: (i)
Supply of spare parts and materials.
(ii)
Offering of alternative solutions in the event of obsolescence of the
components/technologies, including those bought out or subcontracted.
(iii)
Continuous up-gradation program.
(iv)
Modifications and repairs.
(v)
Provide at least two years notice, in the event of any likely
production shut down (only after 20 years of support) to enable
procurement of LTE spares.
(vi)
Undertake repairs through Annual Maintenance Contract/Rate
Contracts as and when directed by the user / IHQ MoD (N). AMC shall not
exceed 10 % of the whole contract value.
(vii) Continuous supply of amendments to the documentation.
(v)
Warranty. The Soft Starter Test Facility with associated controls /
probes and instrumentation will be guaranteed for stipulated performance as
agreed between the buyer and the supplier. The items supplied shall be
warranted from defects arising due to the manufacturer and performance for the
said period and cover all the defects arising from malfunction through design
9
faults, inappropriate material, bad production and non-conformance to
specifications. Any expense on account of repair/supply of spares against
guarantee defects is to be borne by the supplier.
(w)
Project Reports. The Vendor would need to submit project reports, as
follows:(i)
Preliminary Project Report (PPR). The PPR is to be submitted 02
weeks prior to the pre-bid conference, and must include the following:(aa)
Report of site survey conducted by Bidder.
(ab) Equipment binding data and mounting requirements,
requirements / specifications of power supply, EMI-EMC / acoustic
shielding, auxiliary systems, welding, and details of auxiliaries
including air / fresh water cooling system.
(ac) Hardware and software design review plans, to also cover
SCADA system.
(ad) Installation information, including drawings, pipe & cable
schedules, gantry crane capacity and other material-handling
requirements and lighting / ventilation / AC requirements.
(ae) Delivery and installation schedule including installation data;
guidelines; pre-requisites; scope of User & Bidder responsibilities
with regard to civil works; and time frames for coordinating
installation of equipment with execution of civil works.
(af)
Certificates for compliance with laid-down standards
(aj)
SCADA system description including security features and
provisions.
(ii)
Detailed Project Report (DPR). The DPR shall be submitted by the
L1 firm within a month of conclusion of the contract, and shall include
further details of all aspects covered by the PPR, and the FAT Schedule for
the entire facility.
(iii)
Civil Works. Civil infrastructure will be provided by Indian Navy.
However the requirement of Civil Works will be jointly finalised with the L1
Vendor by IN, so that all requirements of installation of equipment,
associated cooling, cabling, and lifting/ transportation requirements, along
with associated maintenance envelopes are catered to in the design stage.
10
PART-II
6.
Procedure for Response
(a)
Vendors must fill the form of response as given in Appendix A. Apart
from filling details about company, details about the exact product meeting our
generic Technical specifications should also be carefully filled. Additional
literature on the product with suitable configurations can also be attached with
the form.
(b)
The filled form should be dispatched at under mentioned address:Directorate of Electrical Engineering
Integrated Headquarters
Ministry of Defence
Room No .415, D II Wing
Sena Bhavan
New Delhi – 110 011
Fax: 011 - 23011212
Email ID: dee-navy@nic.in
(c)
The expected date of response is three weeks from the date of posting
this RFl on MoD website. The vendors short listed for issue of RFP would be
intimated.
7.
The Government of India invites responses to this request only from Original
Equipment Manufacturers (OEM)/Authorised Vendors/Government Sponsored Export
Agencies (applicable in the case of countries where domestic laws do not permit direct
export by OEMs). The end user of the equipment is the Indian Armed Forces (Indian
Navy).
8.
This information is being issued with no financial commitment and the Ministry of
Defence reserves the right to change or vary any part thereof at any stage. The
Government of India also reserves the right to withdraw it should it be so necessary at
any stage. The acquisition process would be carried out under the provisions of DPP
2013.
11
Appendix A
(Refers to para 6 (a))
INFORMATION PROFORMA
(INDIAN VENDORS)
1. Name of the Vendor/Company/Firm.
______________________________________________________________________
(Company profile, in brief, to be attached)
2. Type (Tick the relevant category).
Original Equipment Manufacturer (OEM)
Yes/No
Authorised Vendor of foreign Firm
Yes/No (attach details, if yes)
Others (give specific details)
________________________________________________________________
3. Contact Details.
Postal Address:
______________________________________________________________________
________
__________________________________________________
City: ______________________ State: ______________________________
Pin Code: ___________________ Tele: ____________________________
Fax: _______________________URL/Web Site: ______________________
4. Local Branch/Liaison Office in Delhi (if any).
Name & Address: ___________________________________________________
Pin code: ______________ Tel: ______________ Fax: __________________
5. Financial Details.
(a) Category of Industry (Large/medium/small Scale) :____________________
(b) Annual turnover: _______________________ (in INR)
(c) Number of employees in firm: ____________________________________
(d) Details of manufacturing infrastructure : _____________________________
(e) Earlier contracts with Indian Ministry of Defence/Government
Contract
Number
Agencies
Equipment
Quantity
Cost
12
6. Certification by Quality Assurance Organisation.
Name
Agency
of Certification
Applicable from( Valid till( Date &
Date & Year)
Year)
7. Details of Registration.
Registration No.
Name of Agency
Agency
(Date)
Validity Equipment
DGS&D
DGQA/DGAQA/DGNAI
OFB
DRDO
Any other Government
Agency
8. Membership of FICCI/ASSOCHAM/CII or other Industrial Associations.
Name
of Organisation
Certification
Membership Number
9. Equipment/Product Profile (to be submitted for each product separately)
(a) Name of Product: ____________________________________________
(Should be given category wise for e.g. all products under night vision devices to be
mentioned together)
(b) Description (attach technical literature): _____________________________
(c) Whether OEM or Integrator: __________________________________
13
(d) Name and address of foreign collaborator (if any):_____________________
(e) Industrial Licence Number: ____________________________________
(f) Indigenous component of the product (in percentage): __________________
(g) Status (in service /design & development stage): ______________________
(h) Production capacity per annum: ___________________________________
(j) Countries/agencies where equipment supplied earlier (give details of quantity
supplied): __________________________________________________
__________________________________________________________.
(k) Estimated price of the equipment ____________________________.
10. Alternatives for meeting the objectives of the equipment set forth in the RFI.
11. Any other relevant information: _______________________________________
12. Declaration. It is certified that the above information is true and any changes will be
intimated within five (05) working days of occurrence.
(Authorised Signatory)
14
INFORMATION PROFORMA
(FOREIGN VENDORS)
1. Name of the Vendor/Company/Firm.
______________________________________________________________________
(Company profile, in brief, to be attached)
2. Type (Tick the relevant category).
Original Equipment Manufacturer (OEM)
Government sponsored Export Agency
Yes/No
Yes/No (Details of registration to be
provided)
Authorised Vendor of OEM
Yes/No (attach details)
Others (give specific details) __________________________________________
3. Contact Details.
Postal Address:
______________________________________________________________________
____________________________________________________
City : ______________________ Province : __________________________
Country: ______________________ Pin/Zip Code : ____________________
Tele : ______________________ Fax : ______________________________
URL/Web Site : ______________________
4. Local Branch/Liaison Office/Authorised Representatives, in India (if any).
Name & Address: __________________________________________________
City : ___________________________Province : ________________________
Pin code : ______________ Tel : ______________ Fax : ___________________
5. Financial Details.
(a) Annual turnover: _______________________USD
(b) Number of Employees in firm __________________________________.
(c) Details of manufacturing infrastructure available __________________.
(d) Earlier contracts with Indian Ministry of Defence/Government agencies:Contract
Number
Agencies
Equipment
Quantity
Cost
15
6. Certification by Quality Assurance Organisation (If Applicable).
Applicable from( Valid till( Date &
Name
of Certification
Date & Year)
Agency
Year)
7. Equipment/Product Profile (to be submitted for each product separately)
(a) Name of Product : _________________________________________
(Should be given category wise for e.g. all products under night vision devices to be
Mentioned together)
(b) Description (attach technical literature): ___________________________
(c) Whether OEM or Integrator : ________________________________
(d) Status (in service /Design development stage): ______________________
(e) Production capacity per annum: __________________________________
(f) Countries where equipment is in service: ___________________________
(g) Whether export clearance is required from respective Government: ______
(h) Any collaboration/joint venture/co production/ authorised dealer with Indian Industry
(give details):
Name & Address: _____________________________________________
Tel : ________________________ Fax :___________________________
(j) Estimated price of the equipment ____________________________.
8. Alternatives for meeting the objectives of the equipment set forth in the RFI.
9. Any other relevant information. _____________________________________
________________________________________________________________
10. Declaration. It is certified that the above information is true and any changes will be
intimated within five (05) working days of occurrence.
(Authorised Signatory)
16
Download