Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                
0% found this document useful (0 votes)
17 views

Addendum-2

This document is an addendum to the Indian Oil Corporation Limited tender for the design, supply, installation, and commissioning of instrumentation and control systems for the Bijwasan to Delhi Airport ATF Pipeline. It includes responses to pre-bid queries and amendments to various clauses and terms of the tender. Bidders are advised to consider these changes when submitting their offers, as this addendum is an integral part of the tender documentation.

Uploaded by

RitikaDhawal
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
17 views

Addendum-2

This document is an addendum to the Indian Oil Corporation Limited tender for the design, supply, installation, and commissioning of instrumentation and control systems for the Bijwasan to Delhi Airport ATF Pipeline. It includes responses to pre-bid queries and amendments to various clauses and terms of the tender. Bidders are advised to consider these changes when submitting their offers, as this addendum is an integral part of the tender documentation.

Uploaded by

RitikaDhawal
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 56

Indian Oil Corporation Limited

Pipelines Division: A-1, Udyog Marg, Sector-1,


NOIDA-201 301
Tel.: 0120-2448 452/409 Fax: 0120-2448025

E-mail: moneshs@indianoil.in;anilkumar@indianoil.in

ADDENDUM NO.-2

Issue date: 10th June, 2020

NAME OF WORK:
Design, Supply, Installation and Commissioning of
Instrumentation, PLC based control system & Fire alarm &
Detection system for Bijwasan to Delhi Airport ATF Pipeline.
TENDER No.: PLCC/ BIJ-ATF/T&I/20038

This has reference to the subject tender. The Addendum to the subject tender is hereby issued.
All participating bidders are requested to note the changes in respect of the subject tender.

S. Tender Document
Revised/Amended clause/terms of the tender
N. Reference

1 Pre-Bid Queries Replies to pre-bid queries is attached in Addendum-2


as Attachment-I

It is advised that the above may please be taken in consideration while submitting your offer.
Please also note that this communication forms an integral part of the tender document and a
duly acknowledged copy of the same is to be submitted along with Part - A (Techno-Commercial
Part) of the offer.

Other tender stipulations remain unchanged. You are advised to submit your offer accordingly.

DGM (PJ-Contracts)

Regd. Office: G-9, Ali Yavar Jung Marg, Bandra (East) Mumbai-400 051 (India)
Attachment-I Tender No- PLCC/BIJ-ATF/T&I/20038

Sl No. Document Clause Query IOCL Reply


PLCC20038 5.6.0.0, Defect lability period shall be 12 months from completion or 18 months from the last ( MAJOR) supply, whichever is earlier. Clause 3.13.0 of SCC-Section-A(Technical) shall
1
3.13.0 prevail
PLCC20038 7.0.0 Kindly modify the clause as "Notwithstanding anything contained in this AGREEMENT, its Appendices or orders to the contrary, Tender conditions shall prevail
with respect to any and all claims arising out of the performance or non-performance of obligations under this AGREEMENT or
2 purchase orders, whether arising in contract, tort, warranty, strict liability or otherwise, ABB's liability shall not exceed in the
aggregate 100% of the order value or payments received, whatever is lower."

3 PLCC20038 3.0.0 Force majeure shall include 'any event beyond the control of the parties' also. Tender conditions shall prevail
PLCC20038 4.4.0.0 The price adjustment for delay in completion is to be replaced with ‘liquidated damages’ Tender conditions shall prevail
4 The levy of liquidated damages shall be the sole and exclusive remedy for
the Owner, in the event of delay in completion
PLCC20038 4.4.3.0 The levy of liquidated damages shall be the sole and exclusive remedy for the Owner, in the event of delay in delivery. Tender conditions shall prevail
5

PLCC20038 ANNEX-V We request IOCL to consider thr following terms: Tender conditions shall prevail
a. 10% Against completion of site survey, detailed engineering and FDS
approval, excluding FDS of PAS.
b. 75% Against delivery of materials at site
c. 5% On erection, installation and local testing of the respective items (In case site activities could not be started due to non-
availability / readiness of the sites on account of IOCL for more than 3 months from the receipt of complete material at site, then
will be released after 6 months from the receipt of
6 complete material at site against BG)
d. 5% Against commissioning of the complete system & successful trial run for 30 days ( In case site activities could not be started
due to non-availability / readiness of the sites on account of IOCL for more than 6 months from the receipt of complete material
at site then payment will be released after 9 months from the receipt of complete material at site against BG
e. 5% On acceptance of the complete system & submission of as-built
documents.

PLCC20038 ANNEX-V We request IOCL to consider thr following terms: Tender conditions shall prevail
a. 80% On completion of erection, installation, energisation, local testing
of the Station Control Centre, integration of station PLC system with both stations, downloading of complete software and
7 diagnostics
b. 10% On completion of 10 days site acceptance test at each station.
c. 10% On completion of 30 days trial run and acceptance of the complete
integrated system.
PLCC20038 NIT Clause Due to unprecendeted lockdown situation, our bankers in Maharashtra are unable to get EMD processed and delivered at IOCL Please refer Addendum-1 for extension.
No. 10 office. We therefore request IOCL to allow submission of EMD in soft copy. Once the Lockdown situations end, our bank will send Tender conditions shall prevail.
8
the EMD directly to IOCL office.
We also request IOCL to provide 3 week extension beyond 3rd June.
CHAPTER – IV - Scope of 4.1.3 Is Station control center (SCC) server in scope bidder ? Is any other software required to supplied by Bidder other than HMI S/w Station control center (SCC) server is in the scope of
Work - 240 and related reporting s/w. the bidder.

Please refer BOQ item no 20.01 and Tender BOM


item no C-1 along with Scope of work in Clause 4.1.0
for details.

Please refer Clause no 1.6.1.10 of SIT Sction A


9
(Technical) for software supply scope in brief. Details
of software requirement are mentioned alongwith
technical specifications and scope of work along with
system/ technical specifications.

Updated BOM attached in Annexure may be referred


for clarification.

CHAPTER – IV - Scope of 4.1.3.1 c Is any other S/w required in Station Incharge Terminal (SIC) other than HMI s/w ? Please refer clause no 4.8.14 of Scope of Work for
10
Work details on SIC terminal.
CHAPTER – IV - Scope of 4.8.15 d) What is Down line loading Programm Point no 4.8.15
Work e) This point is not clear d) may be read as deleted.
f) What all external device will get connected to Server directly? e) may be read as deleted.
11
f) External devices if required for system
implementation to be decided at the time of Detailed
engineering.
CHAPTER – IV - Scope of 4.8.15.2 as per 4.8.15 h, One Workstation (out of two) will have programming facility. Hope this point is refering the same and both Bidder's understanding is correct.
12
Work workstation does not need programming facility.
CHAPTER - V 5.1.3 8) We will offer our propitery secured protocol for SCC to PLC communication. PLC and HMI - OEM (Original Eequipment
SYSTEM DESIGN AND Manufacturer) recommended proprietary software is
ENGINEERING acceptable for SCC to PLC communication however
13 same shall shall conform to all the relevant and
current IEC recommendations/ other applicable
recommendations.

CHAPTER - V 5.1.3 18) License will be for number of Machine with life time validity. Number of points will be sufficient for application. HMI licenses as per BOQ are to be offered as unit
SYSTEM DESIGN AND "SET" for each station.
ENGINEERING The offered licenses "SET" to include all licesnses
14
required to meet the tender rquirements in terms of
IO point and no of machines with HMI software, for
each station.
CHAPTER - V 5.1.3 F.36 What is the functionality of Interface Software. Interface software refers to standard communcation
SYSTEM DESIGN AND software/ driver etc., additional if any required to
15
ENGINEERING establish HMI machine and PLC system.

CHAPTER - V 5.10.0 The supply scope is limited only to the items identified in the SOR document. Please refer clause no 3.11.0 and its subclauses of
SYSTEM DESIGN AND chapter - "Special Conditions of Contract".
ENGINEERING All installation material as per clause 5.10.0 of
Chapter V (system Design and Engineering) shall be in
16
scope to ensure the operation-ability/
maintainability and reliability of offered system/
equipments.

EQPT. SPECIFICATIONS & 6.1 As per clause 6.1 Detail Specifation : Compact schemes involving relay termination patch boards etc. are acceptable. Can we offer Compact schemes involving relay termination patch
DATASHEETS compact relay board as per approved make. boards etc. are acceptable as detailed in clause no 6.2
17
Chapter – VI of chapter VI - " Equipment Specifications and
Datatsheets"
CONTROL SYSTEM & C-7 of BOM As per EQPT. SPECIFICATIONS & DATASHEETS Ethernet switch ports to be offered as per clause no
18 NETWORKING HARDWARE Chapter – VI, only Fibre optic ports require 10/100/1000mbps . Hope we can offer 10/100 mbps 6.10-2 of Chapter VI " Equipment specifications and
datasheets".
CONTROL SYSTEM & C-7 of BOM As per Architecture it is Layer 3 but as per Specification it is Layer 2. Hope Layer 3 is typo error. Layer 2 switch as per technical specification to be
19 NETWORKING HARDWARE supplied.

BOQ Line item Bidder understanding is that per SCC-Section A (Technical) clause 3.21.0, Scope is limited only to PLC training. Scope of training shall be as per Clause 3.21.0 of
20 50.1 Special Conditions of Contract (Section A- technical)

Scope of Work - Chapter IV 4.11.3 In SOR only cable listed is item 30.90 cable for FG detector. Bidder's understanding is that the field cable and accessories (JB, Bidders understanding is correct. However as per
Installation…) for field instruments are in COMPANY's Contractor scope. clause no 4.11.3 of Scope of Work, Checking the
entire termination in control room and in the field
21
end including loop checking shall be Control System
Contractor’s responsibility.

Scope of Work - Chapter IV 4.11.9 Installation of panels. Supply and installation of cables and accessories needed within control room. Are these in bidder's scope? Physical installation of panels shall be done by
separate contractor engaged by Owner under
supervision of Control system contractor. Supply and
installation of cables and accessories needed with in
22
control room shall be in bidder's scope.
Please refere clause 4.11.9 of Scope of Work and its
subclauses for detailed scope.

Equipment specification & 6.3 Display panel is not listed in SOR. Please clarify, if this is part of the supply scope. If yes, to which SOR Line item this should be Data panel (or Display panel) is part of PLC system
datasheets - Chapter Vi included. and to be supplied under SOR item no 10.12 and
30.23.
23
Updated BOM attached in Annexure may be referred
for clarification.

Technical Specification for 10.9 NVR is not listed in SOR. Please clarify, if this is part of the supply scope. If yes, to which SOR Line item this should be included. All supply items details are mentioned in SOR.
CCTV system Refer clause no,4.1.3.1 of Scope of Work Chapter – IV
24
for interfacing details of CCTV

Technical Specification for 10.10/11 Client Workstation is not listed in SOR. Please clarify, if this is part of the supply scope. If yes, to which SOR Line item this should All supply items details are mentioned in SOR.
CCTV system be included. Refer clause no,4.1.3.1 of Scope of Work Chapter – IV
25
for interfacing details of CCTV

Equipment Specifications & 6.27.1 Referenced document is not available in the tender documents. Please provide. Document number IOCL-INST-SPEC-UVIRFD-REV0 is
26 Data Sheets. Chapter-VI attached as Annexure.

Test /Calibration Please provide specification details of these equipment- DMM, Pressure Calibrator, Microprocessor based Temperature Specifications are enclosed as Annexure.
27
calibrator, Multifunction calibrator and test power supply.
Equipment Specifications & 6.27.2 Referenced document is not available in the tender documents. Please provide. Specifications for Fire Alarm Panel are enclosed as
28 Data Sheets. Chapter-VI Annexure.

BOQ This is with reference to the tender released by M/s IOCL for Design, Supply, Installation and Commissioning of instrumentation, Updated BOM attached in Annexure may be referred
PLC based control system & Fire alarm & Detection system for Bijwasan to Delh Airport ATF Pipeline through our System for make list. Please note that equivalent make and
Integrator. Please note that our System Integrator has already executed similar type of “PLC & Instrumentation” with Tender model shall be accepted provided offered make and
Reference No. PLCC/ BIJ-ATF/T&I/20038 on 14th May 2020. model meeting technical specifications along with
PTR for similar applications is submitted along with
We would like to inform you that M/s Honeywell is one of the biggest reputed manufacture of the product required for this the bid for evaluation.
project and have installed and commissioned many such projects.
It is our surprise to see that Honeywell name is not there in Vendor List for this project, where we can supply majority of the
29 products like PLC, Instrumentation, Fire Alarm panel and CCTV etc.

We are very much interested to bid for this prestigious project and would like to bid with full strength with most competitive
techno-commercial proposal, our System Integrator has already executed similar type of “PLC & Instrumentation” jobs for IOCL
HMRPL & GSPL by implementing Honeywell PLC & systems.

Being the open tender, we request to allow us to participate in the tender and accept Honeywell Make products, we can present
the PTR if required during evaluation of the bid.

BOQ Line item for Supply of PLC at Bijwasan and T3 DAFFPL is missing in the SOR, please provide us the revised SOR Line item for Supply of PLC is at 10.12 for Bijwasan
and at 30.23 for T3 DAFFPL in the SOR.
30
Updated BOM attached in Annexure may be referred
for clarification.
31 Make List We request M/s IOCL to approve M/s Honeywell make also for PLC and HMI Please refer our reply above.
BOQ Line item Day-Night Colour IP PTZ Dome Camera, with 15X to 20X Optical Zoom, minimum 10X Digital Zoom along with IP 66 weatherproof Type of camera are already defined in SOR text.
30.16 housing with IR Illuminator, industrial grade power supply, camera interfacing junction box as applicable, lightning & surge
33 protection and suitable mount , complete with cables, connectors, required interfaces etc. as per tender specifications.
Quantity: 2 Nos.

BOQ Line item Field mounted Explosion proof & Weatherproof IP65 Junction Box for Ex-proof Camera/field cameras with suitable cable glands, Type of camera are already defined in SOR text.
30.17 plugs, Fibre termination patch panel, MCB, media convertor etc complete in all respects for installation of ex-proof camera/field
34 camera. The junction shall be used for installation of network switch and optical accessories, power supply etc. for CCTV system
as applicable
Quantity: 2 Nos.
BOQ 1.1. Referring to BOQ S.No 10.12 a) For I/Os upto 500 (of any type) We understand that it as PLC entry for Brijwasan Please Updated BOM attached in Annexure may be referred
confirm for clarification.
1.2. Referring to BOQ S.No 10.13, 10.14,10.15,10.16,10.17 We understand that it as Active Barrier combine quantity for
Brijwasan & T3 Please confirm
1.3. Referring to BOQ S.No 10.18, 10.19,’10.2’,10.21,10.22,10.23 We understand that it as SPD’s combine quantity for Brijwasan
& T3 Please confirm.
1.4. Referring to BOQ S.No 20.19,’20.2’,20.21,20.22,10.23,20.24, 20.25, 20.26, 20.27,20.28 We understand that it as spare
35
module combine quantity for PLC and UPS for Brijwasan & T3 Please confirm.
1.5. Referring to BOQ S.No 30.22 We understand that it as MMI Software for Brijwasan (1 set comprise of 2 Workstation, 1 SIC
Terminal & 1 Laptop programming terminal) Please confirm
1.6. Referring to BOQ S.No 30.26 We understand that it as MMI Software for T3 (1 set comprise of 2 Workstation) Please confirm
1.7. Referring to BOQ S.No 30.23 Please clarify

36 We assume that no third party inspection is required for the items to be supplied under this tender. Third party inspection is not mandatory.
We also understood Field cables from all device, instrument, third party device will be laid by a separate Contractor engaged by Bidders understanding is correct. However as per
Owner and also cable glands & cable trays are not in scope of this tender. Please confirm. If it is not so please quantify the same clause no 4.11.3 of Scope of Work, Checking the
for calculation of price. entire termination in control room and in the field
end including loop checking shall be Control System
37 Contractor’s responsibility.
Please also refer Clause no 4.1.2 k of Chaper IV Scope
of work for details for accessories required for
installation within buildiing.

We understood that erection, installations, Terminations etc of any equipment/device/instrument (to be Supplied under this Bidders understanding is correct. However as per
tender or being supplied by owner or for any integration with third party devices/systems) is not under the scope of this tender. clause no 4.11.3 of Scope of Work, Checking the
Only supervision is under the scope of this tender. Please confirm. entire termination in control room and in the field
38
end including loop checking shall be Control System
Contractor’s responsibility.

AC & DC supply distribution required for the system along with safety and functional earthing for the equipment. Please confirm Please refer clause no 4.1.2., 4.2.9 and 4.8.6.1 of
supply of power cable and earth cable scope .if it is in bidder scope please share the specification of both earth/ power cable and Chaper IV - Scope of work.
quantify the same for calculation of price. Supply and installation of cables for last mile power
connectivity to system, earthing of system and
accessories needed with in control room shall be in
bidder's scope. Bidder to supply FRLS 2.5 sqmm x 3
core copper power cable for power connectivity and
39
earthing cables as per system OEM recommanded
specification for connectity with earthing grid. Bidder
may consider max. 25M cable distance from
Conneciting point to system for power and earthing.

Providing dedicated fibre optic telecom network along the pipeline route that would cater to both control system as well as Please refer clause no 4.1.3.1 l of Chapter IV - Scope
40 the voice communication requirements of the pipeline is not under the scope of this tender .Please confirm of work.

MPLS-VPN and /or GPRS over GSM network modem hardware which will be used as a backup communication link between the Confirmed.
41 Bijwasan Terminal and DAFFPL in case of failure of the main FO telecom network is not under the scope of this tender .Please
confirm
Owner shall arrange UPS supply from existing UPS. The UPS supply shall be distributed by the contractor to all Contractor This is not a query.
42 supplied equipment and Owner’s supplied/installed equipment requiring 230V AC single phase supply.

43 We understood that Earth pit is not under bidder scope please confirm. Confirmed.
Laying and supply cable for hardwire signals to Marketing PLC system as potential free contacts & from Marketing PLC which Interfacing of the marketing existing signals shall be
shall also be interfaced with pipeline PLC is not under the scope of this tender.Please confirm on Modbus / Hardwired which shall be decided
during detailed engineering. Laying of cable outside
44 building is not is scope of bidder. However
supervision of termination of cables shall be in scope
of control system contractor.

UV/IR Flame Detector Technical specification for UV/IR Flame Detector IOCL-INST-SPEC-UVIRFD-REV0 Document number IOCL-INST-SPEC-UVIRFD-REV0 is
45
attached as Annexure.
Technical specification for Fire Alarm and detection system components IOCL-INST-SPEC-FAP-REV00 Specifications for Fire Alarm Panel are enclosed as
46
Annexure.
47 Rise HeatDetectors SPEC MISSING Specifications are enclosed as Annexure.
48 Multi sensor detectors SPEC MISSING Specifications are enclosed as Annexure.
Monitor modules alongwith all mounting & other accessories for third party interface as per the tender specifications missing. Specifications are enclosed as Annexure.
49

Addressable Manual Call Point (for safe area) along with all mounting & other accessories as per the tender specifications. Specifications are enclosed as Annexure.
50
51 Addressable Beacons, Addressable Hooters, Isolators specifications missing. Specifications are enclosed as Annexure.
Please provide specifications of “2 Pair x 1.5 Sq. mm, unarmoured FRLS cable as per the tender specifications for indoor Specifications are enclosed as Annexure.
52
applications to be laid through conduits”. Same is not found in tender.
Field Configurator, 4 1/2 Digit DMM (True RMS), Multifunction Calibrator , Micro processor based Temperature Calibrator, Test Specifications are enclosed as Annexure.
53
Power Supply 0 - 60 V, 10 A 600 Watts specification missing
24 port Swithes.----In Bom mentioned 10/100/1000 speed but in technical spectication page mentioned fast Ethernet(10/100). Ethernet switch ports to be offered as per clause no
54 Requirement 100MBPS or 1G. 6.10-2 of Chapter VI " Equipment specifications and
datasheets".
Do we need to consider additional LAN SPDs QTY other than what is mentioned in BOM for extension of Control System LAN Please refer clause no. 4.1.3.1 (l) of Scope of Work
from Control Room to equipment room. which states that all necessary accessories (including
SPDs) so as to complete the job of extension of
Control System LAN in all respects shall be in the
scope of the Contractor.
Please also refer Clause no. 6.0.H-49 of Equipment
Specifications & Data Sheets. Chapter-VI, which
55
states SPDs also to be provided for some critical IOs
as per the IO table. Exact IOs shall be worked out
during detailed engineering.
BOM quantity may vary during detailed engineering.
Bidder to note the same.

It is understood that HDPE conduit for laying LAN CABLE is not under the scope of this tender. Please confirm. Bidders understanding is correct. Please refer clause
no. 4.1.3.1 (l) of Scope of Work which states that
Owner shall supply and lay FO cable & HDPE conduit
56
for extension of Control System LAN from Control
Room to equipment room.

57 We assume that Supply & laying of necessary cable FO cable if any i shall be in are not in scope of this tender. Please refer our reply above.
Please provide the complete detail of TFMS system make / model etc as Interfacing of the Tank Farm Management System / Interfacing of the marketing existing signals shall be
58 Refinery Tank Gauging System with PLC is part of this tender. on Modbus and Hardwired and details shall be
decided during detailed engineering.
Supply and laying of Serial interface cable is not the part of this tender. Please confirm. Bidders understanding is correct. However as per
clause no 4.11.3 of Scope of Work, Checking the
entire termination in control room and in the field
end including loop checking shall be Control System
59 Contractor’s responsibility.
Please also refer Clause no 4.1.2 k of Chaper IV Scope
of work for details for accessories required for
installation within buildiing.
After carefully going through the tender documents & the price bid sheet we have found many items which are appearing in the Updated BOM attached in Annexure may be referred
tender documents but missing in the price bid sheet. We have highlighted(in Red) the missing items for your reference. We for clarification.
60
request you to issue appropriate corrigendum in this regards & provide us the corrected price bid sheet. Kindly refer the attached
sheet for comparison.
CHAPTER – IB SPECIAL 3.2.1.B .v)(c) Kindly allow to submit self-attested copies of power of attorney, Articles of Association, memorandum of understanding. Due to Tender conditions shall prevail
61 INSTRUCTION TO current pandemic COVID-19 situation and lockdown of the notary offices in our zone/area, notary attestation of the documents is
TENDERERS not possible. We request you to consider the same.
EQUIPMENT 6.27.1 enclosed document( number IOCL-INST-SPEC-UVIRFD-REV0 ) is missing in the tender .Please provide the same. Document number IOCL-INST-SPEC-UVIRFD-REV0 is
62 SPECIFICATIONS AND attached as Annexure.
DATASHEETS
TECHNICAL SPECIFICATIONS DATASHEET: Please provide the quantity of Armoured Telephone cable for 20 Pair and 5 pair Kindly refer material description and its
FOR (SI.No 4,5,6) corresponding quantities mentioned in Bill of
63 IP EPABX SYSTEM Please provide the quantity of Unarmoured Telephone cable for 2 pair material (20 pair, 5 pair & 2 pair are not envisaged in
Bill of material).
Please provide the quantity of Drum Length for Telephone cable for 2 pair , 20 pair and 5 pair
EQUIPMENT 6.25 Prover card is required to be offered? Kindly clarify. Please refer clause no. 6.25 that states one of the
SPECIFICATIONS AND application of flow computer as Normal Meter
DATASHEETS proving using Master Meter & Meter Prover.
64 Accordingly, the modules for required application as
per the offered make shall be in the scope of the
bidder.

Kindly provide the contact details concerned Technical person related to this tender. Please refer clause no. 1.4.0 of Chapter IA - Special
Instructions to Tenderers (Technical) for details on
65
Kindly clarify Site visit is allowed for this tender? If yes kindly provide the detail of the concerned person to contact. site visit.

Approved Vender List As seen in the Bill of Material section “Honeywell” is not there in the “PLC make”. Our request is to include as AVL for PLC system. Updated BOM attached in Annexure may be referred
66
for clarification.
PLCC20038 7.1.0 (ii) c We request you to kindly dissolve this clause and instead consider 3 minimum projects in hydrocarbon domain with amount Tender conditions shall prevail
67
capping from other domain as well not specific to hydrocarbon.
68 PLCC20038 7.1.0 (ii) c We request you to kindly consider principal’s or OEM PO with authorization letter. Tender conditions shall prevail
BILL OF MATERIAL FOR CONTROL SYSTEM OF BIJWASAN ATF PIPELINE PROJECT

Bijwasan Terminal
Corresponding
SOR line item

Under AMC

T3 DAFFPL
Yes / No
Model
Make

Total
Sl.

UNIT
DESCRIPTION
No.

Part-I Supply
A FIELD INSTRUMENTS & TEST INSTRUMENTS
Rosemount /
Pressure Transmitters, Range max (0 to 20 kg/cm2); Smart type; 3051 Series / EJA Series/ STG
1 EA 10.01 Yokogawa/ Honeywell / YES 1 0 1
as per tender specifications Series
Eq
Rosemount /
Pressure Transmitters, Range max (0 to 100 kg/cm2); Smart type; 3051 Series / EJA Series/ STG
2 EA 10.02 Yokogawa/ Honeywell / YES 6 3 9
as per tender specifications Series
Eq
Differential Pressure Transmitter with manifold valves and Cable Rosemount /
3051 series / EJAseries /FU1 /
3 Glands.Range max (0 to 3 kg/cm2).Smart type; as per tender EA 10.03 Yokogawa/ Honeywell / YES 2 2 4
STD130 series
specifications Eq
Temperature Transmitter with duplex RTD, Thermowell & Cable Rosemount /
3144 Series / YTA Series / STT
4 glands, Range max (0 to 100 0C ) Smart type; as per tender EA 10.04 Yokogawa/ Honeywell / YES 1 1 2
Series
specifications Eq

Temperature Transmitter with surface mounted duplex RTD,Weld Rosemount /


3144 Series / YTA Series / STT
5 pad and dual sensors & Cable glands, Range max (0 to 100 0C); EA 10.05 Yokogawa/ Honeywell / YES 1 1 2
Series
Smart type; as per tender specifications Eq

Pressure switches with junction box & cable glands suitable for
142P8 series /
6 low pressure side, set point 1 Kg/cm2 to 10 Kg/cm2. Proof EA 10.06 ITT Barton / CCS / Eq YES 4 0 4
646VZEMY1095 / Equivalent
Pressure: 200 Kg/cm2.
Pressure switches with junction box & cable glands suitable for
100P42CC6 / 646GZEMY11-
7 low pressure side, set point 3 Kg/cm2 to 25 Kg/cm2. Proof EA 10.07 ITT Barton / CCS / Eq YES 5 2 7
7030+141-18 (or1008UK)
Pressure: 200 Kg/cm2.

475HP1EKLU/375HR1EKLU/
Field Configurator for Pressure & Temperature transmitter with Emerson/ Rosemount/
8 EA 10.08 MCT202-XA-00-UM/ NO 1 0 1
Hart protocol Yokogawa/ Honeywell
YHC4100/ 375-H-R1-E-KL-U

9 4 1/2 Digit DMM (True RMS) EA 10.09 Yokogawa/ Fluke/ eq Bidder to State NO 1 0 1

Multifunction Calibrator with rechargable battery, charger, carry


10 EA 10.1 Yokogawa/ Fluke/ eq Bidder to State NO 1 0 1
case, etc

11 Pressure Calibrator 0 - 20 bar (Portable), Accuracy: +/- 0.1 % EA 10.11 Nagman/ eq Bidder to State NO 1 0 1

Test Power Supply 0 - 60 V, 10 A 600 Watts, 19" rack mount, sleek


12 EA 30.19 Bidder to State Bidder to State NO 1 0 1
1U type
Micro processor based Temperature Calibrator; Range ambient
13 EA 30.2 Nagman/ eq Bidder to State NO 1 0 1
to 300 deg C; accuracy 0.5%

BOM 1 OF 10
BILL OF MATERIAL FOR CONTROL SYSTEM OF BIJWASAN ATF PIPELINE PROJECT

Bijwasan Terminal
Corresponding
SOR line item

Under AMC

T3 DAFFPL
Yes / No
Model
Make

Total
Sl.

UNIT
DESCRIPTION
No.

B CONTROL SYSTEM

Dual Redundant, hot standby, PLC (microprocessor based)


system, fault avoidant, complete with Processor, I/O modules,
Serial interface, Barriers, Relay Modules, data panel (wherever
applicable to be decided during detailed engineering),
interconnecting cables, data cables & Marshalling Panels, rack
1 power supply, interrogation power supplies (dual-redundant),
software auto-manual stations, emergency shutdown switch,
system software, diagnostics, firmware, power distribution
cabinets, Lightning protection devices and all installation
materials etc. so as to make the system complete in all respects
as per system configuration, I/O list and tender specifications.

PLC System:
Schneider/ABB/ GE-IP/
Rockwell / Siemens /
Yokogawa / Honeywell

Panels: Hoffman &


For Bijwasan Terminal with total I/Os as per I/O table attached
(a) SET 10.12 Shroff/ Rittal / APW Bidder to state YES 1 0 1
with tender (Max I/O 500)
Power Supply -Cosel /
Phoenix / Lambda / GM
Electrical/ Schneider /
PLC OEM make power
supply

PLC System:
Schneider/ABB/ GE-IP/
Rockwell / Siemens /
Yokogawa / Honeywell

Panels: Hoffman &


For T3 DAFFPL with total I/Os as per I/O table attached with
(b) SET 30.23 Shroff/ Rittal / APW Bidder to state YES 0 1 1
tender (Max I/Os 250)
Power Supply -Cosel /
Phoenix / Lambda / GM
Electrical/ Schneider /
PLC OEM make power
supply

2 Active Barriers
9170-10-11-11S / KFD2-SR2-
a) For DI EA 10.13 Stahl / P&F / MTL YES 10 5 15
EX1.WLB / 5511
9160-13-11-11S / KFD2-STC4-
b) For AI EA 10.14 Stahl / P&F / MTL YES 20 10 30
EX1 / 5541
9165-16-11-11S / KFD2-CD-
c) For RTD EA 10.15 Stahl / P&F / MTL YES 15 0 15
EX1.32 / 5546Y
Stahl / P&F / MTL/ 9165-16-11-11S / KFD2-CD-
d) For AO EA 10.16 YES 2 2 4
Equivalent EX1.32 / 5546Y / Equivalent
Stahl / P&F / MTL/
e) For Pulse EA 10.17 Bidder to state YES 4 2 6
Equivalent

BOM 2 OF 10
BILL OF MATERIAL FOR CONTROL SYSTEM OF BIJWASAN ATF PIPELINE PROJECT

Bijwasan Terminal
Corresponding
SOR line item

Under AMC

T3 DAFFPL
Yes / No
Model
Make

Total
Sl.

UNIT
DESCRIPTION
No.

3 Surge Protection Devices


MTL/ P&F/ OBO/ SD32 / K-LB-1.30 / MDP-4D-
a) For AI signals EA 10.18 YES 20 10 30
Pheonix/ DEHN 24T / LIT 1X2-2
MTL/ P&F/ OBO/ SD32 / K-LB-1.30 / MDP-4D-
b) For AO signals EA 10.19 YES 2 2 4
Pheonix/ DEHN 24T / LIT 1X2-24

ZB24510 & ZB24518, ZB24587


MTL/ P&F/ OBO/ /BXT-ML4- BE12+BXTBAS /
c) For RS 232/485 signals EA 10.2 YES 5 5 10
Pheonix/ DEHN SD09-V24-9 & SD09-V11- 9 /
DT-UFB-485/BS & DT-UFB-V24

ZB24540 / DPAM-CLE RJ45


MTL/ P&F/ OBO/
d) For LAN application EA 10.21 B48 / RJ45-S-ATM-8F / DT- YES 2 2 4
Pheonix/ DEHN
LAN-CAT.6+
ZD16104 / M-LB-4.275TNS.D /
MTL/ P&F/ OBO/
e) 3 Phase 4 wire (415 V) EA 10.22 V20-C/4-FS / VAL SQ SP 50- YES 1 1 2
Pheonix/ DEHN
277/480Y
ZD16709 / M-LB-2.275TNS.D /
MTL/ P&F/ OBO/
f) 1 Phase 2 wire (230 V) EA 10.23 V20-C/2-FS / VAL MS YES 1 1 2
Pheonix/ DEHN
385/65/1+1-FM
C CONTROL SYSTEM & NETWORKING HARDWARE
SCC Server cum Workstations with OS and monitor, complete in Model Shall be Finalized
1 SET 20.01 DELL/IBM/HP YES 2 2 4
all respect as per tender specificaions. during Detailed Engineering
Model Shall be Finalized
2 SIC Terminal with monitor as per tender specifications SET 20.02 DELL/IBM/HP YES 1 0 1
during Detailed Engineering
Industrial Grade Programming Terminal (Laptop) for PLC
DELL/IBM/HP/ Model Shall be Finalized
3 programming with suitable convertors SET 20.03 YES 1 0 1
Panasonic during Detailed Engineering
LED Display Unit (50" & above) System with interface complete
with all inter connecting cables, cords, connectors, peripherals Model Shall be Finalized
4 SET 30.21 Samsung / LG / Sony/ Eq YES 1 0 1
etc complete in all respects as per the tender specifications & during Detailed Engineering
datasheet.
Symmetricom /
Global Positioning System (GPS) terminal for time synchronization
Masibus /
5 of all MCS / SCC computers and control system computers as per EA 20.04 Bidder to state YES 1 0 1
Sertel / Sands/ Eq
the tender specifications with applicable software

Checkpoint/ Juniper/
Fortigate- Fortinet/
6 Firewall as per tender specifications EA 20.05 Bidder to state YES 1 1 2
Watchguard/ Sonicwall/
Cisco

24 port Industrial Grade dual Ethernet Switches for redundant


10/100/1000 MBPS LAN with networking software, cables & Moxa / Hirshmann /
7 SET 20.06 Bidder to state YES 1 1 2
connectors etc. complete inall respects as per tender Garretcom / Cisco
specifications. (1 set comprises of 2 switches)

WAN Router (8 port) system for MCS / SCC connectivity with Juniper/ Cisco/ Nortel/
8 software, cables, connectors etc complete in all respects as per SET 20.07 3COM/ Garretcom/ Bidder to state YES 1 1 2
tender specifications Ruggedcom

BOM 3 OF 10
BILL OF MATERIAL FOR CONTROL SYSTEM OF BIJWASAN ATF PIPELINE PROJECT

Bijwasan Terminal
Corresponding
SOR line item

Under AMC

T3 DAFFPL
Yes / No
Model
Make

Total
Sl.

UNIT
DESCRIPTION
No.

Industrial media converters / Line Interface units (LIU)


compatible to Owner supplied single mode 24 fibre OFC & supply
of patch cords, pig tails, connectors etc. for extension of Tank Allied Telesis/N-
9 Farm Management System / Marketing Terminal Automation SET 20.08 Bidder to State YES 2 1 3
tron/Moxa
Software / SIC Terminal / any other terminal (1 set comprises 2
converters)

LaserJet Printer, Black & white all interconnecting cables, cords,


HP / Canon / Samsung / Model Shall be Finalized
10 connectors etc., complete in all respects as per tender specs & EA 20.09 YES 1 1 2
Lexmark / Eq during Detailed Engineering
datasheet
Model Shall be Finalized
11 Print Server for dual ethernet connection of printer EA 20.1 HP/ Eq YES 1 1 2
during Detailed Engineering
Flow Computer complete with software for meter proving and Omni / Emerson / ABB / Omni 6000 / Floboss S600+ /
tables as per API for petroleum products, turbine / mass flow ThermoScientific / SpiritX/ AutoExec / Equivalent
12 SET 20.15 YES 1 1 2
meter inputs, Density meter inputs etc as per the tender Krohne / Equivalent
specifications & data sheet.

Console Desk suitable for mounting of all the SCC computers,


13 telephone instruments, conference set, station logbook etc,
complete as per tender specifications & datasheet

Rittal / APW President /


a) 2 section console desk for BIJWASAN Terminal SET 30.24 Bidder to State NO 1 0 1
Pyrotech / Alfa
Rittal / APW President /
b) 2 section console desk for T3 DAFFPL SET 30.25 Bidder to State NO 0 1 1
Pyrotech / Alfa

14 Furniture & fixtures

Godrej / Durian /
a) Swivel chairs EA 20.11 Bidder to State NO 2 1 3
Damro / Zuari / Eq
Godrej / Durian /
b) Table for SIC terminal EA 20.12 Bidder to State NO 1 0 1
Damro / Zuari / Eq
Godrej / Durian /
c) Table for printers EA 20.13 Bidder to State NO 1 1 2
Damro / Zuari / Eq

BOM 4 OF 10
BILL OF MATERIAL FOR CONTROL SYSTEM OF BIJWASAN ATF PIPELINE PROJECT

Bijwasan Terminal
Corresponding
SOR line item

Under AMC

T3 DAFFPL
Yes / No
Model
Make

Total
Sl.

UNIT
DESCRIPTION
No.

D SOFTWARE INCLUDING ONE TIME LICENSE FEE

PLC programming / Ladder logic software etc. for programming of


PLC's (One set comprises of software for progaramming terminal
1 SET 20.14 Same make of PLC Bidder to State YES 1 0 1
laptop & one SCC Server cum work station which shall have
programming facilities.
MMI Software of same make as the PLC (including one time
license fee) etc as per the tender specification, for the following
2 (data panel wherever applicable to be decided during detailed
engineering) for running of the station in emergency situations
like failure of SCADA computers:
Bijwasan Terminal (1 set comprise of 2 Workstation, 1 SIC
a) SET 30.22 Same make of PLC Bidder to State YES 1 0 1
Terminal & 1 Laptop programming terminal)
b) T3 DAFFPL(1 set comprise of 2 Workstation) SET 30.26 Same make of PLC Bidder to State YES 0 1 1
E UPS & BATTERY BANK

5 KVA in (1+1) parallel redundant equal load sharing


DB Electronics / Hirel/
1 configuration with 3- phase input excluding battery as per the SET 20.16 Bidder to state YES 0 1 1
ABB / Neowatt/ Vertiv
tender specifications for Bijwasan Terminal

Sealed maintenance free 2 V VRLA battery in dual string for 4hrs


backup considering aging, temperature & capacity factors
HBL Nife / Amara Raja /
2 complete with all interconnecting cables, glands, battery cables, SET 20.17 Bidder to state NO 0 1 1
Exide / Panasonic
battery stands, AC distribution boxes, connectors & lugs etc as
per the tender specifications for 5 KVA UPS.

1 KVA UPS with 20 minutes battery back-up for SIC terminal /


3 SET 20.18 APC/Libert/ Eq Bidder to state YES 1 0 1
Electrical maintenance terminal

BOM 5 OF 10
BILL OF MATERIAL FOR CONTROL SYSTEM OF BIJWASAN ATF PIPELINE PROJECT

Bijwasan Terminal
Corresponding
SOR line item

Under AMC

T3 DAFFPL
Yes / No
Model
Make

Total
Sl.

UNIT
DESCRIPTION
No.

F SPARES:
1 Control System Spares

a) PLC Processor Module EA 20.19 Same as main supply Same as main supply NO 1 0 1

b) PLC Processor power supply EA 20.2 Same as main supply Same as main supply NO 1 0 1

c) Rack power supply EA 20.21 Same as main supply Same as main supply NO 1 1 2

d) Digital input module EA 20.22 Same as main supply Same as main supply NO 1 0 1

e) Digital output module EA 20.23 Same as main supply Same as main supply NO 1 0 1

f) Analog input module EA 20.24 Same as main supply Same as main supply NO 1 0 1

g) Analog output module EA 20.25 Same as main supply Same as main supply NO 1 0 1

h) Serial Interface communication module EA 20.26 Same as main supply Same as main supply NO 1 0 1

i) Field interrogation power supply EA 20.27 Same as main supply Same as main supply NO 1 0 1

j) Set of fuses for line repair services SET 20.28 Same as main supply Same as main supply NO 1 0 1

2 UPS SPARES:

b) For 5 KVA UPS at DAFFPL T3 as per tender specification SET 20.29 Same as main supply Same as main supply NO 0 1 1

G FIRE ALARM & DETECTION SUPPLIES

2 loop, Addressable, Intelligent Fire Detection and Alarm Panel


for automatic fire detection & annunciation of alarms for various
Apollo / Notifier /
types of detectors installed like multi sensor, heat detectors,
1 SET 30.01 System Sensor / Bidder to Specify YES 1 0 1
response indicators, loop isolators, manual call points, hooters
Equivalent
etc installed in plant area and various buildings as per tender
specifications

2 Detectors

UV / IR Flame Detectors explosion proof & weather proof along Detronics / Spectrex /
a) with allmounting & other accessories as per the tender EA 30.02 Electrostandart –Pribor Bidder to Specify YES 3 0 3
specifications. / Equivalent.

Intrinsically safe Rate of Rise Heat Detectors for hazardous areas Apollo / Notifier /
b) alongwith all mounting & other accessories as per the tender EA 30.03 System Sensor / Bidder to Specify YES 3 0 3
specifications Equivalent

Apollo / Notifier /
Multi sensor detectors along with all mounting & other
c) EA 30.04 System Sensor / Bidder to Specify YES 7 0 7
accessories asper the tender specifications
Equivalent

BOM 6 OF 10
BILL OF MATERIAL FOR CONTROL SYSTEM OF BIJWASAN ATF PIPELINE PROJECT

Bijwasan Terminal
Corresponding
SOR line item

Under AMC

T3 DAFFPL
Yes / No
Model
Make

Total
Sl.

UNIT
DESCRIPTION
No.

Apollo / Notifier /
Monitor modules alongwith all mounting & other accessories for
d) EA 30.05 System Sensor / Bidder to Specify YES 7 0 7
third party interface as per the tender specifications.
Equivalent
Apollo / Notifier /
Addressable Manual Call Point (for safe area) along with all
e) EA 30.06 System Sensor / Bidder to Specify YES 2 0 2
mounting & other accessories as per the tender specifications.
Equivalent

Addressable Beacons for safe area along with all mounting & Apollo / Notifier /
f) other accessories EA 30.07 System Sensor / Bidder to Specify YES 2 0 2
& instructions sign as per the tender specifications. Equivalent

Apollo / Notifier /
Addressable Hooters / Horn / Strobe (for safe area) along with
g) EA 30.08 System Sensor / Bidder to Specify YES 2 0 2
all mounting & other accessories as per the tender specifications.
Equivalent
Apollo / Notifier /
Response Indicators along with all mounting & other accessories
h) EA 30.13 System Sensor / Bidder to Specify YES 2 0 2
as per the tender specifications.
Equivalent

Isolators for isolating of signalling loop in case of any fault Apollo / Notifier /
i) alongwith all EA 30.14 System Sensor / Bidder to Specify YES 2 0 2
mounting & other accessories as per the tender specifications. Equivalent

Havells / Delton /
polcycab / Mansfield /
2 Pair x 1.5 Sq. mm, unarmoured FRLS cable complaint to BS:
Cords / Thermo / KEI /
j) 5308 as per the tender specifications for indoor applications to M 30.09 Not Applicable YES 100 0 100
CCI / Universal / Finolex
be laid through conduits.
/ Fort Gloster /
Equivalent
BALIGA/ Sudhir
SwitchGear/ Shyam
Switch gear/ FCG/
Weather proof junction boxes including supply of double
FLEXPRO/ Flame pack/
compression cable glands, plugs for unused cable entries
k) EA 30.1 Kaysons Techno Bidder to Specify YES 2 0 2
including WP certificates as per the tender specifications for
equipments Pvt Ltd./
various detectors in buildings.
Prompt Engineering
Works/ EX-PROTECTA/
Haz Loc/Eq.
3 Hooter & Beacons for Hazardous area
Beacons (Explosion Proof & Weather Proof) for hazardous
a) areasalong with all mounting & other accessories as per the EA 30.11 Bidder to Specify Bidder to Specify YES 1 0 1
tender specifications.
Explosion Proof / Weather Proof Hooters (for hazardous area)
b) along with all mounting & other accessories as per the tender EA 30.12 Bidder to Specify Bidder to Specify YES 1 0 1
specifications.
H Telecom Supplies
a) FXO-FXS VOIP Box as per specifications EA 30.15 Bidder to Specify Bidder to Specify YES 1 1 2
b) Analog Telephone Instrument as per tender specifications EA 30.27 Bidder to Specify Bidder to Specify YES 2 2 4

Day-Night Colour IP PTZ Dome Camera, with 15X to 20X Optical


Zoom, minimum 10X Digital Zoom along with IP 66 weatherproof
housing with IR Illuminator, industrial grade power supply,
c) SET 30.16 Infinova During detailed engineering YES 2 0 2
camera interfacing junction box as applicable, lightning & surge
protection and suitable mount , complete with cables,
connectors, required interfaces etc. as per tender specifications

BOM 7 OF 10
BILL OF MATERIAL FOR CONTROL SYSTEM OF BIJWASAN ATF PIPELINE PROJECT

Bijwasan Terminal
Corresponding
SOR line item

Under AMC

T3 DAFFPL
Yes / No
Model
Make

Total
Sl.

UNIT
DESCRIPTION
No.

Field mounted Explosionproof & Weatherproof IP65 Junction Box


for Ex-proof Camera/field cameras with suitable cable glands,
plugs, Fiber termination patch panel, MCB, media convertor etc
d) complete in all respects for installation of exproof camera/field SET 30.17 Bidder to Specify Bidder to Specify NO 2 0 2
camera. The junction shall be used for installation of network
switch and optical accessories, power supply etc for CCTV system
as applicable .
Supply of 5 to 6 meter pole for mounting of CCTV as per
e) EA 30.18 Bidder to Specify Bidder to Specify NO 2 0 2
technical specification of the tender.

BOM 8 OF 10
BILL OF MATERIAL FOR CONTROL SYSTEM OF BIJWASAN ATF PIPELINE PROJECT

Bijwasan Terminal
Corresponding
SOR line item

Under AMC

T3 DAFFPL
Yes / No
Model
Make

Total
Sl.

UNIT
DESCRIPTION
No.

Part-II Services
I Control System and SACDA Services

Supervison of erection, testing & commissioning of PLC based


control system at attended stations including supervision for
termination of control cables & erection of panels, looptesting,
and commissiong of complete control systems along with support
for interfacing with SCADA system and field instrumentation
1 systems for operation of station facilities in remote & auto mode.
This shall include development of control logics, database,HMI
screens etc. for commisosing of the system complete as per
drawings / specifications and acceptance of system by Owner.
Supply of all labour, consumables, tools, services rendered etc.
shall be in the contractors's scope.

a) Bijwasan Terminal Set 40.11 NO 1 0 1

b) DAFFPL T3 Set 40.13 NO 0 1 1

Interfacing of Pipeline Control System with Marketing TFMS &


2 Set 40.14 NO 1 1 2
Control System

Foundation, laying and erection of 5 to 6 meter pole for


installation of CCTV as per tender specifications including the
3 SET 40.15 NO 1 0 1
cost of labor, material, tools, tackles and all civil works complete
in all respect.

Erection, Installation, Testing and Commissioning of CCTV


Cameras which includes Powering up, Network connection,
interfacing with the OFC and Network switch in Control Room.
4 Providing assistance in interfacing with existing system. Laying of SET 40.16 NO 1 0 1
power supply cable & OFC in Field shall be in owners scope. all
items as per BOM of CCTV system to complete the work in all
respect as per scope and technical specifictaions of the tender

Installation and interfacing of FXO and providing support in


5 SET 40.12 NO 1 1 2
extending subcribers through FXO

Erection, testing & commissioning of 2 Loop Fire Alarm &


Detection System comprising of addressable Fire Alarm Panel,
addressable detectors of various types such as multisensor
detectors, rate of rise heat detectors, manual call points, hooters,
etc including FM200/ CO2 release system for control building
consisting of Control room, Equipment room, MCC room,
6 transformer room, VFD roomand other office /workshop rooms SET 40.01 NO 1 0 1
etc. and pumping sheds, piping area energizing & testing of the
complete system with simulation and also demonstration of
working of the complete system,commissioning of the complete
system including the cost of all materials, labour, consumables,
equipments tools & tackles as per the specifications &
instructions of Site Engineer / EIC.

BOM 9 OF 10
BILL OF MATERIAL FOR CONTROL SYSTEM OF BIJWASAN ATF PIPELINE PROJECT

Bijwasan Terminal
Corresponding
SOR line item

Under AMC

T3 DAFFPL
Yes / No
Model
Make

Total
Sl.

UNIT
DESCRIPTION
No.

Installation, testing & commissioning of various types of


detectors,laying of signalling cables (through conduit/ clamping
on wall etc), clamping / fixing of GI conduit in various building,
pump shed etc for integration of detectors with Fire Alarm panel
including all mounting accessories for support, junction boxes
7 etc. as per the approved scheme to complete the work in all
respects inclusive of supply of all consumables,cost of all
materials, labour, painting services etc. as per specifications,
drawings, International Standard practices and the directions of
Site Engineer/EIC. Job includesinstallation of all types of
detectors, material etc
(a) UV / IR Flame Detectors EA 40.02 NO 3 0 3
(b) Multi Sensor Detectors EA 40.03 NO 7 0 7
( c ) Intrinsically safe Rate of Rise Heat Detectors for hazardous areas EA 40.04 NO 3 0 3
(d) Manual Call Point (for safe area) EA 40.05 NO 2 0 2
(e) Beacons / Hooters / Horn / Strobe (for safe area) EA 40.06 NO 4 0 4
(f) Beacons / Hooters / Horn / Strobe (for Hazardous area) EA 40.07 NO 2 0 2
(g) Response Indicators & Monitor modules EA 40.1 NO 9 0 9
Installation of explosion proof / flame proof junction boxes for
marshalling of control / signalling cables, terminating the cables
at field and control panel end, mounting the junction boxes,
connecting to earthing grid by supplying and installing all the
(h) required materials such as supporting structure, cement EA 40.08 NO 2 0 2
concrete, painting, GI wire etc.(excluding supply of the Junction
Boxes) complete in all respects as per specifications, approved
drawings and direction of EIC / Site Engineerincluding all labour,
tools, materials, glanding, ferruling etc.complete in all respects.
Laying of unarmoured signal cable through GI pipe / wall / tray
etc for interfacing of various type of detectors e.g. multi sensor,
(i) M 40.09 NO 100 0 100
ROR, UV/ IR flame detector, response indicator, hooters, beacons
etc

8 Training on supplied system (including PLC based control system. SET 50.1 NO 1 0 1

9 Submission of As Built Documentation SET 50.2 NO 1 1 2

Part-III AMC
1 AMC for 1st Year 60.1
2 AMC for 2nd Year 60.2
3 AMC for 3rd Year 60.3
4 AMC for 4th Year 60.4
5 AMC for 5th Year 60.5

BOM 10 OF 10
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrower’s express agreement that they will not be
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrower’s express
reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by
the lender to the borrower

UV/IR

PLCC/MJPL-MTPL/TI/
UV/IR
Flame
Flame
Detector
Detector
INSTRUMENT SPECIFICATIONS (ANNEXURE)
INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION)
PIPELINES DIVISION
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

TECHNICAL SPECIFICATIONS
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely

UV/ IR FLAME DETECTOR

STANDARD SPECIFICATION NO.: IOCL-INST-SPEC-UVIRFD-REV0

Issued for tender/ Sh. R.K.


Sh. Harjeet Singh Sh. K.K. Mandal
00 2.3.2017 Purchase Mishra
requisition SPJM (T&I) GM (PJ-T&I)
PJM (T&I)
Rev.
Date Purpose Prepared By Checked By Approved By
No.

Pipelines Head Office, Noida Page 1 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

1.0 ABBREVIATIONS ...................................................................................................................... 3


2.0 SCOPE OF SPECIFICATION .................................................................................................. 4
3.0 SCOPE OF SUPPLY: ................................................................................................................. 4
4.0 BID REQUIREMENTS ............................................................................................................... 4
5.0 SPECIFICATIONS & DESIGN CRITERIA .......................................................................... 5
5.1 ENVIRONMENTAL CONDITIONS ......................................................................................... 5
5.2 CLASSIFICATION OF HAZARDOUS AREA FOR INSTRUMENT ................................... 5
5.3 SAFETY INTEGRITY LEVEL .................................................................................................. 6
5.4 GENERAL..................................................................................................................................... 6
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the

5.5 MATERIAL & CONSTRUCTION ............................................................................................ 6


5.6 SENSOR & ELECTRONICS ...................................................................................................... 7
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

6.0 ACCESSORIES ............................................................................................................................ 8


6.1 MOUNTING ACCESSORIES .................................................................................................... 8
6.2 ADDRESSABLE MODULE ........................................................................................................ 8
6.3 CABLE GLAND ........................................................................................................................... 8
6.4 SS TAG .......................................................................................................................................... 8
7.0 DOCUMENTS .............................................................................................................................. 9
8.0 CALIBRATION, INSPECTION & TESTING: ..................................................................... 10
9.0 REVIEW & APPROVAL: ........................................................................................................ 10
10.0 PREPARATION FOR SHIPMENT: ....................................................................................... 11

Pipelines Head Office, Noida Page 2 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

ABBREVIATIONS

AC Alternating Current
ANSI American National Standards Institute
API American Petroleum Institute
ASME American Society of Mechanical Engineers
ASTM American Society for Testing of Materials
ATEX ATmosphere EXplosibles
BASEEFA British Approvals Service for Electrical Equipment in Flammable
Atmospheres
BIS Bureau of Indian Standards
BOM Bill of Material
CCoE Chief Controller of Explosives
CENELEC European Committee for Electro-technical Standardization
CIMFR Central Institute of Mining and Fuel Research
CSA Canadian Standards Association
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the

DC Direct Current
DIN German Standards
DIV. Division
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

EN European Norm
EP Explosion Proof
FLP Flame Proof
FM Factory Mutual
HART Highway Addressable Remote Transducer
IEC International Electro-technical Commission
IP Ingress Protection
IS Intrinsically Safe
ISA International Society of Automation
LCD Liquid Crystal Display
LED Light Emitting Diode
LEL Lower Explosive Limit
NACE National Association of Corrosion Engineers
NEMA
NPT National Pipe Thread
NPT(F) National Pipe Thread Taper (Female)
NPT(M) National Pipe Thread Taper (Male)
PESO Petroleum and Explosives Safety Organization
P&ID Process and Instrumentation Diagram/Drawing
PT Pressure Transmitter
PTB Physikalisch Technische Bundesanstalt (Germany)
QA Quality Assurance
QAP Quality Assurance Plan
QC Quality Certificate
UL Underwriters Laboratories Incorporated
SMART Self- Monitoring Analysis & Reporting Technology
SOR Schedule Of Rates
SS Stainless Steel
WP Weather Proof

Pipelines Head Office, Noida Page 3 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

2.0 SCOPE OF SPECIFICATION


2.1 This specification, together with the relevant datasheets attached with this document
describes the essential requirements/considerations for the design, construction,
inspection/testing & shipping of UV/ IR Flame detectors.
2.2 In the event of conflict between this standard specification, Datasheets, statutory
regulations, related standards & codes etc the following order of priority shall be applicable:

a) Statutory regulations
b) Datasheets
c) Standard specification
d) Related standards & codes
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the

If any parameter/specification is not mentioned/ defined in higher priority/precedence


document, the minimum requirements for same in lower higher priority/precedence
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

document shall prevail.

3.0 SCOPE OF SUPPLY:


3.1 The number of UV/ IR Flame detectors to be supplied shall be as per the requirements
indicated in the Instrument specifications, datasheets.
3.2 Approval of purchase specification does not absolve the contactor from supplying
equipment of proven design as per the company specification.
3.3 Subsequent to qualification, any change in make/model offered shall normally not be
permitted. However, in such eventualities where either the model has been withdrawn/
unavailable/ delivery is unavoidably getting delayed, the owner may consider changes upon
submission of proof of such eventuality.

4.0 BID REQUIREMENTS


4.1 Bid shall be strictly in line with tender/purchase requisition requirements and bidding
instructions attached elsewhere in tender/document.
4.2 Expression like "can offer if required , will be decided later" etc. are not acceptable.
4.3 In case no deviations/ exceptions to these specifications are mentioned, it shall be taken as
granted that contractor/vendor/bidder
requirements.

Pipelines Head Office, Noida Page 4 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

4.4 Only those technical deviations shall be considered for review, where
contractor/vendor/bidder has valid technical reason for proposed deviation. The proposed
technical deviation shall be clearly indicated in prescribed tender deviation format (enclosed
elsewhere in document) and shall have all backup documents justifying the proposed
deviation.
4.5 All documentation & bid shall be in English language only.
4.6 Data-sheets duly completed with firm make, model and compliance shall be submitted
4.7 Offered UV/ IR Flame detectors shall be one of the approved vendors, if specified in the
tender & models No. shall be specified by the vendor.
4.8 Contractor/vendor/bidder to submit complete mounting and dimensional & termination
details along with the offer.
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the

4.9 Installation/dimensional drawings to be submitted for approval, within 15 days from receipt
of P.O. if to be supplied as bought out item otherwise documents to be submitted with other
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

detailed engineering documents as per time specified elsewhere in bid.


4.10 Contractor/vendor/bidder shall supply the instrument with all necessary fittings and fixtures
for ready field installation.

5.0 SPECIFICATIONS & DESIGN CRITERIA


5.1 ENVIRONMENTAL CONDITIONS
The equipment considered and the complete installation shall be suitable for continuous
operation under the following site conditions:
5.1.1 Operating
a) Temperature : 0 ~ 50 0C
b) Relative Humidity : 0 to 95%
5.1.2 Storage
a) Temperature : (-) 5 ~ 60 0C
b) Relative Humidity : 0 to 95%

5.2 CLASSIFICATION OF HAZARDOUS AREA FOR INSTRUMENT


5.2.1 The instrument should be suitable for installation in areas classified as hazardous in context
of presence of hydocarbon gases / vapours.
5.2.2 Hazardous Area Classification shall be as mentioned in equipment data sheet. If same is not
mentioned in equipment data sheet following hazardous Area classification shall be
applicable:

Pipelines Head Office, Noida Page 5 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

Zone 1, Gas group IIA, IIB & IIC as per IEC 60079 or IS 5572 or Equivalent
5.2.3 Point Type UV/ IR Flame Detectors shall be suitable for area classification mentioned in
specification datasheets. Unless otherwise specified the instrument shall meet following
standard/requirement as minimum:
Explosion proof EEx d II C T4 as per IEC 60079 or IS 2148 or Equivalent
Weather proof to IP 66 or better as per IEC 60529 or IS 12063 or Equivalent

5.2.4 Acceptable certifying authorities for Explosive/Hazardous Area Certifications for


instruments / accessories:
a) ATEX
b) PTB
c) BASEEFA
d) NEC
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the

e) FM
f) CENELEC/EN
g) Internationally Recognized Bodies for Explosive area Zone/Division certification
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

5.2.5 CCoE/ PESO certificate/ approval is mandatory for instruments for use in hazardous area.

5.3 SAFETY INTEGRITY LEVEL


5.3.1 The UV/ IR Flame detector shall be SIL certified
5.3.2 Acceptable certifying authorities for SIL Certifications for instruments & display unit:
a) TUV
b) EXIDA
c) Accredited International recognized body

5.4 GENERAL
5.4.1 Specifications mentioned/populated in relevant specification datasheets shall override the
specifications mentioned in this standard specification
5.4.2 UV/ IR Flame detectors shall be immune to Radio frequency interference due to walkie-
talkie, paging system, communication system etc. All electronic modules shall be designed
for short circuit protection.

5.5 MATERIAL & CONSTRUCTION


Specifications applicable for parameters (as below) not populated in equipment data sheet .

5.5.1 The UV/ IR Flame detector parts shall be resistant to the corrosive properties of the process
fluid and ambient conditions to which they are exposed.
5.5.2 Enclosure body material shall be SS316.

Pipelines Head Office, Noida Page 6 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

5.5.3 The UV/ IR Flame detector shall be tropicalised to protect against humidity, moisture and
fungal growth
5.5.4 The UV/ IR Flame detector shall be suitable for mounting on plate.
5.5.5 Unless otherwise mentioned Electrical connections shall be 1/2 .

5.6 SENSOR & ELECTRONICS


Specifications applicable for parameters (as below) not populated in equipment data sheet.

S. Description Specifications
No.

1. Type of Flame Detector Microprocessor based UV/IR Flame Detector

2. Operating Voltage 24 V DC Nominal, 18 to 30 V DC operating range.


Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the

3. Cable entries
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

4. Maximum Ripple Combination of UV and IR sensor offer no ripple and


false alarm. Immune to false alarm sources like Arc
welding, X-

5. Spectral Sensitivity UV Radiation 185 to 250 Nano meter


IR Radiation In the range of 4.4 to 4.6 micron.

6. Field of view Minimum 90 degree horizontal / 90 degrees vertical

7. Built in Test Automatic (Manual)

8. Response time Less than 6 sec

9. Sensitivity/Range of 1 ft X 1ft flame size of n-Heptane / Gasoline can be


Flame detected by flame detector from the distance range of
Detector/Response time 50ft within 6 sec.

10. Outputs

a) Relay Contact Rating Fire Alarm & Fault Alarm Relay contact Rating 30
VDC / 1A

b) 0 20 mA BIT: 2mA ±10%


Normal : 4mA ±10%
IR: 8mA ±10%
UV: 12mA±10%
Warning: 16 mA
Alarm: 20 mA
2 Years
11. Warranty

Pipelines Head Office, Noida Page 7 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

5.6.1 All terminals for electric connections shall be clearly marked & labelled.

6.0 ACCESSORIES
Specifications applicable for parameters (as below) not populated in equipment data sheet.

6.1 MOUNTING ACCESSORIES


One set of mounting accessories shall be supplied with each UV/ IR Flame detector.

6.2 ADDRESSABLE MODULE


Unless otherwise mentioned in SOR/Datasheet BOM, suitable addressable modules shall be
provided for making these detectors addressable so that these detectors can be wired to one
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the

of the addressable loops of the Fire Alarm Panel.


exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

6.3 CABLE GLAND


6.3.1 Unless otherwise mentioned in SOR/Datasheet BOM one number cable gland, shall be
supplied with each UV/ IR Flame detector. Minimum specifications for cable gland are as
below:
a) Double compression FLP & WP brass, zinc/ nickel-plated
b) Suitable for 1 Triad X 1.5 Sq. mm cable conforming to EN 50288-7:2005.
c) Size : 1/2

6.3.2 For owners triad cable, the cable entry should be suitable for the following cable sizes:
Under Armour Diameter (nominal) : 08 + mm
Over Armour Diameter (nominal) : 11 + mm
Overall Diameter (nominal) : 13 + mm
Exact dimensions shall be communicated during drawing approval stage

6.4 SS TAG
6.4.1 SS tag with details below shall be securely fixed to the body of the each detector:
a) Tag Number (as mentioned in datasheets)
b)
c) Element material
d) Enclosure classification
e) SIL Rating
f) Body material
g) Service

Pipelines Head Office, Noida Page 8 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

6.4.2 A warning label which reads (EXPLOSION PROOF INSTRUMENT, ISOLATE


shall be affixed on the instruments which are
certified as explosion proof.

7.0 DOCUMENTS
Following documents to be submitted by the vendor / bidder during different stages

1. Along with the a) Specifications sheet as token of acceptance


Bid (1 Set): b) Filled in instrument data sheet.
c) Make and Model of the offered instrument
d) Filled in deviation Statement (NIL statement in case of no
deviation)
e) Bill of Material
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the

f) Complete technical literature of the offered instrument


along with accessories
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

g) Copy of the certificates from approving authorities (PESO)


for use of equipment/ items in the hazardous area
h) Weather proof certificate
i) SIL Certificate
j) Mounting and dimensional drawings
k) Wiring and termination drawings.
2. Upon Placement a) Technical Catalogues
of PO for Owner's b) Mounting and dimensional drawings
Approval (2 Sets, c) Wiring and termination drawings.
within 15 days): d) Quality Assurance Plan
e) Copy of the certificates from approving authorities (PESO)
for use of equipment/ items in the hazardous area
f) Weather proof certificate
g) SIL Certificate
3. After Inspection, a) Inspection report.
for Dispatch b) Inspection release note
Clearance (02 c) Guarantee/Warranty certificates.
Sets) d) Copy of hazardous area classification certificate (PESO)
for use of equipment/ items in the hazardous area
e) Other test certificates as detailed in inspection section.
4. Along with the a) Approved drawing
material (02 sets) b) Packing list
c) Inspection report
d) Inspection release note
h) Mounting and dimensional drawings

Pipelines Head Office, Noida Page 9 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

i) Wiring and termination drawings.


e) Operation & Maintenance instruction manual
f) Guarantee certificates
g) Copy of the certificates from approving authorities (PESO)
for use of equipment/ items in the hazardous area
h) Weather proof certificate
i) SIL Certificate Technical literature

8.0 CALIBRATION, INSPECTION & TESTING:


8.1 All the UV/ IR Flame detectors shall be factory calibrated.
8.2 The Contractor/vendor/bidder
documented inspection and testing plan.
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the

8.3 The Company reserves the right to reject any or all test and calibration work if found not
complying with the Specification requirement. The contractor/vendor/bidder shall complete
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

and submit documentation for all calibration, inspection & testing. Company Representative
prior to shipment shall check out instruments & accessories for their compliance with
specification requirements.

9.0 REVIEW & APPROVAL:

9.1 The contractor/vendor/bidder shall thoroughly review and approve


drawings, model de-codification sheet & QAP for UV/ IR Flame
detectors including sub-package items, as applicable, before forwarding to Company for
further review and / approval. Only the approved drawings & QAP duly stamped and signed
by a competent engineer of the contractor/vendor/bidder shall be sent to the Company.
9.2 All purchase specifications along with list of deviations, calculation sheets, offers of the
contractor/vendor/bidder and all relevant corresponde
approval. Contractor/vendor/bidder shall not place the order without obtaining prior
approval from the company.
9.3 Contractor/vendor/bidder shall prepare and furnish the list of all drawings / documents as
enlisted in the of drawings / documents
(i.e. whether to be reviewed / approved by the Company) shall be decided after award of
Purchase Order / Contract.

Pipelines Head Office, Noida Page 10 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

9.4
contractor/vendor/bidder engineering consultant approves them.

10.0 PREPARATION FOR SHIPMENT:

10.1 Instruments or parts, which can be damaged during shipment, shall be packed separately
with sufficient protection package shall be
identified with purchase order number and content list in a weatherproof envelope.
10.2 The cable & process entries shall be properly plugged before shipment. Threaded
connections to be used while installation shall be protected with forged steel or moulded
plastic screwed plugs. Spare entries to be plugged with flame proof plugs.
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the

10.3 A desiccant shall be provided inside all enclosures to prevent moisture damage due to high
humidity.
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

Pipelines Head Office, Noida Page 11 of 12


TECHNICAL SPECIFICATIONS FOR STANDARD SPECIFICATION NO. :
UV/ IR FLAME DETECTOR IOCL-INST-SPEC-UVIRFD- REV0

10.4 DEVIATION STATEMENT

The bidder shall clearly specify the deviation (if any) to any of the clause/sub-clause for the
Standard Technical Specifications and instrument datasheet, in the format given below.

S. Clause / Deviation w.r.t. to


Remarks
No. Sub-clause specification/datasheet
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the
exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

Note:
1. Signed & Stamped Deviation statement is to be submitted by the bidder for both
Standard Technical Specification and Instrument datasheet separately. In case of No
Deviation, the Signed & Stamped Deviation statement to be submitted by entering
Nil/No Deviation.
2. Deviation mentioned elsewhere in the tender shall not be considered for evaluation
purpose.

(SEAL & SIGNATURE OF THE BIDDER)

Pipelines Head Office, Noida Page 12 of 12


Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned
and on the borrower’s express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the Instrument Datasheet for
Document No.: IOCL-DS-UVIRFD
UV/ IR Flame Detector
Client: Indian Oil Corporation Limited Sheet No : 1 of 1
limited way and private use permitted by any written consent given by the lender to the borrower.

Tag No.: Shall be finalised Bijwasan to Delhi


Location: As per Bill Of Material Project :
after award of work Airport ATF Pipeline Project

1 Service Area Outdoor Unprotected


1 General
2 Area of Classification Zone 1

1 Mounting Type Plate mounted

2 Enclosure Body SS 316


2 Construction
3 Cable Entry 1/2"

4 Weight *

1 Hazardous Certification Exd IIA, IIB & IIC T4


Certification for Min
3 Certification 2 Weather proof IP 66
Ingress Protection

3 SIL Certification SIL-2

1 Operating Voltage 24 V
4 Detector
2 Addressable module Required
1. * To be provided by bidder/ vendor/ contractor.

2. ** Tag Nos. are indicative and shall be finalized during drawing approval stage.
5 Note
3. One cable entry shall be provided with flame proof & weather proof cable gland and second cable
entry shall be provided with flame proof & weather proof plugs.

* Bidder to state

Rev. No. Rev. Date Prepared By Checked By Approved By


be INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION)
EQUIPMENT SPECIFICATIONS & DATASHEETS
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrower’s express agreement that they will not

1 Test Instruments Specifications

1.1 Digital Multi meter

The multi meter shall be of Digital display type with following minimum functions &
features:
reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

S. No. Function/ Feature Minimum Specifications


General
1. Make & Model As per Bill of Material
2. Operating temperature 0 to + 500 C
3. Storage temperature - 20 to + 600 C
4. Relative humidity 0 to 70 %
5. Battery type Alkaline
6. Replace without opening calibrator; no special
Battery Replacement
tools required
7. Surge protection 4 KV peak as per IEC 1010.1-92
8. Fuse protection Fast fuse
9. Weight Low – bidder to specify
10. RMS True RMS
11. Shock 1 Meter drop test as per IEC/EN 61010-1 2nd
edition
12. Accessories to be  Calibration certificate
provided  User’s manual
 Test leads/ probes
 Leather case
13. Overvoltage category  CAT III 1000V & CAT IV 600V
Measurement Range & Accuracy
Range Accuracy
14. Voltage DC 0 mV to 1000 V 0.05%
15. Voltage AC 0 mV to 1000 V 0.5%
16. Current DC 0 mA to 10 A 0.10%
17. Current AC 0 mA to 10 A 1%
18. Resistance 50 MΩ 0.10%
19. Capacitance 1 nf to 100 f 1%
20. Frequency 0 Hz to 1000 KHz 0.01%
21. Continuity tester Yes with beeper
22. Auto ranging Yes
23. Automatic touch hold Yes
24. Display 4 ½ digit LCD / LED
25. Backlit display Yes
26. Auto Power Off Yes
27. Hold Yes

The instrument shall have a valid certificate of calibration traceable to National /


International Standard Laboratory.

Page 1 of 6
Test Instruments Specifications
PLCC/ BIJ-ATF/T&I/20038
PIPELINES
be INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION)
EQUIPMENT SPECIFICATIONS & DATASHEETS
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrower’s express agreement that they will not

1.2 Multifunction Calibrator

S. No. Function/ Feature Minimum Specifications


General
1. Make & Model As per Bill of Material
2. Type Intrinsically Safe Multifunction calibrator
3. Operating temperature Maximum 50 deg C
4. Humidity 0 to 90 % RH (Non-condensing)
reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

5. Application Field Instruments parameters : Check/ Diagnostics/


Calibration
6. Battery type Alkaline
7. Battery life >8 hours
8. Replace without opening calibrator; no special tools
Battery Replacement
required
9. Shock Test 1 Meter drop test
10. Simultaneous Display of Source & measured
Display
readings
11. Keyboard Required to select parameters, Functions etc.
12. Storage capacity Internal Memory to store at least 8 setups
13. Side port connections Pressure module connectors
14. Ex ia IIB;
Intrinsically safe option
I.S. Class I, Division 1 Groups B-D
15. Calibration certificate NABL Accredited Certificate– as per ISO/IEC
17025:2005 Laboratory. To be submitted along
with supply of Instrument.
16.  Measure Volts dc, mA, RTDs, thermocouples,
Measurement & Source frequency and ohms
functions  Source or simulate Volts dc, mA, RTDs,
thermocouples, frequency and ohms
17.  One set of test leads/connectors
Accessories Required  Carrying case
 User manuals
Measurement Range & Accuracy
Range Accuracy
18. Voltage DC 30V 0.02%
19. Current DC 24mA 0.02%
20. Resistance 3000 Ω 1.5 Ω
21. Frequency 10 KHz 0.50%
Source Range & Accuracy
Range Accuracy
22. Voltage DC 10V 0.02%
23. Current DC 24mA 0.02%
24. Resistance 3000 Ω 1Ω
25. Frequency 10 KHz 0.25%

Page 2 of 6
Test Instruments Specifications
PLCC/ BIJ-ATF/T&I/20038
PIPELINES
be INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION)
EQUIPMENT SPECIFICATIONS & DATASHEETS
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrower’s express agreement that they will not

1.3 Pressure Calibrator (0-20 bar)

S. No. Function/ Feature Minimum Specification


Handheld Pneumatic Pressure Calibrator
1. Type Digital Handheld Pressure Calibrator with pneumatic
had pump
2. Make & Model As per Bill of Material
3. Operating temperature 0 to + 500 C
reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

4. Storage temperature - 20 to + 600 C


5. Relative humidity 0 to 70 %
6. Weight Bidder to specify
7. Pressure measurement 0-20 bar
range
8. Purpose Calibration of Pressure gauges, transmitters and
switches
9. Sensors Can be internal or external sensor for each type of
range.
10. Pneumatic Hand Pump Required with Fine Adjustment Vernier & Release
for pressure generation Valve
11. Test Specimen tube 1 meters (minimum)
length
12. Zero leakage Required
B. Reference Digital Pressure Gauge : A suitable reference digital pressure gauge shall
be supplied along with the pump to perform calibration of pressure gauges, transmitters,
pressure switches etc.
1. Accuracy ± 0.05% F.S. or better.
2. I.S. Area Classification i. CSA; intrinsically safe, Class 1, Div 2, Group A-D
rating
ii. ATEX rating: II 3 G Ex Na IIB T6
3. Resolution 1mbar or better
4. Burst Pressure 125% of FS
5. Display LCD with backlight, 5 places or better for DC
6. Unit of measurement Selectable Engineering Pressure Units (Bar, PSI,
Kg/cm2)
7. Pressure Transducer all Media compatible with SS316
8. Power source Alkaline Battery if battery life is greater than 1000
Hours otherwise rechargeable battery
9. Battery & Charger Battery pack & charger (if Rechargeable battery
operated) to be supplied with instrument.
10. Other Features a) Switch Test capability & Zero Offset facility
b) Audio & Visual Alarms for Over Pressure
c) Low Battery’ indication
11. Calibration Certificate Calibration Certificate from NABL Accredited
Laboratory – as per ISO/IEC 17025:2005
12. Accessories: • Set of Adaptors (BSP & NPT)/Process
Connectors for connecting to field devices (8
nos in total)
• Test Leads & Seals Kit

Page 3 of 6
Test Instruments Specifications
PLCC/ BIJ-ATF/T&I/20038
PIPELINES
be INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION)
EQUIPMENT SPECIFICATIONS & DATASHEETS
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrower’s express agreement that they will not

S. No. Function/ Feature Minimum Specification


• Hose with End Fittings: 1 meter or better
• Carrying Case
• Rechargeable Battery & External Charger
• Instruction Manual

1.4 Test Power Supply


reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

Sr No. Function/ Feature Minimum requirement


1. Operating temperature 0 to + 500 C
2. Storage temperature - 20 to + 600 C
3. Relative humidity 0 to 70 %
4. Make As per Bill of Material
5. Weight Bidder to specify
6. Input Voltage (AC) 220 V AC + 10%
7. Input frequency 50 hz + 3%
8. Power Rating 600 W (minimum)
9. Output voltage 0-60 VDC
10. Output current 10 A
11. Other Features a) Isolated Output: 2.5KV to Input.
b) Over voltage protection
c) Over temperature protection
d) Over current protection
e) Input EMI Filtering – EN55022 CLASS A
f) Very Low Output Ripple and Noise
12. User’s manual To be provided.
13. Test leads/ probes To be provided.

1.5 Microprocessor based Temperature Calibrator

S. No. Function/ Feature Minimum Specifications

1. Type Micro Calibration Bath


2. Make & As per Bill of Material
Model
3. Fluid type & qty Bidder to state (Initial fill to be supplied in
Sealed bottles)
4. Temperature calibration Ambient temperature to 3000 C
range
5. Accuracy (with internal ±0.25°C or Better
reference sensor)
6. Stability ± 0.03 °C with oil
7. Resolution of readout 0.01°C or Better

Page 4 of 6
Test Instruments Specifications
PLCC/ BIJ-ATF/T&I/20038
PIPELINES
be INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION)
EQUIPMENT SPECIFICATIONS & DATASHEETS
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrower’s express agreement that they will not

S. No. Function/ Feature Minimum Specifications

8. 50 minutes for the above mentioned Operating


Heating time range. If not mentioned in data sheet, the value
will be extra/ interpolated.
9. Cooling time 90 minutes for the mentioned Operating range.
If not mentioned in data sheet, the value will be
extra/ interpolated.
reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

10. WELL SIZE – Opening of Minimum 40 mm


calibration chamber
A. Diameter (should contribute Minimum 60 mm
to even distribution of
temperature)
B. Depth (should have sufficient Minimum 140 mm
depth to control stem
conduction)
11. Weight Bidder to state
12. Size Bidder to state
13. Computer interface Serial or Ethernet or USB
14. Display LED/LCD , Unit : °C
15. Fault protection Sensor burnout and short protection
16. Power 230 V AC, 50 Hz, with IEC Class 1 protection as
per 61140.
17. Transportation Bath shall be transportable with fluid inside
without any spillage
18. Calibration certificate NABL Accredited Certificate– as per ISO/IEC
17025:2005 Laboratory. To be submitted along
with supply of Instrument.

1.6 Hart Field Configurator

S. No. Function/ Feature Minimum Specifications


General
1. Type HART Communicator / Field Configurator
2. Operating
Maximum 50 deg C
temperature
3. Humidity 10 to 90 % RH (Non-condensing)
4. Application Field Instruments parameters : Check/ Diagnostics/
Calibration; manage device information
5. Battery type Rechargeable Lithium ion type
6. Battery life >8 hours
7. Simultaneous Display of Source & measured
Display
readings
8. Keyboard Required to select parameters, Functions etc.
9. Micro SD slot / SD slot
Required
for removable

Page 5 of 6
Test Instruments Specifications
PLCC/ BIJ-ATF/T&I/20038
PIPELINES
be INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION)
EQUIPMENT SPECIFICATIONS & DATASHEETS
Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrower’s express agreement that they will not

memory cards
10. Hazardous area
Class I, Division 1 Groups B-D (Ex ia IIA/ IIB T4)
Classification
11. Soft carrying case Required
12. Communication  HART compliant including HART 6 and 7
 USB : upto 115 kbps
13. Accessories  Charger cable with docking station (if
applicable)
reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

 Test leads/connectors
 Carrying case

The instrument shall have a valid certificate of calibration traceable to National / International
Standard Laboratory.

Page 6 of 6
Test Instruments Specifications
PLCC/ BIJ-ATF/T&I/20038
PIPELINES

You might also like