Addendum-2
Addendum-2
E-mail: moneshs@indianoil.in;anilkumar@indianoil.in
ADDENDUM NO.-2
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
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
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.
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
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
11 Pressure Calibrator 0 - 20 bar (Portable), Accuracy: +/- 0.1 % EA 10.11 Nagman/ eq Bidder to State NO 1 0 1
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
PLC System:
Schneider/ABB/ GE-IP/
Rockwell / Siemens /
Yokogawa / Honeywell
PLC System:
Schneider/ABB/ GE-IP/
Rockwell / Siemens /
Yokogawa / Honeywell
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.
Checkpoint/ Juniper/
Fortigate- Fortinet/
6 Firewall as per tender specifications EA 20.05 Bidder to state YES 1 1 2
Watchguard/ Sonicwall/
Cisco
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.
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.
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
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
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.
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
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.
8 Training on supplied system (including PLC based control system. SET 50.1 NO 1 0 1
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
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
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
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.
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
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.
5.4 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.
5.5.1 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.
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 .
S. Description Specifications
No.
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.
10. Outputs
a) Relay Contact Rating Fire Alarm & Fault Alarm Relay contact Rating 30
VDC / 1A
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.
6.3.2 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
7.0 DOCUMENTS
Following documents to be submitted by the vendor / bidder during different stages
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.
9.4
contractor/vendor/bidder engineering consultant approves them.
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.
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.
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.
4 Weight *
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
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.
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
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
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
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
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