REQUEST FOR INFORMATION (RFI) FOR CONSTRUCTION OF LANDING CRAFT MECHANISED (LCM)

Size: px
Start display at page:

Download "REQUEST FOR INFORMATION (RFI) FOR CONSTRUCTION OF LANDING CRAFT MECHANISED (LCM)"

Transcription

1 REQUEST FOR INFORMATION (RFI) FOR CONSTRUCTION OF LANDING CRAFT MECHANISED (LCM) 1. The Ministry of Defence, Government of India, intends to acquire Landing Craft Mechanised (LCMs) for the Indian Navy under Buy Global category. 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 Landing Craft. Few important technical parameters of the proposed Landing Crafts are also mentioned. (b) Part II. The second part of the RFI states the methodology of seeking response of Shipyards. Submission of incomplete response format will render the Shipyard liable for rejection. PART-I 3. The Intended Use of Landing Craft (Operational Requirements). These are specified in the brief Staff Requirements placed at Appendix A of this document. 4. Important Technical Parameters. These are specified in the brief Staff Requirements placed at Appendix A of this document. Detailed specifications will be given in the Request for Proposal (RFP) which will be issued to Shipyards who have responded to the RFI after verifying their credentials and capabilities to build the Landing Crafts. 5. Shipyard 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) Amongst the Shipyards cleared by TEC, a Contract Negotiations Committee (CNC) would decide the lowest cost bidder (L1) and conclude the appropriate contract. (d) Shipyard would be bound to provide product support for time period specified in the RFP, which includes spares and maintenance tools/jigs/fixtures/documentation for training for field and component level repairs. (e) The vendor would be required to accept the general conditions of contract given in the Standard Contract Document at Chapter V of DPP 2008 placed on (f) Offset Clause. Implementation of Offset provisions will be required as applicable in accordance with Appendix E of Chapter I of DPP-08. (g) Integrity Pact (if applicable). An integrity pact along with appropriate EMD will be required if applicable in the instant case (refer Annexure I to Appendix H of schedule I of Chapter I of DPP-08).

2 (h) Performance/Warranty Bonds. PB & WB both equal to 10% value of the contract is required to be submitted after signing of contract. (j) Payment Terms. 15 stage payment with bank guarantee of equivalent amount for each stage. 6. Procedure for Response PART-II (a) Shipyard must fill the form of response as given in Appendix B (Appendix E of Chapter I of DPP-08) and Appendix C of this document. Apart from filling details about Shipyard, details about the exact vessel meeting our generic technical specifications should also be carefully filled. Additional literature on the vessel can also be attached with the form. Further following details are to be submitted:- (i) Feasibility to build the Landing Craft with the enclosed specifications. Any modification to the specifications can be suggested by the Shipyard with suitable justification. (ii) Budgetary quotes with break up of cost. (iii) Build Period (iv) Experience in Building similar crafts along with client details. (v) MOU, if any, with respect to design aspects (b) The filled form should be dispatched at under mentioned address : - The Principal Director of Ship Production Directorate of Ship Production IHQ-MoD(N), D-II Wing, Sena Bhavan, New Delhi Tele : Fax : / dsp-navy@nic.in, dspdspdsp@rediffmail.com (c) Last date of acceptance of filled form is 31 Dec 10. The Shipyards short listed for issue of RFP would be intimated. 7. The Government of India invites responses to this request only from Shipyards satisfying certain minimum qualifying requirements as given in Appendix D. The end user of the Landing Craft is the 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 2008 available on

3 Appendix A OPERATIONAL / TECHNICAL SPECIFICATIONS FOR LANDING CRAFT MECHANISED SECTION A- GENERAL 1. Role (a) Ship-to-shore movement of assault material, equipment and personnel in support of amphibious operations. (b) Search and Rescue operations. (c) Humanitarian relief operations. (d) Supply and replenishment. 2. Dimension (a) Length Not more than 23 m (b) Beam Not more than 6.3 m (c) Draught not to exceed 1.6 m in full load condition. (d) Displacement as per design. (e) Height from keel to top of pilot house is not to exceed 5 m. (f) Dimensions of cargo well should not be less than 13.7 m in length and 4.9 m in breadth. 3. Speed (a) Maximum speed of 15 kts in fully laden condition upto Sea State 3. (b) Economical speed of 12 kt. 4. Endurance (six months out of dock) 200 nm at full loading condition at Economical speed. 5. Sea Worthiness (a) Operations up to Sea State 3 (b) Survive in fully loaded condition upto Sea State Propulsion Two diesel engines driving one water jet each through reversible reduction gearbox. 7. General Remarks (a) Planned life of 20 years. (b) LCM should be capable of operations both by day and night. (c) The craft should be capable of providing medical evacuation to/ from ship to shore. 8. Constructional Material Classification Society Grade B Steel. 9. Ergonomics The latest ship design concepts with respect to ergonomics, crew comfort and functional aspects are to be adopted. 10. Classification The vessel is to be constructed as per classification society rules for unrestrictive ocean service. SECTION B- WEAPONS AND SENSORS 11. Weapons (a) 2 x HMGs. The HMGs, when fitted, should not extend over the ship s side. (b) HMG mount should have hands free communication system between the conning tower and mount location. (c) Together both HMGs should provide all round arc of fire. (d) Protective steel plate is to be provisioned for protection of Machine gun crew against sniper fire or sharpnel. (e) Conning tower with NIJ III standards and glass with

4 NIJ II standards or equivalent for protection or crew and coxswain. (f) Two mounts are to be provided - one on either side of the ramp, on the bulk head, to mount HMGs. 12. Ammunition (a) Ready use lockers for storing 3000 rounds of ammunition in boxes for HMG to be catered. (b) Ready use lockers are to be provided next to the HMG posts. SECTION C- NAVIGATION AND AIO 13. Navaids The craft should be fitted with the following navaids:- (a) COTS navigation radar integrated with GPS. (b) GPS. (c) Magnetic Compass. (d) Echo Sounder. (e) Internal communication. (f) Search light covering 360 degree arc. (g) Trainable Loud hailer - one on each side. (h) Night Vision binoculars 01. (j) High magnification binoculars 04. (k) Navigation lights as per IRPCS. SECTION D- COMMUNICATION 14. Communication Equipment The craft should have following communication equipment:- (a) 01 x MMB set. (b) 01 x V/ UHF TX/ RX (Fitted). (c) 01 x HF Man pack Tx/ Rx with battery charger and spare battery. 04 x VHF Portable (with helmet mounted hands free kit), two rapid chargers and four extra batteries. SECTION E - SEAMANSHIP/ HULL 15. Structure (a) The primary structure should cater for coffer dams and void spaces to provide reserve of buoyancy as per class rules. (b) The hull should be rugged and strengthened to withstand strains caused due to hard beaching of craft and shuddering/ excessive vibration during hard pull out from the beach. (c) The hull structure should also be able to withstand sideways impacts on batter boards in the well deck during launching and recovery of boats. (d) The gradient of the floor of the cargo well near the ramp be made gradual so that loading and unloading of A vehicles is easier and less prone to accidents. (e) Protection of personnel against bullets is to be provided by adequately strengthening the steel plating on the sides of the craft. 16. Conning Tower Strengthened to NIJ III standards. Glass should be strengthened to NIJ II standards. Window wipers are to be provided on glasses in driver cabin. 17. Mast Collapsible light weight mast for navigation lights is to be provided.

5 18. Towing Arrangements (a) Should be capable of towing another vessel of the same size. (b) Arrangements for towing and for being towed are to be provided. 19. Protection to Appendages Adequate protection measures are to be incorporated to ensure no damage to appendages during beaching operation and while sitting on dry well deck surface. 20. Anchor Anchor with hand operated winch at the after end with sufficient wire rope to enable anchoring in upto 10 m of water. 21. Hood A retractable/ telescopic hood for the well to protect men/material from adverse weather should be provided. 22. Deck Weather deck should be non-skid. Chequered plates are to be used in well deck and ramp. 23. Mooring Facility for mooring the craft to berths/ ships/ other crafts should be provided. 24. Stowage Arrangement Suitable stowage arrangements are to be made for the portable equipment/ stores to be carried on LCM. 25. Crew 05 (provided by the mother ship). 26. Life Saving Life saving appliance are to be provided as per class requirements. SECTION F - BEACHING 27. Operation (a) Should be able to operate from existing LPD (Jalashwa). (b) LCM should be able to operate from unprepared beaches/ shores between gradients of 1:10 to 1:60. (c) Capable of operating in shallow waters. 28. Troop Capacity without vehicles LCM should be able to carry 150 troops with gear. 29. Ramp (a) One ramp forward hinged at lower end. (b) Suitably supported to be capable of supporting 55 tons when fully lowered. (c) The primary mode of ramp operation is to be through hydraulic power pack. (d) Hydraulic power pack is to have provision of supply from engine driven alternator as primary mode and from ship fitted generator (air cooled) as secondary mode. (e) Provision to lower/ hoist ramp using a hand pump is to be provided. (f) Provision to lower/ hoist ramp manually in case hand pump also fails. (g) Ramp operations should be possible in dry well conditions without running the engines. 30. Military Lift Following combinations of vehicles loads should be possible:- (a) 01 X T-90 tank/ T-72 tank (b) 02 X BMP (c) 01 X ALS + 02 X Jeep (d) 02 X 2.5 Ton trucks (e) 04 X LMV 31. Cargo Capacity Cargo carrying capacity should be more than 55 tons.

6 SECTION G - ENGINEERING 32. Main Propulsion 1. The LCM s propulsion system shall consist of two diesel engines driving one water jet each through a reversible reduction gear box with following essential features:- Main Diesel Engines (a) The two diesel engines working in any combination should meet all regimes in the operating profile of the ship as defined without getting overloaded/ under loaded. (b) The engines should be non reversible and unidirectional. (c) The main engines are to be coupled to gear box through flexible coupling. (d) The provision of a battery start for the engines is to be provided with cross connection between port and stbd engine battery banks. (e) Remote start/ stop control and monitoring of main engines is to be provided from steering position as well as local control panel. The main propulsion control system for the vessel is to cater for remote operation of main engines, gearboxes and waterjets along with all auxiliaries from pilot house. (f) The diesel engines should be suitably rated so as to achieve max speed of the vessel at fully loaded condition at 85% MCR of the engine. The engine should meet the operating profile and annual exploitation limits of the vessel as defined in Section A. (g) The diesel engines are to be MARPOL Tier II compliant. Gearboxes (a) Marine reversible reduction gearboxes with requisite accessories are to be provided with in built gear driven trailing pump to cater for single engine/ shaft trailing requirements. (b) An arrangement for shaft turning is to be provided. (c) A shaft locking device rated to 50% of the nominal torque is to be provided. Waterjets (a) The speed of the ship is to be achieved with the waterjets operating in cavitation free condition throughout the operating regime. (b) Astern thrust will be achieved by reversing the discharge flow of the waterjet through reversing bucket. (c) The complete waterjet including intake, transition duct and intake screen is to be provided by the waterjet manufacturers.

7 (d) Remote control and monitoring of waterjets is to be provided from steering position as well as the local control panel. (e) Steering is to be effected by waterjets. (f) Full steering capability to be maintained even if one water jet is non-operational. 2. The seawater system and seawater intakes including main engine and waterjet intakes are to be designed to cater for shallow water operation and prevent ingress of sand and other impurities. 33 Operating Profile (a) Running hour per year hours. (b) Duration of full power every 12/24 hours- Full power running of 9/18 hours (75%). (c) Operating profile for the vessel is as follows :- Speed/Range Percentage Operation Upto 8 kts De-Watering Systems (a) The LCMs are to have portable dewatering arrangements of at least 40 TPH for the machinery spaces and other compartments prone to ingress of water during operations. The arrangements are to be redundant and should be able to operate both in afloat and dry well deck conditions. Motor driven compartment draining pumps are to be provided for each compartment. (b) For redundancy, a semi rotary hand pumps are to be provided for manual dewatering. 35. Hydraulic System Hydraulic power pack is to be provided for operation of ramp. 36. Misc (a) Main and auxiliary machinery is to be mounted on shock and vibration mounts to cater to the vibrations and shocks that the vessel would be subjected to during operations. (b) Easy to remove soft patches are to be provided for shipping/ unshipping of main and auxiliary machinery. (c) Fresh water tank of approx 1500 ltrs is to be provided for the crew. 37. Fire fighting Fixed machinery fire fighting system is to be provided in engine room with remote operation facility. 38. Engine Driven Alternator SECTION H - ELECTRICAL (a) Engine driven alternators will be the primary supply onboard. The supply is to be fed to the switch board for all services. (b) The alternators are to be used for charging of batteries. (c) Primary supply for operating hydraulic power pack for ramp will be from engine driven alternator.

8 39. Power Generation (a) The LCM is to be fitted with an air cooled generator to run essential services and as back up to engine driven alternator. (b) The generator must be able to cater for essential supplies onboard viz. Supplying power to hydraulic power pack, navigation and communication equipment, dewatering pumps and exhaust fans in machinery spaces. 40. Battery Bank (a) Two sets of battery bank are to be provisioned (one for each engine) for starting of main engines. (b) Each battery bank should cater for minimum 12 starts of respective engines prior to recharging the batteries. (c) Batteries are to be charged by a fitted generator. (d) Provision of charging battery from external source is also to be provided. 41. Lighting Following arrangements are to be made for lighting:- 42. Exhaust and Supply Blower (a) Two parallel lighting systems for internal compartments, one functioning on 24 V (for use at sea) and the other functioning on 115 V (for use in well deck). The 115 V circuit should be able to be connected to the shipboard supply. (b) Internal lighting for devices cabin, engine room, ASP. (c) Flood lights for cargo hold area. The engine room should have exhaust and supply blowers. 43. UPS Uninterrupted power supplies to navigation/essential communication system are to be ensured in case of supply failure.

9 Appendix B INFORMATION PROFORMA (INDIAN VENDORS) 1. Name of the Vendor/Company/Firm/Shipyard (Company profile, in brief, to be attached). 2. Type (Tick the relevant category) Original Equipment Manufacturer (OEM) - Yes/No Authorised Representatives of foreign Firm/ - Yes/No (attach Vendor details, if yes) Others (give specific details) 3. Contact Details Postal Address : City : Pin Code: Fax : State : Tele : URL/Web Site: 4. Local Branch/Liaison Office in Delhi (if any) Name & Address Pin Code: Tele: Fax: 5. Financial Details (a) (b) Category of Industry (Large/medium/small Scale): Annual turn over: (in INR)

10 (c) Number of employees in firm: (d) Details of manufacturing infrastructure : (e) Earlier contracts with Indian Ministry of Defence/Government agencies :- Contract Number Equipment Quantity Cost 6. Certification by Quality Assurance Organisation Name of Agency Certification Applicable from (Date & Year) Valid till (Date & Year) 7. Details of Registration Agency Registration No. Validity (Date) Equipment DGS&D DGQA/DGAQA OFB DRDO Any other Government Agency 8. Membership of FICCI/ASSOCHAM/CII or other Industrial Associations Name of Organisation Membership Number

11 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 : (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) : 10. Any other relevant information :

12 1. Name of the Vendor/Company/Firm. INFORMATION PROFORMA (FOREIGN VENDORS) (Company profile, in brief, to be attached) 2. Type (Tick the relevant category). Original Equipment Manufacturer (OEM) Government sponsored Export Agency Authorised Vendor of OEM (give specific details) Yes/No Yes/No (Details of registration to be provided) Yes/No (attach details) Others 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 turn over : USD (b) Number of Employees in firm. (c) Details of manufacturing infrastructure available.

13 (d) Agency Earlier contracts with Indian Ministry of Defence/Government agencies: Contract Number Equipment Quantity Cost 6. Certification by Quality Assurance Organisation (If Applicable). Name of Agency Certification Applicable from (date & Year) Valid till (date & 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 Landing Crafts to be mentioned together) (b) Description (attach technical literature): (c) Whether OEM or Integrator : (d) Status (in service /Design development stage): (e) (f) (g) Production capacity per annum: Countries where equipment is in service: 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 : 8. Any other relevant information.

14 Appendix C ADDITIONAL INFORMATION PROFORMA (INDIAN / FOREIGN SHIPYARDS) 1 YEAR ESTABLISHED 2 TYPE OF ORGANISATION SIZE/CLASSIFICATION OF YARD 3 ORGANISATION SETUP AND AVAILABILITY OF SKILLED MANPOWER 4 DETAILS OF DESIGN, PLANNING AND PRODUCTION FACILITIES/ INFRASTRUCTURE INCLUDING SLIPWAYS/DRYDOCKS AND WET BASIN/WATER FRONT (ATTACH BROCHURES ETC) 5 ANNUAL BUILD CAPACITY (IN TONNAGE) 6 DETAILS OF FUTURE EXPANSION AND BUSINESS DEVELOPMENT PLANNED 7 VESSELS DELIVERED IN LAST 05 YEARS. (ATTACH PREVIOUS ORDER COPIES FOR SIMILAR LANDING CRAFTS / SIMILAR VESSELS ONLY) YAR D NO CUSTOMER TYPE OF VESSEL DWT, GRT ORDER DATE START PROD- CONTRA- CTUAL DELIVERY ACTUAL DELIVERY UCTION 8 ORDERS IN HAND (ATTACH ORDER COPIES FOR SIMILAR LANDING CRAFTS ONLY) YAR D NO CUSTOMER TYPE OF VESSEL DWT, GRT ORDER DATE START PROD- % COMPLE- TED EXPECTED DELIVERY UCTION

15 9 FINANCIAL INFORMATION (IN INR FOR INDIAN VENDORS AND IN US DOLLARS FOR FOREIGN VENDORS) (A) (B) (C) (D) ANNUAL TURNOVER IN THE LAST THREE FINANCIAL YEARS (YEAR WISE) PROFITS MADE NET WORTH =EQUITY+RESERVES DEBT/EQUITY RATIO (E) QUICK RATIO=(CURRENT ASSETS LONG TERM DEBTS)/CURRENT LIABILITIES (F) ATTACH COPIES OF CERTIFIED PUBLISHED ANNUAL REPORT SHOWING TURNOVER AND FINANCIAL STATUS IN SUPPORT OF ABOVE INFORMATION. 10 DETAILED SPECIFICATIONS OF THE LANDING CRAFT OFFERED TO MEET THE SPECIFIED REQUIREMENTS AND BUILD PERIOD FROM DATE OF ORDER 11 DETAILED SPECIFICATIONS OF COMMERCIALLY OFF THE SHELF (COTS) LANDING CRAFT AVAILABLE FOR OUTRIGHT PURCHASE, IF ANY.

16 Appendix D MINIMUM QUALIFYING CRITERIA FOR ISSUE OF RFP TO SHIPYARDS FOR PROCUREMENT OF LANDING CRAFT MECHANISED 1. Should be a shipyard who has built at least two landing crafts of similar specifications in the past 05 years. 2. Financial status should meet the following minimum requirement :- (a) Average turn over during the last 03 years ending 31 Mar 10 i.e , and should be at least Rs. 70 Crores/15.9 Million US Dollars. (b) Debt/Equity Ratio : Debt / Equity should not be greater than 2. (c) Should be a profit making shipyard. 3. Possess infrastructure and capacity (considering the existing and future work load) for undertaking the construction of the landing crafts.