Technical Specifications For Up-gradation of Vertical ... Specifications For Up-gradation of ......
Transcript of Technical Specifications For Up-gradation of Vertical ... Specifications For Up-gradation of ......
1
RRCAT/ACDFS/SR/VTL/2014/1
Technical Specifications For Up-gradation of
Vertical Turret Lathe machine
INDEX
S. No. Contents Page no
1. Introduction 2
2. Qualification criteria of bidder 2
3. Terms and conditions 2
4. Scope of Work 3
5. Existing configuration of machine 4-5
6. Other features of existing machine 6
7. Supply of CNC system 6
8. Features of CNC system 7
9. Spindle Table Encoder 7
10. Spindle Drive Module 8
11. Electrical scope of supply 8
12. Electrical design 8
13. Mechanical scope of work 8
14. Supply of Documents 9
15. Important notes to Bidder 9
16. Acceptance Criteria 10
17. Warranty 10
18. Duration of Work 10
19. Annexure-I: Work execution certificate 11
20. Vertical Turret Lathe machine photograph 12
21. Test job drawing no. RRCAT/SRF/RC/FMDI/101/R6 and
RRCAT/SRF/RC/FMDI/101/R7 13-14
22. Compliance Chart 15-19
2
1. Introduction
The Vertical Turret Lathe machine is located at Accelerator Component Design and
Fabrication Section of RRCAT. VTL Dynacut-150 machine was procured from Kirloskar,
India and was installed at RRCAT in year 1990. The machine is having Fanuc controller and
drives for axes movements. Machine is equipped with independent DC drive for spindle.
2. Scope of work
This specification covers the requirement for supply of CNC controller, Drive units for all
axes and spindle, operator and power panel, design of electrical system, electrical
connections, PLC development, commissioning of machine and inspection after up-
gradation.
The scope of work for up-gradation of VTL machine includes:
1. Supply, installation and commissioning of CNC controller, drive modules and
servomotors for two axes control.
2. Supply, installation and commissioning of DC drive for existing spindle motor
3. Supply and installation of spindle table encoder
4. New operator pendant
5. New power panel with suitable capacity panel air conditioner for all CNC hardware,
drives and electrical switchgears.
6. New wiring of control and power panel.
7. Supply, mounting and installation of ball screw for Z-axis.
8. Vertical mounting arrangement of Z-axis servomotor to be done.
9. Supply and installation of wipers for axes, V-belts for spindle chuck drive and new
bellow cover/telescopic cover /molded rubber cover for X-axis
10. Laser calibration of X-axis and Z-axis
11. Test job to be machined as per drawing nos. RRCAT/SRF/RC/FMDI/101/R6 and
RRCAT/SRF/RC/FMDI/101/R7.
3. Qualification criteria of the bidder:
The bidder must meet the following criteria to qualify for the bid.
3.1 The bidder shall give an undertaking to provide warranty/guarantee certificate with Serial
no. of items supplied to RRCAT from OEM of the CNC controller, axes and spindle drive
at time of supply.
3.2 Only the bidders having capacity and at least two years experience in the field of up-
gradation/retrofitting/reconditioning of VMC/HMC/Special purpose machine tools/Vertical
Turret lathe machines including complete scope of electronics, electrical and mechanical
work are eligible to bid.
3.3 The bidder shall have done up-gradation/retrofitting/reconditioning of at least one Vertical
Turret lathe machine of similar design & capacity. Bidder must submit letter from customer
3
in the prescribed format as in annexure-I of specifications. Bidder shall provide detailed
information about the scope of work completed on that machine including electronics,
electrical and mechanical work.
3.4 Bidders are requested to give a list of their customers in India where they have done up-
gradation/retrofitting/reconditioning work of VMC/HMC/VTL machines. At least one such
up-graded/retrofitted machine shall be located in Government / PSU /industrial unit in
India and working in satisfactory condition with proper service support from bidder.
Bidders shall mention customer/company details including name of the contact person,
complete mailing address, email and phone number in the bid. These contact details will be
used for mailing official enquiries about bids. Clarification / information asked by the
purchaser shall be provided in the set time limit, failing which the bid may be rejected.
3.5 The bidder shall confirm his capability to support the spares, maintenance, calibration and
after sales-service of the complete system after up-gradation/reconditioning work during
and after the warranty period.
4. Terms & Conditions:
4.1 Two part public tender procedure comprising of two separate bids shall be followed as
given below.
Part I. Technical bid. It shall also contain un-priced bid of price bid offer.
Part II. Price bid (shall include break-up of cost for all the major sub-systems, testing,
etc.).
4.2 Documents to be submitted with Part-1, “Technical Bid”
Bidder is required to submit following documents with the technical bid failing which his
offer is liable to be rejected.
Compliance chart is important part of these specifications. Point wise confirmation of
compliance chart duly signed with company seal shall be submitted along with offer.
Completely and unambiguous filled compliance chart shall be submitted at the time of
offer. Bids with improper information/ambiguity/non-submission of the compliance chart
will be liable for rejection.
Make and model of components/bought out items like CNC controller, spindle drive,
spindle encoder, ball screws, etc shall be clearly mentioned in compliance chart.
Bidder shall submit tentative weekly execution plan detailing scheduled execution of this
work.
Work execution certificate in prescribed format as in annexure-I on letter head of
company duly signed and with seal of company.
List along with contact details of their customers in India where they have done up-
gradation/retrofitting/reconditioning work of VMC/HMC/VTL machines along with
detailed information about the scope of work completed on that machine including
electronics, electrical and mechanical work.
4
5. Existing configuration of machine
The machine was installed in year 1990 at RRCAT. The machine was conventional VTL and
later on retrofitted with FANUC CNC control, servo motors and drive modules for two linear
axes. The drive to DC spindle motor is fed by Kirloskar- TRK6 DC drive module.
S.No Description Make Make and Model Parameters
5.1 CNC Controller Fanuc O-TC
Type- A02B – 0098 – B511
5.2 X- Axis Motor Fanuc Model – 30 S
Type - A06B – 0590 – B005
Torque (Stall) – 37 Nm, 3 Ph,
Current (stall) – 16 Amp,
Voltage – 156 V, 8 poles,
Insulation – Class F,
RPM – 1200
Excitation – Permanent
Magnet
Pulse coder
5.3 Z-Axis Motor Fanuc Model – 30 S
Type - A06B – 0590 – B205
Torque (Stall) – 37 Nm, 3 Ph,
Current (stall) – 16 Amp,
Voltage – 156 V, 8 Poles
Insulation – Class F,
RPM – 1200
Excitation – Permanent
Magnet
Pulse coder
Inbuilt Electromagnetic brake
operating voltage – 90 VDC
5.4 Servo Amplifier
– X Axis
Fanuc Type- A06B – 6057 – H006
5.5 Servo Amplifier
– Z Axis
Fanuc Type- A06B – 6057 – H006
5.6 SMPS : I/P – 230 V AC
O/P – 24 V DC, 5A
5.7 Spindle Motor : Kirloskar
Electric
Co.
Model – KLDC 180 SX
(Separately excited DC
Shunt Motor )
Power- 60 /60/45 KW,
Rpm- 1575/3200/3750 rpm,
Voltage- 400/400 V DC,
Current- 164/123 Amp
5
Excitation- 340 V DC,
Current- 4.8 /1.9/1 Amp
Duty – S1
With tacho generator
Cooling – Force cooling with
the help of blower fan
5.8 Spindle Blower
motor
3 ph, Induction motor 2.2 KW, 3000 rpm
5.9 Spindle Drive : Kirloskar
Electric
Co.
TRK6 – 4 U – 195 Amp Current:195 A
High speed and low speed
selection of spindle chuck with
help of gear shifter
5.10 Rail operation Traverse motor
(3ph Induction Motor, 5
HP, 1500 rpm)
Up ward & Down ward with
the help of traverse motor
Rail attached with Dead
weight Counter balance
arrangement.
5.11 Hydraulic system Hydraulic motor:
(3ph Induction Motor, 5
HP, 7.8 A, 1440 rpm)
DUAL PUMP
1. Fixed displacement type 15
LPM, 15 bar for lubrication.
2. Variable displacement pump
48 LPM, 30bar Working pressure
for counter balancing & indexing
of turret.
6
6. Other features of existing machine:
Size of Chuck: 1500 mm dia
Traverses: X axis: 850 mm, Z axis: 700 mm
Maximum Job Size: 1500 mm x 1300 mm
Operator pendant: Hanging type
Turret Indexing: Hydraulic operated
Side Tool Head: Machine is equipped with side tool head for machining of
large diameter jobs. Side tool head receives drive from
traverse motor through spline shaft.
Counter balance: Hydraulic counter balance cylinder for turret vertical
movement
Mounting arrangement: Z-axis servo motor is horizontally mounted and coupled to Z-
axis ball screw through bevel gear arrangement.
7. Supply of CNC system
7.1 CNC controller of Siemens 828D/Fanuc Oi-TD with latest applicable features along
with system control software for two axes simultaneous interpolation.
7.2 X-axis AC servo motor- 35 Nm or more (Make:-Siemens/Fanuc alpha series
motor)
7.3 Z-axis AC servo motor with integrated electromagnetic brake- 35 Nm or more
(Make:-Siemens/Fanuc alpha series motor)
7.4 Sinamics/Fanuc Latest applicable drive modules for X and Z axes.
7.5 Interfacing of CNC controller with spindle DC drive module for all necessary signals
like Constant Surface Speed feature (CSS), spindle motor speed control through CNC,
field failure protection feature, safety interlocks, etc.
7.6 Other required accessories like power module, PP module etc shall be supplied and
interfaced for complete and proper system.
7.7 Programmable logic controller (PLC) system with Input/Output card for interfacing
with the machine.
7.8 Operator front panel-10.4” Color TFT display with integrated Qwerty full CNC
keyboard with short stroke keys.
7.9 Machine control panel (MCP)-50 keys with override switches for feed and spindle
along with manual pulse generator (MPG) for both axes and Emergency stop button.
7.10 New Operator pendant for mounting of machine control panel and operator control
panel.
7.11 Siemens/Fanuc make remote handheld unit with MPG, emergency stop button, rapid
and jog keys for traversing the axes in jog mode.
7.12 Suitable capacity SITOP power supply for control voltage- 24 V.
7
8. Features of CNC System
Following features apart from standard features are required in the system.
8.1 Number of axes -- 02 ( X and Z)
8.2 Simultaneous controllable axes -- 2/2
8.3 Least input increment -- 0.001 mm or better
8.4 Least command increment -- 0.001 mm or better
8.5 Feed rate override -- 0 to 120 %
8.6 Spindle rate override -- 0 to 120 %
8.7 Buffered user memory available shall be 3MB or more
8.8 Pitch error and backlash compensations
8.9 Integrated graphic simulation of part programs. Option to verify part programs before
execution.
8.10 Dry run option
8.11 Tool radius and tool length compensation
8.12 Tool data management option shall be available
8.13 Manual pulse generator for all axes
8.14 Special cycles like dwell time, program call, subroutines, etc
8.15 Parametric programming option with mathematical functions, trigonometric functions,
etc.
8.16 Subprograms and subroutines repeats options
8.17 Work offsets shall be provided.
8.18 RS232/USB option for backing of machine data, archiving series files and backing of
part programs data.
8.19 Compact flash card option for system data archiving, load and execution of part
program through machine.
8.20 DNC option for program run directly through flash card
8.21 Networking option through Ethernet port (RJ45) shall be available.
8.22 Look ahead option availability.
8.23 Diagnostic functions availability for easy troubleshooting of problems in machine.
8.24 On board user manual for descriptions of important operator functions, NC commands,
cyclic programming, drive alarms and HELP menu.
8.25 Canned cycles for various operations of VTL shall be available. The option to
parameterize these canned cycles shall be available.
9. Spindle Table Encoder
Supply and installation of new encoder for accurate feedback of spindle table position and
speed. Mounting arrangements and interfacing of spindle table encoder with CNC and
spindle DC drive to be done on machine. The external spindle encoder may be mounted on
spindle drive motor for speed feedback.
Resolution of encoder: Minimum 5000 ppr
Make: Any of Siemens/Heidenhain/Renishaw/Allen Bradley/Givimisure
8
10. Spindle Drive Module
DC drive module for existing spindle motor of the rating specified at point no. 5.7 of
technical specifications. DC drive shall be any of - Siemens/Fanuc/Allen Bradley make.
Spindle drive module shall have features enabling its integration with the CNC controller for
activation of necessary features of VTL like Speed control of spindle motor through CNC,
Constant surface speed feature, field failure protection feature, safety interlocks, etc. The
integration is to be done by supplier.
11. Electrical scope of supply
11.1 Supply of new operator panel and machine control panel
11.2 Supply of new electrical power panel to house all required CNC components, axes
drive and power modules, spindle power module and all electrical switchgears.
11.3 All required switchgears, control transformers, line filters, etc. for operation of machine
shall be supplied.
11.4 Electrical power panel (preferable make RITTAL or equivalent) shall be supplied with
suitable capacity air conditioning unit.
11.5 Signal multi core cables, power cables, profibus cables, conduits, connectors, terminal
strips, glands and their channels will be supplied.
12. Electrical design
12.1 Design of new electrical circuit as per new hardware.
12.2 PLC logic development as per new design.
12.3 Electrical design, laying of equipments and their interfacing.
12.4 Complete new wiring of electrical panel, operator panel and control panel as per new
design.
13. Mechanical scope of work
13.1 Supply and installation of ball screw with associated nut assembly for Z axis (Ball
screw class- C5 or better; preferable make-HIWIN/THK/REXROTH/PMI). Minimum
diameter of ball screw shaft shall be 40 mm. All necessary end and support bearings,
housings and other accessories for mounting of ball screw shall be supplied and
installed.
13.2 Vertical mounting arrangement of Z-axis servomotor to be done. Drive feed
mechanism, mounting brackets and coupling mechanism for Z-axis to be designed and
installed.
13.3 New wipers for X and Z moving slides.
13.4 Supply and installation of new V-belts for coupling spindle motor and gear box.
13.5 New bellow cover/telescopic cover to be supplied for protection of ball screws.
13.6 Inspection of X and Z axes with Laser interferometer after completion of up-gradation
work.
9
14. Supply of Documents
14.1 Adequate documents i.e. operator manuals, programming manuals, parameter and
servicing manuals (2 sets of hard copies each) of CNC control system and drive
modules shall be supplied. Manuals in soft copy may be provided but hard copies of
manuals are essential.
14.2 Licenses, test certificates and software CD/DVDs supplied as standard with the
controller package by Siemens/Fanuc shall be supplied to us by supplier.
14.3 Ladder diagram and machine parameter data developed by supplier shall be provided in
hard copies (three sets) and soft copy on a CD in doc or pdf format. Ladder diagram
shall be provided with proper comments and detailed description for easy
understanding.
14.4 NC data, machine parameter data, PLC data and other relevant data shall be provided as
machine backup soft copy.
14.5 Electrical circuit diagram as per new design shall be provided in three sets of hard
copies.
14.6 Complete set of electrical/logic/mechanical drawings of installed equipments (2 sets of
hard copies each) shall essentially be provided.
14.7 Inspection/test reports of all bought out items shall be submitted along with the supply
of items.
15. Important notes to Bidder
15.1 Entire up-gradation work shall be done at RRCAT only.
15.2 Supplier shall ensure the supply of their offered items from respective OEMs to
RRCAT, Department of Atomic Energy, before submitting their offer.
15.3 At least four personnel of our centre shall be trained at our works for operation,
programming and maintenance of equipments installed.
15.4 Electrical cables of reputed make like Finolex/Lapp/Polycab shall be used wherever
needed, for machine wiring.
15.5 Electrical switchgears, pushbuttons and other electrical switches shall preferably be of
Siemens/equivalent make.
15.6 All cable glands, conduits shall preferably of Igus make or equivalent.
15.7 Compliance chart attached with the specifications shall be properly filled and submitted
by the supplier at the time of part-I, without which the bid may be liable for rejection.
15.8 No partial offer will be entertained. The bidder shall bid for complete work of up-
gradation including supply, installation and commissioning of the system. The
offer shall be complete in all respects and signed by the bidder. Any
unsigned/incomplete offer may be liable for rejection.
10
16. Acceptance Criteria
16.1 The bidder shall give an undertaking to provide the warranty/guarantee certificate with
Serial no. of items from OEM of the CNC controller, axes drives and spindle drive at
time of supply of items.
16.2 The machine will be tested for proper functionalities that includes job programming,
simulation, machine status diagnosis, alarms, security features, auto, manual and hand
wheel mode operation. The machine may be run continuously for 12 hours for
verification of machine features. The bidder has to prove the machine functionalities at
time of final inspection.
16.3 All existing features of the machine will be retained and shall be demonstrated at time
of final inspection.
16.4 Test job as per drawing nos. RRCAT/SRF/RC/FMDI/101/R6 and
RRCAT/SRF/RC/FMDI/101/R7 have to be made on the machine by the bidder after
commissioning of system. Raw material and required tools for trial job shall be
provided by RRCAT.
17. Warranty
NC and drive components, operator panel, machine control panel and all other electrical
and electronic items shall be warranted for trouble free operation for 12 months from date
of commissioning of the CNC at our works. During the warranty period all defective
parts, necessary lodging and boarding charges of service personnel as well as cost of
repair of defective items shall be fully borne by the supplier.
18. Duration of work
Up-gradation work including electrical and mechanical scope shall be completed within
two months of start of work at RRCAT by the bidder. Bidder has to communicate the
work starting date at least two weeks in advance to RRCAT. Machine will be rendered to
bidder for above work on that date and two months time from start date would be
provided for completion of work.
Bidder shall provide tentative weekly execution plan at the time of part-I of technical bid
detailing steps of execution of this work.
11
Annexure-I
Work execution certificate
(Format shall be provided on company’s letter head with signature and seal of company at time
of Part-I of technical bid)
S.No Details
1. VTL machine make
2. VTL machine model
3. Size details of machine
Axes traverses
Safe working load
Table size
4. Year of up-gradation/retrofitment
work done
5. Details of work done
Electronics
Electrical
Mechanical
6. Contact details of Authorized
person
Name-
Designation-
Email id-
Telephone no.-
Fax no.-
Signature of Authorized person
(With company seal)
15
Compliance chart for Bidders
(Bidder / supplier must fill in the following chart and enclose with the part-I of tender)
Sr.
No
Technical Specifications Specified values Bidder’s Offer Deviation if any –
justification for deviation
1. Qualification criteria of bidder
1.1 The bidder shall give an undertaking to provide
warranty/guarantee certificate with Serial no. of items
supplied to RRCAT from OEM of the CNC controller,
axes drives and spindle drive at time of supply of
items.
YES/NO
1.2 Bidder shall have at least two years of experience in field
of VMC/HMC/Special purpose machine tools/Vertical
Turret lathe machines up-gradation/retrofitting/
reconditioning work.
YES/NO
1.3 The bidder shall have done up-
gradation/retrofitting/reconditioning of at least one
Vertical Turret lathe machine of similar design &
capacity. Bidder must submit letter from customer in
the prescribed format as in annexure-I of specifications.
Bidder shall provide detailed information about the
scope of work completed on that machine including
electronics, electrical and mechanical work.
Completely filled
annexure-I
1.4 Bidders shall give a list of their customers in India
where they have done up-gradation/retrofitting work of
VMC/HMC/VTL machines. At least one such up-
graded machine shall be located in Government / PSU
/industrial unit in India. Bidders shall mention
customer/company details including name of the
contact person, complete mailing address, email and
phone number in the bid.
List of customers with
contact details
attached -YES/NO
16
2. Supply of CNC system
2.1 CNC controller of Siemens 828D/Fanuc Oi-TD with
latest applicable features along with system control
software for two axes simultaneous interpolation.
Specify make, model
and enclose datasheet
2.2 X-axis servo motor- 35 Nm or more (Siemens/Fanuc
alpha series motor)
Specify make, model,
ratings and enclose
datasheet
2.3 Z-axis servo motor- 35 Nm or more with
electromagnetic brake (Siemens/Fanuc alpha series
motor)
Specify make, model ,
ratings and enclose
datasheet
2.4 Sinamics/Fanuc Latest applicable drive modules for X
and Z-axes.
Specify make, model,
ratings and enclose
datasheet
2.5 Interfacing of CNC controller with spindle DC drive
module for all necessary signals like CSS, spindle motor
speed control thorough CNC, field failure protection,
safety interlocks, etc.
YES/NO
2.6 Other required accessories like power module, PP module
etc shall be supplied and interfaced
2.7 Programmable logic controller (PLC) system
2.8 Operator front panel-10.4” Color TFT display with
integrated Qwerty full CNC keyboard with short stroke
keys.
2.9 Machine control panel (MCP)- 50 keys with override
switches for feed and spindle along with manual pulse
generator (MPG) and Emergency stop button.
2.10 Siemens/Fanuc make remote handheld unit with MPG,
emergency stop button, rapid and jog keys for traversing
the axes in jog mode.
2.11 SITOP power supply for control voltage- 24 V.
17
3. Features of CNC System
3.1 Number of axes 02 ( X and Z )
3.2 Simultaneous controllable axes 2/2
3.3 Least input increment 0.001 mm or better
3.4 Buffered user memory 3 MB or more
3.5 Compliance to all other features as mentioned in point 8
in the specifications.
(YES/NO)
4. Spindle Table Encoder
4.1 Supply, mounting, installation and interfacing of new
encoder for accurate feedback of spindle table position
and speed.
Resolution of encoder:
Make:
Minimum 5000 ppr
Heidenhain/Renishaw
/Allen Bradley
/Givimisure
5. Spindle Drive Module
5.1 DC drive module for existing spindle motor of the rating
specified at point no. 5.7 of technical specifications.
Make-Siemens/Fanuc/Allen Bradley.
Spindle drive module shall have features enabling its
integration with the CNC controller for activation of
necessary features of VTL like Constant surface speed
feature, spindle motor speed control through CNC, field
failure detection, safety interlocks, etc. The integration is
to be done by supplier.
Specify make, model
and enclose datasheet
18
6. Electrical scope of supply
6.1 Supply of new operator panel and machine control panel
6.2 Supply of new electrical power panel to house all required
CNC components, axes drive and power modules,
spindle power module and all electrical switchgears.
6.3 Supply of all required switchgears, control transformers,
line filters, etc.
6.4 Supply of electrical power panel with suitable capacity air
conditioning unit.
6.5 Supply of signal multi core cables, power cables, profibus
cables, conduits, connectors, terminal strips, glands and
their channels
7. Electrical design
7.1 Design of new electrical circuit as per new hardware.
7.2 PLC logic development as per new design.
7.3 Electrical design, laying of equipments and their
interfacing.
7.4 Complete new wiring of electrical panel, operator panel
and control panel as per new design.
8. 8 Documents
8.1 Complete set of documents as per point no. 14 of tender
specifications.
19
Seal and Signature of Bidder
----------------END OF SPECIFICATIONS------------------
9. Mechanical scope of work
9.1 Supply and installation of ball screw for Z axis with
associated nut assembly and all other items (Ball screw
class- C5 or better, diameter-40 mm or more, preferable
make-HIWIN/THK/REXROTH/PMI).
Specify make, model,
class of ball screws
and enclose datasheet
9.2 Vertical mounting arrangement of Z- axis servo motor to
be done. Drive feed mechanism and coupling mechanism
for Z-axis to be designed and installed.
9.3 New wipers for X and Z moving slides.
9.4 Supply and installation of new V-belts for coupling
spindle motor and gearbox.
9.5 New bellow cover/telescopic cover to be supplied for
protection of ball screws.
9.6 Inspection of X and Z axes with Laser interferometer
after completion of up-gradation work.
10. Acceptance criteria
10.1 Test jobs to be machined as per drawing nos.
RRCAT/SRF/RC/FMDI/101/R6 and
RRCAT/SRF/RC/FMDI/101/R7 after commissioning at
time of inspection.
YES/NO