Open Water Propeller Dynamometer

Status Expired

Contract number 1006465

Solicitation number 23-58020

Publication date

Contract award date

Last amendment date

Contract value

GBP 431,500.00

    Description

    This contract was awarded to:

    H.R. Wallingford Limited

    Advance Contract Award Notice - (ACAN) 23-58020
    Open Water Propeller Dynamometer

    1. Advance Contract Award Notice (ACAN):
    1.1 An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    2. Definition of the Requirement:
    2.1 The National Research Council (NRC) Ocean, Coastal and River Engineering (NRC OCRE) has a requirement to the supply of one (1) open-water propeller dynamometer package to be used in our clear water tow tank and cavitation tunnel facilities.

    2.2 The following deliverables are part of the contract:

    o Open-water propeller dynamometer;
    o Carriage mounting equipment with height and pitch adjustment system;
    o Drive control system with desktop pendant with HMI multi-touch capability screen control;
    o Motor control Deck Box;
    o Remote control unit;
    o Remote e-stop unit
    o Training, Installation and Manuals

    3. Criteria for assessment of the Statement of Capabilities - Minimum Essential Requirements
    3.1 General Requirements:
    a. The system must be rated a maximum torque of: ±15Nm and must be rated maximum thrust of -±400N at 3000rpm;
    b. The system must have a streamline watertight casing with a vertical profile height of <830mm;
    c. The system must have an AC Drive with fully generative, digitally controller power convertors to control three phase AC motors in closed loop speed and torque control.
    d. The systems drives must have a large collection of parameters options to enable very close control and monitoring of the motor and peripheral hardware.
    e. The Drives must be provided with a “soft” PLC to allow programming and control similar to a hardwired PLC;
    f. The Power convertor must allow for download and storage of complete drive configuration from Smartcard;
    g. The Drives must accept additional plug-in options modules;
    h. Must have an integrated leak detection/water ingression warning system;
    i. Must have a Carriage mounting system within the base system and must be adjustable to configure height and pitch;
    j. The drive control system must be equipped with a desktop pendant HMI multi-touch capability screen control.
    k. The system must be designed to self-supervise so the system can be left un-attended when appropriately configured.
    l. The system must have a light beacon to indicate system status through colour coded light sequence and warning beacon.
    m. Drive panels must be supplied with a feature to simulate an encoder’s signal as if it were connected directly to the motor;
    n. The contractor must supply calibration equipment and a wheeled storage frame;
    o. The system must be configured with 380V 3 Phase;

    3.2 Motor Control Deck Box:
    The system must provide the deck box will contain all components required to operate the motor in the Opens boat and maintain the set-point RPS. Including, but not limited to:

    (a) Deck Box chassis / cabinet
    1. The Contractor must provide a Steel Cabinet with integral lifting lugs rated for complete system weight;
    2. The Contractor must provide Safety Interlock on cabinet / Power disconnect before cabinet can be opened;

    (b) Connectors and other penetrations:
    1. The system must include a Motor Controller and all associated electrical / electronic equipment;
    2. The system must include a PLC and all associated electrical / electronic equipment.
    3. The system must include a PLC to provide system status messages to Remote Control Unit.
    4. The system must include a have appropriate EMI filter for a data acquisition environment;
    5. The system must include a provide Circuit protection devices;
    6. The system must include a provide Chassis heating system; thermostatically controlled heater to maintain system in working temperature range of internal components.
    7. The Contractor must provide Internal Wiring Harness
    8. The Contractor must provide External Cable set (length to be defined during design review)
    9. The Contractor must provide Keyed Emergency Stop Button on Cabinet; series connection to Remote E-Stop Unit

    3.2.3 Remote Control Unit:
    The remote-control unit must be a Desktop pendant HMI touch screen control, with an application/program that allows the setup and monitoring of the Opens Boat function.

    3.2.4 Remote E-Stop Unit:
    E-Stop Desk top enclosure containing: The system must include a Lockable E-Stop button mounted in top of enclosure.

    Cable to Motor Control Deck Box: The system must include Connectors at both ends; a connector at the Motor Control Deck Box and at the Remote E-Stop Desk Unit enclosure.

    3.2.5 Compatibility Requirements:
    The System must be fully compatible with an H39 Wallingford System, meaning to exist, function in unison or occur together without conflicts mechanically, electrically, and from a hardware/software controls perspective; Any proposed system must retain 30 years of research data in a backward compatibility in an H39 H.R. Wallingford system

    4. This procurement is subject to the following trade agreement(s):

    o Canadian Free Trade Agreement (CFTA)
    o Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    o Canada-Chile Free Trade Agreement (CCFTA)
    o Canada-Colombia Free Trade Agreement
    o Canada-Honduras Free Trade Agreement
    o Canada-Korea Free Trade Agreement
    o Canada-Panama Free Trade Agreement
    o Canada-Peru Free Trade Agreement (CPFTA)
    o Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA)
    o Canada-Ukraine Free Trade Agreement (CUFTA)

    5. Set-aside under the Procurement Strategy for Aboriginal Business:
    This procurement is cannot be set-aside for an Aboriginal supplier in accordance with the government Procurement Strategy for Aboriginal Business (PSAB) because of the intellectual property and exclusive rights of HR Wallingford. Additionally, there are no known Aboriginal suppliers that can address the minimum essential requirements.

    Aboriginal businesses as defined in the PSAB, may submit a statement of capabilities who consider themselves fully qualified and available to provide the goods, and services services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    6. Justification for the Pre-Identified Supplier:
    The H.R. Wallingford System is the only known system that meet all of the minimum essential requirements detailed herein. H.R. Wallingford is the original equipment manufacturer goods, owner of all related Intellectual Property and is the only known supplier that can supply tools meeting all of the minimum essential requirements detailed herein.
    a. where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons(Exclusive Rights): the protection of patents, copyrights or other exclusive rights; or due to an absence of competition for technical reasons;

    b. for additional deliveries by the original supplier of goods or services that were not included in the initial procurement where a change of supplier for such additional goods or services (Interchangeable Parts): cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, software, services or installations procured under the initial procurement; and would cause significant inconvenience or substantial duplication of costs for the procuring entity;

    7. Government Contracts Regulations Exception(s): The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".

    8. Exclusions and/or Limited Tendering Reasons:

    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    (a) Canadian Free Trade Agreement (CFTA) – Article 513 (1) (b) (iii): due to an absence of competition for technical reasons;
    (b) World Trade Organization - Agreement on Government Procurement (WTO-AGP) – Article XIII (b) (iii): due to an absence of competition for technical reasons;
    (c) Canada-European Union Comprehensive Economic and Trade Agreement (CETA) – Article XIII (b) (iii): due to an absence of competition for technical reasons;
    (d) Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) – Article 15.10 (2) (b) (iii): due to an absence of competition for technical reasons;
    (e) Canada-Chile Free Trade Agreement (CCFTA) – Article Kbis-16 (2) (c): necessary to protect intellectual property;
    (f) Canada-Colombia Free Trade Agreement – Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    (g) Canada-Honduras Free Trade Agreement – Article 17.11 (2) (b) (iii): due to an absence of competition for technical reasons;
    (h) Canada-Korea Free Trade Agreement – referencing the WTO Protocol Amending the GPA, Article XIII (1) (b) (iii): due to an absence of competition for technical reasons;
    (i) Canada-Panama Free Trade Agreement – Article 16.10 (1) (b) (iii): because of the absence of competition for technical reasons;
    (j) Canada-Peru Free Trade Agreement (CPFTA) –Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    (k) Canada-Ukraine Free Trade Agreement (CUFTA) – Annex 10-6 (2) (a): any form of preference, including set asides, to benefit micro, small and medium enterprises; and
    (l) Canada-United Kingdom Trade Continuity Agreement: refer to CETA as the provisions of CETA are incorporated by reference into and made part of this Agreement. (CETA) Article 19.12

    9. Ownership of Intellectual Property:

    H.R. Wallingford is the manufacturer (OEM) of the proposed system and owns the associated intellectual property (IP) for the system. H.R. Wallingford does not authorize value-added resellers or distributors for their equipment. The Crown will have the right of use for normal business operations of the system once purchased. The design and system’s intellectual property are solely owned by the contractor.

    All IP generated on this instrument during its use by the NRC OCRE Research Centre would belong entirely to NRC and its Research partners.

    10. Contract Period:
    NRC is expecting the equipment to be delivered within the month of March 2024, based on the date of the contract. Delivery time frame is expected to take 40 weeks.

    11. Name and address of the pre-identified supplier:
    H.R. Wallingford Limited
    Howberry Park, Wallingford
    Oxfordshire OX10 8BA

    12. Suppliers' right to submit a statement of capabilities:
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    13. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to:
    Contracting Authority: Johnathon Gillis
    Telephone: 343-552-4124
    E-mail: Johnathon.Gillis@nrc-cnrc.gc.ca

    Business address

    H.R. Wallingford Limited

    Howberry Park, Wallingford, OX10 8BA
    Great Britain
    Notice type
    Advance Contract Award Notice
    Procurement method
    Advance Contract Award Notice
    Language(s)
    English
    ,
    French
    Selection criteria
    Not applicable
    Region(s) of delivery
    Newfoundland and Labrador

    Contract duration

    The contract will be for a period of 8 month(s), from 2023/06/05 to 2024/02/23.

    Commodity - UNSPSC

    • 25111534 - Research vessel

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Please refer to tender description or tender documents

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    NRC-CNRC
    Address

    1200 Montreal Road

    Ottawa, ONTARIO, K1A 0R6
    Canada
    Contracting authority
    Johnathon Gillis
    Phone
    (343) 552-4124
    Email
    Johnathon.Gillis@nrc-cnrc.gc.ca
    Address

    1200 Montreal Road

    ottawa, ONTARIO, K2G 6N5
    Canada
    Date modified: