EOI-OWS.pdf - Goa Shipyard Limited

13
1 of 4 GOA SHIPYARD LIMITED Indigenisation Department VASCO-DA-GAMA, GOA 403 802 NOTICE FOR INVITING EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF ‘BILGE OIL WATER SEPARATOR’ 1. Ref No. 05/1267-68/EOI/Bilge Oily Water Separator 2. Date of issue of EOI 19 February, 2021 3. Date & time of closing of EOI 12 March, 2021, 1500 HRS 4. Description EOI FOR SUPPLY OF ‘BILGE OIL WATER SEPARATOR’ 5. Qty 02 Nos 1. Goa Shipyard Limited invites 'Expression of Interest (EOI)' on non-commitment basis from reputed Indian Manufacturers for the supply of ‘BILGE OIL WATER SEPARATOR’ for upcoming Project at GSL as per GOI ‘Make in India’ initiative. 2. GSL invites only the Technical bid (without price) from reputed Indian manufacturers in SINGLE BID SYSTEM for the supply of above equipment. Price bids will be invited separately from technically qualified bidders, after evaluation of the technical & financial capabilities. 3. This EOI seeks response from the Equipment Manufacturer Only and unsolicited response from Integrators/ Collaborators/ intermediaries/ Sister Concerns will not be accepted. The bidder should have the experience and capability to manufacture the complete system of ‘BILGE OIL WATER SEPARATOR’ in India and Integrate Onboard the vessel being constructed by GSL. 4. The equipment is to be fitted onboard/ provided meeting ABS class notation +A1, + AMS, (E), OSR-S2, HELIDK, +DPS-1, FFV2, +ACCU, CRC, ENVIRO, NBLES and equivalent of IRS ie SWASTIKA SUL, RS-0, SWASTIKA IY , OIL RECOVERY, HELDK, DP(1), AGNI-2, SYJ, STS, EP, IBS. 5. Description of Work . The ‘BILGE OIL WATER SEPARATOR’ to be supplied should meet the technical specifications as per Enclosure-A and following conditions:- (a) Product Support. (i) The service life of the vessel is 25 years. Hence, OEM is to confirm product support in terms of maintenance, material and spares (OBS and B&D) for the life cycle of the equipment from the date of delivery of the

Transcript of EOI-OWS.pdf - Goa Shipyard Limited

1 of 4

GOA SHIPYARD LIMITED

Indigenisation Department

VASCO-DA-GAMA, GOA 403 802

NOTICE FOR INVITING EXPRESSION OF INTEREST (EOI)

FOR SUPPLY OF ‘BILGE OIL WATER SEPARATOR’

1. Ref No. 05/1267-68/EOI/Bilge Oily Water Separator

2. Date of issue of EOI 19 February, 2021

3. Date & time of closing of EOI 12 March, 2021, 1500 HRS

4. Description EOI FOR SUPPLY OF ‘BILGE OIL WATER SEPARATOR’

5. Qty 02 Nos

1. Goa Shipyard Limited invites 'Expression of Interest (EOI)' on non-commitment

basis from reputed Indian Manufacturers for the supply of ‘BILGE OIL WATER

SEPARATOR’ for upcoming Project at GSL as per GOI ‘Make in India’ initiative.

2. GSL invites only the Technical bid (without price) from reputed Indian

manufacturers in SINGLE BID SYSTEM for the supply of above equipment. Price bids will

be invited separately from technically qualified bidders, after evaluation of the technical &

financial capabilities.

3. This EOI seeks response from the Equipment Manufacturer Only and unsolicited response from Integrators/ Collaborators/ intermediaries/ Sister Concerns will not be accepted. The bidder should have the experience and capability to manufacture the complete system of ‘BILGE OIL WATER SEPARATOR’ in India and Integrate Onboard the vessel being constructed by GSL. 4. The equipment is to be fitted onboard/ provided meeting ABS class notation +A1, + AMS, (E), OSR-S2, HELIDK, +DPS-1, FFV2, +ACCU, CRC, ENVIRO, NBLES and equivalent of IRS ie SWASTIKA SUL, RS-0, SWASTIKA IY , OIL RECOVERY, HELDK, DP(1), AGNI-2, SYJ, STS, EP, IBS.

5. Description of Work. The ‘BILGE OIL WATER SEPARATOR’ to be supplied should meet the technical specifications as per Enclosure-A and following conditions:-

(a) Product Support.

(i) The service life of the vessel is 25 years. Hence, OEM is to confirm product support in terms of maintenance, material and spares (OBS and B&D) for the life cycle of the equipment from the date of delivery of the

2 of 4

vessel at all Indian port. Onboard spares for maintenance of equipment for three years from date of induction of the vessel to be provided alongwith equipment.

(ii) Even after the said mandatory period, the OEM would be bound to give at least 2 years notice prior to closure of said production line, to assess the requirement of life time buy of all spares and will form an integral part of the Contract.

(iii) All upgrades and modifications carried out on the equipment during its life cycle must be intimated to the user. Further the OEM should undertake to maintain currency/ upgrade software for all equipment upto 3 years from the date of delivery of the last vessel.

(b) Training of Crew and Maintenance Personnel. The crew of the vessel is required to be trained on operation and maintenance aspects by OEM.

(c) Commissioning of equipment by OEM.

(d) Equipment shall be capable for operation in tropical condition (i.e. 45 Deg ambient air and 32 Deg sea water temperature).

6. Pre-Qualification Criteria. The Manufacturer must fulfill the following pre-qualification criteria and shall necessarily submit the relevant documents to support the claim.

(a) Technical Criteria.

(i) The bidder must have experience on design, manufacturing, testing & certifying items for which EOI has been issued. The reference list of equipment for which EOI is issued that is delivered by the firm for fitment onboard ship to be enclosed.

(ii) The bidder shall be an Indian Manufacturer having its own development & production facilities & with hands on experience of manufacturing similar items in past. The bidder has to submit documentary evidence (preliminary design/ work) to establish the capacity to undertake design, development & manufacturing of the item.

(iii) The bidder has to submit proof of his capabilities to undertake Indigenous design, development & manufacture of Items in India. The bidder has to clearly specify in his offer that items offered will be: -

(aa) Indigenously designed, developed, manufactured & tested in India.

(ab) Raw materials used in manufacturing will be sourced in India.

(iv) The bidder has to submit the documentary evidence of above requirements; offers received without documentary evidence are liable for rejection.

3 of 4

(v) The drawings of the equipment with technical details to be submitted for evaluation.

(vi) Type approval certificate of the equipment to be submitted as required in the Technical Specifications. (vi) Clause wise confirmation to the technical specification (Enclosure-A) to be submitted.

(b) Commercial.

(i) The bidder shall be an Indian registered company having its registered office & manufacturing facilities in India.

(ii) The bidder shall be an original Indian equipment designer, developer & manufacturer of Items.

(iii) The bidder shall provide the following details to determine their capabilities: -

(aa) Company Profile with date of registration.

(ab) Products manufactured

(ac) Installed capacity at works

(ad) Design & manufacturing facilities available in house

(ae) Previous Projects executed of similar nature

(af) Certified balance sheet of previous three years

(ag) Quality accreditations

(ah) Manufacturing capabilities (aj) After-sales support infrastructure

(iv) Manufacturer has to submit GST/PAN/TAN No.

(v) Response from Traders/ Agents/ Foreign Bidders/ Consultant/

Intermediaries shall not be considered.

7. Delivery Schedule. The proposed manufacturing, testing of the ‘BILGE OIL WATER SEPARATOR’ is to be completed within schedule indicated at technical specifications at Enclosure-A.

8. Future Business Potential. This document is not intended to form the basis of any decision to purchase/finalize contract and it does not constitute an offer or invitation or solicitation of an offer to purchase.

9. Submission of EOI.

(a) Issue of EOI Document. The EOI can be downloaded from GSL website.

(b) Submission of EOI. EOI bids are to be submitted in sealed envelope prior to closing date & time. Bidders shall ensure timely submission of their interest well in advance, in order to avoid the difficulties. The bids are to be submitted in person

4 of 4

or by registered post clearly indicating "BID for EOI for the supply of ‘BILGE OIL WATER SEPARATOR” on top of envelope. Bids received after EOI closing date & time will be not considered for evaluation. (c) In case of any queries, the firm can contact for any assistance Mr. D. S. Patekar, Addl General Manager (Design/Engg) or Mr. Rayson Botelho, Senior Manager (Design/Engg) on their e-mails: [email protected] & [email protected] respectively. (d) The EOI proposal (One Original Copy + One soft Copy) shall be addressed to Mr. D. S. Patekar, Addl General Manager (Design/Engg) Goa Shipyard Limited, New Vaddem, Vasco Da Gama, 403802

Enclosure - A

Clause Ref

Technical Specifications Remarks

1 Oily bilge water separator to process oil contaminated water from machinery space bilges prior to discharging overboard with following characteristics:

1.1 Capacity : 1m3/hr.1.2 Capable of processing oily mixtures to produce an effluent with oil content not exceeding 15

parts per million (PPM) and complying with IMO Resolution MEPC 107(49) to allow oily water from the bilges to be processed prior to discharging them overboard.Oily filtering equipment should be approved and certified in accordance with MARPOL Annex 1- MEPC 107 (49).

1.3 Equipment to be a compact unit complete with separating tanks, bilge pump, oil level detection device, coalescing filter, re-circulating device, oil monitor, heater if required and alarm panel for satisfactory operation of the unit.

1.4 Oily bilge water separator should meet latest rules of IMO / MARPOL and certified and as applicable at the time of placement of PO .

1.5 Firm should supply complete system piped and wired for installation. GSL will give only bilge connection, fresh water connection and air connection. All necessary equipment, auxiliaries, electric motors, control panels, alarms, instrumentation, Anti-vibration mounts (details to be indicated), tools, on-board spares, flexible hoses, valves and fittings should be supplied by the firm.

1.6 The unit should be suitable for discharging overboard (clean water) at a height of not less than 10 metres above discharge output of the unit.

2 QTY / SHIP: Two numbers3 OPERATING CONDITIONS

Oily water seperator ( OWS) and accessories should be able to withstand following operating conditions:

3.1 Ship MotionRolling - Max +/- 22.5 deg.List (Permanent relative to Waterline) - Max +/- 15 deg. Trim (Permanent) - Max +/- 5 deg.Pitching - Max +/- 7.5 deg.

3.2 Tropical ConditionAir inlet temperature - Max. 45 deg CMachinery space/ Engine room temp. - Max. 55 deg CSeawater temp. - Max. 35 deg CAtmospheric pressure - Min 0.98 bar abs.(735 mm of Hg)Relative Humidity - Max.100% at 35 deg C

3.3 Noise & Vibration :Noise and vibration level to be indicated and should be within the Standard Engineering limits and IMO rule requirements. All parts of the equipment and its accessories are to ensure resistance to fracture, distortion or misalignment due to forces of vibration. Noise criteria to be as per latest IMO resolution A468(XII).

4 CLASSIFICATION :The PCV shall be built as per ABS class notation +A1, + AMS, (E), OSR-S2, HELIDK, +DPS-1, FFV2, +ACCU, CRC, ENVIRO, NBLES andequivalent of IRS ie SWASTIKA SUL, RS-0, SWASTIKA IY , OILRECOVERY, HELDK, DP(1), AGNI-2, SYJ, STS, EP, IBS. Any otherrequirement of classification society (ABS & IRS) should be met, approvalobtained and items supplied accordingly by the manufacturer as required.

5 MATERIAL :

GOA SHIPYARD LTDTECHNICAL SPECIFICATION OF OILY WATER SEPARATOR

Page 1 of 9

Enclosure - A

Material used in the manufacture and fabrication should be of highest marine quality and should conform to IMO rule requirements. Complete equipment should be IMO approved type.Firm should indicate in their offer the materials of the following:

i) Shell body, pipes, pressure relief valves, vent valves, test cocks of oily bilge water separator

ii) Materials of body, impeller,stator, shaft, rotor, mechanical seal of pumps.iii) Materials of electro-pneumatically operated valves. (Valves shall not be of cast iron)iv) Firm should also indicate in their offer methods used for corrosion protection.6 SCOPE OF SUPPLY:6.1 One complete Oily bilge water separator unit piped and wired, ready for installation with all

the accessories as per ABS and IRS / Marpol rules requirements.Oily bilge water separator should consist of the followings:

6.1.1 Pressure vessels with Separator and emulsion breaker elements complete with all necessary internal fittings/accessories --- 01 set

6.1.2 Electronic control panel complete with all necessary probes (completely pre- wired) for automatic operation of unit --- 01 set

6.1.3 Pump with motor and starter panel coupled on a common base frame suitable for taking the suction from a depth of 5 mtrs.along with non-magnetic strainer and foundation bolts and nuts --- 01 set

6.1.4 Pump dry running protection device.6.1.5 All interconnecting built-in piping within the unit between stages - 01 set6.1.6 All necessary pressure gauges with needle valves -01 set

(Firm should indicate in the offer range and quantity of pressure gauges used).6.1.7 All necessary valves at inlet and outlet connections - 01 set

(Firm should indicate in the offer the quantity and type of valves used).6.1.8 All Necessary pressure relief valves - 01 set

(Firm should indicate in the offer the quantity and type of relief valves used).6.1.9 Air vent valve - 01 set

(Firm should indicate in the offer the quantity of valves used).6.1.10 Electro pneumatically operated valves (for oil discharge etc.)- 01 set.

(Firm should indicate in the offer the quantity and type of valves used).6.1.11 Solenoid valve for actuation of electro pneumatically operated valves as above - 01 set6.1.12 Suitable pressure reducing valves, relief valves for compressed air along with filter and

pressure gauge for the operation of all pneumatic valves - 01 set(Firm should indicate in the offer the quantity and type of valves used).Firm to note that compressed air at 4-7 bar pressure will be available on-board for this purpose.

6.1.13 Manual oil drain valves mounted on equipment. (Firm should indicate in the offer the quantity and type of valves used).

6.1.14 All necessary automatic drain valves - 01 set (Firm should indicate in the offer the quantity and type of valves used).

6.1.15 All necessary test cocks - 01 set(Firm should indicate in the offer the quantity and type ).

6.1.16 Oil water monitor and recirculation device - 01 set(Firm should indicate in the offer the quantity ,type and interface requirements.)

6.1.17 All necessary sensors, alarms, sensing probes, instruments required for satisfactory operation of the unit - 01 set(Firm should indicate in the offer the quantity and type ).

6.1.18 All necessary pressure & temperature switches required for satisfactory operation of the system (Firm should indicate in the offer the quantity and type ).

6.1.19 Cables from all sensing probes and electro pneumatic valves, sensors should be pre wired up to the control panel.

6.1.20 Flexible hoses along with mating flanges / end connectors should be supplied along with the equipment for connecting to shipbuilder’s piping. (Firm should indicate in the offer the quantity ,type and interface requirements.)

Page 2 of 9

Enclosure - A

6.1.21 Anodized circuit diagram to be provided inside the starter panel.6.2 Oil Monitor :

Monitor capable of giving audio-visual alarm when oil content in the effluent exceeds preset 15 PPM) limit. Firm should indicate in their offer all the details of monitor. It should consist of the following:

i) Control panel with necessary control and monitoring.ii) On-off switchiii) Timer based PLC.iv) Digital display for indicating oil content in PPMv) Alarm acknowledge switchvi) Red LED for power on – off indicationvii) Measuring cell fitted in a weatherproof metal box with all necessary components. (Firm

should indicate in their offer all the details of measuring cell).6.3 Re-circulating device:

Firm should supply all necessary pneumatically operated valves, pneumatic actuators, and pilot solenoid valves, interconnecting piping, strainers along with the unit. Control panel on the Oil level monitor should have a RED LED to indicate “Overboard line OPEN”. Details to be indicated in the offer.NOTE:Any other item not specified under scope of supply but necessary for satisfactory functioning of oily bilge water separator to be indicated in the offer.

7 OPERATING PARAMETERS/TECHNICAL DATA:7.1 Separator :a) Working temp : As per operating conditions indicated under para 3.b) Capacity : 1m3/hr.

(Firm should indicate in their offer discharge pressure at the designed capacity).c) Firm to indicate in their offer inlet and outlet sizes of separator piping & overall dimensions of

the unit.d) Performance standards: -

Complying with IMO Resolution MEPC107(49) to allow oily water from the bilges to be processed prior to discharging them overboard.Discharge criteria of MARPOL 73/78, ANNEX I, Regulation 9(1)(b) are to be complied with.

Capable of processing oily mixtures to produce an effluent with oil content not exceeding 15 parts per million (PPM).Certified by competent authoritities for compliance to latest IMO rules and regulation. Certificates should be enclosed along with the offer.

e) Firm to indicate working pressure in their offer.f) Operation : Automatic with manual overrideg) GSL will provide compressed air at 4-7 bar pressure to the oily water separator for operation

of all pneumatic valves. Firm should provide necessary pressure reducing valve , relief valve,Moisture separator / dryer in the unit itself as required for the design of unit.

h) Firm to indicate power supply requiredI) The equipment should be fitted with an alarm and an arrangement to automatically stop the

discharge when 15 PPM cannot be maintained.

Page 3 of 9

Enclosure - A

j) Following List of alarm/ indication signals should be generated at the control panel to be monitored remotely by IMCS. Type of sensors & its signals to be clearly indicated for monitoring the running of OWS remotely.1) OWS PPM alarm2) OWS common alarm3) OWS pump running indication.Any other parameters required for satisfactory remote operation of the plant to be included.

7.2 Pump :a) Type: Single screw helical rotor pumpb) Firm to indicate suction head and discharge head of pump.c) Firm to indicate suction and discharge connections of pumpd) Firm to indicate flow rate of pump and should match with the capacity of the separator7.3 Electric motor for pump :

Motors and starters should confirm to general electrical specification as per class7.4 Electro pneumatic valve :

Firm to indicate the following:Pneumatic pressure required for operating electro Pneumatic valve.Nominal outlet of oil Discharge valveNominal outlet for re- circulating valve

8 GENERAL REQUIREMENTS8.1 Equipment should be complete with all the accessories duly mounted on it. Foundation bolts,

nuts with locking arrangement of steel Gr 8.8 material to be provided along with suitable rubber mounts. The exact length of bolts will be indicated by GSL.

8.2 Firm will supply mating flanges conforming to DIN ND 10 STD.8.3 All pressure gauges should be of reputed & reliable makes.8.4 The starter panel will have facility to connect the following in remote position.i) Auto Stop for feed pump should be provided based on dry running protection and differential

pressure.ii) Motor running indicationiii) Remote indication and alarm for MCR when oil content exceeds 15 PPM.iv) The equipment should be fitted with an alarm and an arrangement to automatically stop the

discharge when 15 PPM cannot be maintained. 8.5 All probes to be pre-wired to the JB/connection box fitted on separator.8.6 Suitable numbers of cable entry glands to be supplied loose for which OD of the cable will be

indicated by GSL at the time of approval of binding drawings.8.7 Discharge head and quantity of sludge drain and oil drain to be indicated.8.8 Connectors required to connect shipbuilders piping to be supplied. OWS to take suction from

dirty oil tank having capacity of 2m3. OWS should have in built pump of sufficient capacity to take suction from dirty oil tank.GSL will prepare schematic drawing indicating pipe length, no of bends, fittings etc. and forward to firm. Firm should carryout detailed friction losses calculations to check the satisfactory operation of the equipment.

Page 4 of 9

Enclosure - A

9 SPECIAL REQUIREMENTS9.1 The contractors/suppliers should ensure that the capacities of auxiliaries supplied by them

shall be sufficient for the proper performance of the main items offered. All fittings and/or accessories for the machineries covered by the contract should be delivered as per technical specification

9.2 72 mm dia pressure and vacuum gauges should be supplied for the machinery equipment under supply as per technical specification and these should be indicated in the installation drawings for the unit. Pressure gauge cocks should be provided with vent holes.

9.3 The pressure gauges should have white face and black figures. Vacuum gauges should have red figures. All pressure Gauges should be glycerine filled and luminous type.

9.4 All the pressure gauges should be marked in Kg/sq. cm. All the pressure gauges scale ranges should be selected so that the maximum normal operating pressure should be approx. 75% of the full scale range.

9.5 All measurements on the instrumentation and on the drg. should be indicated in MKS/SI system.

9.6 Temperature sensing devices should have the facility to allow for instrument removal without impairing the integrity of the system.

9.7 Counter flanges of weldable steel/GM material should be supplied for all pipes and pipes connections of the machinery equipment complete with bolts and nuts.

9.8 For screwed connections, if any, special unions should be supplied.9.9 All the parts of the machinery should be interchangeable with those of principal

manufacturers.9.10 The material execution of the spare parts for the machinery items should be same as those

of corresponding working parts unless otherwise specified.9.11 All flexible pipes/hoses, should be ABS/IRS inspected/ type approved .9.12 Non-metallic flexible pipes/hoses for oil service are to be resistant and reinforced with wire-

braid or other material.9.13 Instruments provided on the equipment should be easily accessible for reading, maintenance

and replacement .9.14 All the sensors must be pre-wired upto terminal box. The IP protection of terminal box should

be as per ABS/IRS class rules.10 INSTRUCTION PLATE

Firm should supply start / stop instruction plate in English engraved on 3mm thick brass / S.S. plate. All letters to be 5 mm size. After engraving the letters should be filled with black paint. Instruction plate to be fitted on the equipment.

11 ON BOARD SPARES & TOOLS11.1 One set of onboard spares adequate for two-year maintenance considering the operation of

ship 2500 hrs. per year should be supplied alongwith the offer. These spares should also include the spares conforming to ABS & IRS rule requirement for offshore patrol vessel. Item wise price list should be forwarded alongwith the offer.Itemwise price of OBS to be included in the commercial offer.

11.2 List of on-board spares will be finalized in consultation with Coast Guard and order for on-board spares will be placed separately.

11.3 Indian Coast Guard would have the option to amend the list of OBS proposed by the firm/Manufacturer during the Technical negotiation of the equipment and till the supply of the spares. Firm would either ‘Buy Back’ the spares rendered surplus or exchange them on cost to cost basis with the spares as required by Indian Coast Guard. The said spares would be purchased / replaced by the firm based on the prices finalized by the Standing Committee for procurement of B&D Spares.

11.4 Base & Depot SparesQuotation in triplicate for maker’s recommended B & D spares for five years maintenancevalid for atleast 12 month should be supplied by the firm.

Page 5 of 9

Enclosure - A

11.5 ToolsOne set of standard and special tools adequate for undertaking maintenance on-boardshould be supplied along with the equipment.

12 DOCUMENTS12.1 Firm should forward relevant data to be included in maintenance management system in soft

form. Data should contain the following:1. Spare part list with details of individual spares like drawing , weight, size etc. in MS Excel format. Sample format attached.2. Maintainance schedule giving details of tasks to be performed during equipment servicing in MS Excel format along with spares and tool requirement.3.Trouble shooting of equipment.The above data should be submitted along with the offer. The format in which the data to be submitted is enclosed at Annexure C

12.1 Binding drawings and list of loose supplied items:The information as detailed below should be forwarded within four weeks from placement of LOI / purchase order:Four set of binding drawings as given below should be forwarded to GSL for our approval within four weeks from the date of placement of purchase order / LOI. Additionally one set of all drawings shall also be forwarded through e-mail in AUTOCAD 2010 file format.

Installation arrangement of oily water separator indicating overall dimensions, C.G., weights, maintenance space required.Piping scheme with relevant interface details for connection.G.A. Drawing of Pump, motor, starter and Control box.Wiring diagram of equipment.Note: Based on the above binding drawings, GSL will prepare schematic drawing indicating pipe length, no of bends, fittings etc. and forward to firm. Firm should carryout detailed friction losses calculations to check the satisfactory operation of the equipment.These binding drawings should have all requisite information as stated below: -

a) Overall dimensions in three views of the equipment to scale. (Scale to be indicated).No deviation in overall dimensions will be allowed withou prior approval.

b) Weight of the equipment.c) Location of center of gravity of the equipment with reference to one end of the equipment

(i.e. X, Y, Z co-ordinates of CG from one end of equipment).d) X, Y, Z co-ordinates of each shipbuilders pipe connection from one end of equipment along

with dimensional details of the joint (O.D., PCD, thickness of flanges, details of screwed connectors etc.)

e) Maintenance space required around the equipment.f) Location (X, Y, Z co-ordinates from one end of equipment) and size of electrical connections

for power or sensors or any other electrical connections to be made to the equipment.

g) Cable entry points to be clearly indicated on terminal/starter/distribution/junction boxes along with gland sizes and locations.

h) Position of lifting eyeI) Material specification in tabulated form.j) Preservation instructionsk) Installation and alignment procedure.12.2 AS MADE DRAWINGS

6 sets of Laser prints, and 2sets of CDs of each of the equipment “as made” drawings(as indicated under binding drgs.) should be supplied along with the equipment. Drawings in CDs should be in Autocad-2010 file format.

12.3 List of all loose supplied items along with valid part numbers should be supplied along with binding drawings for updating our ERP data.

13 MANUALS PER SHIP

Page 6 of 9

Enclosure - A

13.1 10 sets of Installation, operation, maintenance and repair manuals for main equipment, auxiliary equipment and the system.

13.2 10 sets of comprehensive part identification list (CPL/PIL) with list of all changeable/replaceable parts .

13.3 4 sets of Installation specifications.13.4 10 sets of Maintenance schedule .

2 sets of CD’s of each of the above manuals should be supplied in PDF file format.Original printed manuals will be supplied and photocopies are not acceptable.

14 INSPECTION14.1 The complete equipment should be manufactured to the highest quality and equipment

should conform to latest IMO/Class rule requirements. 14.2 6 copies of latest IMO certificates for each ship set to be supplied along with the equipment.

14.3 6 copies of manufacturer test certificates for each ship set should be supplied along with the equipment.Calibration certificates for instrumentation should be also supplied

14.4 6 copies of manufacturers guarantee certificates for each ship set to be supplied along with the equipment.

15 TEST AND TRIALThe performance requirement of the equipment is to be conformed during shop test at manufacturers work.

15.1 Shop TestThe equipment performance requirements should be confirmed during the shop test at the maker’s work. Firm should send at least two weeks notice to shipyard before shop trials to witness the shop test.

15.2 Ship TrialsOn-board test and trial of the equipment and its accessories/system as required by owner should be carried out after installing onboard. This test should broadly cover: -Installation checksChecks for performance requirements.Measurements of various parametersFunctional checks

16 TRAININGTraining for Shipyard and ship staff should be imparted on-board. The concept of training willinclude the following:System operationFunction of systemSystem interfaceControl and operation of equipmentTrouble shootingsMinor repairs and part replacementPeriodic and preventive checks.

17 PAINTING SCHEME 17.1 Metal surface of the equipment should be treated properly before painting like degreasing,

acid, pickling passivating etc. 17.2 Primer - Two coats as per maker standard.17.3 Final - Two coats of final painting as per manufacturer’s standards.18 PRESERVATION:

The equipment should be supplied duly preserved (period to be indicated). The procedure forrepreservation to be supplied by the firm.

Page 7 of 9

Enclosure - A

19 SERVICE ENGINEERCommissioning assistance: The scope of firm’s supply should include commissioningassistance by a firm’s service engineer, limited to a maximum of 8 consecutive workingdays in two visits for each ship.

20 WEIGHTEstimated weight in Kg of the equipment and components should be indicated in the drawing. The weighed weight of major items of the equipment at the time of dispatch should be indicated in the dispatch documents. It is to be ensured that the weight of the equipment is kept within +/- 5% of the estimated weight.

21 COMMISSIONING SPARESFirm should supply all the commissioning spares and consumables required for commissioning of equipment on-board. List of Commissioning Spares/ consumables should be indicated in the offer. Shelf life of consumables to be indicated in the offer.

22 PRODUCT SUPPORT22.1 Firm shall agree to provide Product Support for the Vessel (s), stores,

assemblies/subassemblies, fitment items and consumables, Special Maintenance Tools (SMTs)/Special Technical Equipments (STEs), subcontracted from other agencies/manufacturer by the firm for a maximum period of 25 years including one year of warranty period after the delivery of the Vessel(s) excluding electronic equipment for which minimum period would be 10 (ten) years. Even after the said mandatory period, the firm will be bound to give at least two years notice to the Indian Coast Guard prior to closing the production line so as to enable a Life Time Buy of all spares before closure of the said production line.

22.2 In the event of any obsolescence during the above mentioned period of product support in respect of any component or sub-system, mutual consultation between the firm and Indian Coast Guard/Indian Manufacturer will be undertaken to arrive at an acceptable solution including additional cost, if any.

22.3 Any improvement / modification / upgradation being undertaken by the Original Equipment Manufacturers (OEM) or their sub suppliers will be communicated by the firm to Indian Coast Guard. During the Guarantee period, these improvement / modification / upgradation will be carried out by the firm at firm's cost and post guarantee period at Indian Coast Guard cost if required by Indian Coast Guard.

22.4 The firm shall agree to provide an Engineering Support Package as specified.The spares requirement for carrying out maintenance and repair upto component level should be provided by the firm. The spares requirement should be prepared by the firm and submitted alongwith the offer of equipment . The firm agrees to undertake the repair and maintenance of the equipment, SMTs/STEs test set up, assemblies/sub assemblies and stores supplied under this contract for a period of 25(twenty five) years, as per terms and conditions mutually agreed between the firm and the Indian Coast Guard.

22.5 Firms to give detailed maintenance schedule of respective equipment with no. of service engineers and technicians required for major routines along with duration of such routines and tools/spares required.

22.6 Firms to indicate after sales and product support facilities in India with response time for attending defects and providing spares.

22.7 Firm should indicate response time for submission of quotations for spares post gaurantee period.

22.8 Firm should indicate support facilities in India and abroad including OEM authorised firms.

22.9 Firm should agree to entering into rate contract with Coast Guard for maintenance and supply of spares of their respective equipment post guarantee period.

23 Delivery ScheduleEquipment should be delivered within 06 months from order finalisation

24 Firm’s offer should include the following:-

Page 8 of 9

Enclosure - A

24.1 Clause wise acceptance with deviation if any and reason for the same. In the absence of a clear statement to the contrary, it will be assumed that the equipment supplied will meet the requirements in full.

24.2 Data/details required in the T.A 24.3 Detail Working principle/methodology24.4 GA of equipment alonwith with piping connection details 24.5 Maintenance space requirement details for main unit and auxiliary units.24.6 GA of control panel24.7 Schematic system drg with pipe sizing details24.8 Installation drawings24.9 GA and details of various controls 24.10 Maintainance data requested at clause 12.1

Page 9 of 9