Specification Title: Bin Loop Image Capture Project - Request For Proposal (RFP) For A Product Recognition Vision System To Be Interfaced With An Existing Material Handling System In Order To Automate Its Charging Process AT SATS Inflight Catering Centre 1. Plant: SATS Inflight Catering Centre 1 (SICC1) System Name: Bin Loop System (Bin Material Handling System) Installation: Product Recognition Vision System 1 Introduction 1.1 The existing Bin Loop System at SICC1 was delivered and commissioned in 1999/2000. The System consists of conveyors and lifters that provide the transportation of airline equipment packed in bins from its point of charge-in (charging stations) to its destination buffer. The system is linked to Warehouse Management System (WMS) providing inventory information and system management. 1.2 The Bins, used as the transportation media, are double stacked and each of dimensions 170mm (H) x 400mm (W) x 600mm (L), with a weight limit of 12.5kg for each bin. Each Bin carries a unique barcode ID. The Bin Loop System conveyor speed is 20m/min. 1.3 The current process of charging equipment-loaded bins into the system requires manual identification of the equipment (bin content), and entering the product code of the equipment (or part number) into the WMS. Main Reason for RPF to eliminate this manual operation. Note that each bin transaction carries only one type of equipment in the bin. 1.4 The existing layout of the current charging station and a suggested Vision system layout as below:- A vision system is suggested to capture the image of the contents of the bin, 2 Scope of Services and Supply 2.1 The supplier is to indicate a detailed plan covering the concept and duration for the delivery, installation, tests and commissioning of all hardware and software
components at SICC 1, 20 Airport Boulevard. The supplier is to provide the necessary labour, material and tools for the delivery, installation, tests and commissioning of the entire project. 2.1 The Bin Loop System has 2 charging stations. This tender covers the implementation of the proposed solution to ONE station, with an OPTION to extend implementation to the 2 ND station after the implementation of the first station is completed. 2.2 The proposed solution is expected to operate 24hrs and cater a capacity of recognising at least 100 different types of equipment for the system. Currently, the Bin Loop System carries about 75 different types of equipment. The first 100 type of equipment to be implemented in the proposed vision recognition system should be covered in the proposed scope. The proposal should indicate how any subsequent equipment to be added on to the vision system s database is performed. 2.3 A current list of equipment description used with the Bin Loop System can be found in Annex A. The equipment loaded into bins, and meant for charging into the system varies in shape, size, material and color. Below are some examples of the equipment packed into the bins ready for charging. 2.4 Please note that the solution proposed shall not be limited by this list of equipment. The list should only act as a guide. The proposed vision system should be able to differentiate and identify the product code of the equipment through shape/size/color confirmation and, for certain cases, the availability of OCR text at the back of SOME of the equipment in the list. The system should allow creation of new files for new vision recognition of new product codes or equipment. 2.5 The orientation (and direction) of the equipment stacked into the bins may not be standardised, but in most cases, the equipment are stacked facing downwards. 2.6 From the current list of equipment used in the system, most parts are made with material Porcelain, Melamine, Glass, Plastic wrapped stainless steel cutlery /
paper napkin set. See more examples of equipment in Annex B note that the list is not exhaustive. 2.7 The solution should also include a GUI interface for the vision system so that users can monitor, control and track performance (logs). The product files in the vision system catered for individual equipment recognition in the database should be retrievable for editing, creating and deleting. Ideally, new equipment can be added into the vision system database through the GUI interface by users. Alternatively, the proposed solution may offer to provide an operation panel and a feedback PC separately. 2.8 The Vision System, interfaced with the current Bin Loop System is targeted to achieve a throughput of 6 bin charge-ins per minute. 2.9 To provide full operator/main users training (4 sessions) on site - number of attendees to be advise by client. 2.10 To provide Training of Maintenance Staff for Front-Line repairs. 2.11 To Supply a list of Recommended Spare Parts. 2.12 Start up Supervisory - To provide a start up supervisory monitoring and standby for 2 days (9am to 5.30pm), after finalising commissioning. 2.13 Operational manuals - Manual (including all Hardware and Software Manuals) shall be available in English exclusively for the products and services indicated in the quotation. 2.14 Refer to Annex C and complete the Tender Specifications Answer Sheet to be included in your tender submission 3. Notes and Other General Requirements 3.1 Supplier s quote should bear the fee of the freight/transport services required to transport all the equipment into SICC1. 3.2 For on-site acceptance procedure includes a check on the scope of supply according to the tender specification, design and standards, completeness of mechanical, electrical and PLC elements, correct installation, no damages, final connections materials, finishes, surfaces and colours, cleanliness, tolerances, anchoring and fixing, easy accessibility, serviceability, noise level test and performance tests. 3.3 The supplier is fully responsible for all aspects of the testing and commissioning which includes organisation, control and technical responsibility. The supplier must prepare all reports regarding the tests. Each commissioning phase will not be considered as complete until the detailed acceptance report has been countersigned by SATS. The completion of the acceptance tests does not release the supplier from his responsibility and liability.
3.4 The supplier is to submit equipment s Risk Assessments report to SATS prior to the delivery of the equipment to SATS s vicinity, which requires approval by SATS. All costs incurred in order to adhere to the safety initiatives taken as described in the Risk Assessments will be borne by supplier. 3.5 All electrical wires and incidentals used must be in accordance to local code of practice (CP5) and concealed by stainless steel conduit, P.U.B approved conduit, etc. and no wires should be laid expose. 3.6 All installation works (Electrical, Mechanical, Steam and Pneumatic) must be in accordance with Singapore s code of practices 3.7 All safety features must comply with local and international ISO standards (CE, UL, etc) 3.8 Equipment with CE or equivalent conformity declaration and signing. 3.9 All signage to be in English language. 4 Price schedule Price submission should be broken down (not limiting) to the following categories. The schedule below should act only as a guide, please breakdown further components for clarity. Do note that the total price will need to be entered again in Annex C Part C Price (SGD $) Vision System Software Vision Recognition Software and Licensing (if any) GUI Interface Software Others Vision System Hardware Image devices (eg. Cameras) GUI interface Software Control Panels Feedback System PCs (if any) Others Machine Materials Structures and Cabinets Electrical wirings/components Others Labour Design Testing Fitting Commissioning Monitoring Production Start Up Training Others Documentation Training Materials Operation User Manuals, etc Others
Options Post Warranty maintenance program (annual price) Installation of solution for 2nd Bin Loop Charging Station Others Any Others (pls elaborate): Current list of equipment description used with the Bin Loop System Annex A Product Code ASQCE0001 ASQCE0002 SQA0311B SQC1404 SQC1405 SQC1406 SQC1516 SQC1559A SQC6000 SQC6001 SQC6002 SQC6003 SQC6004 SQC6005 SQC6011 SQC6012 SQC6013 SQC6015 SQC6017 SQC6019 SQC6020 SQC6021 SQC6022 SQC6023 SQC6030 SQC6031 SQC6032 SQC6033 SQC6034 SQC6035 SQC6036 SQC6037 SQC6038 SQC6039 SQC6040 SQC6041 SQC6047 SQC6053 SQC6054 SQC6055A Product Description M. M. CUTLERY SNK PAPER SERVIETTE 3PLY WHITE 33X33CM C2500 COLD MEAL DISH LARGE C72 EA COLD MEAL DISH SMALL OVAL (JPNZ)C200 EA COLD MEAL DISH SMALL GOURD (JAPNZ) EA DEP.PRESENTATION PLATE FOR PCL C20 CTN DEP GLASS FOR WINE RAFFLES CLASS C50 CTN PLATE - PRESENTATION FIRST CLASS PLATE - LARGE FIRST CLASS PLATE - SMALL FIRST CLASS PLATE ROUND FIRST CLASS BOWL - LARGE FIRST CLASS BOWL - SMALL FIRST CLASS CUP - COFFEE/TEA FIRST CLASS SAUCER BOWL CT CUP FIRST CLASS PLATE - SATAY FIRST CLASS DISH - DEEP FIRST CLASS BOWL DOUBLE BOILED SOUP FIRST CLASS PLATE - SMALL BUSINESS CLASS PLATE - ROUND OVENABLE BUSINESS CLASS BOWL LARGE BUSINESS CLASS BOWL - SMALL BUSINESS CL DISH - BUTTER BUSINESS CLASS CUP COFFEE/TEA BUSINESS CLASS SAUCER COFFEE TEA BUSINESS CLASS UNDERLINER BOWLS BUSINESS CLASS DISH GRATIN BUSINESS CLASS PLATE - SATAY BUSINESS CLASS BOWL SIDE SATAY SAUCE BUSINESS CLASS PLATE LARGE BUSINESS CLASS PLATE APPETIZER BUSINESS CLASS DISH DEEP BUSINESS CLASS COVER LARGE BOWL BUSINESS CLASS DISH BUTTER FIRST CLASS DISH - CONDIMENT BUSINESS CLASS MUG - BUSINESS CLASS CUP - COFFEE/TEA ATLAS ECONOMY CLASS BOWL - DESSERT/HD ATLAS ECONOMY CLASS CASSEROLE - SMALL ATLAS ECONOMY CLASS
SQC6056 SQC6057 SQC6063A SQC6064 SQC6065 SQC6066 SQC6070 SQC6072 SQC6073 SQC6074 SQC6513 PLATE - SIDE/BASE WHITE ATLAS ECONOMY PLATE - SIDE/BASE BLACK ATLAS ECONOMY CASSEROLE LARGE ATLAS ECONOMY CLASS PLATE BASE LARGE WHITE ATLAS ECONOM MUG - FIRST CLASS PLATE - PRESENTATION FOR BUSINESS CLASS MUG - SHORT SUITE/FIRST CLASS PLATE - SQUARE BUSINESS CLASS (MARBRE) PLATE - BREAD RECTANGULAR JCL (MARBRE) MUG - SHORT FOR BUSINESS CLASS (MARBRE) TUMBLER WATER ECONOMY CLASS Annex B Examples of Equipment Used In The Bin Loop System Stainless Steel Cutlery in Plastic Packs Glass Melamine Equipment
Porcelain Equipment
Tender Specification Answer Sheet (Product Recognition Vision System) Annex C Company: Equipment: Product Recognition Vision System Quantity: 1 (One) Part A Specifications / Requirements 1 ESSENTIAL OPERATION FEATURES 1.1 Operating Panels User Friendly Touch Screen (Pls provide alternate if otherwise) English 1.2 GUI Interface Able to provide operation status monitoring of the Vision system. Product Count/Logs Error message and Event Logs Logs extractable to external device with USB ports Create/Edit/Delete function for Product files in its Database Image saving Audit Trail System multiple level security access 1.3 Vision Camera- Auto Camera Focusing Auto Camera Cleaning No Flashing lights needed to aid image capture 1.4 Able to operate minimum 24 hours daily. Supplier able to meet Specs (Y/N) If unable, state any alternative proposal and the reason(s).
1.5 Product Range acceptable for the vision system to carry out recognition: Size - please state L x W x H Color any limitations? Translucent/Transparent Products (eg. Glass) 1.5 Bin throughput: 6 bins per min. Activation of vision check to be integrated with existing WMS system 1.6 Enable TCP/IP internet protocol for data interface 2 MACHINE MATERIAL 2.1 All structure to be stainless steel material 2.2 All wetted part or any parts come in contact with the food MUST be of 316 stainless steel. 2.3 All electrical wires used have to be accordance to local code of practice and concealed by stainless steel conduit, P.U.B approved hose, etc. and no wires should be laid exposed. 2.4 It must be on anti-vibratory legs with easy access design to the avoid interference. 3 WARRANTY 3.1 1 year against manufacturing defects 3.2 Spare parts pertaining to the machine must be available for a period of min. 10 years. 3.3 Spare parts must be delivered within 14 days of confirmed order. 3.4 Response time in cases of breakdown during warranty period must be within 2 hours. 3.5 Monthly preventive maintenance MUST be provided during warranty based on manufacturer recommendation and subjected to SATS approval. 4 INSTALLATION, OPERATION & MAINTENANCE 4.1 Easy installation of the unit.(no civil work) 4.2 ALL installation works (Mechanical & electrical MUST be accordance to Singapore Code of practice and MUST be approved by SATS Maintenance Manager before work is to be carried out.
4.3 Easy maintenance of the unit. (No special tooling required). 4.4 Easy, quick clean up without using additional tool by the operator. 4.5 To conduct training session for SATS staff to operate and maintenance of the unit. Minimum four sessions. 4.6 To provide a set of Installation, Operation, Maintenance, troubleshooting Manual (English Version) inclusive of routine maintenance checklist and Preventive maintenance checklist supplied by the manufacturer. Upon award supplier has to submit their maintenance schedule and particulars of the staff working in SATS. Minimum 1 set. 4.7 Operating procedures & safety instructions has to be clearly labeled onto the machine imprinted on stainless plate including cleaning method. 4.8 All wirings used MUST be labeled and with different colour coding. The wire MUST also be certified & tested with approval by P.U.B. 5 SAFETY FEATURES 5.1 All safety features must comply with the local & international standards. 5.2 Mechanical and electrical installation & safety devices to be provided accordance to local safety regulation. 5.3 Any noise generated by the machine MUST be within the MOL guideline without hearing protector aid, when installed in SATS. 6 OTHERS 6.1 If compress air is needed, the unit must equip with filter, lubricator and regulator. 6.2 All M&E (or civil) work MUST be make good if damaged or dirty during the course of work. 6.3 Available local support. 7 OPTIONAL ITEMS 7.1 7.2 7.3 7.4
Supplier MUST provide the following items in a separate attachment in details: Part DESCRIPTION B 1 To provide brief description of how the unit operate. 2 To provide installation floor area needed inclusive of maintenance & operation accessibility. 3 To provide installation manual. 4 To provide manufacturer recommended maintenance schedule based on 8 hours working shift, 12 hour shift & 24 hours shift. 5 To provide spare parts list and unit price. (Indicate most critical and wear & tear parts). 6 To provide detail dimensions of the whole machine in isometric and schematic drawing. 7 To provide all M&E services requirement eg. Drainage, capacity of the compress air supply needed, hood. Also, to provide any other additional accessories or components needed. 8 To provide clear brochures including photo (preferably coloured) of your proposed equipment. ATTACHMENT REFERENCE NO. Supplier MUST provide the details in the Remark column provided: Part DESCRIPTION C 1 Unit Price (exclude GST & OPTIONAL ITEMS) Inclusive of delivery, installation & commissioning and ALL essential features for machine to function properly. Remarks A) By Air : B) By Sea : 2 Price of Optional items quoted : (Please referred to Part A item 9 OPTIONAL ITEMS ) 9.1) $ 9.2) $ 9.3) $ etc. 3 Brand/Model 4 Country of Origin 5 Warranty Period 1 year 6 Lead-time A) SIN B) Ex-Factory/Port 7 Payment term
NOTE for Suppliers: * You are to indicate if each specification could be met. If not, you are to provide an alternative proposal (if any) - i.e. the specs from the unit that you are proposing. Failing to comply and to specify the required information above accordingly and accurately will render you to be disqualified automatically. * NO alteration is allowed to be made on the specifications. NAME OF COMPANY : CONTACT PERSON/ NUMBER. : SIGNATURE : COMPANY STAMP : DATE :